Posting Agency,RFx ID,RFx Type,Competition Type,Title,Reference Number,Open Date,Close Date,Awarded Date ,Department,Tender Coverage,Prequalification Required?,Alternative Physical Tender Box Delivery Address,Overview,Award Type,Comments,Report Date Accident Compensation Corporation,623449,Request for Proposals,Open Competition,Financial Analysis and Review Services - Old GETS ref# 42863,,20140721,20140825,20141020,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER ACC works closely with organisations and the community to try to prevent injuries and to make New Zealand a safer place. We manage injury claims, coordinate services and work closely with health professionals to help people to achieve greater wellbeing and a better everyday life. The Accredited Employer Programme allows employers who meet the accreditation eligibility criteria to manage and directly fund most of the statutory entitlements of employees who have suffered a work related injury. This allows accredited employers to take direct responsibility for the delivery of entitlements and to manage rehabilitation and return to work activities for employees.?? ACC requires a supplier of financial analysis and review services. The supplier will be required to provide a report to ACC as to whether an employer applying to become an Accredited Employer is solvent and financially sound in order to meet its financial obligations as an accredited employer.",Awarded,,20201117 Accident Compensation Corporation,4895395,Request for Proposals,Open Competition,Programme Manager Consultant,,20140930,20141028,20141111,,Sole Agency,No,,"The ultimate goal of ACC???s Young Driver Signature Programme (""Programme"") is to reduce fatal and serious casualties among young people on New Zealand roads. The Programme will form a 5-year action research project to address high risk driving behaviour among young people. The Programme aims to provide a sustainable way to support young people (16-24yrs) with ???high risk??? driving histories to adopt safer driving practices, in particular by achieving a full licence through the Graduated Driver Licensing System. The Programme Manager Consultant will provide consultancy services with the aim of providing local (mainly South Auckland) programme management services to the implementation and delivery phases of the Programme. These services will be required for approximately 18 months, from 1 December 2014 to 30 June 2016.",Not Awarded,No response was received that could meet all the requirements stated in the RFP.,20201117 Accident Compensation Corporation,5247442,Request for Proposals,Open Competition,Community Based Social Marketing Services,,20141009,20141106,20150205,,Sole Agency,No,,"ACC wishes to engage a supplier who can develop and deliver Community Based Social Marketing services. The services will initially be implemented in Mangere, and may then be rolled out (subject to commissioning by ACC) to two other locations. The aim of the services is to effect positive changes in wh??nau and community attitudes to support safe driving among young people and to raise aspirations related to the positive social and economic benefits that come from gaining and keeping a full, clean driving licence. For more information, please download the attached RFP.",Awarded,,20201117 Accident Compensation Corporation,5919121,Request for Proposals,Open Competition,ACC Research and Evaluation Services,,20141103,20141128,20150902,,Sole Agency,No,,"The purpose of the Accident Compensation Corporation (ACC) scheme is to deliver injury prevention initiatives and no-fault personal injury cover for everyone in New Zealand. The three core functions for the scheme are injury prevention, rehabilitation and compensation, and the scheme provides for a range of entitlements following injury. Research and Evaluation Services are undertaken by ACC to gain customer insights, monitor service performance, and determine the effectiveness of current injury prevention, rehabilitation and compensation programmes and how they can be improved. Additionally, Research and Evaluation Services are important in identifying and developing new injury prevention, treatment, rehabilitation and compensation initiatives. This RFP is to invite suitably qualified, experienced and resourced Providers with the requisite skills in supplying Research and Evaluation Services, to submit to ACC a Proposal for the provision of Research and Evaluation Services. Please note that this RFP is an online Request for Proposal only. All questions must be answered using online web based forms. Whilst a copy of the RFP questions and your answers can be printed off or saved for your records, there are no ???paper??? RFP documents to complete. Please note that this RFP is accessible by clicking on the link provided in the Addenda section and by clicking on ""open"" when the browser message appears. If you are having trouble accessing this link, copy and paste the following link into your internet browser: http://www.tradeinterchange.com.au/reg/researchandevaluationservices.aspx Please note that a Supplier Briefing will be held on 12 November 2014 between 10H00 to 11H00 in Wellington at the Royal Society, Aronui Conference Centre, 11 Turnbell Street, Thorndon, Wellington. Video conferencing links will be made available on the same day and time at the centres as listed below. Respondents who intend to attend the briefing session have to register by 7 November 2014 by emailing the name of the company and the name/s of the people that will be attending to brechtje.randall@acc.co.nz. Video conferencing links will be made available on the same day and time in the following centres: Auckland, ACC Branch, 18 Sales Street, Christchurch, ACC Branch, 20 ??? 22 Twigger Street, Addington, Meeting Room 3 Dunedin, ACC Service Centre, Otago House, Cnr Moray Place & Princes Street, level 7, new meeting room",Awarded,,20201117 Accident Compensation Corporation,6588843,Request for Proposals,Open Competition,Evaluation of Bikes in Schools Programme,,20141124,20141212,20160407,,Sole Agency,No,,"Purpose The purpose of this Request for Proposal (RFP) is to invite you to respond to this Request for Proposal to submit a proposal to conduct the evaluation of the Bikes in Schools programme. About ACC ACC works closely with organisations and the community to try to prevent injuries and to make New Zealand a safer place. We manage injury claims, coordinate services and work closely with health professionals to help people to achieve greater wellbeing and a better everyday life. About the programme Bike On New Zealand Charitable Trust have been contracted to implement the ???Bikes in Schools??? programme to a targeted 150 primary schools and 30,000 children across New Zealand over a three year period with the aim of saturation in two targeted regions, Auckland and the Hawkes Bay. ACC is looking for an external supplier with the appropriate experience in evaluation design and delivery, conducting research with primary school age children and an understanding of best practice principles of school-based programme delivery. The findings from the evaluation will be used to: a) Measure the effectiveness of and determine the benefits of the programme b) Determine the programme???s effectiveness as a delivery channel for tailored safety messaging by ACC c) Make recommendations to improve programme delivery d) Make recommendations to establish supports that schools might need to deliver the programme",Awarded,,20201117 Accident Compensation Corporation,7471988,Request for Proposals,Open Competition,Elective Services Funding Framework and Elective Surgery Funding Model(s) support,ACC ES 214,20141216,20150130,20160404,,Sole Agency,No,euan.stitt@acc.co.nz,"ACC has recently completed a review of the end???to-end treatment and rehabilitation pathway that an ACC client experiences (Elective Services Review, here after referred to as the Review). One focus of the review was the need to create a sustainable funding framework that is fair, transparent and supports the purchase of quality outcomes for clients. A key component of this funding framework is a funding model that provides accurate pricing and appropriate incentives for providers. The funding model is a key deliverable to enable ACC to compare Elective Surgery cost and patient level data with our international peers (i.e. hospitals and health departments). As a high profile programme of work it will require suitably experienced support engaged through this RFP.",Awarded,,20201117 Accident Compensation Corporation,8095422,Request for Proposals,Open Competition,Request for Proposals for the Provision of Property Management Services,42248,20140508,20140530,20150116,,Sole Agency,No,,Provision of Property Management Services,Awarded,Award Date: 22 Dec 2014,20201117 Accident Compensation Corporation,8598499,Request for Proposals,Open Competition,Guard Services,,20150205,20150303,20150804,,Sole Agency,No,,ACC requires the provision of Services to ensure the safety and security of ACC staff and customers.,Awarded,"The Guard Services Contract was awarded to: Evergreen International NZ, LLC t/a Armourguard Security PO Box 11184, Ellerslie, Auckland.",20201117 Accident Compensation Corporation,9068132,Request for Tenders,Open Competition,Concussion Services for the Otago and Southland Regions,,20150220,20150330,20160715,,Sole Agency,No,,"ACC works to reduce the overall incidence and impact of injury in New Zealand, through delivery of injury prevention, rehabilitation and compensation services. ACC has a current contract for Concussion Services (CSS) which expires on 30 June 2016. ACC does not have enough Concussion Service Suppliers in the Otago and Southland Regions and is seeking one additional Supplier to provide Concussion Services for our clients based in these regions. ACC intends to appoint one additional Supplier, however, ACC reserves the right to appoint other Suppliers on award of the Tender or at a later date. The Otago and Southland Regions include the following Territorial Authorities (TA???s) Dunedin City, Central Otago District, Queenstown-Lakes District, Gore District, Invercargill City, Clutha District and Southland District. The Concussion Service requires an interdisciplinary team of Registered Health professionals and must include an Occupational Therapist, Neuropsychologist and Medical Specialist. The interdisciplinary team may also include a Physiotherapist, Speech Therapist and/or Registered General Obstetric or Comprehensive Nurse and Social Worker (education and social need assessment only) and Psychologist (for TB127 treatment code only). The interdisciplinary team referred to above must have capacity to provide Concussion Services in the Otago and Southland Regions. Interested Respondents should download and read all attachments - GETS CSS Posting Notice, CSS RFT and CSS Application Response Form. Completed Application Response Forms must be sent to ACCHealthTenders@acc.co.nz before 3pm on 30 March 2015. In the subject line of your email please state - CSS RFT Response.",Awarded,"Following the tender, these two Suppliers were awarded the Otago and Southland Regions.",20201117 Accident Compensation Corporation,10403967,Request for Proposals,Open Competition,Programme Manager Consultant,,20150220,20150220,20150327,,Sole Agency,No,,,Awarded,Contract awarded to Katherine Chinn.,20201117 Accident Compensation Corporation,13438770,Request for Tenders,Open Competition,Request for Tender - Transport for Independence Assessments Services and Highly Specialised Transport for Independence Assessment Services,TFI15 RFT,20150629,20150807,20160405,,Sole Agency,No,,"WHO ARE WE? Accident Compensation Corporation (???ACC???) works to reduce the overall incidence and impact of injury in New Zealand, through delivery of injury prevention, rehabilitation and compensation services. ACC is a Crown entity and is governed by a Board appointed by the Minister for ACC. The ACC Scheme provides comprehensive, no fault cover for accidental injury for all New Zealand citizens, residents and visitors. When injury does occur, ACC gives people access to a range of medical, financial and other support aimed at helping them return to work and everyday life as quickly and fully as possible. WHAT IS THE PURPOSE OF THIS REQUEST FOR TENDER? ACC is seeking skilled and competent Suppliers to provide our clients with specialised assessment services under our Transport for Independence Assessment (TIA) services and Highly Specialised Transport for Independence Assessment (HSTAS) services Contracts. TIA and HSTAS Services are for clients who require an assessment of their needs and options for transport as a result of functional limitations caused by an injury. HSTAS services are specific to clients that need to be seated in a wheelchair either as a passenger or driver of a vehicle; or are children as passengers; or are ACC clients with degenerative conditions related to their injury. These are two separate services being tendered concurrently. Respondents are able to apply for one or both contracts. HOW TO REGISTER All Respondents are required to submit their responses via an online e-Tender tool hosted by Trade Interchange. Access to the e-Tender Tool will be available from 29 June 2015 at 12 noon. To access the e-Tender website, register through either the attached link or the following link: http://tradeinterchange.com.au/reg/acc_tfi.aspx The registration process normally takes up to 1 business day to complete. Each respondent will then receive an individual email providing a website link, separate login details and password to access the online system.",Awarded,"Transport for Independence Assessment Services Contracts were awarded to: - Canterbury District Health Board - DPVA Limited - Go-Able Limited - KP & CA O'Leary Partnership - Rehabilitation and Health Services Limited - The Laura Fergusson Trust (Canterbury) Highly Specialised Transport for Independence Assessment Services Contracts were awarded to: - DPVA Limited - Go-Able Limited - KP & CA O'Leary Partnership",20201117 Accident Compensation Corporation,13958074,Request for Tenders,Open Competition,Core Systems Tender (Reference: 41187),41187,20140106,20140214,20150713,,Sole Agency,No,,,Not Awarded,ACC has closed this tender without awarding. ACC remains committed to our Transformation Programme and the enhancement of our core systems.,20201117 Accident Compensation Corporation,14314313,Request for Proposals,Open Competition,Urban KiwiRAP Star Rating Expansion,,20150724,20150821,20160407,,Sole Agency,No,Nz-wgn-1reception@mwhglobal.com,"This contract is for the video survey and coding of at least1500km of selected New Zealand urban and rural roads. The contract will be known as the Urban KiwiRAP Star Rating Expansion. Urban KiwiRAP is an extension of New Zealand???s road assessment programme KiwiRAP. This contract is for the expansion of the existing Urban KiwiRAP trial to an additional 13 Local Authorities (LAs) not previously involved in the Urban KiwiRAP trial. The LA???s include Hamilton, Rotorua, New Plymouth, Palmerston North, Kapiti, Wellington, Porirua, Upper Hutt, Lower Hutt, Nelson, Marlborough, Tasman, and Invercargill Urban KiwiRAP is one of over 70 Road Assessment Programmes (RAPs) that operate globally; iRAP is the umbrella organisation that oversees the global RAP programmes. The contract will be with the Accident Compensation Corporation (ACC).",Awarded,,20201117 Accident Compensation Corporation,14420501,Request for Proposals,Open Competition,Ride Forever National Motorcycle Training Programme,,20150727,20150821,20151215,,Sole Agency,No,procurement@acc.co.nz,"ACC have developed and established the Ride Forever branded national motorcycle training programme. A nationally consistent, high quality, injury prevention training programme, which is explicitly linked to the NZ Transport Agency???s motorcycle licensing regime, which offers rider support as they progress through the license stages. The current contracts expire 31 October 2015 and ACC are now seeking suitably qualified and experienced motorcycle trainers to deliver the Ride Forever training over the next 5 years.",Awarded,,20201117 Accident Compensation Corporation,16869742,Request for Tenders,Open Competition,North Harbour Fit-Out,,20151007,20151021,20151215,,Sole Agency,No,peter.campbell@acc.co.nz,"We are looking for building contractors who specialise in interior fit-out and are familiar with working within/around occupied premises. This project will focus on reconfiguring the existing space in our North Harbour offices to align with our requirements and ensuring compliance with Health and Safety standards. See 1293 ACC North Harbour Tender Schedule T in the attachments for more information and instructions on how to submit your application. NOTE: A copy of the Conditions of Contract will follow at a later date.",Awarded,,20201117 Accident Compensation Corporation,17011262,Request for Proposals,Open Competition,Facilities Management Services,,20151120,20160203,20160614,,Sole Agency,No,,"For the last five years ACC has outsourced the delivery of Facilities Management Services to Transfield Services. The term of this contract is approaching expiry and ACC intends to complete this tender and implement any changes resulting from the tender by 1 April 2016. We are eager to receive proposals from suitably experienced and capable providers to assess if the provision of outsourced Facilities Management (FM) services to ACC???s branch network and offices nationwide, can be improved, from a cost and service perspective.",Awarded,,20201117 Accident Compensation Corporation,17138927,Request for Proposals,Open Competition,Policy and Levies Management Tender,PLM01,20160122,20160226,20160822,,Sole Agency,No,Not applicable,"This Tender follows the Notice of Intent Reference: RFx ID 17067021. ACC is issuing this tender to identify and ultimately deliver a fit for purpose solution for its core technology capability Policy and Levies Management (PLM). This procurement relates to the delivery of services to support the Accident Compensation Corporation???s (ACC???s)Transformation Programme. The purpose of the Transformation Programme is to transform the ACC operating model to improve delivery of core services and outputs to customers. RFP Objectives: ACC is looking for the provision of the following through this procurement process: ??? Supply of the product (software). ??? Implementation support for the product. ??? On-going maintenance support for the product. What we don???t need Integration and business change associated with this procurement. ACC is currently undertaking a procurement process for a Transformation Partner that will be engaged to undertake system integration and business integration activities. ACC requires the Respondent to be responsible for the solution implementation and to work with the Transformation Partner to ensure the successful integration of the solution within ACC. ACC expects to have engaged with this Transformation Partner by the time this tender process has concluded. The successful respondent will be required to work with this transformation partner. Important note This Tender is comprised of the following parts: ??? Part One - Tender introduction, overview and rules. ??? Part Two ??? Response Form ??? Attachment One (to Part Two) ??? Response Form ??? Addendum One (to Attachment One) ACC ???s Business and Technology Overview ??? Pricing Schedule Template (including instructions) ??? IT Master Services Agreement ??? Conflict of Interest Letter ??? Respondents failing to demonstrate they can meet all the Pre Qualifying Conditions (as stated in Section 3.2 of Part One ) will be disqualified from the tender, and should therefore conclude that they will not benefit from submitting a Proposal. ??? Responses having met all of the Pre Qualifying Conditions and progressed through to the Tender evaluation, must be sufficiently detailed to allow appropriate consideration and evaluation, and must not rely on product demonstrations to provide sufficient clarity. Only Shortlisted Respondents will be given the opportunity to demonstrate the product and services.",Awarded,"This Tender follows the Notice of Intent Reference: RFx ID 17067021. ACC issued this tender to identify and ultimately deliver a fit for purpose solution for its core technology capability Policy and Levies Management (PLM). This procurement related to the delivery of services to support the Accident Compensation Corporation???s (ACC???s) Transformation Programme. The purpose of the Transformation Programme is to transform the ACC operating model to improve delivery of core services and outputs to customers. The RFP Objectives were: ??? Supply of the product (software). ??? Implementation support for the product. ??? On-going maintenance support for the product.",20201117 Accident Compensation Corporation,17201313,Request for Tenders,Open Competition,Elective Surgery Services - Request for Tender,ESS 2016,20160212,20160311,20160719,,Sole Agency,No,,"ELECTIVE SURGERY REQUEST FOR TENDER This Request for Tender (RFT) is an invitation to suitably qualified suppliers who do not currently hold an ACC Elective Surgery Services contract to submit a Tender for Elective Surgery Services. Only new Suppliers who do not hold a current Elective Surgery Services Contract need to respond to this RFT. Please take note of the timeframes listed below: - Request for Tender (RFT) released: 12th February 2016 - Deadline for Questions: 2nd March 2016 - Deadline for Tenders: 4.00 pm 11th March 2016 If you have any queries regarding this RFT please email acchealthtenders@acc.co.nz",Awarded,,20201117 Accident Compensation Corporation,17283585,Request for Proposals,Open Competition,Multidisclipinary Operating Room Simulation,,20160307,20160307,20160307,,Sole Agency,No,,,Not Awarded,Awarded to UniServices,20201117 Accident Compensation Corporation,17283651,Request for Proposals,Open Competition,New Approach to Back Pain Management by GPs,,20160307,20160307,20160307,,Sole Agency,No,,,Not Awarded,Awarded to the University of Otago,20201117 Accident Compensation Corporation,17304441,Request for Tenders,Open Competition,Housing Modification Services,,20160310,20160415,20160930,,Sole Agency,No,N/A,"ACC is seeking applications from providers who have the capability to provide ACC funded Housing Modification Services from 1 October 2016. Housing Modifications assist Clients to live as independently and safely as possible by removing structural barriers and/or adding fixed features in their homes to meet their identified injury related needs. ACC is responsible for assessing Clients??? needs and providing the appropriate home/workplace modifications required to meet their injury related needs. ACC can modify residential premises in New Zealand in which the Client lives or proposes to live and which are owned, rented, or otherwise lawfully occupied by the Client. It is expected that our contracted provider(s) will work with ACC, our Clients and their family/whanau, our contracted Housing Assessors, architects, regulatory authorities (where necessary) and tradespeople to identify the most practicable and cost effective housing/workplace modification solution/s to meet identified injury related needs. This may include, where appropriate, temporary solutions within the Client???s home to enable them to return home and live safely until permanent modification solutions can be undertaken. We are looking for provider(s) with experience in co-ordinating the delivery of construction related services to meet the needs of people with impaired physical ability. Potential providers will need to demonstrate that they have the people, systems and infrastructure to effectively contract and co-ordinate the delivery of housing modifications from specification to completion. The selected provider(s) will be responsible for ensuring ACC, the Client of ACC and the various professionals who may be supporting Clients return home are involved and kept informed at every step of the planned activity and that the agreed Housing Modifications are progressed and completed in a timely and appropriate manner.",Awarded,,20201117 Accident Compensation Corporation,17452458,Request for Tenders,Open Competition,ISSC Tender - Northland Region 2016,,20160426,20160518,20170623,,Sole Agency,No,,"ISSC Tender - Northland Region 2016: Seeking Suppliers with service providers who understand Tikanga M??ori and are willing to build and maintain connections with local M??ori. For the Northland Region, we are seeking additional Suppliers to apply for the Integrated Services for Sensitive Claims (ISSC) Contract who have one or more service provider(s) located in the Northland Region who are qualified and experienced to deliver assessment and treatment services (primary services). As well as being located in Northland, each service provider(s) must have: ??? an understanding of tikanga M??ori and be willing to build and maintain connections with local M??ori, and; ??? capacity to take on additional referrals and; ??? a willingness to travel within the Northland Region. Existing Suppliers who hold an ISSC contract already do not need to respond to this tender. The above requirements are necessary for new ISSC Suppliers servicing the Northland Region to ensure service provider(s) win the trust and confidence of local M??ori and ensure M??ori throughout the Northland Region have improved access to ISSC and receive better support from the ISSC Service.",Not Awarded,,20201117 Accident Compensation Corporation,17474782,Request for Proposals,Open Competition,Customer Relationship Management System,CRM01 2016,20160502,20160530,20170602,,Sole Agency,No,Not applicable,"ACC is issuing this tender to identify and ultimately deploy a fit for purpose Customer Relationship Management (CRM) solution. This procurement relates to the delivery of services to support the Accident Compensation Corporation???s (ACC???s)Transformation Programme. The purpose of the Transformation Programme is to transform the ACC operating model to improve delivery of core services and outputs to customers. RFP Objectives: ACC is looking for the provision of the following through this procurement process: ??? Supply of the product (software). ??? Implementation support for the product. ??? On-going maintenance support for the product. What we don???t need Integration and business change associated with this procurement. ACC requires the Respondent to be responsible for the solution implementation and to work with the Transformation Partner to ensure the successful integration of the solution within ACC. The successful respondent will be required to work with this transformation partner. Important note This Tender is comprised of the following parts: ??? Part One - Tender introduction, overview and rules. ??? Part Two ??? Response Form ??? Attachment One (to Part Two) ??? Response Form ??? Addendum One (to Attachment One) ACC ???s Business and Technology Overview ??? Pricing Schedule Template (including instructions) ??? IT Master Services Agreement ??? Respondents failing to demonstrate they can meet all the Pre Qualifying Conditions (as stated in Section 3.2 of Part One ) will be disqualified from the tender, and should therefore conclude that they will not benefit from submitting a Proposal. ??? Responses having met all of the Pre Qualifying Conditions and progressed through to the Tender evaluation, must be sufficiently detailed to allow appropriate consideration and evaluation, and must not rely on product demonstrations to provide sufficient clarity.",Awarded,,20201117 Accident Compensation Corporation,17608180,Request for Proposals,Open Competition,Funding Agreement for the Together Towards Zero Programme,,20160616,20160616,20160616,,Sole Agency,No,,,Not Awarded,Awarded to The New Zealand Forestry Industry Safety Council,20201117 Accident Compensation Corporation,17608277,Request for Quotations,Open Competition,Economic Incentive Strategy - Consultancy Support,,20160616,20160616,20160616,,Sole Agency,No,,,Not Awarded,Awarded to Deloitte following a secondary procurement process under the AoG Consultancy Contract,20201117 Accident Compensation Corporation,17608326,Request for Proposals,Open Competition,Third Party Administrator Services,,20160616,20160616,20160616,,Sole Agency,No,,,Not Awarded,"Contract awarded to Aon New Zealand, Gallagher Bassett and Wellnz",20201117 Accident Compensation Corporation,17651701,Request for Tenders,Open Competition,Pain Management Service,17651701,20160704,20160805,20161202,,Sole Agency,No,,"ACC currently has 8 pain management services. All of these services will expire on 31 December 2016. ACC is looking for Suppliers who have the capability, experience and infrastructure to deliver a redesigned and single pain management service for clients at risk of, or suffering from persistent pain. This new service will replace the existing eight pain management services from December 2016. The new service focuses on providing comprehensive pain management support and education across the full spectrum of health care from primary to tertiary care. Who are we looking for? ??? ACC is interested in hearing from Suppliers that have recent experience working in a multidisciplinary team or collaborative environment. ??? Suppliers must have a senior clinical team with at least two years??? experience predominately in pain management in each geographic region for which they wish to hold a contract. ??? Where Suppliers with staff members who have less than two years??? fulltime work equivalent in pain management. Staff members must receive supervision from a health professional from the same professional discipline with more than two years??? experience predominately in pain management. ??? Supervision may be provided by a supervisor based in a different geographical region. ??? A senior clinical team should at a minimum include a medical practitioner, physiotherapist, occupational therapist and psychologist. ??? Suppliers must be able to demonstrate knowledge and application of clinical best practice and service innovation in the context of pain management. ??? In addition, they must have service providers with appropriate levels of pain management experience including relevant qualifications and professional memberships. ??? Evidence of a client centric service delivery and ability to provide a culturally sensitive service is also essential.",Not Awarded,"Community Services: Active Ltd APM Workcare Body In Motion Physiotherapy Christchurch Pain Management Services Counties Manukau District Health Board EnableWorks Limited Futureproof Rehab Ltd Habit Group Hutt Valley District Health Board Integrative Pain Care Ltd Nelson Nursing Service Ltd Occupational Health Canterbury Pain Management and Rehabilitation Services ProActive Rehab Ltd QE Health SouthernRehab Taranaki District Health Board TBI Health WorkRehab Tertiary Services: Auckland District Health Board Canterbury District Health Board Capital and Coast District Health Board",20201117 Accident Compensation Corporation,17687515,Request for Proposals,Open Competition,"Off Site Safety (Personal Security Mobile Duress Alarms, Monitoring & Response) Panel Procurement",,20160712,20160801,20170619,,Syndicated Opportunity,No,,"This Request for Proposals (RFP) seeks proposals for a solution or solutions that will mitigate, as far as practicable, the risk of harm to Accident Compensation Corporation (ACC) and other State Sector workers while carrying out business off site. Proposals must include: ??? A mobile duress alarm option, or options, providing coverage anywhere in New Zealand. ??? A monitoring service that includes: o Alarm activation monitoring. o Emergency response initiation. o Business process or technical integration to assure the linkages between alarm activation, sourcing off site event details and emergency response. The expected business outcome is a business process framework, supported by technology where appropriate, that demonstrably mitigates risk of harm to ACC & other Agency staff as they carry out their duties away from their premises. ACC has identified that a number of State Sector agencies have similar requirements to its own, therefore it is intended that any contract(s) awarded from this procurement will be Syndicated, meaning that any eligible Agency may chose to become a party to the contract, subject only to the Lead Agencies agreement. Please note that RFP responses must be emailed to Procurement@acc.co.nz",Awarded,The award value is unknown as dependant upon the uptake of this Syndicated procurement,20201117 Accident Compensation Corporation,17855594,Request for Proposals,Open Competition,Development of a Resilience Programme,,20160901,20160930,20170403,,Sole Agency,No,,"ACC want to introduce a Resilience Programme which is highly engaging for employees, developed and delivered in partnership with external experts; innovative by design and provides a great experience for our people. This project will focus on building capability and resilience, and as a result develop a blended learning programme to assist and build a resilience and wellness focus. The programme will use proven learning methods to stimulate and engage employees to make better decisions about their resilience and managing change reactions in the workplace. Development of this programme will commence in November 2016, with delivery in early 2017 with a blended solution, tailored to meet the diverse needs of all ACC employees. Proposals must be emailed to procurement@acc.co.nz.",Awarded,,20201117 Accident Compensation Corporation,17963808,Request for Proposals,Open Competition,Business Rules Management System,WR6953,20160928,20161021,20180611,,Sole Agency,No,,"ACC is looking to procure a Business Rules Management System through delivering the following capability requirements: • Centralised business rules and terms repository • Business rules and terms management • Business rules modelling and validation • User access management • Workflow management RFP Objectives ACC is looking for the provision of the following through this procurement process: • Supply of the product (software) • Installation support for the product • Training on the configuration and use of the product • On-going maintenance support for the product This Tender is comprised of the following parts: • Part One - Tender introduction, overview and rules, this includes:Addendum One,Pricing Schedule Template, and IT Master Services Agreement. • Part Two – Response Form • Attachment One (to Part Two) – Response Form",Not Awarded,No Winner ??? This procurement process has been cancelled with no contract awarded.,20201117 Accident Compensation Corporation,18067774,Request for Proposals,Open Competition,Community Group Strength and Balance - Lead Agency,,20161025,20161202,20170522,,Sole Agency,No,,"The main objective of this procurement activity is to select a Lead Agency per DHB district that will grow and coordinate access to effective community group strength and balance programmes across a DHB district. It is our aspiration to create 100,000 places nationwide in community group strength and balance programmes for older people to attend in year three of implementation. To do this we have a contribution of about $6 million across the country over a three year period. ACC's key objectives for this programme of work are to ensure effective community group strength and balance programmes are widely available and accessible, are affordable for older people, and are financially sustainable for ACC and partners.",Not Awarded,"To date, contracts have been awarded to the following suppliers: Q E Health Limited (Lakes DHB district) Harbour Sport Trust (Auckland and Waitemata DHB districts) Sport Canterbury (Canterbury DHB district) Nelson Bays Primary Health (Nelson Marlborough DHB district) Midland Community Pharmacy Group (Waikato DHB district) Sport Northland (Northland district) Sport Bay of Plenty (Bay of Plenty district) Presbyterian Support East Coast (Hawke's Bay and Tairawhiti districts) Sport Wellington (Capital & Coast, Wairarapa, Hutt districts)",20201117 Accident Compensation Corporation,18259697,Request for Proposals,Open Competition,Professional Services for Dunedin Development Project,,20161221,20170127,20180315,,Sole Agency,No,procurement@acc.co.nz,"This opportunity in a nutshell ACC is considering amalgamating its three Dunedin offices into a single location. ACC has evaluated accommodation options in the target area and its preferred approach is to use its space requirement and its credentials as a potential anchor tenant to trigger a new development in central Dunedin. ACC has identified a target site owned by Dunedin City Council (DCC) and DCC has expressed support for the development proposal on the basis the development incorporates a significant car park component. ACC and DCC are also considering the inclusion of a medical centre in the development and other potential users of office space. The project is required to be completed and ready for occupation by June 2019. ACC Investments wishes to proceed with the detailed design, specification and documentation of the development in order to achieve this deadline, however will focus the initial aspects of this work on examining the commercial feasibility of the proposal. ACC has organised the project into two stages as follows: Stage 1: User requirements and project definition, engineering and design, specification, cost/pricing and viability, consents, documentation, contracts, funding, approvals and project commitments. The early aspects of this work will focus on concept design, indicative project/occupancy costs and project feasibility, this aiming to give the parties confidence as to the viability of proceeding with the balance of stage 1 and construction of the project. Stage 2: Physical construction, administration, management, delivery, completion. What we need ACC is seeking to secure professional services for the project and at this stage intends appointing providers of lead design, geotechnical and structural engineering, quantity survey and project management services. Other professional services will be included as the project evolves. ACC's preference is to secure separate providers for each of these services, but is open to considering any synergies which may result from a single provider delivering more than one of the services required. The purpose of this RFP is to seek proposals for the provision of the professional services as outlined in Section 2.",Not Awarded,"Procurement process cancelled, no contracts awarded.",20201117 Accident Compensation Corporation,18399664,Request for Quotations,Open Competition,PMO tools for MS Project Online,PMO12017,20170220,20170306,20180125,,Sole Agency,No,,"Accident Compensation Corporation (ACC) is upgrading its existing project scheduling capability from standalone MS Project 2010 to MS Project Online. It wishes to upgrade the current MS Project to MS Project Online that has a significant amount of pre-configuration already in place, so as to: 1. Significant reduction in the implementation time of MS Project Online. 2. Leverage an existing best practice configuration of MS Project Online so as to not have to re-invent the wheel by starting at base level requirements. 3. Make a step change in maturity by being able to jump to a tried and tested end state configuration. ACC is looking to procure professional services to support the upgrade to MS Project Online and provision a preconfigured solution that meets these needs. ACC is looking for a solution that is provided via Software as a Service (SaaS) approach on a subscription basis.",Awarded,,20201117 Accident Compensation Corporation,18424754,Request for Tenders,Open Competition,Request for Tender - Vocational Rehabilitation Service,,20170301,20170413,20170929,,Sole Agency,No,,"ACC is procuring a revised vocational rehabilitation service that provides a clear pathway for clients to return to work or independence. ACC is seeking tenders from potential Suppliers who can demonstrate their understanding of the requirements, provide evidence of appropriate technical skills, expertise or relevant experience to deliver cohesive and complementary services in a multidisciplinary environment. Please download the attached tender documents for further information. If you have any queries regarding this Tender please email: acchealthtenders@acc.co.nz",Not Awarded,"The following are the successful respondents for the Vocational Rehabilitation Service Tender that went live on 29 August 2017: SouthernRehab Fit for Work Ltd Habit Group* APM Workcare ProActive Rehab Ltd Work Recovery* Active Ltd * Habit Group has acquired Work Recovery from 1 September 2017. This change means the number of suppliers who hold the VRS contracts will reduce from 7 to 6 nationwide.",20201117 Accident Compensation Corporation,18651159,Request for Tenders,Open Competition,"Communication Assistive Technology, Assessment and Training Services",CATA RFT 2017,20170511,20170614,20171005,,Sole Agency,No,,"WHAT WE NEED ACC???s current Assistive Technology Assessment (ATA) contract will expire on 30 September 2017. ACC is looking for a Supplier or Suppliers who have the capability and experience to deliver Communication Assistive Technology, Assessment and Training (CATA) Services (previously known as Assistive Technology Assessment Services). The service will assess Client need, recommend and trial Communication Assistive Technology options that will contribute towards improved functional outcomes for a Client. Communication Assistive Technology includes; Augmentative and Alternative Communication (AAC), Computer Access Aids and Environmental Controls (Assistive Technology). WHAT'S IMPORTANT TO US? ACC is interested in hearing from Suppliers who have a service philosophy that aligns with the principles of the New Zealand Disability Strategy and have Named Providers who are members of the Assistive Technology Alliance of New Zealand (ATANZ). Suppliers must be able to demonstrate knowledge and application of clinical best practice and service innovation in the context of CATA. Evidence of a client centric service delivery and ability to provide a culturally sensitive service is also essential. WHY SHOULD YOU SUBMIT A TENDER? This is a unique opportunity to apply to become a Supplier of quality services that support ACC clients with Assistive Communication needs by contributing to: ??? improved client functional outcomes; ??? ensuring clients receive timely, quality services; ??? ensuring clients receive services in a culturally appropriate manner. A BIT ABOUT US ACC is the Crown entity working under the Accident Compensation Act 2001 that manages and delivers New Zealand???s Accident Compensation Scheme. ACC contributes to the Government???s goal of improving New Zealand???s economic performance by reducing the incidence and severity of injury and providing an efficient and comprehensive, no-fault accident insurance scheme that supports injured people to return to work, independence or everyday life as quick and safely as possible. HOW TO REGISTER WITH TRADE INTERCHANGE Please use this link to Register with Trade Interchange: https://reg.e-tender.com.au/acccata.aspx FURTHER INFORMATION Further information is outlined in the Request for Tender Document attached.",Awarded,,20201117 Accident Compensation Corporation,18699704,Request for Proposals,Open Competition,Voice of the Customer Solution - Request for Proposal,WR7010A,20170526,20170622,20180124,,Sole Agency,No,,"ACC wishes to implement ???real time??? customer feedback through the concept of Closed Loop Feedback (Voice of the Customer solution). Closed Loop Feedback (CLF) is intended to operate as the ???real-time??? pulse check of the ACC customer experience across all functions and levels to enable immediate and coordinated action across ACC. For interested parties please refer to the Attachments section of this notice to obtain RFP documents.",Awarded,,20201117 Accident Compensation Corporation,18754676,Request for Proposals,Open Competition,Assessment Services,ASSESSMENT RFP 2017,20170615,20170719,20180117,,Sole Agency,No,,"WHAT WE NEED ACC is looking for Suppliers who have the capability and experience to deliver the following Assessment Services: ??? Housing Modification Assessment Services (HMA) ??? Education Based Rehabilitation Assessment Service (EBRA) ??? Wheelchair and Seating Assessment Service (WSA) ??? Support Needs Assessment Service (SNA) ??? Social Rehabilitation Needs Assessment Service (SRNA) WHAT'S IMPORTANT TO US? ACC is interested in hearing from Suppliers who have a service philosophy that aligns with the principles of the New Zealand Disability Strategy (NZDS) http://www.odi.govt.nz/nz-disability-strategy/ and who have appropriately qualified and experienced health professionals to deliver each of the services above. Evidence of clinical capability, client centric service delivery, the willingness to provide a culturally appropriate service and capacity to provide services promptly are amongst the criteria against which Suppliers will be selected. WHY SHOULD YOU SUBMIT A PROPOSAL? This is a unique opportunity to become an ACC contracted Supplier contributing to: ??? improved client functional outcomes; ??? ensuring clients receive timely, quality services; ??? ensuring clients receive services in a culturally appropriate manner. A BIT ABOUT US ACC is a Crown entity working under the Accident Compensation Act 2001 that manages and delivers New Zealand???s Accident Compensation Scheme. ACC contributes to the Government???s goal of improving New Zealand???s economic performance by reducing the incidence and severity of injury and providing an efficient and comprehensive, no-fault accident insurance scheme that supports injured people to return to work, independence or everyday life as quick and safely as possible. HOW TO REGISTER WITH TRADE INTERCHANGE To access the Trade Interchange website, register through this link: https://reg.e-tender.com.au/accas.aspx FURTHER INFORMATION Further information is outlined in the Request for Tender Document attached.",Awarded,,20201117 Accident Compensation Corporation,18755721,Request for Proposals,Open Competition,Robotic Process Automation System (Request for Proposal),WR7015,20170616,20170714,20180611,,Sole Agency,No,,"ACC is issuing this tender to identify and ultimately deploy a fit for purpose Robotic Process Automation solution. This procurement relates to the automating high volume processes where there is little cognitive effort required to complete the associated tasks. ACC is looking to procure: (1) Robotic Process Automation System through delivering the following capability requirements: ??? Automation Development. ??? Support of Applications. ??? Automation Management. ??? Reporting and Analytics. ??? User Access Management. (2) Capability to develop and maintain robots on behalf of ACC. RFP Objectives ACC is looking for the provision of the following through this procurement process: ??? Supply of the product (software) ??? Installation support for the product ??? Training on the configuration and use of the product ??? On-going maintenance support for the product ??? Robot development capability Please refer to the attachments section of this tender notice to download Tender documents.",Not Awarded,No Winner ??? This procurement process has been cancelled with no contract awarded.,20201117 Accident Compensation Corporation,18851422,Request for Proposals,Open Competition,ACC Actuarial Services,,20170719,20170818,20180131,,Sole Agency,No,,"The Accident Compensation Corporation (???ACC???) is seeking to engage a supplier of actuarial services to conduct the annual external valuation of ACC???s Outstanding Claims Liability (???OCL???). This external valuation will also inform the annual Non-Earners??? appropriation for funding and the biennial levy setting process. The OCL is an estimate of the present value of the future cash flows associated with accidents that occurred before the valuation date. ACC is looking for a credible supplier who has the capability and experience to deliver the required actuarial services. They need to have a good track record in providing similar actuarial services. There are certain pre-conditions that must be met ??? see Section 3.2 of the RFP. Please note that the proposed contract will be released as an addendum to this RFP at a later date. Please refer to the ACC June 2016 Valuation Report (available upon request to procurement@acc.co.nz and conditional upon signing a confidentiality agreement) for information on current classes used (accounts and payment types), the relative sizes and associated risks or subjectivities inherent in the valuation. ACC is offering one-on-one supplier briefing sessions. These must be requested to procurement@acc.co.nz by 26 July 2017. One hour time slots are available on 31 July and 1 August 2017 and will be allocated on a first in first served basis. Please see section 1.2 of the RFP for further information. Supplier presentations for shortlisted providers are intended to be held on 11 and 12 September 2017. RFP responses must be submitted to procurement@acc.co.nz by 4pm, 18 August 2017. Please note that this is a two envelope process. This means that your price response must be submitted in a separate soft copy document or folder.",Awarded,,20201117 Accident Compensation Corporation,19004684,Request for Proposals,Open Competition,Private Surgical Hospital Innovation in Infection Prevention RFP,,20170911,20171009,20180205,,Sole Agency,No,,"This procurement relates to reducing the incidence and severity of accepted Treatment Injury Infection claims. We wish to engage a ???Project Team??? with suitable skills and experience, operating as consultants who will engage with the Private Surgical Hospitals and sector. They will review current processes, analyse new innovative ideas and/or options and summarise and prioritise innovative projects. The key outcome that that we want to achieve is an evidence informed report that details and prioritises an array of infection initiatives ??? not single factor interventions that are designed to reduce accepted Treatment Injury Infection claims within Private Surgical Hospitals in New Zealand.",Awarded,,20201117 Accident Compensation Corporation,19069085,Request for Proposals,Open Competition,Orthotic Services,,20171005,20181231,20190401,,Sole Agency,No,,"ACC is seeking applications from Respondents who have the capability to provide Orthotic Services to ACC clients. This is a new contract for the supply of consultations and the provision of orthoses. While orthoses are included in Public Health Acute Services (provided by DHBs) and some ACC contracts this will be the first ACC contract for Orthotic Services. The objectives of the contract are to: ??? improve timeliness of client treatment by reducing the time for processing applications for prior approval; ??? put in place minimum quality standards by requiring contracted suppliers to use orthotist providers who are accredited members of their professional association the NZ Orthotist and Prosthetist Association (NZOPA). (Podiatrists providers are registered with the NZ Podiatrist Board and must hold an Annual Practising Certificate); ??? improve consistency in ACC decision making; ??? provide ACC with better information about what is being purchased; and ??? create a platform for future development. An open application process is being used to establish this contract. Respondents who demonstrate they can meet ACC???s contract requirements and subsequent due diligence checks will be awarded a contract. There is no intention to reduce the number of suppliers for orthoses through this process. The cost of orthoses invoiced by suppliers under this initial contract will be monitored over the term of the contract, for the purpose of identifying outliers and a better understanding the cost of orthoses. ACC will award a contract for Orthotic Services if the Respondent can show in their Application that they: ??? use qualified Orthotists and/or Podiatrists that meet the pre-conditions of the contract to provide the service, ??? can deliver services in accordance with ACC???s service specifications, ??? can meet ACC???s reporting and invoicing requirements, and ??? pass ACC???s due diligence checks. Suppliers who engage orthotists and/or podiatrists to provide Orthotic Services to ACC clients must hold a contract.",Not Awarded,This service is open to new applicants.,20201117 Accident Compensation Corporation,19469028,Request for Proposals,Open Competition,Debt Collection Services,,20180221,20180329,20181206,,Sole Agency,No,,ACC needs to ensure that it is able to meet it claims liabilities. One means of meeting this obligation is ensuring that all levies payable are recovered though cost effective and efficient debt collection services. ACC is seeking to select credible and capable suppliers with an established track record of service delivery with the capacity to manage ACC???s volumes deliver financial returns and provide professional service to our customers. Successful respondents will be able to demonstrate the use of processes and systems in support of their operations. Financial and organisational stability over time is a key consideration.,Awarded,,20201117 Accident Compensation Corporation,19561445,Request for Proposals,Open Competition,Auckland Office Fitout,,20180321,20180413,20180607,,Sole Agency,No,procurement@acc.co.nz,"In late 2018 ACC will relocate part of its Auckland operations to a new facility in Newmarket. The purpose of this RFP is to identify and select a contractor capable of undertaking the hard fitout work to a modern, open plan configuration. It is expected that work will be able to commence at the start of June, and will need to be completed by 29 August 2018. The completion date is driven by an expiring lease.",Awarded,,20201117 Accident Compensation Corporation,19616792,Request for Tenders,Open Competition,Living My Life 2018 Request for Application,LML 2018,20180523,20180704,20181025,,Sole Agency,No,,"What we need ACC is seeking applications from Respondents who have the capability to provide Living my Life Services to ACC clients. This is a new contract and will replace ACC???s current four disability support services contracts (Supported Activities, Supported Employment, Transition Programme and Supported Living). Respondents can apply for one or more of the four components of the Service (Facilitated Pathways Map, Independent Facilitation, Tailored Supports, Coaching to Self Manage) Living my Life will support clients to: ??? Explore what is important to them while identifying and choosing their local, natural and funded community supports. ??? Optimise participation across their life roles and build their capabilities and skills to be able to contribute to their family/wh??nau and community. ??? Understand and choose whether they can and will self-manage their funding, services and supports within ACC Self-management. Living my Life will be one contract, comprising four components: ??? Facilitated Pathway Map: undertaken with the Client to assist them to describe their aspirations and explore the pathways to achieve them. ??? Independent Facilitation: undertaken with the Client to enable them to connect with their community, make choices about their life, create goals and consider how they will implement the plans they develop. ??? Tailored Supports: a programme of disability support delivered to an individual and/or within a group setting. Programme plans are developed with the Client for up to a 12 month period with the aim to develop their skills and engagement in everyday life. This will primarily be within their communities and achieve cultural, community and employment participation. ??? Coaching to Self Manage: a combination of sessions with a Client to provide information and support to for them to consider, understand and choose if and how they could self-manage their ACC funding, services and supports. This would be delivered prior to a Client initiating ACC Client Self-management.",Awarded,,20201117 Accident Compensation Corporation,19668503,Request for Proposals,Open Competition,External Audit Services for Incentive Programmes,,20180427,20180525,20180910,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is seeking to engage a panel of suppliers to provide Auditing Services (???the Services???) to workplaces participating in ACC???s Incentive Programmes. ACC is looking for credible auditors who have the capability and, experience and are professionally committed to continual improvement. It is important for ACC that suppliers and support personnel have business standards consistent with ACC???s values and goals to provide Services nationally.",Awarded,,20201117 Accident Compensation Corporation,19830392,Request for Proposals,Open Competition,Provision of Taxi (Small Passenger services) and Associated Billing & Administration services,,20180619,20180723,20190228,,Sole Agency,No,,"The Accident Compensation Corporation (ACC = the Lead Agency) and ten other participating Government Agencies (the Eligible Agencies) are seeking taxi (small passenger services) and associated billing and administration services. (Includes shuttle, companion driving and mobility services) We are seeking to select credible and capable supplier(s) with an established track record of safe service delivery with the capacity to manage the volumes and provide a professional service to staff and clients. Respondents will be able to demonstrate the use of processes and systems in support of their operations. We are also interested to hear about new technology and innovation which may contribute towards efficiencies and cost savings.",Awarded,"Two respondents have been selected for the General Taxi services Panel - The Blue Bubble Alliance and Taxi transport Consortium Driving Miss Daisy have been selected for Companion Driving Services Super Shuttle NZ have been selected for Shuttle services",20201117 Accident Compensation Corporation,20094616,Request for Tenders,Open Competition,Integrated Home and Community Support Services,,20180831,20181012,20190301,,Sole Agency,No,,"WHAT WE NEED ACC currently funds the delivery of attendant care, childcare and homecare following an accident to support a Client???s return to independence or allow a Client to attain a maximum level of participation in everyday life under the Home and Community Support Services (HCSS). The contracts with Suppliers currently providing these services will expire on 28 February 2019. ACC will replace the current HCSS contract with a new Integrated Home and Community Support (IHCS) Services contract effective from 1 March 2019. ACC is looking for suppliers who have the capability and expertise to deliver Integrated Home and Community Support Services (IHCS). For further information please refer to the attachments.",Awarded,,20201117 Accident Compensation Corporation,20150439,Request for Proposals,Open Competition,RFP Professional Supervision Services,,20180912,20181003,20190501,,Sole Agency,No,,"ACC is seeking supplier/s who can deliver professional supervision services to ACC staff across New Zealand. The professional supervision services consist of a formalized, regular and sustained review of professional development and of work undertaken within a structured and contractual supervisory relationship. Professional supervision is an opportunity for ACC staff to receive feedback and guidance from a suitably qualified person, to enhance professional functioning, assist in the recognition and prevention of stress, develop skills, and build on strengths. ACC is looking for well experienced suppliers who can meet the pre-conditions, and can offer a fit for purpose solution, capability, capacity and value for money in delivering the services.",Awarded,,20201117 Accident Compensation Corporation,20301136,Request for Proposals,Open Competition,"Wellington Office Fitout, Justice Centre Level 7",,20181026,20181121,20190205,,Sole Agency,No,,"ACC is refitting office space in the Justice Centre, level 7, in Wellington. The purpose of this RFP is to identify and select a contractor capable of completing the hard fitout work to a modern standard. It is expected the work will be able to commence in early January 2019, and will need to be completed by 8 March 2019.",Awarded,,20201117 Accident Compensation Corporation,20955949,Request for Proposals,Open Competition,Funding Agreement,,20190417,20190417,20190417,,Sole Agency,No,,,Awarded,,20201117 Accident Compensation Corporation,20956156,Request for Proposals,Open Competition,Funding Agreement,,20190417,20190417,20190417,,Sole Agency,No,,,Awarded,,20201117 Accident Compensation Corporation,20956254,Request for Proposals,Open Competition,Funding Agreement,,20190417,20190417,20190417,,Sole Agency,No,,,Awarded,,20201117 Accident Compensation Corporation,20956339,Request for Proposals,Open Competition,Contract for Services,,20190417,20190417,20190417,,Sole Agency,No,,,Awarded,,20201117 Accident Compensation Corporation,20956662,Request for Proposals,Open Competition,Contract for Services,,20190417,20190417,20190417,,Sole Agency,No,,,Awarded,,20201117 Accident Compensation Corporation,20998350,Request for Proposals,Open Competition,Engaging with Maori Employers and Maori Workers,,20190506,20190506,20190506,,Sole Agency,No,,,Awarded,,20201117 AgResearch Limited,18269208,Request for Proposals,Open Competition,Mass spectrometry equipment,,20170104,20170203,20170623,,Sole Agency,No,,"AgResearch is looking to purchase a high-resolution electrospray LC-MS/MS mass spectrometer; and a high sensitivity triple-quadrupole electrospray LC-MS/MS mass spectrometer. We are looking for a supplier with a proven record of technical excellence, installation, service and support of mass spectometers. AgResearch is planning new science buildings in Lincoln, where combined omics laboratories will be one of the showcase facilities. This is an opportunity to supply one or two mass spectrometers to AgResearch and be seen as a key component in a high profile facility. Similarly, We are building a Joint Food Science Facility with Massey University on the Palmerston North Massey campus which will house significant analytical capability for food and nutrition science, including mass spectrometers. AgResearch may purchase both instruments from a single supplier, or may purchase each from separate suppliers. The high-resolution instrument is intended for installation in Lincoln, and the triple-quadrupole instrument for installation in Palmerston North.",Awarded,,20201117 AgResearch Limited,18379786,Request for Proposals,Open Competition,UHT/HTST Pilot Scale Processing Plant,270,20170213,20170317,20170623,,Sole Agency,No,,"AgResearch Dairy Foods Section is seeking a small scale HTST/UHT laboratory/pilot plant system coupled to a sterile filling system for processing and product development of liquid dairy based beverages. The filling system should handle bottles and/or foil pouches. Production rates should be less than 100 L/h. Process temperatures of up to 150°C are required.",Awarded,,20201117 AgResearch Limited,18414457,Request for Proposals,Open Competition,Infrastructure Data Centre Hosting,,20170224,20170324,20170626,,Sole Agency,No,,In order to protect the AgReseach staff and the Intellectual Property developed as part of their scientific research we are seeking a partner to host some of the AgReseach IS Infrastructure in their South Island Data Centre facility which will have industry accredited security and be consistent with the principles of a Tier III data centre.,Awarded,,20201117 AgResearch Limited,18452620,Request for Proposals,Open Competition,Skype for Business Consultancy and Delivery,,20170310,20170421,20170626,,Sole Agency,No,Proposals must be submitted electronically to the GETS inbox for this opportunity,"AgResearch are looking for a vendor to undertake a company wide roll-out of the Skype for Business solution. The project objectives are: Confirm stakeholder requirements for end user UC/ VC/ Telephony and present a UC solution that incorporates: a. The replacement of three aging analog based phone systems with a Skype For Business based VOIP solution b. A replacement of the existing video conferencing capability with a Skype for Business integrated VC solution AgResearch does not want Submissions for just the technical design or delivery aspects of the project, we want a vendor to take full responsibility for end to end design and delivery of the full lifecycle of the project Solutions that will not meet the business requirements both for the immediate future and for any future growth or collaboration with other trusted parties",Awarded,,20201117 AgResearch Limited,18520825,Request for Proposals,Open Competition,Winchmore Farm Irrigation Supply and Installation,FARS001,20170328,20170428,20170612,,Sole Agency,No,suzie.valentine@agresearch.co.nz,"AgResearch’s Winchmore Farm receives water from Ashburton Lyndhurst Irrigation Ltd (ALIL). It has traditionally supplied water delivered via border-dyke irrigation. ALIL has invested in a scheme upgrade - supplying water via pipes to farms. As part of its resource consent, ALIL requires all farms to have converted from border dyke delivery to sprinkler delivery by the start of the 2017-18 irrigation season. As a consequence of the above, AgResearch needs to replace its border dyke irrigation infrastructure with sprinkler irrigation by Sept 2017, if it is to continue to irrigate Winchmore. This RFP is for the design, supply and installation of sprinkler irrigation on the Winchmore Farm.",Awarded,,20201117 AgResearch Limited,18569831,Request for Proposals,Open Competition,Winchmore Earth Works,FARS001,20170413,20170505,20170607,,Sole Agency,No,suzie.valentine@agresearch.co.nz,"AgResearch’s Winchmore Farm receives water from Ashburton Lyndhurst Irrigation Ltd (ALIL). It has traditionally supplied water delivered via border-dyke irrigation. ALIL has invested in a scheme upgrade - supplying water via pipes to farms. As part of its resource consent, ALIL requires all farms to have converted from border dyke delivery to sprinkler delivery by the start of the 2017-18 irrigation season. As a consequence of the above, AgResearch needs to replace its border dyke irrigation infrastructure with sprinkler irrigation by Sept 2017, if it is to continue to irrigate Winchmore. This RFP is for the earthworks to remove the existing border-dyke irrigation infrastructure and prepare the ground for the overhead sprinkler irrigation. AgResearch requires the removal of fences along the main and distributary Races, the retrieval of sills, dams, culverts and miscellaneous concrete products, the removal of gates and any metal structures not fixed to concrete structures, the removal of water races and lanes.",Awarded,,20201117 AgResearch Limited,18569931,Request for Proposals,Open Competition,Winchmore Farm Tree Removal,FARS001,20170413,20170505,20170607,,Sole Agency,No,suzie.valentine@agresearch.co.nz,"AgResearch’s Winchmore Farm receives water from Ashburton Lyndhurst Irrigation Ltd (ALIL). It has traditionally supplied water delivered via border-dyke irrigation. ALIL has invested in a scheme upgrade - supplying water via pipes to farms. As part of its resource consent, ALIL requires all farms to have converted from border dyke delivery to sprinkler delivery by the start of the 2017-18 irrigation season. As a consequence of the above, AgResearch needs to replace its border dyke irrigation infrastructure with sprinkler irrigation by Sept 2017, if it is to continue to irrigate Winchmore. This RFP is for the tree work required to be undertaken so that the sprinkler irrigation can be installed on the Winchmore Farm. AgResearch require trees and hedgerows to be removed, fences removed, stumps work undertaken, burning and ground restoration to support the installation of overhead and pivot sprinklers. Please note it does not include the groundwork associated with the removal of the border-dyke infrastructure, only the ground work associated with trees and hedges.",Awarded,,20201117 AgResearch Limited,20547656,Request for Proposals,Open Competition,Electronic Lab Notebook and Sample Tracking System,,20181213,20190125,20190326,,Sole Agency,No,,"AgResearch Limited is undertaking a transformation of the way in which it manages it data. As part of this transformation, there is a need to move to more modern and electronic ways of working. This goal is supported through the procurement and implementation of an off the shelf integrated Electronic Laboratory Notebooks and Sample Tracking System that will integrate with our existing laboratory technology for our research teams. We are looking to engage with a partner vendor to provide both technology and implementation services for these new technologies",Not Awarded,,20201117 AgResearch Limited,20601706,Request for Proposals,Open Competition,Two liquid chromatography- high-resolution mass spectrometry systems for metabolomics,,20190115,20190215,20190322,,Sole Agency,No,,"Metabolomics is one of AgResearch???s key technologies for adding value to its science projects, and as New Zealand???s leading metabolomics facility, this is a major reason to collaborate and engage with AgResearch. We need Two high-resolution electrospray liquid chromatography systems coupled to high-resolution mass spectrometers. AgResearch is looking for a supplier with a proven record of technical excellence, installation, service and support of mass spectrometers in New Zealand.",Awarded,,20201117 AgResearch Limited,20908778,Request for Proposals,Open Competition,Lincoln Farm Irrigator,,20190404,20190426,20190507,,Sole Agency,No,,AgResearch Lincoln farm is a 140 hectare dry-stock and cropping farm suppling world class research to our own science teams and outside companies. This opportunity gives prospective suppliers the privilege to quote on a new irrigation development to allow our team to continue supplying world class research and innovation to primary sectors in New Zealand and abroad.,Awarded,,20201117 Airways Corporation New Zealand,3931233,Request for Proposals,Open Competition,Project and Portfolio Management Solution,,20140829,20140915,20170905,,Sole Agency,No,"26 Sir William Pickering Drive, Russley, Christchurch 8053","Airways wish to procure Software as a Service Project and Portfolio Management Solution (PPMS). The PPMS will be user focused and provide standardised project and programme management tools; and portfolio management capability and visibility, across the organisation for Airways three key project portfolios i.e. Capex, Operating and Revenue projects.",Not Awarded,Awarded to Sentient Software Ltd,20201117 Airways Corporation New Zealand,5586874,Request for Proposals,Open Competition,RFP For Woodbourne Airfield Lighting Circuits and Civil Works,,20141021,20141117,20170726,,Sole Agency,No,,Airways Corporation of New Zealand Limited (Airways) invites proposals from qualified parties for goods and/or services in relation to re-cabling of the Woodbourne airfield lighting circuits and as further set out in the Scope of Works,Not Awarded,,20201117 Airways Corporation New Zealand,17274096,Request for Proposals,Open Competition,VSAT Space Segment Supply for New Zealand & Pacific,,20160303,20160325,20170726,,Sole Agency,No,,"Airways invite proposals from qualified parties for services in relation to the supply of VSAT Space Segment for New Zealand and the Pacific. Airways is seeking Space Segment pricing options and Satellite options for the provision of satellite bandwidth services for VSAT links from the hub in Christchurch, New Zealand to Auckland, New Zealand, and from Christchurch, New Zealand to Pacific locations listed in the RFP Annexure B ???Scope of Works???",Not Awarded,,20201117 Airways Corporation New Zealand,17375703,Request for Proposals,Open Competition,Airways Broking & Intermediary Services,,20160408,20160506,20190219,,Sole Agency,No,,"The overarching objective of this RFP is to obtain insurance broking/intermediary services that enhance the risk management capability across Airways Corporation of New Zealand Limited (Airways), from a provider who understands the risks that Airways??? business is exposed to and assists Airways to develop a commercial, forward looking programme of insurance solutions.",Not Awarded,AON,20201117 Airways Corporation New Zealand,17919724,Request for Proposals,Open Competition,Replacement of Instrument Landing Systems (ILS),,20160916,20161021,20170905,,Sole Agency,No,,Airways Corporation of New Zealand Limited (Airways) invites proposals from qualified parties for goods and/or services in relation to replacing both Instrument Landing Systems (ILS) at Auckland and Christchurch Airports as further set out in the RFP Scope of Works.,Not Awarded,Awarded to Indra for circa $2.74m,20201117 Airways Corporation New Zealand,18507405,Request for Proposals,Open Competition,Invercargill Air Traffic Control Tower Major Refurbishment,,20170324,20170421,20170726,,Sole Agency,No,,"Airways Corporation of New Zealand Limited (Airways) invites proposals from qualified parties for services in relation to Invercargill Air Traffic Control Tower Major Refurbishment, as further set out in the Scope of Works document. Note - Any persons wishing to respond to this RFP should read the covering letter first.",Not Awarded,No suitable response from the market.,20201117 Airways Corporation New Zealand,18604417,Request for Proposals,Open Competition,Invercargill Air Traffic Control Tower Major Refurbishment,,20170501,20170515,20170905,,Sole Agency,No,,"Airways Corporation of New Zealand Limited (Airways) invites proposals from qualified parties for services in relation to Invercargill Air Traffic Control Tower Major Refurbishment, as further set out in the Scope of Works document. Note - Any persons wishing to respond to this RFP should read the covering letter first.",Not Awarded,Unable to secure construction services within timeframe and location,20201117 Airways Corporation New Zealand,19702562,Request for Proposals,Open Competition,Air Traffic Digital Tower Services,,20180507,20180712,20190219,,Sole Agency,No,,Airways Corporation of New Zealand Limited invites proposals from qualified parties for services in relation to requirements for the supply and Installation of Air Traffic Digital Tower Modules at both Invercargill Airport and Airways??? Development Centre in Christchurch.,Not Awarded,Award to Frequentis Australasia LTD approx. $1.9m NZD,20201117 Auckland Council,564490,Request for Tenders,Open Competition,Tender for the Laingholm Village Hall Refurbishment - Old GETS ref# 42772,ACPN_15784,20140709,20140729,20140902,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Auckland Council is seeking tenders from suitably qualified main contractors for the Laingholm Village Hall Refurbishment For further information please refer to the attached RFT documents below.",Not Awarded,,20201117 Auckland Council,623410,Request for Tenders,Open Competition,"Tender for the West Wave Aquatic Centre - Family Changing Room, Fitness Centre Door and Physiotherapy Fit-out - Old GETS ref# 42846",ACPN_14874,20140716,20140804,20170622,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Auckland Council is seeking tenders from suitably qualified main contractors for the West Wave Aquatic Centre - Family Changing Room, Fitness Centre Door and Physiotherapy Fit-out For further information please refer to the attached RFT documents below.",Not Awarded,,20201117 Auckland Council,2520498,Request for Tenders,Open Competition,Building Services to construct retaining wall (106 Cook St),ACPN_16233,20140805,20140827,20160303,,Sole Agency,No,"Tender Box labelled Cook Street Retaining Wall & Yard Concrete Works, Auckland Council, Reception, 135 Albert Street, Auckland CBD","PlaceMakers lease a site from Auckland Council at 106 Cook Street in the Auckland CBD. The yard has a retaining wall around it on the North and East sides. This retaining wall has cracked and moved, and the pavement inside the yard settled and cracked. This project is to replace the existing retaining wall and associated yard pavement areas.",Not Awarded,,20201117 Auckland Council,3204528,Request for Proposals,Open Competition,Pasifika Festival Event Delivery,ACPN_16003,20140804,20140904,20160303,,Sole Agency,No,"Tender Box Labelled: ???Pasifika Festival Event Delivery???, Auckland Council Reception, 135 Albert Street, Auckland 1010","Auckland Tourism, Events and Economic Development (ATEED) has issued a Request for Proposal (RFP) for the delivery of the Pasifika Festival in Auckland in March 2015. ATEED on behalf of Auckland Council owns, sponsors and currently delivers the Pasifika Festival and is looking to outsource event management of the event for 2015. ATEED is seeking submissions from experienced major event delivery companies who can manage all aspects of the event planning including operations and delivery; marketing and communications; commercial, financial and stakeholder management. The success and integrity of the Pasifika Festival is grounded in strong engagement with Auckland???s Pacific communities and as such continued engagement with the Pacific community that assist in the running of the festival is essential.",Not Awarded,,20201117 Auckland Council,3614120,Request for Proposals,Open Competition,ACPN_15656 Rosedale East Pond Upgrade - Design,ACPN_15656,20140819,20140909,20160216,,Sole Agency,No,Electronic Tenders only,"PLEASE SUBMIT 2 ELECTRONIC RESPONSES FOR THIS TENDER (As per the Request for Proposal): One electronic document for the non-price attributes named: ACPN_15656 ROSEDALE EAST POND - NON-PRICE One electronic document for the price named: ACPN_15656 ROSEDALE EAST POND - PRICE Auckland Council is seeking suppliers for Professional services for the design of the Rosedale East Pond Upgrade in the Auckland Area.",Awarded,,20201117 Auckland Council,3660336,Request for Tenders,Open Competition,i-Site Brochure Stock Management,ACPN_16247,20140820,20140909,20160303,,Sole Agency,No,"Tender Box labelled ""i-Site Brochure Stock Management"", Auckland Council, The Foyer, 135 Albert Street, Auckland","Through this RFP, ATEED invites proposals for the provision of tourist brochure stock management at its i-Site locations in Auckland.",Not Awarded,,20201117 Auckland Council,3660394,Request for Tenders,Open Competition,ACPN_15048 Queen Street Stormwater Pipeline Renewal,ACPN_15048,20140821,20140911,20160216,,Sole Agency,No,Electronic Tenders only,"PLEASE SUBMIT AN ELECTRONIC RESPONSE FOR THIS TENDER (As per Request for Tender): One electronic document for the non-price attributes named: ACPN_15048 Queen Street NON-PRICE and One electronic document for the price named: ACPN_15048 Queen Street PRICE Auckland Council is seeking suppliers for the provision of physical works for the Queen Street Stormwater Pipeline Renewal in the Auckland Area.",Not Awarded,,20201117 Auckland Council,3731213,Request for Proposals,Open Competition,ACPN_16046_RFP Urban Aerial Photography Capture 2014-2020,ACPN_16046,20140822,20140912,20141016,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland","Auckland Council intends to acquire Orthoimagery of the Auckland urban area during the 2014-2020 flying years. The scale of change across the region is such that a complete refly of the entire urban area is sought. This RFP is seeking suppliers capable of delivering a rolling re-fly of the urban area over a six year programme, with specific areas of capture decided on a yearly basis.",Not Awarded,"We would like to advise that due to the hold and extension of the original proposal we were unable to be extend the original closing date (12/09/2014) therefore a new tender has been created to ensure the continuation of the process. The new GETS reference is 5450245 ACPN_16046_RFP Urban Aerial Photography Capture 2014-2020 All attachments and notices have been carried across.",20201117 Auckland Council,3792312,Request for Proposals,Open Competition,Aquatic and Recreation Facilities Management (Papakura Local Board),ACPN_16238,20140826,20141013,20160303,,Sole Agency,No,"Response Box labelled: Aquatic and Recreation Facilities Management (Papakura Local Board), Auckland Council Reception, 135 Albert Street, Auckland","This request for proposal is issued by Auckland Council (the Council). The Council either owns or has supervisory obligations for 41 recreation and aquatic facilities within its jurisdiction. The operational management of some of these facilities is outsourced. Six of the facilities in this portfolio have current management agreements that expire on June 30 2015. Through this RFP, the Council invites proposals for the provision of Aquatic and Recreation Facilities Management at two facilities in the Papakura Local Board Area.",Not Awarded,,20201117 Auckland Council,3792386,Request for Proposals,Open Competition,Aquatic and Recreation Facilities Management (Franklin Local Board Area),ACPN_16239,20140826,20141013,20160303,,Sole Agency,No,Response Box labelled: Aquatic and Recreation Facilities Management (Franklin Local Board) Auckland Council Reception 135 Albert Street Auckland,"This request for proposal (RFP) is issued by Auckland Council (the Council). The Council either owns or has supervisory obligations for 41 recreation and aquatic facilities within its jurisdiction. The operational management of some of these facilities is outsourced. Six of the facilities in this portfolio have current management agreements that expire on June 30 2015. Through this RFP, the Council invites proposals for the provision of Aquatic and Recreation Facilities Management at three facilities in the Franklin Local Board Area.",Not Awarded,,20201117 Auckland Council,3792456,Request for Proposals,Open Competition,Aquatic and Recreation Facilities Management (Albert-Eden Local Board Area),ACPN_16240,20140826,20141013,20160303,,Sole Agency,No,Response Box labelled: Aquatic and Recreation Facilities Management (Albert-Eden Local Board) Auckland Council Reception 135 Albert Street Auckland,"This request for proposal (RFP) is issued by Auckland Council (the Council). The Council either owns or has supervisory obligations for 41 recreation and aquatic facilities within its jurisdiction. The operational management of some of these facilities is outsourced. Six of the facilities in this portfolio have current management agreements that expire on June 30 2015. Through this RFP, the Council invites proposals for the provision of Aquatic and Recreation Facilities Management at one facility in the Albert-Eden Local Board Area.",Not Awarded,,20201117 Auckland Council,3793868,Request for Proposals,Open Competition,RFP ACPN_15337 Dorset,ACPN_15337,20140826,20140916,20151105,,Sole Agency,No,,"Request for proposal for the provision of professional services for 1-25 Dorset Street, Grey Lynn, Stormwater Network Extension, Design and Supervision. Last date for questions: 09/09/2014 5:00 p.m.",Not Awarded,,20201117 Auckland Council,3842088,Request for Tenders,Open Competition,Tender for the Wiri Animal Shelter Yard Extensions,ACPN15975,20140827,20140925,20170622,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main contractors for the Wiri Animal Shelter Yard Extensions. The scope of this procurement includes: ??? New Precast end wall panels and foundation system ??? New concrete floor slabs as exercise yards ??? New roof areas built between existing building structure to provide shelter ??? New upgraded kennel block drainage channel utilising existing drainage in ground ??? New gated access from existing Kennel Blocks ??? Additional end wall fencing above panel height ??? Additional water troughs for the new yards ??? Stock Shelter for impounded farm animals For further information please refer to the attached RFT documents.",Not Awarded,,20201117 Auckland Council,3870016,Request for Tenders,Open Competition,ACPN 15880 - Tender for the construction of a newly consented public toilet block at Northcote Town Centre,ACPN_15880,20140828,20140930,20151109,,Sole Agency,No,"Tender Box labelled ???Tender for the construction of a newly consented public toilet block at Northcote Town Centre???, at Reception, Auckland Council, 135 Albert Street, Auckland",,Not Awarded,Legacy Construction was awarded this contract,20201117 Auckland Council,4027280,Request for Tenders,Open Competition,Tender for the Silverdale Animal Shelter Canopy Extensions and Miscellaneous Works,ACPN_16495,20140902,20141002,20170622,,Sole Agency,No,"Tender Box labelled, Silverdale Animal Shelter Canopy Extensions, Auckland Council, Ground Floor Reception, 135 Albert Street, Auckland","Auckland Council is seeking tenders from suitably qualified main contractors for the Silverdale Animal Shelter Canopy Extensions and Miscellaneous Works. The scope of this procurement includes: ??? New Site Fencing ??? Cleaning of vacant land for grazing purposes ??? Stock unloading/loading run complete with a truck ramp ??? Timber pole retaining wall ??? Landscaping bank stabilizing which includes planting ??? Foot paths and canopies ??? Dog exercise yard complete with fencing ??? New gates from Kennels to access the dog exercise yards ??? Minor civil works to ensure truck access to stock loading area from existing Shelter car park This work will be all encompassing to include all storm water disposal and anything else that is necessary to ensure the scope is fully operational and fit for purpose. For further information please refer to the attached RFT documents.",Not Awarded,,20201117 Auckland Council,4033000,Request for Tenders,Open Competition,"Refurbishment of 56 King Edward Parade, Devonport",ACPN_15592,20140902,20140923,20160303,,Sole Agency,No,"Tender Box, labelled: 56 King Edward Parade, Devonport, House Refurbishment Auckland Council, Ground Floor Reception 135 Albert Street Auckland","This RFT is for refurbishment of the house located at 56 King Edward Parade, Devonport. This is a Heritage listed residential house owned by Auckland Council and managed by ACPL. Only those works noted in this specification and scope are to be carried out as part of the work.",Not Awarded,,20201117 Auckland Council,4033762,Request for Proposals,Open Competition,"RFP for Parau St. SW Improvements, Design and Supervision (ACPN_15550)",ACPN_15550,20140902,20140923,20151105,,Sole Agency,No,,"Request for Proposal for the provision of Stormwater Improvements, Design and Supervision at 4 Parau Street, Mt. Roskill. ****PLEASE NOTE that ""attachment 3 ACPN_15550 Project Plan - Parau"" doesn't exist. The project plan is included in ""Attachment 4 SWPP Parau Street Reticulation Extension, Mt Roskill""*****",Not Awarded,awarded to Opus (submitted through Tenderlink),20201117 Auckland Council,4187989,Request for Quotations,Open Competition,Provision of Feral Pig Control Services (Block 1),ACPN_16362,20140908,20140929,20160303,,Sole Agency,No,Quotations are to be emailed to: persees.antia@aucklandcouncil.govt.nz,"The purpose of this contract is to reduce the damage caused by feral pigs to the natural values in the Waitakere Ranges Regional Park. The expected outcomes will build on progress made with reduction of feral pig density in the Waitakere Ranges Regional Park since the inception of the intensive control programme. The scope of this procurement is selection of a supplier to carry out feral pig control in one 6.258ha block in the Waitakere Ranges Regional Park (Block 1).",Not Awarded,,20201117 Auckland Council,4187993,Request for Quotations,Open Competition,Provision of Feral Pig Control Services (Block 2),ACPN_16372,20140908,20140929,20160303,,Sole Agency,No,Quotations to be sent by email to persees.antia@aucklandcouncil.govt.nz,"The purpose of this contract is to reduce the damage caused by feral pigs to the natural values in the Waitakere Ranges Regional Park. The expected outcomes will build on progress made with reduction of feral pig density in the Waitakere Ranges Regional Park since the inception of the intensive control programme. The scope of this procurement is selection of a supplier to carry out feral pig control in one 5,504ha block in the Waitakere Ranges Regional Park (Block 2).",Not Awarded,,20201117 Auckland Council,4187996,Request for Quotations,Open Competition,Provision of Feral Pig Control Services (Block 3),ACPN_16373,20140908,20140929,20160303,,Sole Agency,No,Quotes to be emailed to persees.antia@aucklandcouncil.govt.nz,"The purpose of this contract is to reduce the damage caused by feral pigs to the natural values in the Waitakere Ranges Regional Park. The expected outcomes will build on progress made with reduction of feral pig density in the Waitakere Ranges Regional Park since the inception of the intensive control programme. The scope of this procurement is selection of a supplier to carry out feral pig control in one 5,591ha block in the Waitakere Ranges Regional Park (Block 3).",Not Awarded,,20201117 Auckland Council,4258924,Request for Proposals,Open Competition,"RFP for Picton St. Stormwater Network Extension, Design and Supervision (ACPN_15552)",ACPN_15552,20140909,20140930,20180319,,Sole Agency,No,,"Request for Proposal for the provision of Picton Street, Freemans Bay, Stormwater Network Extension, Design and Supervision. Last day for questions: 23/09/2014. ***please DO NOT include price in non-price attribute. Upload non-price attributes and price as separate documents - see Section B Schedule to RFP Conditions for details**",Awarded,URS preferred supplier - merged with Aecom during tender process. Contract awarded to Aecom,20201117 Auckland Council,4347461,Request for Proposals,Open Competition,"RFP for Lignite and Oteha Catchments - Stormwater Reticulation Projects, Design and Supervision",ACPN_15344,20140918,20141008,20151105,,Sole Agency,No,,"Request for Proposal for the provision of Lignite and Oteha Catchments - Stormwater Reticulation Projects, Design and Supervision Last date for questions: 02/10/2014 ***please do NOT include price information into non price attributes*** Upload 2 separate documents for non-price attribute and price - see 5.2 of Section B Schedule to RFP Conditions for details.",Not Awarded,,20201117 Auckland Council,4354903,Request for Quotations,Open Competition,Great Barrier Island Argentine and Darwin's Ants monitoring and control,ACPN_16499,20140912,20141002,20160303,,Sole Agency,No,Responses are to be emailed to: persees.antia@aucklandcouncil.govt.nz,"Following detection of Argentine ants on Great Barrier Island in 2006, an eradication programme was initiated at 7 sites in the southern part of the island. This request for quotation is issued by Auckland Council. The aim of the Council Organisation in this process is to select and appoint a supplier to identify and control Argentine and Darwin's ants at 5 sites on Great Barrier Island.",Not Awarded,,20201117 Auckland Council,4370109,Request for Tenders,Open Competition,"RFT for Shirley Road and Woolfield Road Stormwater Upgrade Project, Papatoetoe",ACPN_16070,20140915,20141010,20160303,,Sole Agency,No,"Tender Box labelled Tender for Shirley Road and Woolfield Road Stage 2 Stormwater Upgrade Project Auckland Council 135 Albert Street, Auckland","Auckland Council is seeking tenders from interested, qualified and experienced contractors, capable of delivering the required services within the allocated timeframe to the specified standard. The works comprises of upgrading existing stormwater pipes of different diameters, installation of manholes and associated works including reinstatement of all the affected areas.",Not Awarded,,20201117 Auckland Council,4479987,Request for Tenders,Open Competition,"Building Services to Refurbish Heritage House ??? ???Okoromai Bay Homestead???,",ACPN_16759,20140916,20141003,20160303,,Sole Agency,No,Response Box labeled ???Refurbishment of Okoromai House??? Auckland Council Reception Ground Floor 135 Albert Street Auckland,"This request for tender is issued for Auckland Council Property Limited, and invites tenders for the provision of building services to refurbish this heritage house ???Okoromai Bay Homestead???, Okoromai Bay, Shakespear Regional Park, Whangaparaoa. This property is currently occupied by an Auckland Council Park ranger and his family. The house is in a generally in a good state however requires full exterior painting. The kitchen and two bathrooms are outdated and require refurbishment. Attendance at the pre-tender meetings is mandatory. Two pre tender meetings have been arranged as below. Please advise the tender contact person of your intention to attend these meetings. 1. Thursday 18th September ??? 1.00pm to 2.30pm 2. Thursday 25th September ??? 2.00pm to 3.30pm",Not Awarded,,20201117 Auckland Council,4517783,Request for Proposals,Open Competition,"RFP Beachlands Rd and Third View Ave, Beachlands - Stormwater Improvements, Design and Supervision",ACPN_15335,20140917,20141008,20150707,,Sole Agency,No,,"Request for Proposal for the provision of Beachlands Rd and Third View Ave, Beachlands - Stormwater Improvements, Design and Supervision. Last day for questions: 01/10/2014. ***Please upload price and non-price attributes separately (see Section B Schedule to RFP Conditions).***",Not Awarded,Awarded to CLC Consulting Group Ltd (submitted proposal through Tenderlink),20201117 Auckland Council,4798916,Request for Tenders,Open Competition,"Rosella Road Stormwater Upgrade Project, Papatoetoe",ACPN_14300,20140925,20141016,20160303,,Sole Agency,No,"Tender Box labelled Tender for Rosella Road stormwater Upgrade Project, Stage 2 ACPN_14300 Auckland Council 135 Albert Street Auckland","The works comprise of upgrading existing stormwater pipes of different diameters, installation of manholes and associated works including reinstatement of all the affected areas. A site visit is mandatory, but no prior appointment is required",Not Awarded,,20201117 Auckland Council,5918564,Request for Proposals,Open Competition,Possum Control Services in the Atuanui Area,ACPN_17180,20141103,20141121,20160303,,Sole Agency,No,Response Box labelled ???Possum Control Services in the Atuanui Area??? Auckland Council Reception 135 Albert Street Auckland,"Through this RFP, Auckland Council invites proposals for the provision of possum control services. The scope of this contract is to provide possum control in a defined area of the Auckland Region, as identified in Section E and to meet a final residual trap catch index of less than 3.0%",Not Awarded,,20201117 Auckland Council,6099344,Request for Quotations,Open Competition,Clearing of 98 Birdwood Road,ACPN_17247,20141107,20141124,20160303,,Sole Agency,No,"Response Box labelled Clearing of 98 Birdwood Road, Swanson Auckland Council Reception Ground Floor 135 Albert Street Auckland","This RFQ seeks to select and appoint a supplier for the removal of all material deposited on the site at 98 Birdwood Road, Swanson, Auckland. The site was used by a fire wood vendor for a number of years and has a large amount of timber of various sizes and general waste deposited in the grounds. The site is required to be cleared of all material down to the natural ground level.",Not Awarded,,20201117 Auckland Council,6434788,Request for Tenders,Open Competition,Te Puke o Otara Changing Room Detailed Design and Project Management.,ACPN_17293,20141118,20141202,20170626,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Te Puke o Otara Changing Room Detailed Design and Project Management. Contract Number: ACPN_17293 Background Te Puke o Otara is a sports park within the Otara Papatoetoe Local Board area. Consultants are invited to submit a competitive fee schedule (lump Sum) for the work described in this scope. The consultant is to provide designs, gain all necessary consents provide construction monitoring, project management and provide engineer to the contract services for the development of a new change room and toilet facility. Scope The scope of the proposed project is Concept preparation including options All Consent applications Note: we have been advised by the Council Authority that Resource Consent is not required as has been covered under previous consent for car park and sport fields. Any other consents will need to be checked and allowed for i.e. Watercare, traffic management Vector etc. Consultation Developed design Detailed Designs and specifications in accordance with the Auckland Council Toilet and Changing Room Design Guideline Assistance with the tendering process Tender analysis and recommendation Budget Management Project management of physical works to IPENZ CM3 (percentage of tendered price) Engineer to contract NZS:3910 2014 (percentage of tendered price) The RFT documents will be released on 18 November 2014 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 2 December 2014. They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_17293.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Coffey Services NZ Ltd for $54,508.00",20201117 Auckland Council,6534261,Request for Tenders,Open Competition,Bledisloe Park Netball Car Park Development,ACPN_17416,20141120,20141204,20170622,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Bledisloe Park Netball Car Park Development Contract Number: ACPN_17416 Background The Franklin Local Board has requested the reconfiguration of the existing netball car park to provide better circulation and parking capacity. The purpose of this work is to alleviate some of the traffic and parking problems that occur during busy periods Scope The scope of the proposed project is Site establishment and health and safety controls New vehicle access crossings Vegetation removal Pathway construction Relocation of light poles Physical works to reconfigure car park layout ??? excavation, laying base-course, surface sealing. Stormwater Infrastructure The RFT documents will be released on 20 November 2014 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: [name] Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 4 December 2014. They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_17416.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Higgins Contractors Ltd for $297,579.00",20201117 Auckland Council,6547006,Request for Tenders,Open Competition,Yard 37 ??? Stormwater Ponds at Hobsonville Point,ACPN_17213,20141120,20141211,20160303,,Sole Agency,No,"Tender Box, labelled ???Yard 37 Stormwater Ponds??? Auckland Council, Level 10 135 Albert Street, Auckland",Auckland Council Property Limited (ACPL) are seeking suitably qualified main contractors to undertake the construction of Stormwater Ponds and associated infrastructure on ACPL land within the wider Hobsonville Point development.,Not Awarded,,20201117 Auckland Council,6629827,Request for Proposals,Open Competition,Provision of services to Stage One ???Retrofit Your Home??? Programme.,ACPN_15039,20141124,20141215,20160303,,Sole Agency,No,"Response Box labelled Provision of services to the ???Retrofit Your Home??? Programme Reception, 135 Albert St, Auckland 1010","The Council invites proposals for the provision of products and services (including fitting and installation) for particular items covered under the Retrofit Your Home initiative. Through this RFP, Auckland Council is seeking additional suppliers to provide services relating to insulation and clean heat retrofits. Approved suppliers for Retrofit your Home initiative will be required to provide the following products and systems: 1. Open fireplace removal and replacement with clean heating products: to support the decommissioning of open fire places. 2. Clean Heat: For houses with sufficient insulation the ratepayer may elect to install a clean heat source. 3. Insulation: Good quality, well installed insulation that helps keep the heat in during winter and out during summer. 4. Mechanical Extraction: Installation of units that extract harmful toxins and excess moisture from the kitchen and bathrooms.",Not Awarded,,20201117 Auckland Council,6695604,Request for Tenders,Open Competition,"Stormwater Upgrade Works at Kirkbride Road and Buckland Road Mangere, Auckland",ACPN_16085,20141126,20141217,20160303,,Sole Agency,No,Tender Box labelled ???Tender For Kirkbride Road & Buckland Road Stormwater Upgrade??? Auckland Council 135 Albert Street Auckland,"Auckland Council is seeking tenders from interested, qualified and experienced contractors, capable of delivering the required services within the allocated timeframe to the specified standard. The works comprises of upgrading existing stormwater pipes of different diameters, installation of manholes and associated works including reinstatement of all the affected areas at Kirkbride Road and Buckland Road, Mangere Auckland",Not Awarded,,20201117 Auckland Council,6967980,Request for Proposals,Open Competition,RFP for Travel Booking Services for World Masters Games 2017,ACPN_17616,20141201,20150109,20151105,,Sole Agency,No,,"WMG2017 seeks to create a successful travel booking services partnership that provides a customer-centric solution, maximises revenue for the Games, and encourages tourism around Auckland and New Zealand both pre- and post-Games. A successful travel partnership for the Games would deliver an online and offline offering of accommodation and tourism activity (for Auckland and New Zealand), and travel packages, integrated with the WMG2017 website and (ideally) athlete registration process. The appointed travel booking services partner will need to be able to work effectively with WMG2017 appointed commercial partners (including an airline and accommodation partner), and agents in key markets that WMG2017 has an established relationship with. The appointed travel booking services partner will need to propose a solid commercial revenue share model that positively reflects the revenue opportunities WMG2017 is providing the chosen partner through its delivery of the Games. It is important to note that WMG2017 will not entertain any model that involves it assuming an underwriting role. WMG2017 invites proposals from third parties (suppliers), in relation to the opportunity to be appointed as the travel booking services partner for the Games on the basis set out in this RFP. ***Please note that last date for questions and clarifications is 16 December 2014*** Proposals must be submitted via the Electronic Tender Box.",Not Awarded,,20201117 Auckland Council,7308662,Request for Tenders,Open Competition,"Ashlynne Avenue stage 1 Stormwater Upgrade Project, Papatoetoe, Auckland",ACPN_13166,20141211,20150127,20160303,,Sole Agency,No,"Tender Box labelled, Tender for Ashlynne Avenue Stage 1 Stormwater Upgrade Project Auckland Council 135 Albert Street Auckland","The works comprises of upgrading existing stormwater pipes of different diameters, installation of manholes and associated works including reinstatement of all the affected areas.",Not Awarded,,20201117 Auckland Council,7352157,Request for Tenders,Open Competition,RFT Soakage Improvements Vic Cowen Park - Physical Works,ACPN_9451,20141212,20150128,20150707,,Sole Agency,No,,"Tender for the provision of Soakage Improvements Vic Cowen Park - Physical Works. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section A2 - Schedule to Conditions of Tendering. 3. **A mandatory tenderer meeting is scheduled to take place on Thursday 18th December 2014 at 1:00 p.m. outside 174 Penrose Road. The purpose of the meeting is to discuss critical aspects of the construction which will affect the methodology and price.**",Awarded,,20201117 Auckland Council,7410253,Request for Tenders,Open Competition,RFT 57- 85 Henderson Valley Road Stormwater Upgrade Projects - Physical Works,ACPN_14293,20141215,20150130,20150707,,Sole Agency,No,,"Tender for the provision of 57- 85 Henderson Valley Road Stormwater Upgrade Projects. The Contract Works comprise of construction of stormwater infrastructure in accordance with the Drawings and Specifications. The works include but are not limited to: - Upgrading existing 85a HVR open channel by widening, and stabilising with riprap, Enkamat and planting - Installation of new inlet pipe into open channel with gabion headwall structure - Installation of precast wingwall at existing 1350 mm culvert inlet downstream of 85a HVR open channel - Installation of new drainage pipe and inletting from 69/71, 73 and 75 HVR discharging to open channel including manhole outlet structure - New stormwater reticulation network across HVR from the ROW at 76 HVR including construction of 3 new manholes and a high capacity inlet - New stormwater reticulation works including inletting in properties 61, 63, and 65 HVR and connection to upgraded network in 57 HVR - Upgrading existing stormwater reticulation network in properties 57 HVR and 16 Keeling Road - All temporary works - Removal and disposal of excess material and reinstatement. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section A2 - Schedule to Conditions of Tendering. 3. last date for questions: 21.01.2015",Awarded,,20201117 Auckland Council,7410732,Request for Proposals,Open Competition,RFP for World Master Games 2017 Registration System,ACPN_17789,20141215,20150130,20151105,,Sole Agency,No,,"Request for Proposal for the Provision of an Online Registration System for World Masters Games 2017. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section B - Schedule to RFP Conditions. 3. Last date for questions: 14.01.2015",Awarded,,20201117 Auckland Council,7549897,Request for Tenders,Open Competition,Supply and Aerial Application of Sodium-fluoroacetate,ACPN_17733,20141218,20150127,20160303,,Sole Agency,No,"Tender Box labelled, ???Supply and Application of Sodium-fluoroacetate??? Auckland Council 136 Albert Street Auckland","Auckland Council invites tenders to supply, secure and apply by helicopter non-toxic and toxic 1080 cereal bait on 17,000ha of the Hunua Ranges Regional Park in late July/early August 2015",Not Awarded,,20201117 Auckland Council,7666741,Request for Proposals,Open Competition,Provision of Aquatic and Recreation Facilities Management (Otahuhu Pool and Leisure Centre),ACPN_17212,20141222,20150130,20160303,,Sole Agency,No,Response Box labelled: Aquatic and Recreation Facilities Management (Otahuhu Pool and Leisure Centre) Auckland Council Reception 135 Albert Street Auckland,"Auckland Council invites proposals for the provision of Aquatic and Recreation Facilities Management at the new Otahuhu Pool and Leisure Centre. Attendance at the site visit and Briefing is mandatory. Details of the Site Visit and Briefing will be advised to all who submit an Expression of Interest by email to the RFP contact person, by 8 January 2015, 11 AM",Not Awarded,,20201117 Auckland Council,7830696,Request for Quotations,Open Competition,Pest Plant Control on Waiheke and Rakino Islands,ACPN_17286,20150107,20150127,20160303,,Sole Agency,No,Email: persees.antia@aucklandcouncil.govt.nz,The scope of this procurement is the provision of pest plant control services in the areas as directed by Auckland Council Biosecurity within and including Waiheke and Rakino Islands and other islands as directed on the inner gulf and in particular Rangitoto and Motutapu islands..,Not Awarded,,20201117 Auckland Council,7957176,Request for Tenders,Open Competition,Omana Road Stormwater Improvement Project,ACPN_16130,20150113,20150210,20160303,,Sole Agency,No,"Tender Box labelled ???Omana Road Stormwater Improvement Project??? Auckland Council 135 Albert Street, Auckland","The works comprises of upgrading existing stormwater pipes of different diameters, installation of manholes and associated works including reinstatement of all the affected areas.",Not Awarded,,20201117 Auckland Council,8485062,Request for Proposals,Open Competition,Possum Control Services in the Makarau and Wainui Areas,ACPN_17986,20150202,20150223,20160303,,Sole Agency,No,None,Auckland Council invites proposals for the provision of possum control services in the Makaru-Wainui Area. Responses must be submitted to the Electronic Tender Box available through the GETS website.,Not Awarded,,20201117 Auckland Council,8585244,Request for Tenders,Open Competition,Sale or Harvesting Management of Weiti Penlink Forest and Ti Point Forest,ACPN_16059,20150209,20150305,20160314,,Sole Agency,No,None,"The Weiti Penlink Forest and the Ti Point Forest are Auckland Transport and Auckland Council forestry assets that are due to be harvested. The Weiti Penlink trees need to be removed in order to allow the Penlink Road, if funding is provided for its construction, to proceed. The Weiti Penlink Forest and the Ti Point Forest may be sold or the harvesting managed individually, or both to one party. Either forest may be sold under a Lump Sum Cutting Rights sale or harvesting management secured under a Harvesting and Marketing Agreement. The Lump Sum Cutting Rights Sale is ACPL???s preferred option. The aim of ACPL in this tender process, particularly in relation to those bidding under a Harvesting and Marketing Agreement approach, is to obtain sufficiently detailed information from potential Purchasers or suppliers of the services about their organisation in order to enable ACPL to select and appoint a party (or parties) to acquire the forestry or provide the management services. Participants who intend to participate in the RFT process are encouraged to complete Appendix 1 and email the Administrator (persees.antia@aucklandcouncil.govt.nz) by 20 February 2015, confirming participation in the process and provide the Organisation Name and Contact Person???s details.",Not Awarded,This procurement is now on hold,20201117 Auckland Council,8587712,Request for Tenders,Open Competition,RFT for the Supply of an Excavator,ACPN_17530,20150205,20150227,20150707,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified contractors for the supply pf an Excavator. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section B Schedule to Conditions of Tendering",Awarded,,20201117 Auckland Council,8640536,Request for Tenders,Open Competition,ACPN_13684 Charles St Stormwater Renewal,ACPN_13684 Charles St,20150213,20150309,20150602,,Sole Agency,No,,"As part of sound asset management practice, it is important that ageing infrastructure is maintained or renewed before it fails / collapses. Existing stormwater reticulation infrastructure that is at the end of its economic life is identified annually and prioritised using the AMP. Failing infrastructure / collapsed pipes restrict the flow of stormwater through the pipe system and can cause serious flooding problems. Leaking stormwater pipes can cause the premature failure or damage to Council???s roading infrastructure and private properties. This procurement is to secure the services of a competent contractor for the replacement of stormwater pipes and associated stormwater assets (manholes etc) at 10-12 Charles Street, Takapuna that are in poor condition and require replacement, and to undertake stream protection works downstream/adjacent to the renewal project and into the Coastal Marine Area (CMA).",Awarded,,20201117 Auckland Council,8983247,Request for Tenders,Open Competition,Kiwi Esplanade Foreshore Protection Works,ACPN_18089,20150217,20150305,20170622,,Sole Agency,No,,,Not Awarded,"Awarded to Transfield Services for $196,705.96",20201117 Auckland Council,9312542,Request for Tenders,Open Competition,Mellons Bay Seawall,ACPN_17569,20150226,20150319,20150707,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified contractors to construct a timber seawall at Mellons Bay, Howick. The Contract Works comprise construction of coastal retaining wall and beach access for the protection and restoration of a portion of the Mellons Bay foreshore adjacent the lower carpark in accordance with the Drawings and this Specification. The work includes but is not limited to: ??? Location and protection of existing services within and around the extent of works ??? Minor vegetation and bank trimming and removal of topsoil and existing staircase from foreshore ??? Construction of three retaining walls, (lower retaining wall, upper retaining wall and landscape retaining wall) including three beach access stair cases ??? Car park stormwater diversion works ??? Planting, landscaping and stabilisation ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section A2 - Schedule to Conditions of Tendering. 3. Last date for questions: 12/03/2015.",Awarded,,20201117 Auckland Council,9696537,Request for Tenders,Open Competition,Tender for Stormwater Renewals at Ngaio Road,ACPN_14989,20150310,20150331,20160119,,On behalf of procurement agent,No,"Tender Box, Ground Floor Reception Auckland Council 135 Albert Street Auckland","Following the collapse of the ARMCO pipe within 3 Cartwright Road in February 2012, a CCTV inspection carried out on all existing ARMCO and other similar pipes identified that part of the 37m Aluflo pipe from SWMH288831 to SWMH 288830 is in very poor condition and nearly collapsing. Upstream of the section, there is another 18m of Aluflo pipe in poor condition. The initial recommendation is to replace the whole of the 59m of 300mm diameter Aluflo pipe installed in 1974. The downstream section of 375mm diameter Aluflo pipe is likely to be corroded externally, thereby reducing its lifespan. It was also found that this 375mm diameter Aluflo pipe to be under capacity for a 10%AEP storm. The works include but are not limited to: ??? Installation of stormwater RCCRJ pipe of various diameters to replace the existing Aluflo pipe sections by open-cut trenching. ??? Installation of precast concrete manholes and to replace those that require deepening. Reinstatement of kerbs, channels, footpaths and road surface. ??? Mitigation planting for replacing those trees that had to be removed for the works ??? All temporary works and removal and disposal of excess material and reinstatement. The project is entirely within the road corridor and a good traffic management should be in place before any work starts on site.",Not Awarded,"Downer NZ Limited - $217,263.77",20201117 Auckland Council,10184369,Request for Tenders,Open Competition,Tender for Wisteria Way Stormwater Upgrade Physical Works,ACPN_17095,20150323,20150415,20160119,,On behalf of procurement agent,No,"Tender Box, Ground Floor Reception Auckland Council 135 Albert Street Auckland Council Auckland","The Contract Works comprise construction of stormwater infrastructure and road/footpath reinstatement of Wisteria Way Stormwater in accordance with the Drawings and Specification. The work includes, but is not limited to ??? Construction of main stormwater pipe, including box culvert section and associated manholes to convey the 100 year ARI storm ??? Installation of inletting which include three new megapits one new scruffy dome manhole ??? Installation of scruffy dome manhole as outlet device including saddle connection to existing pipe ??? Diversion of existing 150 mm diameter sewer pipe ??? Reinstatement of existing road pavement, kerb and channel and footpath.",Not Awarded,"Infrastructure and Civil Works Ltd - $439,448.88",20201117 Auckland Council,10346738,Request for Tenders,Open Competition,Bledisloe Multi Sport Car Park,ACPN_18413,20150326,20150416,20170622,,Sole Agency,No,,"Background Auckland Council is seeking the provision of a car park and pedestrian linkage for the new multisport building being constructed on Bledisloe Park Pukekohe.. Scope The scope of the proposed project is Earthworks Formation, kerb channel seal. Pedestrian linkage to Multisport Building Landscaping.",Not Awarded,"Awarded to Transfield Services for $403,269.37",20201117 Auckland Council,10395983,Request for Tenders,Open Competition,"Peninsula Park Walkway, Mangere ??? Physical Works",ACPN_18424,20150327,20150417,20170622,,Sole Agency,No,,"Background Auckland Council is seeking the provision of physical works services for the construction of the Peninsula Park Walkway, in Mangere. The project will improve recreational amenity within the area, as existing reserves are currently disjointed. It will also provide connections for local residents to wider areas within the community, in a safe, accessible off-road environment. The walkway will be suitable for all reserve users including cyclists and equal access. The walkway width is primarily 2m in width. Scope The scope of the proposed project is The scope of this procurement includes: List and describe goods and/or services that are in scope. Contractor site establishment Earthworks and path foundation Concrete works Structure works including bridge and boardwalks Achieve practical completion of works to consent requirements Site clean-up and dis-establishment Defects and Maintenance periods The scope of this procurement does not include: ??? This procurement does not include any works relating to planting, and/or works to mitigate stream improvements. The RFT documents will be released on Friday 27 March 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on Friday 17 April 2015. They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_18424 Peninsula Park Walkway, Mangere ??? Physical Works.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Timco Construction for $394,016.50",20201117 Auckland Council,10465345,Request for Tenders,Closed Competition,Barry Curtis Park Pathway Connections Development,ACPN_18286,20150331,20150421,20160303,,Sole Agency,No,,"THIS IS A CLOSED TENDER. ONLY SHORTLISTED SUPPLIERS HAVE BEEN INVITED TO RESPOND. RFT for appointment of a main contractor for the construction of Barry Curtis Park Pathway Connections located at the southern area between Ormiston, Chapel and Flat Bush School Roads, Howick. The pathway connections will provide walkway linkages to 6 sport field platforms, access road, parking, and future planned facilities and connecting to and from the proposed Flat Bush town centre and surrounding amenities to the southern section of the Park which covers an area of approximately 30 Hectares",Awarded,,20201117 Auckland Council,10759441,Request for Proposals,Open Competition,Tyre Supply and Related Services for Auckland Council Fleet Services,ACPN_18367,20150409,20150430,20160119,,Sole Agency,No,"Tender Box, Ground Floor Reception Auckland Council 135 Albert Street Auckland","Provision of Tyre Supply and Related Services for Auckland Council Fleet Services The aim of this procurement process is to have a Tyre Supply and Related Services contract for Auckland Council Fleet Services The scope of this procurement includes: ??? Supply of low rolling resistance tyre with a claimed fuel saving of at least 5.7% ??? Supply of Nitrogenfills ??? Wheel alignment services and balancing and; ??? Fleet checks across the region on tyre pressure and condition (e.g. thread depth, nitrogen fills and other required checks) ??? Reporting",Not Awarded,"Awarded to Bridgestone NZ Ltd for the total sum of $156,000 for two years term 1 July 2015 - 30 June 2017.",20201117 Auckland Council,10811093,Request for Tenders,Open Competition,Madills Farm Kohimarama Flood Mitigation Construction,ACPN_17163,20150413,20150514,20160303,,Sole Agency,No,,"This RFT is for the physical works contract for the Madills Farm Kohimarama Flood Mitigation project for the Madills Farm, Melanesia Road, Sage Road and Tamaki Drive areas of Kohimarama. The proposed works involve: ??? Construction of approximately 560m of 1.5m (high) x 2.5m (wide) box culvert along Melanesia Road, Sage Road and Tamaki Drive; ??? The culvert will connect to an existing 2.8m x 2.8m culvert in Kohimarama Beach, near the Kohimarama Yacht Club. ??? A small stone wall of 600mm height along the northern boundary of Madills Farm Reserve will be constructed to provide additional flood protection to properties in this area. Some improvements to the access road will also be necessary.",Not Awarded,,20201117 Auckland Council,11260327,Request for Tenders,Open Competition,Struges Park Pathway Network- Physical Works,ACPN_18542,20150423,20150515,20170622,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Sturges Park Pathway Network ??? Physical Works Contract Number: ACPN_18542 Background Sturges Park has been identified by the Mangere-Otahuhu Local Board as one of the area???s hidden gems although years of neglect have left it in a poor state of repair and underuse has left it vulnerable to vandalism and anti-social behavior. An overall concept plan for the redevelopment and upgrade of facilities was commissioned and adopted by the Board in 2013. The upgrade seeks to improve the existing facilities as well as adding additional features to encourage a broader range of uses and to draw more people into the park. A major component of the upgrade involves improvements to the footpath network which is currently inconsistent and in poor repair. The footpath network upgrade will provide opportunities for exercise and amenity walking routes as well as serving desire line routes for those passing through and heading to specific destinations within the park. Scope The scope of the proposed project is Renewal of existing gravel paths and removal of a small section of asphalt driveway to allow for new footpaths Renewal of footpaths to provide pedestrian circuit and through routes within Sturges Park - path materials are generally exposed aggregate concrete with some sections of ???no-fines concrete??? and some sections of compacted gravel as required where tree roots are traversed Scoria retaining walls to match existing onsite Basalt steps to match existing on site The RFT documents will be released on 23 April 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: [name] Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 15 May 2015 . They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_####.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to HEB Construction for $293,556.81",20201117 Auckland Council,11459708,Request for Quotations,Closed Competition,"CCTV Systems Purchase, Installation and Maintenance for Henderson Town Centre",ACPN_18460,20150501,20150522,20160119,,Sole Agency,No,Tender Box - Ground Floor Reception Auckland Council 31-33 Manukau Station Rd Manukau Auckland,"This request for quotation (RFQ) is issued by Auckland Council. The aim of the Council in this process is to select and appoint a supplier for the CCTV systems purchase, installation and two years maintenance in Henderson Town Centre. The scope of the services include but not limited to: Supply and install a video management software solution package, including HD CCTV IP cameras around the Henderson town centre, maximising the field of view and focussing on key locations, which include areas marked on the attached map and location images.",Not Awarded,"Active Control & Security Services Ltd - $130,108.60. Contract Term 15 June 2015 - 30 June 2016.",20201117 Auckland Council,11558320,Request for Proposals,Open Competition,Provision of Devonport Community Recycling Centre Services,ACPN_18244,20150504,20150608,20160119,,Sole Agency,No,Electronic Submission via GETS,"This procurement relates to operation of the Devonport Community Recycling Centre. It signals a new approach to the operation of Council-owned waste facilities, in line with the goals and objectives of Auckland???s Waste Management and Minimisation Plan (WMMP). The WMMP is the first regional plan for solid waste services following the amalgamation of the seven former city and district councils and one regional council. It is guided by the vision: ???to become the most liveable city in the world, Auckland will aim for the long-term, aspirational goal of Zero Waste by 2040, turning its waste into resources. The purpose of Community Recycling Centres (CRC) is to provide residents and local businesses with a ???one stop shop??? recycling experience where unwanted items and materials can be taken for repair, refurbishment, dismantling, recycling and sale. Because these activities are labour intensive, they provide opportunities for local job creation and skills training. CRCs also provide opportunities for operators to promote waste minimisation through community education programmes and outreach. Auckland Council is seeking proposals for site operation of the Devonport Community Recycling Centre. Because the site is being developed as a ???demonstration site??? within the Resource Recovery Network (see Attachment 4 RRN Strategy Report), with limited data on how much waste can be diverted through the redeveloped site (including how much material could be diverted through a new, on-property inorganic collection), this procurement is based on an initial contract term of five years , with two one year (1+1) options to extend, subject to satisfactory performance against the contract.",Awarded,Contract Term 1 March 2016 - 28 February 2021,20201117 Auckland Council,11559649,Request for Tenders,Open Competition,"RFT William Green Fencing , Physical Works",ACPN_18769,20150504,20150515,20170626,,Sole Agency,No,,"Request for Tender (RFT) for the provision of William Green Fencing , Physical Works Contract Number: ACPN_18769 Background Auckland Council is seeking the provision of physical works services for the construction of the Willima Green Domain fencing, which is to provide additional safety and security for its busy sports ground users. This procurement is for 6m high perimeter fencing to be installed as part of the parks overall upgrade. Please note that the timing of works to commence mid-May and into June is critical, and tender submissions will need to demonstrate that they have the resources and methodology to commence works immediately, and complete in an efficient manner. Scope The scope of this procurement includes: Production of fence specifications Site establishment Foundation installation Fence erection Achieve consent compliance and sign off Re-instatement and site dis-establishment. The scope of this procurement does not include:. Any works associated with surrounding landscaping and/or path connections. The RFT documents will be released on Monday 4 May 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on Friday 15 May 2015. They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as ???Tender for ACPN_18769 William Green Fencing.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Town and Around Fence and Gate for $149,741.80",20201117 Auckland Council,11776154,Request for Tenders,Open Competition,Howick Sea Wall Extension,ACPN_18661,20150508,20150522,20170622,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Howick Seawall Extension Contract Number: ACPN_18661 Background Howick beach is characterised by a series of seawalls along the beach front that have been subject to overtopping with erosion effecting the reserve area and trees located behind the walls. In its assessment report of June 2014 Tonkin and Taylor outlined two potential remediation options that could be taken to overcome the problems with the beach. The option favoured by stakeholders and the local board involved: Extending the height of the existing sea walls The importation of topsoil and crushed shells Extension of the hand rail along the edge of the raised sea wall Undertaking this work will enhance the general foreshore and extend casual use of the esplanade immediately above the beach, and the roots of several large pohutukawa will be protected from erosion. Scope The scope of the proposed project is Supply of good and services to extend the seawall Importation of topsoil and crushed shell to top dress the esplanade and protect the root of large pohutukawas. Planting of coastal species in strategic positions to enhance the appearance of the reserve. The RFT documents will be released on 8 M ay 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: [name] Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 22 may 2015 . They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_18661.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Awarded to ICB Retaining and Construction,20201117 Auckland Council,11850379,Request for Tenders,Open Competition,Mangemangeroa Walkway Extension,ACPN_18777,20150512,20150526,20170626,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Mangemangeroa Walkway Extension Contract Number: ACPN_18777 Background Esplanade development including Mangemangeroa walkway is a key initiative of the Howick Local Board area.The route of the path runs for some distance through open space and bush reserve but ends across esplanade reserve fronting several homes with no defined path or route to indicate to the public that it is in fact public walkway Scope The scope of the proposed project is Supply of material and construction of walkway The RFT documents will be released on 12 May 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: [name] Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 26 May 2015 . They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a ???RFT for Contract Number ACPN_####.??? The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Jesmond Construction for $173,016.90",20201117 Auckland Council,12181219,Request for Proposals,Open Competition,First Aid Training and Supplies,ACPN_18603,20150521,20150611,20180319,,Sole Agency,No,,"Auckland Council invites proposals for the provision of: A. First Aid Training; and/or B. First Aid Kits, Supplies and Consumables. ***PLEASE NOTE:*** 1. Proposals must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section B - Schedule to RFP Conditions 3. Last day for questions: 04/06/2015",Not Awarded,,20201117 Auckland Council,12319963,Request for Proposals,Open Competition,RFP Waikowhai and Ngataringa Preliminary Design and Consenting,ACPN 18905,20150526,20150721,20151001,,Sole Agency,No,,"Request for Proposal for the provision of Waikowhai, Barry's Point and Ngataringa Preliminary Design and Consenting. Date that Response Box opens: 26/05/2015 Date and time that Response Box closes: 21 July 2015 at 2:00pm RFPs must be delivered to: Electronic Response Box labelled available on Tenderlink and GETS",Awarded,,20201117 Auckland Council,12545412,Request for Proposals,Open Competition,"Environmental Weed Control on Regional Parks, Maunga/Volcanic Cones and Strategic Weed Initiatives",ACPN_12273,20150603,20150707,20160303,,Sole Agency,No,,"This request for proposal (RFP) is issued by Auckland Council (the Council). Through this RFP the Council seeks to select a group of suppliers for the provision of Environmental Weed Control on Regional Parks, Maunga/Volcanic Cones and Strategic Weed Initiatives. Delivery of weed control services under this RFP will be split into six (6) Geographical areas. Selected suppliers will be engaged on a Framework Agreement for a period of 3 years with an option to extend for a further two one year periods at Council???s sole discretion. Work will be awarded through a Scope of Works. A presentation to interested suppliers will be held on June 10th in the Waikowhai Room, Fickling Centre, 546 Mt Albert Road 12.30pm ??? 3pm. This presentation will cover the objectives of the RFP, the process for selecting suppliers, and how work will be awarded to the selected suppliers. Please indicate your attendance at this presentation by emailing the contact person for this RFP by Monday 8th June 2015, 5pm.",Not Awarded,,20201117 Auckland Council,13123364,Request for Quotations,Open Competition,Cleaning Services for Leisure Facilities,ACPN_18823,20150619,20150710,20151105,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified suppliers for cleaning services at 17 Leisure Facilities across Auckland. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Non-price and price attributes must be uploaded separately as set out in Section B - Schedule to RFQ Conditions. 3. Last date for questions and requests for explanatory notices: Friday, 03/07/2015 by 04:00 p.m. 4. RFQ documents are accessible only when logged in GETS.",Awarded,,20201117 Auckland Council,13662591,Request for Tenders,Closed Competition,Tender for Main Contractor for Physical Works for Le Roy???s Lookout Project in Birkenhead,ACPN_17801,20150708,20150811,20170622,,Sole Agency,No,"Tender Box named 'Tender for Physical Works for Le Roys Lookout Project in Birkenhead??? at Auckland Council, Ground Floor, 135 Albert Street, Auckland","Tender for Main Contractor for Physical Works for Le Roy???s Lookout Project in Birkenhead The Contract Works include (but are not necessarily limited to): ??? Demolition of the existing Council buildings at 35 - 41 Birkenhead Avenue ??? Construction of a two-level public deck and lookout, separated by bleachers / stairs and connected via an accessible ramp ??? Base-build construction of a two-level caf?? adjacent to the deck",Not Awarded,Awarded to Downer,20201117 Auckland Council,14082086,Request for Proposals,Open Competition,Pipe Lining Services Framework Agreement,ACPN_17049,20150717,20150814,20160303,,Sole Agency,No,,"Auckland Council (Council) currently spends $2-3M per annum for stormwater pipe lining services. To encourage more competitors to the Auckland market for stormwater pipe lining services, and to streamline market engagement Auckland Council wishes to invite specialist lining contractors to enter into a framework agreement. Contractors invited to enter into a Framework Agreement, as per the terms and conditions attached at Section E of this RFP, will be preapproved as suitably qualified, experienced suppliers and installers of particular lining technologies and for stipulated pipe sizes and shapes. These contractors may subsequently be invited to provide quotes for particular works packages issued by Auckland Council.",Awarded,,20201117 Auckland Council,14402962,Request for Tenders,Open Competition,Eric Armishaw Access Road Renewal,ACPN 19292,20150727,20150814,20160510,,Sole Agency,No,Not Applicable- Electronic tender Submission,The work consists of upgrade work and the new asphalt and concrete paver pavements.,Awarded,,20201117 Auckland Council,14434624,Request for Proposals,Open Competition,Sheep Shearing Services for Regional Parks,ACPN_18735,20150803,20150828,20160119,,Sole Agency,No,"Auckland Council Tender Box, Ground Floor, 135 Albert Street, Auckland","The purpose of this Request for Proposal (RFP) is to select the most suitable supplier who will be engaged by Auckland Council to provide the Regional Parks (Northern and Southern Regions) shearing services contract. A Supplier briefing will be held to discuss questions and processes relating to this RFP at the Council Facility below: Bledisloe House, Meeting Room Level 7, Level 4 South - Tuesday, 11 August 2015 ??? at 10:00 AM Ring Sandra Gardner 09 890 4201 for instructions.",Not Awarded,"Awarded to Clayton Greene & Welch Shearing Ltd - $328,227. Contract term 1 October 2015 - 30 June 2018.",20201117 Auckland Council,14641740,Request for Tenders,Closed Competition,Ray Small Skate Park,ACPN_14109,20150810,20150907,20170622,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Ray Small Skate Park Contract Number: ACPN_14109 Scope The scope of the proposed project is Earthworks and removal of existing half court Construction of new geo-reinforced base course to new skate park Supply and installation of new concrete skate paths, corten steel inlays, staircase and rails Construction of new concrete basketball court Associated landscape works to make good The RFT documents will be released on 10 August 2015 to Four selected suppliers. and can be downloaded on GETS www.gets.govt.nz All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 7 September 2015. Via GETS www.gets.govt.nz (ETB). Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tend",Not Awarded,"Direct Award to John Fillmore Contracting after negotiation for $897,752.70",20201117 Auckland Council,14655245,Request for Proposals,Closed Competition,ICT Large Account Reseller (LAR),ACPN_19461,20150803,20150812,20161003,,Sole Agency,No,,"Auckland Council invites proposals for the provision of Large Account Reseller (LAR) services. The aim of the Council in this process is to obtain sufficiently detailed information from potential suppliers about their respective organisations and their ability to provide these services, to enable the Council to select and appoint a supplier for these services. Note: The responses will be in the form of presentations to be held on the 13 and 14 of August 2015.",Awarded,,20201117 Auckland Council,15049815,Request for Tenders,Closed Competition,Tender for Hobsonville Point Road D & E,ACPN_19383,20150812,20150909,20160113,,Sole Agency,No,,"Auckland Council Property Limited is seeking tenders from suitably qualified main-contractors for the Hobsonville Point Road D & E construction project The scope of this procurement includes: o The construction of two Roads as follows: ??? Road D ??? Road E ??? Extensions of Local Roads ??? Associated infrastructure ??? Hard and Soft Landscaping ??? Earthworks within Superlots For further information please refer to the attached RFT documents.",Awarded,,20201117 Auckland Council,15401691,Request for Tenders,Closed Competition,Request for Tender for the Fit-Out to Level 3 of the Auckland Central Library,ACPN_17659,20150819,20150916,20151021,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,16248593,Request for Tenders,Closed Competition,Tender for the Murrays Bay Reserve Toilet Renewal - Stage 1 & 2,ACPN_17941,20150907,20151002,20170622,,Sole Agency,No,,"Auckland Council is seeking a main contractor for the Murrays Bay Reserve Toilet Renewal - Stage 1 & 2 The scope of this procurement includes: Stage 1 ??? Demolition of the existing Murrays Bay Sailing Clubrooms and public changing rooms; ??? Stage 2 enabling works, including the construction and backfilling of a significant retaining wall; ??? Park reinstatement works, including contouring, topsoiling & re-grassing. Stage 2 ??? Construction and fit-out of new public toilet/ changing rooms; ??? Landscaping, including paving, furniture, bollards, signs and planting.",Awarded,,20201117 Auckland Council,16364699,Request for Tenders,Open Competition,ACPN_6220 Hillcrest Creek Widening Phyiscal Works,ACPN_6220,20150909,20151006,20160216,,Sole Agency,No,"Tender Box, Auckland Council, Reception Ground Floor, 135 Albert Street, Auckland City","Auckland Council is seeking suppliers for the provision of physical works for the Hillcrest Creek Widening in the Auckland Area. Two separate electronic pdf documents to be submitted as follows: One document for the non-price attributes named: Tender for Hillcrest Creek Widening ACPN_6220 - Non Price Attributes and One document named: Tender for Hillcrest Creek Widening ACPN_6220 - Price NOTE Electronic Tenders are the Auckland Council preferred method of submission but you are allowed to submit a hardcopy proposal for this tender.",Awarded,,20201117 Auckland Council,16750671,Request for Tenders,Open Competition,"ACPN_19020 Public Stormwater Renewal, Birkdale Road, Birkdale",ACPN_19020,20150916,20151007,20160624,,Sole Agency,No,Not applicable,"Auckland Council is seeking suppliers for the provision of physical works for the Birkdale Road Public Stormwater Renewal in the Auckland area. Two separate electronic files to be submitted as follows: One file for the non-price attributes named: Tender for ACPN_19020 Public Stormwater Renewal, Birkdale Road, Birkdale - Non Price Attributes and One file named: Tender for ACPN_19020 Public Stormwater Renewal, Birkdale Road, Birkdale - Price Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,20201117 Auckland Council,16850330,Request for Tenders,Closed Competition,Physical works for 952 Great South Rd Pipeline Renewal,ACPN_19406,20151001,20151103,20160719,,Sole Agency,No,,"This contract is for the renewal of 725m of 900mm, 1050mm and 1200mm diameter stormwater pipe from 882 to 970 Great South Rd, Mt Wellington. The contract works comprise renewal of existing stormwater pipes by trenchless rehabilitation methods including all lateral re-connections. Any temporary works required as a result of the contractor???s specific methodology are to be carried out by the contractor as part of the works. Upon completion of all works, the site shall be returned to the same or better condition than existed prior to works commencing.",Awarded,,20201117 Auckland Council,16859420,Request for Proposals,Open Competition,Total Pest Plant Control in Auckland Region,ACPN_19693,20151006,20151103,20160303,,Sole Agency,No,None,"Auckland Council wishes to engage a suitable contractor or contractors to provide professional services to control Total Control Pest Plants as defined by the current Regional Pest Management Strategy. Furthermore, Auckland council wishes to have pre-determined contractual agreements to engage a suitable contractor or contractors for the purpose of enforcement in the control of containment pest plants authorised under the RPMS and Biosecurity Act 1993. The scope of this procurement is the provision of pest plant control services in the areas as directed by Auckland Council Biosecurity within the Auckland region.",Not Awarded,,20201117 Auckland Council,16869054,Request for Tenders,Open Competition,Manukau Sports Bowl Basketball Court,ACPN_19759,20151008,20151030,20170622,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Manukau Sports Bowl Basketball Court Contract Number: ACPN_19759 Background Auckland Council is seeking the provision of the renewal of an existing basketball court in poor condition with a new court including line marking, poles and hoops as well as a short footpath connection from the adjacent road network. Scope The scope of the proposed project is ??? Demolition and removal of existing court ??? Construction of new basketball court and concrete path access ??? Line marking of court ??? Supply and installation of basketball goal posts ??? Landscaping The RFT documents will be released on 8 October 2015 to Open Tender and can be downloaded by suppliers registered on the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on Friday 30 October 2015. Via GETS electronic Tender Box (ETB). Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this Quotation/tender The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,16871397,Request for Tenders,Open Competition,Hybrid Turf at Nixon Park and Gribblehirst Park ??? Supply and Installation,ACPN_18981,20151009,20151103,20160229,,Sole Agency,No,,"Auckland Council is providing an opportunity for qualified suppliers for the supply and installlation of hybrid turf at the Nixon Park and Gribblehirst Park spots fields. Details in the Tender Documents.",Not Awarded,,20201117 Auckland Council,16876157,Request for Proposals,Open Competition,ACPN_15039 Retrofit Your Home Programme,ACPN_15039,20151012,20151106,20160216,,Sole Agency,No,Electronic Tender box only,"The Council invites proposals for the provision of products and services (including fitting and installation) for particular items covered under the Retrofit Your Home initiative. Through this RFP, Auckland Council is seeking additional suppliers to provide services relating to retrofits of insulation, clean heating, fireplace removal with clean heat (package), bathroom/kitchen mechanical extraction, and water efficiency measures. Approved suppliers for Retrofit your Home initiative will be required to provide one or more of the following products and systems: Open fireplace removal and replacement with clean heating products: to support the decommissioning of open fire places. Clean Heat: For houses with sufficient insulation the ratepayer may elect to install a clean heat source. Insulation: Good quality, well installed insulation that helps keep the heat in during winter and out during summer. Mechanical Extraction: Installation of units that extract harmful toxins and excess moisture from the kitchen and bathrooms. Water sustainability: Installation of water efficiency hardware. Water Harvesting: Installation rainwater harvesting systems. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box labelled ""ACPN_15039 Retrofit Your Home Programme"" Posted, faxed or hand delivered proposals will not be accepted.",Not Awarded,,20201117 Auckland Council,16881186,Request for Tenders,Closed Competition,Tender for the Building 4 Refurbishment and Ancillary Building Demolition,ACPN_19705,20151013,20151103,20160113,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the Building 4 (Wasp Hangar) refurbishment and ancillary building demolition, The scope of this product includes: ??? Demolition of ancillary buildings surrounding the Wasp Hangar ??? Removal of asbestos and any hazardous materials ??? Foundations of demolished buildings to be removed and backfilled ??? Make good works to the Wasp Hangar ??? New roofing and guttering ??? Repaint of Hangar ??? New glass to broken windows ??? Full clean For further information please refer to the attached RFT documents.",Awarded,,20201117 Auckland Council,16886965,Request for Tenders,Open Competition,Tender for the Warkworth Showgrounds Redevelopment Stage 6 ??? Civil Works,ACPN_19689,20151014,20151106,20160113,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the Warkworth Showgrounds Redevelopment Stage 6 ??? Civil Works The scope of this procurement includes: ??? Earthworks for regrading the last car park next the rugby clubrooms to be upgraded and forming the rest of the overland flow path along the western boundary to tie in with the previous stage; ??? Car park construction works comprising subgrade preparation, kerbs, footpaths, cesspits and drainage works; ??? Pavement preparation and hotmix sealing of all car parks and access roads including those formed in the previous stage 3, 4B and 5; ??? Installing LED lighting for all car parks and access roads; ??? Construction of a 2.5 metre wide metal surface cycle and walking track with some boardwalk sections around the perimeter of the Showgrounds Reserve For further information please refer to the attached RFT documents.",Awarded,,20201117 Auckland Council,16893657,Request for Tenders,Open Competition,Sir Woolf Fisher Park Carpark and Platform Construction,ACPN_16008,20151020,20151106,20160119,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the construction of Sir Woolf Fisher Park Carpark and Platform. The scope of this procurement includes but not limited to the following: - 70 Car park spaces - Field platform - Foot paths - Soft Landscaping - Park furniture and; - Park signage. For further information and detailed scope of works, please refer to the attached RFT documents.",Awarded,,20201117 Auckland Council,16937221,Request for Tenders,Open Competition,Weona Coastal Walkway Construction - Stage 2,ACPN_19586,20151102,20151124,20160120,,Sole Agency,No,"Auckland Council Tender Box, The Foyer-135 Albert Street","Auckland Council is seeking tenders from suitably qualified main-contractors for the construction of the Weona Coastal Walkway - Stage 2 Project. The scope of this procurement includes but not limited to the following: - Form 252m length of new track with side drains, cross culverts and aggregate surface; incl. one passing bay. - Form 37m length of new track with drainage and concrete surface. - Supply and install 303m length of boardwalk with Type ???A??? foundations and barrier (where specified); incl. one passing bay. - Supply and install raised section of boardwalk to allow boat access underneath (27m length included above with barriers on both sides). - Supply and install 83m length of boardwalk with Type ???B??? foundations and barrier (where specified). - Supply and install 9m length of boardwalk with Type ???C??? foundations. - Supply and install two self-closing gates. - Associated establishment, site clearance, removals and other work necessary to complete walking tracks. For further information and detailed scope of works, please refer to the attached RFT documents.",Not Awarded,HEB Construction - $631K,20201117 Auckland Council,16947657,Request for Tenders,Closed Competition,Karaka Harbourside Seawall,ACPN_19851,20151103,20151119,20170626,,Sole Agency,No,,"Request for Tender RFT the for provision of Karaka Harbourside Seawall Contract Number: ACPN_19851 Background Erosion of the Karaka Harbourside coastal edge has been an on-going issue, and recently stage 1 of a two stage project was implemented in June 2015. These works involved re-grading a falining cliff embankment and planting. Continued monitoring of the site since completion now requires undertaking of a sea wall for toe support of the cliff to reduce current rates of erosion. Scope The scope of the proposed project is ??? Establishment of site area and earthworks machinery for physical construction of the sea wall ??? Construction of sea wall footing along toe base of cliff embankment ??? Import and placement of specified rock wall structure ??? Management of sediment controls in line with tidal movement ??? Application of all consenting and reporting requirements ??? Dis-establish from site, and make good reserve areas. The RFT documents will be released on 3 November 2015.and can be downloaded by subscribers of the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 19 November 2015. Via GETS electronic Tender Box (ETB). Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to Brian James Contracting for $202,966.93",20201117 Auckland Council,16948354,Request for Tenders,Open Competition,ACPN 19620 - Motions Road and Pasadena Reserve Bridge Renewals,ACPN 19620,20151104,20151119,20160405,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street Auckland","The Pedestrian bridges in Motions Rd Reserve and Pasadena Reserve have been identified as condition 4 and have been approved for renewal by the local board. The works required building and resource consent which is approved and all necessary stakeholders including Iwi have been consulted and the project is ready to move forward. We have also received a ???Works Over??? permit from Watercare for working over their onsite wastewater pipe. The scope of this procurement includes: ??? Renewal of Pasadena Reserve Pedestrian Bridge. ??? Renewal of Motions Rd Reserve Pedestrian Bridge.",Not Awarded,,20201117 Auckland Council,16958819,Request for Tenders,Open Competition,Refurbishment of HfOP units at Bentley Court and Cockayne Court,ACPN_19666,20151104,20151201,20160113,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the refurbishment of housing for older people (HfOP) units at Bentley Court and Cockayne Court The internal work scope of this procurement includes: ??? Replacement of all wall linings which includes all Gibb stopping; ??? Double glazing to be installed in the units ??? New insulation into wall cavities; ??? Replacement of all hot and cold water supply pipes; ??? New paint and floor coverings; ??? New kitchen cabinetry, stove and extraction ventilation; ??? New bathroom fittings including vanity, toilet suite and walk in shower; ??? New ventilation into bathroom; ??? Installation of all new handrails to bathroom area; ??? Full plumbing upgrade ??? Full electrical upgrade; ??? Security upgrades including security door, window stays and front and back security lighting; The external work involves ??? upgrading the communal areas, gardens, footpaths and external painting of the units",Awarded,,20201117 Auckland Council,16964627,Request for Proposals,Open Competition,Closed Landfill Environmental Monitoring & Site Investigation Programme,ACPN_19353,20151106,20151207,20180319,,Sole Agency,No,N/A,"Auckland Council is seeking tenders from suitably qualified contractors for the provision of professional services for: A.Environmental Monitoring Programme B.Site Investigations Programme ***PLEASE NOTE:*** 1. A number of additional documents are available on a USB key on request. To arrange for pick up, please contact Vesselina Petkova, Sourcing Specialist at 021 942 797 or vesselina.petkova@aucklandcouncil.govt.nz. 2. Tenders must be submitted via the Electronic Tender Box available on GETS. 3. Non-price and price attributes must be uploaded separately as set out in Section B - Conditions of Tendering. 4. A Tender Clarification Meeting has been scheduled for Wednesday, 18 November 2015, 10:30 AM to 12:30 PM, Location : L14 135 Albert Street (limit 1 person/participant) 5. Last date for questions 2 December 2015.",Awarded,,20201117 Auckland Council,16967146,Request for Tenders,Closed Competition,Ray Small Skate Park - Civil,ACPN_14109,20151106,20151123,20170626,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Ray Small Skate Park ???Civil Works Contract Number: ACPN_14109 Scope Generally the Civil Works includes: Demolitions - including tree removal Excavations Soil testing (the site is on a capped landfill) Transportation of excavations off site ??? managed fill (provisional) Stockpile of excavations on site with formation of play mounds ??? clean fill (provisional) Subgrade preparation, georeinforcing, basecourse and stabilisation as required. We understand the market is very busy and are happy to negotiate the construction timeframes to suit your workload and commitments. The RFT documents will be released on 6 November 2015 to three selected suppliers via GETS website,-www.gets.govt.nz All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 23 November 2015. Via GETS website as Electronic submissions Max Size 10 Mb. Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"Awarded to John Fillmore Contracting Ltd for $897,752.70",20201117 Auckland Council,16967594,Request for Tenders,Open Competition,Tender for Physical Works for Croftfield Lane Wetland,ACPN_19366,20151106,20151201,20160517,,Sole Agency,No,,"This Contract is for the redevelopment of the Croftfield Lane wetland. The Croftfield Lane wetland is located south of the Croftfield Lane roundabout and north of Tristram Avenue. The major components of the contract works generally comprise: ??? Earthworks to reshape the wetland, construct a forebay, four wetland cells and a high flow bypass. This will require stripping of top soiling, stockpiling, excavating, importing fill as required. The majority of material will be retained on site. ??? Construction of a 6m wide high flow by-pass ???Spillway??? including concrete retaining walls, tie beams, piles, reinforced turf and riprap basin. ??? Construction of a 25m long steel bridge including concrete abutments and piers, piles, timber decking, handrails and trash rack. ??? Construction of concrete weirs between wetland cells including the modification of the Watercare concrete sewer capping to act as a weir. ??? Construction of a timber viewing platform and 17m long timber walkway. ??? Construction of concrete retaining walls and walkways. ??? Extension of existing stormwater outlets and installation of a maintenance drain. ??? Adjusting existing Watercare manholes and bridging of existing Watercare sewers. ??? Landscaping works including timber bench seating and concrete sculpture foundation. ??? Site clearance of existing surfaces and vegetation including tree removal. ??? Planting of soft landscaping.",Not Awarded,,20201117 Auckland Council,16972570,Request for Proposals,Open Competition,Westgate Town Park Development Project Design Services,ACPN_19902,20151112,20151130,20160119,,Sole Agency,No,,"Auckland Council wishes to invite proposals for the Design Services for the Westgate Town Park Development project. The contract is to provide professional design services for the development of a public park and associated permanent caf?? building within the new Westgate Town Centre Development. This would consist of developed concept design stage through to completion of a physical works design package. A preliminary concept design has been endorsed by the Henderson ??? Massey Local Board and will form the basis of the design brief. For further information and detailed scope of services, please refer to the attached RFP documents.",Awarded,,20201117 Auckland Council,16979906,Request for Proposals,Closed Competition,For the provision of design services as part of the Selection Process for the Auckland Domain memorial on the centenary of World War One.,ACPN 19555,20151111,20151222,20160510,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street Auckland",For the provision of design services as part of the Selection Process for the Auckland Domain memorial on the centenary of World War One.,Not Awarded,,20201117 Auckland Council,17003452,Request for Tenders,Open Competition,"Tender for Glenfern Rd, Janine Pl & Gilbert Rd Stormwater Upgrade Project",ACPN_18758,20151118,20151210,20160303,,Sole Agency,No,Submissions will only be received electronically through the GETS Electronic Tender Box,"The tender is for Stormwater upgrade work on 3 sites within the Manukau area that had various stormwater issues. Glenfern Road project involves lining an existing 675mm pipe to prevent infiltration of a line that appears to still be in a reasonable condition and the installation of a manhole where a CCTV investigation showed a non-standard bend in the line. Janine Place project involves some minor pipe upgrading works due to under capacity issues. Gilbert Road project involves addressing a flooding issue in a low lying area that currently has no overland flow path",Awarded,,20201117 Auckland Council,17012416,Request for Tenders,Closed Competition,RFT for Howard Hunter Erosion Remediation ??? Physical Works,ACPN_19822,20151120,20151204,20160304,,Sole Agency,No,,"RFT for Howard Hunter Erosion Remediation ??? Physical Works Date Response Box Open: 20/11/2015 Last day for questions: 30/11/2015 Date and time Response Box closes: 04/12/2015, 2:00pm RFT must be delivered to Electronic Response Box available on GETS Please upload non-price attributes and price in SEPARATE documents.",Awarded,,20201117 Auckland Council,17015454,Request for Proposals,Closed Competition,Banking Services for Council Group,ACPN_19935,20151120,20151211,20161108,,Sole Agency,No,,"The Council group is seeking proposals for the provision of the following banking services: 1. Transactional Banking Services; 2. Foreign Exchange services; 3. Card services; and 4. Payment services. Respondents may tender for one, some or all subcategories of Banking Services. It is Council???s intent that the services will be provided to the Council group, comprised of the following Participating Agencies: ??? Auckland Council (AC); ??? Council Controlled Organisations (CCOs)*; and ??? Auckland Transport (AT). For more details, please refer to RFP document attached. ***Proposals must be submitted electronically through GETS.***",Awarded,,20201117 Auckland Council,17041837,Request for Tenders,Open Competition,ACPN_17501 Kahika Stream Rehabilitation Works,ACPN_17501,20151201,20151215,20160216,,Sole Agency,No,Not applicable,"Auckland Council is seeking suppliers for the provision of physical works for the Kahika Stream Rehabilitation Project in the Auckland area. Three separate electronic files to be submitted as follows: One file for the non-price attributes named: Tender for ACPN_17501 Kahika Stream Rehabilitation Works - Non Price Attributes and One file named: Tender for ACPN_17501 Kahika Stream Rehabilitation Works - Price and One Excel document containing Schedule of Prices named ???ACPN_17501 Schedule"" Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,20201117 Auckland Council,17046495,Request for Proposals,Closed Competition,Professional Services for Senior High-Potential Talent Development Programme Co-Design and Delivery,ACPN_19895,20151202,20151222,20160215,,Sole Agency,No,,"Auckland Council wishes to invite proposals for the Co-Design and Delivery services for the Senior High-Potential Talent Development Programme. For further information and detailed scope of services, please refer to the attached RFP documents.",Awarded,,20201117 Auckland Council,17050939,Request for Tenders,Open Competition,"1-25 Dorset Street, Grey Lynn, Stormwater Network Extension",ACPN_19866,20151203,20160126,20160323,,Sole Agency,No,No physical tenders to be submitted,"Auckland Council seeks to engage a contractor to carry out the necessary sewer separation and build the Stormwater Network Extension at 1-25 Dorset Street, Grey Lynn, and thus mitigate surcharging and overflows. The requirements of the project include: ??? Construct new Stormwater drain ??? Separate services in existing manhole ??? Construct private connections to the new Stormwater drain",Awarded,,20201117 Auckland Council,17053567,Request for Tenders,Closed Competition,Physical works for Manukau Foreshore Boardwalk,ACPN_19540,20151204,20160118,20160218,,Sole Agency,No,,"This contract is to develop the Manukau Coastal Reserves Walkway between the existing walkway at the end Bamfield Place and the Onehunga Foreshore reclamation in Onehunga, Auckland. The construction work is located on land managed by Auckland Council Central Parks and in the Coastal Marine Area (CMA).",Awarded,,20201117 Auckland Council,17057118,Request for Tenders,Open Competition,Carpark Pavement Renewals ACPN 16702,ACPN 16702,20151207,20160125,20160405,,Sole Agency,No,"Tender Box labelled: ???Carpark Pavement Renewals - ACPN 16702??? The Foyer, Auckland Council 135 Albert Street Auckland",,Not Awarded,,20201117 Auckland Council,17059602,Request for Tenders,Open Competition,Tender for sandcarpet and lighting at Nixon Park and sandcarpet at Gribblehirst Park,ACPN_19268,20151208,20160125,20160229,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the Sandcarpet and lighting at Nixon Park and sandcarpet at Gribblehirst Park ??? Physical Works For further information please refer to the RFT documents.",Awarded,,20201117 Auckland Council,17063565,Request for Tenders,Open Competition,Heron Point Walkway Manurewa ??? Physical Works,ACPN_19999,20151210,20160125,20170626,,Sole Agency,No,,"Request for Tender RFT the for provision of Heron Point Walkway Manurewa ??? Physical Works Contract Number: ACPN_19999 Background Linking residential areas with a continuous walkway network is a key project for the Manurewa Local Board in years to come. The Heron Point Walkway section will form approximately 800m as a key part of this connection, and will provide a direct link with the existing network to Wattle Downs. The works involve the formation of a concrete walkway, and associated infrastructure. Works on site are expected to commence from February 2016 to April 2016. Scope The scope of the proposed project is ??? Site establishment ??? Excavation and formation of 2.2m wide concrete path connection with exposed junctions. ??? Construction of a 53m retaining wall ??? Supply and placement of additional fill to raise the walkway and topsoil dress the batter slopes ??? The supply and installation of three 225mm diameter culverts ??? Associated establishment, set out, site clearance, removals and other work necessary to build a walkway The RFT documents will be released on 10 December 2015.and can be downloaded by subscribers of the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 25 January 2016. Via GETS electronic Tender Box (ETB). Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,17068146,Request for Tenders,Open Competition,RFT for ACPN_20009 JWP Barry Curtis Park,ACPN_20009,20151211,20160127,20160415,,Sole Agency,No,,"Request for Tender for for Development of Flat Bush School Road (JWP), Barry Curtis Park - Southern Sector Date the Response Box opens: 11/12/2015 ****Last days for questions 22/01/2016 Date and time Response Box Closes: 27/01/2016, 2:00pm RFT's must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17079788,Request for Proposals,Closed Competition,ACPN_20068 Business Advisor for Business planning phase HFOP,ACPN_20068,20151215,20160125,20160503,,Sole Agency,No,,"Request for Proposal for the provision of a Principal Advisor for the Business Planning Phase ??? Partnering to provide Housing for Older Persons Date the Response Box opens: 1:00pm, 15,12,2015 ***Last day for questions: 12 noon, 19/01/2016 Date and Time that response box closes: 2:00pm, 25/01/2016 RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPERATE documents****",Awarded,,20201117 Auckland Council,17102423,Request for Tenders,Closed Competition,Mt Wellington War Memorial Reserve Seawall Renewal ACPN 19894,ACPN 19894,20160108,20160125,20160311,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17107085,Request for Tenders,Open Competition,Physical Works for Brylee Reserve Wetland,ACPN_20047,20160112,20160215,20160323,,Sole Agency,No,Electronic responses only,"This project is for the provision of a stormwater wetland at Brylee Reserve, Papakura for an upstream urban catchment of 36.8 hectares. The construction of the wetland includes ??? Bulk earthworks to create the base of the wetland ??? Installation of the clay liner across the floor of the wetland ??? Construction of the internal hydraulic structures ??? Planting and landscape ??? Naturalisation of the existing concrete channeled stream",Awarded,,20201117 Auckland Council,17114629,Request for Proposals,Closed Competition,Onehunga Bay Reserve Playground Renewal ACPN_19871,ACPN 19871,20160114,20160129,20160405,,Sole Agency,No,Not applicable,ACPN_19871 Onehunga Bay Reserve Playground Renewal,Not Awarded,,20201117 Auckland Council,17115755,Request for Tenders,Open Competition,RFT for Whangaparaoa Town Centre Dry Pond Upgrade,ACPN_18671,20160114,20160209,20160411,,Sole Agency,No,,"Request for Tender for the Whangaparaoa Town Centre Dry Pond Upgrade Date response box opens: 14 January 2016 Last day for questions: 2 February 2016 Date and time response box closes: 9 February 2016, 2pm RFTs must be delivered to electronic response box available on GETS Please upload non-price attributes and price in separate documents",Awarded,,20201117 Auckland Council,17117418,Request for Tenders,Open Competition,Security Screen Doors for Housing for Older People Units,ACPN_20116,20160115,20160215,20160408,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors is for the supply and installation of standard type screen doors for security purposes at Housing for Older People Courts for Auckland Council. Details are in the attached tender documents.",Awarded,,20201117 Auckland Council,17118119,Request for Proposals,Open Competition,App Development for Housing Data,ACPN_20031,20160115,20160205,20180319,,Sole Agency,No,,"Auckland Council is seeking a solution that allows for the extraction of the Housing related information in an aggregated form. Information extracted must have best in class veracity - reconcilable to rates data and use a ???Front End??? application / interface. This is an excellent opportunity to deliver a Business Intelligence product that will benefit multiple sectors of Auckland/New Zealand industry and Public Service. Deadline for questions: 22/01/2016. Proposals must be submitted electronically to the GETS electronic tender box. If you have difficulty accessing GETS, please refer to GETS support information in the first instance, and email the contact person before the deadline for proposals to discuss alternative arrangements.",Not Awarded,,20201117 Auckland Council,17144652,Request for Tenders,Open Competition,"Public Stormwater Renewals and Outfalls - Dudding Avenue, Northcote; Richmond Road, Grey Lynn and Hororata Road, Hauraki",ACPN_19900,20160203,20160224,20170622,,Sole Agency,No,None,"The contract is for public stormwater renewals and outfalls at Dudding Avenue, Northcote; Richmond Road, Grey Lynn and Hororata Road, Hauraki. The scope of works include, but not limited to: ??? Renew/ upgrade the existing stormwater assets ??? Construction of manholes and pipes (including connections etc.) ??? Remediation/ replacement of existing stormwater outfall structures ??? Formalising existing overland flowpaths ??? Erosion protection For further information and detailed scope of works, please refer to the attached RFT documents.",Awarded,,20201117 Auckland Council,17148560,Request for Quotations,Closed Competition,Pukekohe HIll Public Artwork (Ngati Tamaoho) Landscape and Construction Works,ACPN_20088,20160211,20160226,20170622,,Sole Agency,No,None,"The contract is for the landscape and construction works required in the installation of Public Artwork in Pukekohe Hill. Auckland Council is working with Ngati Tamaoho (local Iwi) to develop a project that will be located in a public reserve, atop Pukekohe Hill, Pukekohe. This is an Iwi based project that will see an existing viewing platform structure altered by way of two additional walls, and erecting three Pou Whenua and six carved panels within the new construction. For further information and detailed scope of works, please refer to the attached RFQ documents.",Awarded,,20201117 Auckland Council,17160536,Request for Tenders,Open Competition,Greville Reserve Toilet and Changing Room ??? Physical Works,ACPN_18835,20160128,20160218,20160408,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified main-contractors for the Greville Reserve Toilet and Changing Room ??? Physical Works The scope of this procurement includes: ??? Construction of the new toilet and changing room facility ??? Installation of all the necessary and associated services for this building ??? Demolition and reinstatement of surrounds of the existing toilet facility including capping of all services connected to the old facility ??? Construction of all landscaping within the scope of the new facility ??? Compliance with all Building Consents and Resource Consent processes For further information please refer to the RFT documents.",Awarded,,20201117 Auckland Council,17191979,Request for Quotations,Closed Competition,"Dog Access Rules Signage Manufacture, Supply and Installation",PIN_2147,20160211,20160222,20170622,,Sole Agency,No,,"Production and installation of approximately 1,500 Dog Access Rules signage, to upgrade signage in public areas including beaches and parks. Refer to the attached documents for details: - RFQ / Statement of Works, - Schedule of Sign Locations - Pricing Schedule - Copies of Signs x 13 Files - Terms of Contract",Awarded,,20201117 Auckland Council,17193522,Request for Tenders,Closed Competition,Harvesting Timber from Awhitu Peninsular Forest Blocks,ACPN_19936,20160209,20160301,20160323,,Sole Agency,No,Nil,This RFT is for sale (harvesting and removal) of trees at The Matakawau Recreation and Plantation Reserve and Dominkovich Road Reserve.,Not Awarded,,20201117 Auckland Council,17194693,Request for Proposals,Open Competition,Games Delivery Coordination Services for World Masters Games 2017,PIN_2168,20160209,20160301,20180319,,Sole Agency,No,,"The World Masters Games 2017 Limited (WMG2017) seeks to contract an experienced supplier to provide expert Games Delivery Coordination Services for World Masters Games 2017. The appointed Supplier will form an integral part of the wider WMG2017 team focused on successful delivery of the Games and achieving the identified key performance indicator of 85% satisfaction amongst Games participants. WMG2017 intends to achieve: ??? The development of the strategic direction for Games Delivery Coordination services for the Games; ??? Creation of a range of operational documents to support the delivery of the Games; ??? Conduct of agreed readiness, testing and integration activities in the lead-up to the Games; ??? The delivery of a Games Operations Centre at Games time to oversee all elements of event delivery; and ??? Contribution to Post-Games reporting and transfer of knowledge for future World Masters Games events. Please refer to the attached Request for Proposals document for further details. Proposals must be submitted electronically to the GETS electronic tender box. If you have difficulty accessing GETS, please refer to GETS support information in the first instance, and email the contact person before the deadline for proposals to discuss alternative arrangements. Deadline for questions: Monday 22 February 2016 Deadline for responses: Monday 29 February 2016",Awarded,,20201117 Auckland Council,17207042,Request for Proposals,Closed Competition,PIN_2146 Western Park Playground Equipment Supply and installation,PIN_2146,20160215,20160304,20160510,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17210399,Request for Tenders,Closed Competition,ACPN_19481 Paremuka Ponds ??? Sediment Removal,ACPN_19481,20160216,20160302,20160624,,Sole Agency,No,Not applicable,"Auckland Council is seeking suppliers for the provision of physical works for the sediment removal of ponds in the Auckland area. For further information and detailed scope of works, please refer to the attached RFT documents. PLEASE NOTE Two separate electronic files to be submitted as follows: One file for the non-price attributes named:???Tender for ACPN_19481 Paremuka Ponds ??? Non Price Attributes"" and One file named: ???Tender for ACPN_19481 Paremuka Ponds ??? Price??? Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,20201117 Auckland Council,17211951,Request for Tenders,Open Competition,PIN_2149 Western Park Paving Renewals FY2015/16,PIN 2149,20160216,20160309,20160510,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17221336,Request for Tenders,Closed Competition,Airport Oaks Stage 1 Stormwater Upgrade Project (Jet Park Forebay),ACPN_18804,20160222,20160310,20160608,,Sole Agency,No,None - responses to be submitted electronically through www.gets.govt.nz,"The works will be carried out at the Jet Park forebay located at 63 Westney Road and comprises of excavation, shaping forebay, construction of weir and maintenance track including reinstatement of all the affected areas. The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,17236746,Request for Tenders,Closed Competition,Whangaparaoa Library and Warkworth Service Centre new service desks joinery,PIN_805,20160223,20160311,20170622,,Sole Agency,No,,"Auckland Council is seeking an experienced Joinery Contractor for the above contract. Details are in the tender documents",Not Awarded,,20201117 Auckland Council,17240937,Request for Tenders,Open Competition,PIN_2222 Construction of Shared Paths at Martyn Wilson Fields and Liston Park,PIN 2222,20160225,20160309,20160510,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17252159,Request for Proposals,Closed Competition,Asset Valuations for Council,PIN_2219,20160226,20160315,20160624,,Sole Agency,No,Not applicable,"The Auckland Council Group is seeking organisations to provide financial and insurance valuations of Council operational land and buildings and investment property assets. For further information and detailed scope of works, please refer to the attached RFP documents.",Awarded,,20201117 Auckland Council,17254610,Request for Quotations,Closed Competition,PIN 2224 Station Rock Walkway Construction,PIN 2224,20160229,20160318,20160510,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,17256594,Request for Tenders,Open Competition,Pahurehure Boardwalk and Esplande Walkway,ACPN_20201,20160229,20160321,20160503,,Sole Agency,No,,"Request for Tender for the provision of Pahurehure boardwalk and Esplanade Walkway Date the response box opens: 29/02/2016 *****Last day for questions; 17/03/2016 Date and Time the response box closes: 21/03/2016 RFT must be delivered to : Electronic Response box available on GETS ***Please upload non-price attributes and price in SEPERATE documents***",Awarded,,20201117 Auckland Council,17268636,Request for Tenders,Open Competition,PIN 2252 Waikaraka Park Stone Wall Renewal,PIN 2252,20160302,20160323,20160510,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street Auckland",Waikaraka Park Stone Wall Renewal,Not Awarded,,20201117 Auckland Council,17271317,Request for Tenders,Closed Competition,"RFT ACPN_14902 17 Norwood Road, Bayswater - Stormwater Outfall Renewall",ACPN_14902,20160303,20160324,20160510,,Sole Agency,No,N/A,"Request for Tender - 17 Norwood Road, Bayswater - Stormwater Outfall Renewal Date response box opens: 03/03/2016 ***Last day for questions: 18/03/2016*** Date and time response box closes: 24/03/2016, 2:00 pm RFT's must be uploaded to: GETS Electronic Tender Box labelled ''RFT ACPN_14902 17 Norwood Road, Bayswater Stormwater Outfall Renewal'' ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17276673,Request for Proposals,Open Competition,Warkworth Sediment and Erosion Control Project Phase 2 - Behaviour Change,PIN_0,20160304,20160318,20160408,,Sole Agency,No,,"Request for Proposal for Warkworth Sediment and Erosion Control Project Phase 2 - Behaviour Change Project Date that Response Box opens: 4 March 2016 Deadline for questions: 14 March 2016 Deadline for responses: 18 March 2016, at 2pm RFPs must be submitted to the Electronic Response Box available on GETS Please upload non-price attributes and price in SEPARATE documents.",Awarded,,20201117 Auckland Council,17276924,Request for Tenders,Closed Competition,47 BEULAH AVENUE STORMWATER RENEWAL,ACPN_20045,20160304,20160324,20170413,,Sole Agency,No,N/A,"Request for Tender for the provision of 47 BEULAH AVENUE STORMWATER RENEWAL Date that response Box opens: 04/03/2016 ***Last day for questions: 17/03/2016*** Date and time that Response Box Closes: 24/03/2016 RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17306318,Request for Tenders,Open Competition,ACPN 19843 Construction of Crossfield Entrance Upgrade,ACPN 19843,20160311,20160330,20160510,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17319138,Request for Quotations,Closed Competition,Pipeline Renewal at 48 Patteson Ave under Pipe Lining Framework,PIN_2368,20160316,20160411,20160812,,Sole Agency,No,N/A,"Request for Quotation for Pipeline Renewal at 48 Patteson Ave under Pipe Lining Framework Date that Response Box opens: 16 March 2016 Deadline for questions: 29 March 2016 Deadline for responses: 1 April 2016, at 2pm RFQs must be submitted to the Electronic Response Box available on GETS",Not Awarded,Contract awarded to PipeWorks,20201117 Auckland Council,17324762,Request for Tenders,Open Competition,RFT for Stormwater Upgrades and renewals at Waiau St,PIN_2155,20160317,20160411,20170413,,Sole Agency,No,N/A,"Request for Tender for the provision of Civil Construction Contracting for Stormwater Upgrades and renewals at Waiau St Date that response Box opens: 17/03/2016 ***Last day for questions: 04/04/2016*** Date and time that Response Box Closes: 11/04/2016, 02:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17328089,Request for Proposals,Closed Competition,Retail Suppliers for Auckland Council Pools and Leisure Centres,PIN_2344,20160321,20160411,20160608,,Sole Agency,No,,"We are seeking retail suppliers who share our vision for increasing the customer experience at the Auckland Council Pools and Leisure Centre. This will be delivered in part through a more cohesive retail presence across the centres, with better product range and depth, increase in staff knowledge, and improved visual merchandising. We specifically require two or three suppliers across the key categories of; ??? adult swimwear, ??? adult accessories, ??? child swimwear and accessories.",Awarded,,20201117 Auckland Council,17328096,Request for Quotations,Closed Competition,Slippery Creek Stormwater Modelling Field Survey Work,PIN_2351,20160318,20160331,20160408,,Sole Agency,No,N/A,"Request for Quotation for Slippery Creek Stormwater Modelling Field Survey Work Date that Response Box opens: 18 March 2016 Deadline for questions: 29 March 2016 Deadline for responses: 31 March 2016, at 2pm RFQs must be submitted to the Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,17332828,Request for Tenders,Closed Competition,Ray Small and Pukekohe Skate Park,ACPN20050,20160321,20160506,20170622,,Sole Agency,No,,"Auckland Council is looking for a Main-contractor for the construction of the Ray Small and Pukekohe Skate Park. Documents to be downloaded from this tender. Skate Parks to be priced separately.",Not Awarded,JFC,20201117 Auckland Council,17336043,Request for Tenders,Closed Competition,Clearing trees from Dominkovich Road,PIN_2365,20160323,20160413,20160609,,Sole Agency,No,NA,,Not Awarded,Successful applicant - Treescape Limited,20201117 Auckland Council,17336362,Request for Proposals,Closed Competition,Outdoor Burning and Domestic Fire Investigation Services,PIN_2366,20160330,20160419,20170622,,Sole Agency,No,Not applicable,"The objective of this procurement is to source a supplier who can deliver cost effective investigative services in relation to outdoor burning and domestic fire complaints on time, in full and subject to specified requirements. Please download complete RFP documents for details.",Awarded,,20201117 Auckland Council,17343253,Request for Tenders,Closed Competition,SW Pipeline Renewals FY 2015-2017,ACPN_19906,20160324,20160429,20160708,,Sole Agency,No,,"Overview: SW Pipeline Renewals FY 2015-2017 Tender open date: 24/03/2016 Tender close date: 29/04/2016 Please upload non-price attributes and price in SEPARATE documents.",Awarded,,20201117 Auckland Council,17356640,Request for Tenders,Closed Competition,ACPN_19957 Fukuoka Friendship Garden - construction works,ACPN_19957,20160401,20160506,20170420,,Sole Agency,No,Not applicable,"Auckland Council is seeking suppliers for the provision of construction works for the Fukuoka Friendship Garden Project in the Auckland area. For further information and detailed scope of works please refer to the attached RFT documents. PLEASE NOTE 1. Three separate electronic files to be submitted (as per the RFT documents) 2. An early contractor meeting will be arranged with all suppliers.",Not Awarded,,20201117 Auckland Council,17362446,Request for Proposals,Closed Competition,Mt Albert Town Centre upgrade and Streetscape Design and Build Project,PIN_2266,20160405,20160520,20160719,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17364625,Request for Tenders,Closed Competition,PIN 778 Sir Woolf Fisher Reserve Toilet,PIN 778,20160405,20160502,20160802,,Sole Agency,No,N/A,,Awarded,,20201117 Auckland Council,17365473,Request for Tenders,Closed Competition,RFT for PIN_2392 Outfall Planting,PIN_2392,20160405,20160420,20160531,,Sole Agency,No,,"Request for Tender - Outfall Planting Date response box opens: 05/04/16 Date and time response box closes: 20/04/16, 2:00 pm Proposals must be submitted to GETS electronic response box ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17368711,Request for Quotations,Open Competition,RFQ for ACPN_19967 Pool Chemicals,ACPN_19967,20160406,20160420,20160616,,Sole Agency,No,,"Request for Quote for the provision of Pool Chemicals at the Listed Auckland Council Pools and Leisure Centres Date the Response box opens 06/04/2016 ****Last day for Questions 18/04/2016**** Date and Time that response box closes: 20/04/2016 2:00pm RFQ must be delivered to Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,17377936,Request for Proposals,Open Competition,Auckland Council SAP Professional & Contractor Services,1797,20160411,20160426,20170622,,Syndicated Opportunity,No,,"This procurement serves two purposes; it seeks to appoint a panel of suppliers to provide professional and contractor services in relation to the Council Group SAP product suite, in particular assisting in enabling Auckland Council to realise delivery of the Council NewCore project. It also seeks to understand the wider capability in the market in respect of professional services related to the Council Group SAP product suite. Request for Proposal - Auckland Council SAP Professional & Contractor Services Date the response box opens: 11/4/2016 ****Last day for Questions: 18/04/2016*** Date and Time the response box closes: 26/04/2016, 2:00pm RFP's must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in SEPERATE Documents****",Awarded,,20201117 Auckland Council,17388175,Request for Tenders,Closed Competition,RFT Massey Park Athletic Track Renewal,PIN_2194,20160412,20160506,20170620,,Sole Agency,No,,"Request for Tender for Massey Park Athletics Track Date the response box opens: 12/04/2016 ******Last Day for Questions: 26/04/2016**** Date and time the response box closes: 29/04/2016 2:00pm RFT must be delivered to; Electronic Response Box available on GETS ****Please upload non-price attributes and price in SEPERATE documents****",Awarded,,20201117 Auckland Council,17389728,Request for Tenders,Open Competition,PIN 2457 Ireland Road car park and footpath renewal,PIN 2457,20160413,20160505,20160802,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street Auckland",,Not Awarded,,20201117 Auckland Council,17393372,Request for Proposals,Open Competition,PIN 2502 Tamaki Estuary Greenways Professional Services,PIN 2502,20160414,20160516,20160802,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,17393595,Request for Tenders,Closed Competition,Bruce Pulman Park Car Park Rehabliitation,PIN_2384,20160414,20160428,20170622,,Sole Agency,No,,"Request for Quotation / Tender (RFT) the for provision of Bruce Pulman Park Car Park Refurbishment Contract Number:PIN _2384 Background Auckland Council Parks completed a Survey, invasive geotechnical investigation for the renewal of the car park surfaces for the two main car park areas off Walters Road (slip lane type parking areas) and improvements to the stormwater drainage from the car park and the wider access networks. Scope Auckland Council Parks completed a Survey, invasive geotechnical investigation for the renewal of the car park surfaces for the two main car park areas off Walters Road (slip lane type parking areas) and improvements to the stormwater drainage from the car park and the wider access networks. The RFT documents will be released on 14 April 2016 to Three selected existing suppliers. Via GETS Online website www.gets.govt. .nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 28 April 2016 Via GETS electronic submissions and must include the Contract Number PIN_ and Title and must include details with the Company Name and contract person for this Quotation/tender The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,17395409,Request for Quotations,Closed Competition,RFQ for C02 Bulk delivery and Cylinders,ACPN_19967,20160414,20160421,20160616,,Sole Agency,No,,"RFQ for supply of C02 bulk delivery and cylinders at Council facilities Date that Response Box opens: 14/04/2016 ***Last day for Questions 19/04/2016*** Date and time that response box closes 21/04/2016 2:00pm RFQ must be delivered to: Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,17424446,Request for Tenders,Closed Competition,Three Kings Building Renovation Main Contractor,ACPN_16375,20160419,20160516,20170622,,Sole Agency,No,,"Auckland Council is seeking a Main Contractor for the Three Kings Building renovation. Details of the tender are in the attached documents.",Awarded,,20201117 Auckland Council,17424615,Request for Tenders,Open Competition,Stonefield Heritage Trail Construction,ACPN_19979,20160419,20160505,20170622,,Sole Agency,No,,"Auckland Council is seeking a qualified Main Contractor for the construction of the Stonefields Heritage Trail, as detailed in the tender documents",Awarded,,20201117 Auckland Council,17426520,Request for Tenders,Closed Competition,Massey Community House Refurbishment,PIN_2519,20160419,20160509,20160608,,Sole Agency,No,,"Auckland Council is seeking a Main Contractor for the refurbishment of the Massey Community House. Details are in the tender documents",Awarded,,20201117 Auckland Council,17438443,Request for Proposals,Closed Competition,RFP for Review of Auckland Council Six Demographic Advisory Panels,PIN_2339,20160421,20160505,20160616,,Sole Agency,No,,"Request For Proposal for Review of Auckland Council Six Demographic Advisory Panels Date the response box opens: 21/04/2016 ***Last day for Questions: 2/05/2016*** Date and time the response box closes: 5/05/2016, 2:00pm RFP's must be delivered to: Electronic response box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17453266,Request for Tenders,Closed Competition,PIN 2533 - Curran St Bridge Project,PIN 2533,20160426,20160517,20160719,,Sole Agency,No,,"The project site is located on Curran Street, at the south end of the Auckland Harbour Bridge 9AHB), to the west of Westhaven Marina. It is adjacent to the Curran Street motorway on-ramp. Curran Street comprises a 4m wide one-way road lane and 2.5m wide footpath/ cycleway at this location. The Site is accessed from Curran St. The Contract Works include (but are not necessarily limited to): Site clearance of fencing, trees etc. Demolition and removal of the existing concrete bridge structure. Demolition and removal of the existing Guides Auckland Boating Centre structure. Excavation of material from the bridge footprint until material with adequate founding strength is reached. Backfilling with imported cement-stabilized material. Construction of new road pavement to replace the removed bridge. Reinstatement of the work site. The existing seawall along the western side of the site will remain in place.",Awarded,,20201117 Auckland Council,17456011,Request for Tenders,Closed Competition,PIN 2581 Western park Lighting,PIN 2581,20160427,20160510,20160802,,Sole Agency,No,Submissions to be emailed to brinder.kandari@aucklandcouncil.govt.nz,,Not Awarded,,20201117 Auckland Council,17478513,Request for Tenders,Open Competition,PIN 2516 WESTERN PARK PLAYGROUND UPGRADE,PIN 2516,20160503,20160518,20160802,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street Auckland",,Not Awarded,,20201117 Auckland Council,17490585,Request for Tenders,Closed Competition,ACPN_19721 Tamakae Wharf (Waiuku) Upgrade,ACPN_19721,20160506,20160527,20170630,,Sole Agency,No,,"Request for Tenders for the provision of Tamakae Wharf (Waiuku) Upgrade Date the response Box opens: 6/05/2016 ***Last day for questions: 25/05/2016*** Date and time the response box closes: 27/05/2016 2:00pm RFT must be delivered to : Electronic Tender Box available on GETS ***Please upload non-price attributes and price in SEPERATE documents***",Not Awarded,,20201117 Auckland Council,17490879,Request for Quotations,Closed Competition,Grampian Road Pipe Relining,ACPN_12678,20160506,20160617,20170622,,Sole Agency,No,N/A,"Request for quotation for the provision of Grampian Road Pipe Relining under Framework Agreement Pipe Lining Works & Services RFQ issued date: 6 May 2016 RFQ closing date and time 12 June 2016, 02:00 pm Responses must be submitted to the GETS Electronic Tender Box. File 1 named ???Participant name_ Grampian Road Pipe Relining ???Quotation??? that includes: ??? Participant???s quotation, including all of the information set out in Section D (Quotation Analysis) and all requirements of Section E (Scope of Goods and/or Services Specification). ??? Response Form 2 (Pricing Schedule) File 2 named ???Participant name_ Grampian Road Pipe Relining ???Response??? that includes: ??? Response Form 1 (Quotation Form) ??? Response Form 3 (Statement of Departures) ??? Response Form 4 (Conflict of Interest Declaration)",Awarded,,20201117 Auckland Council,17491102,Request for Quotations,Closed Competition,RFQ for PIN_2511 Southern Lining Package #1,PIN_2511,20160506,20160526,20170413,,Sole Agency,No,N/A,"Request for quotation for the provision of PIN_2511 Southern Lining Package #1 under Framework Agreement Pipe Lining Works & Services Date that Response Box opens: 06/05/2016 ***Last date for questions: 23/05/2016*** Date and time that Response Box closes: 26/05/2016, 02:00pm RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to The Fletcher Construction Company Ltd T/A PipeWorks,20201117 Auckland Council,17491475,Request for Tenders,Closed Competition,ACPN_19957 Fukuoka Friendship Garden - construction works,ACPN_19957,20160506,20160511,20160921,,Sole Agency,No,Not applicable,"Auckland Council is seeking suppliers for the provision of construction works for the Fukuoka Friendship Garden Project in the Auckland area. For further information and detailed scope of works please refer to the attached RFT documents. PLEASE NOTE 1. Three separate electronic files to be submitted (as per the RFT documents) 2. An early contractor meeting will be arranged with all suppliers.",Awarded,,20201117 Auckland Council,17497669,Request for Tenders,Closed Competition,PIN_2603 Demo of 8 Properties and remediation at Monte Cecila,PIN_2603,20160510,20160531,20161031,,Sole Agency,No,,"Request for Tender for the provision of Demolition of eight properties and Remediation of Grounds at Monte Cecilia School, Hillsborough Date the response box op4ens: 10/05/2016 ***Last day for questions 27/05/2016*** Date and time the tender box closes: 31/05/2016 2:00pm RFT must be delivered to Electronic response box available on GETS ***Please upload non- price attributes and price in SEPERATE documents***",Awarded,,20201117 Auckland Council,17497895,Request for Quotations,Closed Competition,RFQ for PIN_2664 Patience Way Lining,PIN_2664,20160510,20160531,20160812,,Sole Agency,No,,"Request for Quotation for the provision of Patience Way Lining under Pipe Lining Framework Works & Services Agreement Date response box opens: 10/05/16 Last day for questions: 24/05/16 Date and time response box closes: 31/05/16, 2pm Responses and all correspondence must be made to electronic tender box labelled: ''RFQ for PIN_2664 Patience Way Lining''",Awarded,,20201117 Auckland Council,17510762,Request for Tenders,Closed Competition,Waimahia Waka Walkway,PIN_2626,20160512,20160526,20170622,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Waimahia Waka Walk Contract Number: PIN_2626 Background This procurement is for the construction of a 3.2m wide concrete path linking the new SHA at Waimahia with the esplanade walkway at Weymouth creating a vital link between the new subdivision and the Manukau Harbour. This walkway has been developed with Mana Whenua and encompasses a range of surface detailing representing traditional occupation of this area and will adjoin and compliment the soon to be built playground at Waimahia. Scope This procurement includes: ??? 520m?? concrete paths with a variety of surface finishes ??? Drainage requirements ??? Associated landscape works to make good around the path The RFT documents will be released on 12 May 2016 to Three selected existing suppliers.and can be downloaded GETS Online website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 26 May 2016. Via GETS electronic Submission. Submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,17513017,Request for Proposals,Closed Competition,Website Redevelopment-Auckland Council and Libraries (Phase 4) - Build and Testing,PIN_2467,20160513,20160603,20170622,,Sole Agency,No,None,"Auckland Council is seeking proposals from various Information and Services suppliers who have the technical expertise, capabilities and capacity to provide the services required for the Website Redevelopment ??? Auckland Council and Libraries (Phase 4) ??? Build & Testing Phase. Please download complete Request for Proposal (RFP) documents for details of Auckland Council's requirements for this project.",Awarded,,20201117 Auckland Council,17523276,Request for Tenders,Closed Competition,Manukau Memorial Gardens Entrance,PIN_2663,20160517,20160607,20170626,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17533844,Request for Tenders,Closed Competition,Tender for Main Contractor: Construction Works for Westgate Multipurpose Facility,ACPN_15047,20160520,20160721,20170622,,Sole Agency,No,,"Auckland Council is tendering the works for the Westgate Multi Purpose Facility to short listed contractors. Files can be downloaded from GETS. If you would like to pick up the files on a flash drive from council offices, please contact the Tender Contact Person. Files to download are in excess of 300MB.",Awarded,,20201117 Auckland Council,17534409,Request for Proposals,Closed Competition,Auckland Council Target Operating Model,PIN_2636,20160519,20160617,20161031,,Sole Agency,No,,"Request for Proposal for Auckland Council Target Operating Model Date the Response Box Opens: 19/05/2016 ***Last day for questions: 15/06/2016*** Date and time the response box closes: 17/06/2016, 2:00pm RFP's must be delivered to: Electronic Delivery box available on GETS ***Please upload non-price attributes and price in SEPERATE documents***",Awarded,,20201117 Auckland Council,17537283,Request for Tenders,Closed Competition,Marlborough Park Hall Refurbishment,PIN_2390,20160520,20160610,20161031,,Sole Agency,No,,"Request for Tender for Marlborough Park Hall Refurbishment Date the response box opens: 20/05/2016 ***Last day for questions: 08/06/2016*** Date and time the response box closes: 10/06/2016, 2;00 pm RFT must be delivered to: Electronic tender box available on GETS ***Please upload non price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17543635,Request for Tenders,Closed Competition,PIN 2705 Sandringham Reserve Playground,PIN 2705,20160524,20160608,20160802,,Sole Agency,No,,,Not Awarded,,20201117 Auckland Council,17544059,Request for Tenders,Closed Competition,Pioneer Women's and Ellen Melville Hall and Freyberg Square Upgrade,PIN_2679,20160525,20160622,20160927,,Sole Agency,No,,"Auckland Council is seeking tenders from suitably qualified contractors for Pioneer Women's and Ellen Melville Hall and Freyberg Square Upgrade (PIN_2679). Note this is a closed/invited tender. The scope of the contract includes: ??? Physical public realm works construction, including; new paving, street furniture, concrete terraces, water fountain, planting, lighting, underground ducting, shared space and drainage. ??? Physical building works construction, including; new roof, seismic upgrade, water proofing, fa??ade upgrade, new interior fit out and reconfiguration of spaces, mechanical, electrical and lift upgrades, restoration of heritage elements. ??? Defects liability period and maintenance period ??? As Built documentation ??? Maintenance, Operating and Management documentation ??? Project handover, WIP settlement and lessons learned workshop **Note that Attachement 2 - Specifications and Drawings is large and may take time to download.** Proposals must be submited electronically through GETS (price and non-price in seperate documents as set out in Conditions of Tendering). Maximum file size for the submission must be 50MB. For help and instructions on electronic tenders through GETS please refer to: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 Auckland Council,17555642,Request for Tenders,Closed Competition,Operation of Rosedale and Greenmount Landfill Gas Management Systems,ACPN_19834,20160530,20160711,20170208,,Sole Agency,No,Nil,"Auckland Council wishes to procure physical works services to operate the gas collection and treatment systems. The scope of this procurement includes: ??? Monitoring of gas migration system ??? Operation of the gas collection system ??? Operation of the gas treatment system ??? Emergency response ??? Repair and renewals of assets (provisional) ??? Limited capital works (e.g. telemetry installation, public proofing of gas management infrastructure, provisional)",Not Awarded,,20201117 Auckland Council,17560154,Request for Proposals,Open Competition,RFP for PIN_2677 Waitakere Transfer Station Excavator,PIN_2677,20160530,20160613,20170622,,Sole Agency,No,,"Request for Proposal for Waitakere Transfer Station Excavator Date that response box opens: 30/05/16 **Last day for questions: 06/06/16*** Date and time response box closes: 13/06/16, 02:00 pm RFP's must be submitted directly through GETS Electronic Tender Box labelled: ''RFP for PIN_2677 Waitakere Transfer Station Excavator""",Awarded,,20201117 Auckland Council,17560360,Request for Quotations,Open Competition,RFQ for Great Barrier Island Southern Pest Animal Surveillance 2016-2019,,20160530,20160613,20160729,,Sole Agency,No,,"Request for Quotation for Great Barrier Island Southern Pest Animal Surveillance 2016-2019 Date that response box opens: 30/05/16 **Last day for questions: 06/06/16*** Date and time response box closes: 13/06/16, 02:00 pm RFQ's must be submitted directly through GETS Electronic Tender Box labelled: ''RFQ for Great Barrier Island Pest Animal Surveillance Surveillance 2016-2019""""",Awarded,,20201117 Auckland Council,17567962,Request for Tenders,Closed Competition,Franklin & Otahuhu Car Parks Renewal,PIN_2537,20160531,20160620,20160718,,Sole Agency,No,,Auckland Council is seeking tenders from contractors for the works specified in the tender documents,Awarded,,20201117 Auckland Council,17591867,Request for Quotations,Open Competition,RFQ PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019,PIN_2796,20160610,20160624,20160729,,Sole Agency,No,,"Request for Quotation for PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019 Date that response box opens: 10/06/16 **Last day for questions: 17/06/16*** Date and time response box closes: 24/06/16, 02:00 pm RFQ's must be submitted directly through GETS Electronic Tender Box labelled: ''RFQ PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019"" All enquiries must be made via GETS",Not Awarded,,20201117 Auckland Council,17592258,Request for Tenders,Closed Competition,ACPN_19721 Tamakae Wharf (Waiuku) Upgrade - Ext,ACPN_19721,20160616,20160708,20170630,,Sole Agency,No,,"Request for Tenders for the provision of Tamakae Wharf (Waiuku) Upgrade Date the response Box opens: 16/06/2016 ***Last day for questions: 8/7/2016*** Date and time the response box closes: 8/07/2016 2:00pm RFT must be delivered to : Electronic Tender Box available on GETS",Awarded,,20201117 Auckland Council,17592466,Request for Tenders,Open Competition,ACPN 20043 - Te Auaunga Awa Walmsley & Underwood Physical Works Project,ACPN_20043,20160610,20160726,20160927,,Sole Agency,No,,"This contract is for the main civils contract for Te Auaunga Awa ??? Walmsley and Underwood Reserves Project. The contract has 3 separable portions 1. Separable Portion 1- Richardson Rd Bridge 2. Separable portion 2-Beagle Ave Bridge 3. Stream works Te Auaunga Awa ??? Walmsley and Underwood Reserves Project will be a landmark urban stream restoration project that will change the landscape of Mt Roskill and surrounding suburbs over the next 10 to 20 years. Significant intensification and housing will be enabled through flood plain reduction, social connectedness will be enhanced, disadvantaged youth will be trained and the Awa will be restored. The project involves stream widening and restoration of 1.3km of Oakley Creek, between Sandringham Road Extension and Richardson Road. A full width cycleway connecting Hendon Reserve to War Memorial Park will be provided along with a network of secondary pathways including two new pedestrian bridges. An outdoor class room will be provided for the education of our young and a number of outdoor spaces and play areas will be created for community. In order to convey flood flows through the project area, two new road bridges will be constructed at Richardson Road and Beagle Ave. Pedestrian access will be provided at Richardson Road via an underpass.",Awarded,,20201117 Auckland Council,17596765,Request for Tenders,Closed Competition,"ACPN_19896, Hobson Wharf Remediation Project",ACPN_19896,20160613,20160712,20160927,,Sole Agency,No,,"The Contract Works includes (but is not necessarily limited to): a. Establishment on site and erection of all necessary equipment, staging, falsework, pontoons and workboats to provide access to and carry out the concrete repairs to Hobson Wharf and replacement of existing service brackets as directed by the Engineer b. Pre-start wharf inspection with Panuku to confirm the extent of the repairs specified in the Tender. c. Liaison with Panuku Development Auckland to work around wharf and marina operations d. Liaison with separate contractors employed by the Principal to carry out work on the wharf and adjacent marina e. Demolition of existing concrete and removal of concrete (and corroded reinforcing) to sound material, collection and disposal of all debris and temporary relocation of services (as necessary) to carry our concrete repairs f. Preparation of concrete surfaces and reinforcing steel for repairs, as specified g. Repairs to the concrete elements using pneumatically applied concrete or poured-in-situ (boxed) concrete (poured-in-situ is subject to the Engineer???s approval). h. Removal of redundant services under the wharf and installation of new brackets to support the existing services, as instructed by the Engineer i. Removal and disestablishment of all equipment",Awarded,,20201117 Auckland Council,17603746,Request for Tenders,Closed Competition,PIN 2332_Albert Park Pathway Renewals,PIN 2332,20160615,20160624,20170217,,Sole Agency,No,,,Not Awarded,Retroactively closing this tender - award was given in June 2016.,20201117 Auckland Council,17617492,Request for Tenders,Closed Competition,Tender for the Albany Community Hub,PIN_2766,20160621,20160719,20170622,,Sole Agency,No,,Auckland council is inviting tenders for Main Contractor for the Albany Community Hub construction.,Awarded,,20201117 Auckland Council,17631552,Request for Proposals,Open Competition,PIN_2415 RMA Planning Support Services,PIN_2415,20160624,20160713,20160921,,Sole Agency,No,Not applicable,"Auckland Council invites proposals for the provision of professional services related to expert RMA planning services, environmental management advice and support services to the Stormwater department. For further information and detailed scope of works, please refer to the attached RFP documents. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box Posted, faxed or hand delivered proposals will not be accepted.",Awarded,,20201117 Auckland Council,17637197,Request for Proposals,Open Competition,Rural Fire Appliances - Rear Body Fit out,PIN_2841,20160627,20160808,20170327,,Sole Agency,No,Not applicable,"Auckland Council seeks to contract an experienced Supplier to provide the fit out of three Type 1 4WD Fire Appliances. For further information and detailed requirements, please refer to the attached RFP documents. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box Posted, faxed or hand delivered proposals will not be accepted.",Awarded,,20201117 Auckland Council,17639971,Request for Proposals,Open Competition,Stormwater Capex Supplier Framework,ACPN_19698,20160628,20160808,20170112,,Sole Agency,No,None,"Council is looking to procure physical works services for the completion of stormwater CAPEX (capital expenditure) projects with individual values of up to $1,000,000 each. Over 100 of these projects were completed over the last 12 months by the Stormwater Unit. The intended outcome of this Request For Proposal (RFP) is to pre-qualify suitable suppliers and establish a framework of suppliers to deliver the services within the following sub-categories of work: 1. Manhole and pipe renewal/upgrade 2. Soakhole construction. 3. Stream and watercourse work. 4. Horizontal Directional Drilling.",Awarded,,20201117 Auckland Council,17642666,Request for Tenders,Closed Competition,Papatoetoe Mall Refurbishment - Main Contractor for construction services,PIN_2229,20160628,20160727,20170620,,Sole Agency,No,,"Request for Tender for PIN_2229 Papatoetoe Mall Refurbishment - Main contractor for construction services Date the response box opens: 28/06/2016 ***Last day for Questions 22/07/2016**** Date and time the response box closes: 26/07/2016, 12 Noon RFT must be delivered to: Electronic Response Box available on GETS ***Please upload Non - Price and Price attributes in SEPARATE documents***",Not Awarded,Aspec,20201117 Auckland Council,17645790,Request for Proposals,Open Competition,On-site Wastewater Treatment System (Septic Tank) Upgrade,PIN_2198,20160629,20160722,20170420,,Sole Agency,No,Not applicable,"Auckland Council invites proposals for the provision of end to end services related to upgrading or replacement of poorly performing wastewater treatment systems as per the attached RFP documents. For further information and detailed requirements, please refer to the attached RFP documents. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box Posted, faxed or hand delivered proposals will not be accepted.",Awarded,,20201117 Auckland Council,17645928,Request for Tenders,Open Competition,PIN 2722 - Mt Richmond Boundary Stonewall Construction,PIN - 2722,20160629,20160713,20170201,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,17648932,Request for Tenders,Closed Competition,RFT for the Construction of in-ground cut off barrier at 84 Cosgrave Road,ACPN_20137,20160701,20160713,20170413,,Sole Agency,No,,"Request for Tender for the Construction of in-ground cut off barrier at 84 Cosgrave Road Date that response Box opens: 01/07/2016 ***Last day for questions: 07/07/2016*** Date and time that Response Box Closes: 13/07/2016, 02:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to March Construction Ltd,20201117 Auckland Council,17650454,Request for Proposals,Closed Competition,RFP for Waitakere Transfer Station Community Recycling Centre Services,PIN_2716,20160701,20160731,20170601,,Sole Agency,No,N/A,"Request for Proposal for the provision of Waitakere Transfer Station Community Recycling Centre Services. Date of RFP Issue: 01/07/16 Deadline for questions: 15/07/16 Deadline for responses: 31/07/16 2 PM. RFPs must be delivered to: Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,17656292,Request for Tenders,Closed Competition,Main Contractor for the Muriwai Campground Redevelopment,PIN_2804,20160704,20160729,20160921,,Sole Agency,No,,Auckland Council requires a Main Contractor for the Muriwai Campground Redevelopment.,Awarded,,20201117 Auckland Council,17670126,Request for Tenders,Closed Competition,PIN_2737 Birkdale Court HFOP Refurbishment,PIN_2737,20160706,20160810,20161031,,Sole Agency,No,,"This RFT is for selection of a supplier for refurbishment of 19 bedsit units and 3 communal laundries at Birkdale Court. The upgrade relates to internal and external accessibility and safety, and includes improvements in communal amenities, such as shared areas, seating, washing facilities, refuse collection, letter boxes and gardens.",Not Awarded,,20201117 Auckland Council,17675841,Request for Tenders,Open Competition,PIN_2161 Parau St Stormwater upgrade & Fearon Park & Harold Long Reserve Stage 1A,PIN_2161,20160707,20160804,20170620,,Sole Agency,No,,"Request for Tender for Parau St Stormwater upgrade & Fearon Park & Harold Long Reserve Stage 1A Date the Response Box Opens: 7/06/2016 Date and time that Response Box closes: 28/06/2016 12 Noon RFT must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17677557,Request for Proposals,Open Competition,Retrofit Your Home Programme - Great Barrier and Waiheke Additional Suppliers,PIN_2199,20160708,20160805,20170420,,Sole Agency,No,Not applicable,"This request for proposal (RFP) seeks service providers that meet programme requirements to deliver retrofit services to households in Great Barrier and Waiheke Islands under the RYH Programme. Through this RFP, Auckland Council is seeking additional suppliers to provide services (including fitting and installation) relating to retrofits of: ??? Insulation, ??? Clean heating, ??? Ground polythene vapour barrier and hot water cylinder/ pipe wraps, ??? Fireplace decommission and replacement clean heat package, ??? Water efficiency devices, ??? Rainwater harvesting systems, ??? Mechanical ventilation and extraction units for kitchen or bathroom. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box Posted, faxed or hand delivered proposals will not be accepted.",Not Awarded,Winning supplier withdrew,20201117 Auckland Council,17683579,Request for Tenders,Open Competition,PIN_2655 Westmere Grey Lynn Stormwater Network Extension Professional Service RFT,PIN_2655,20160711,20160804,20161031,,Sole Agency,No,,"Request for Tender for Professional Services for Westmere /Grey Lynn Stormwater Network Extension The Auckland Council Storm Water Unit is seeking to procure professional services for Installation of approximately 750 m of pipes and 140 m of CIPP lining. This project has been identified as part of the In-complete stormwater network including assessing combined networks near growth areas, extending stormwater network and drainage separation in Bond Street Tender box opens: 11/07/2016 Date and Time Tender box closes: 28/07/2016, 2:00pm RFT must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and Price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17688816,Request for Tenders,Open Competition,ACPN_18001 Dallinghoe Cres Stormwater Upgrade,ACPN_18001,20160712,20160804,20161031,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17706791,Request for Tenders,Closed Competition,Mahurangi Toilet & Wastewater Project,PIN_2926,20160719,20160810,20160928,,Sole Agency,No,N/A,"Request for Tender for Mahurangi Toilet & Wastewater Project. Date that Response Box opens: 19/07/16: **Last day for questions** 05/08/16 Date and time that Response Box closes: 10/08/16: 02:00pm RFTs must be delivered to Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17714134,Request for Tenders,Closed Competition,Construction of Grove Road Box Culvert and associated assets,PIN_2666,20160721,20160914,20170622,,Sole Agency,No,,"These documents are the technical reports to be lodged with the resource consent application next week. Please note that the Design Report is for Resource Consent only and the full design report will be issued on Friday. Three documents are missing from this set and will be issued on Friday they are : 1. The Assessment of Environmental Effects 2. Proposed consent conditions 3. Ground and settlement monitoring plan We aim to issue the specifications later today. RFT and Contract conditions to follow after the risk workshop.",Awarded,,20201117 Auckland Council,17730619,Request for Tenders,Closed Competition,Papatoetoe Mall Refurbishment - Main Contractor for construction services,PIN_2229,20160727,20160824,20170227,,Sole Agency,No,,"Request for Tender for PIN_2229 Papatoetoe Mall Refurbishment - Main contractor for construction services RFT must be delivered to: Electronic Response Box available on GETS ***Please upload Non - Price and Price attributes in SEPARATE documents***",Awarded,,20201117 Auckland Council,17742215,Request for Proposals,Closed Competition,RFP PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019,PIN_2796,20160801,20160812,20160930,,Sole Agency,No,,"Request for Proposal - PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019 Date that response box opens: 29/07/16 **Last day for questions: 05/08/16*** Date and time response box closes: 12/08/16, 02:00 pm RFP's must be submitted directly through GETS Electronic Tender Box labelled: ''RFP PIN_2796 Great Barrier Island Northern Pest Animal Surveillance 2016-2019"" All enquiries must be made via GETS",Awarded,,20201117 Auckland Council,17743529,Request for Tenders,Closed Competition,PIN 2844 Coyle Park & Maungawhau Asphalt Path,PIN 2844,20160801,20160819,20170201,,Sole Agency,No,NA,PIN 2844 Coyle Park & Maungawhau Asphalt Path,Awarded,,20201117 Auckland Council,17745723,Request for Tenders,Closed Competition,PIN_2742 Waitemata Services Tunnel,PIN_2742,20160801,20160829,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17748156,Request for Tenders,Closed Competition,PIN 2750 Heron Park Path and Stairs,PIN 2750,20160802,20160825,20170201,,Sole Agency,No,N/A,"Physical works associated with: ??? Removal of trees ??? Installation of stairs ??? Removal of existing path ??? Removal of old poles and concrete on site ??? Installation of paths ??? Planting ??? Improve drainage/contouring",Awarded,,20201117 Auckland Council,17760241,Request for Tenders,Closed Competition,"Airfields, Stage 1 ??? Hobsonville Point Roads D&E, Variation Price Request for Airfields Stage 2",PIN 3089,20160805,20160824,20170112,,Sole Agency,No,,"Please see attached Airfields, Stage 1 ??? Hobsonville Point Roads D&E, Variation Price Request for Airfields Stage 2 (Road C&F Stub, Road F Main Trunk Drainage and Bulk Earthworks) SoQ to follow as an addendum later today.",Awarded,,20201117 Auckland Council,17762659,Request for Tenders,Closed Competition,PIN_3038 Grey Lynn Park playground upgrade works,PIN 3038,20160805,20160817,20170201,,Sole Agency,No,NA,"This procurement is for delivery of the physical works for the Grey Lynn park playground upgrade. The scope of works includes:- ??? Project management; quality assurance plans, H&S, insurances, traffic management plan, as-built plans etc. ??? Site establishment and dis-establishment; including temporary fencing, setting out, location and protection of services, site tidy up. ??? Site preparation including uplift and dispose of existing concrete pads, demolish and remove from site existing timber retaining walls, walkways / boardwalks, seats, stairs and play equipment, uplift and dispose of existing cushionfall, stockpiling for reuse ??? Earthworks ??? Hard works ??? Soft landscape works",Awarded,,20201117 Auckland Council,17775643,Request for Tenders,Open Competition,"RFT for 12 Koru Street, Mangere Stormwater Upgrade",PIN_2437,20160809,20160830,20170413,,Sole Agency,No,N/A,"Request for Tender for 12 Koru Street, Mangere Stormwater Upgrade, PIN_2437 Date that response Box opens: 09/08/2016 ***Last day for questions: 23/08/2016*** Date and time that Response Box Closes: 30/08/2016, 02:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Enviro Water Ltd,20201117 Auckland Council,17777161,Request for Tenders,Closed Competition,Kauri Grove Track Upgrade,ACPN_18530,20160809,20160830,20170626,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Kauri Grove Track Upgrade Contract Number: ACPN_18530 Background This project is to build a raised boardwalk through Kauri Grove track in the Waitakere regional park and has been initiated to offer protection to mature Kauri from Kauri Dieback Disease. The building and construction of tracks and boardwalks in these environmentally sensitive areas is a specialist activity and a select number of contractors have been selected to tender for this work.. The RFT documents will be released on 9 August 2016 to Three selected existing suppliers. and can be downloaded on the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 30 August 2016. Via GETS website, electronic submissions must include the Contract Number ACPN_ and Title and must include details with the Company Name and contract person for this tender The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,20201117 Auckland Council,17791411,Request for Tenders,Closed Competition,PIN 3057 Shakespear Roading & Car Park Renewals,PIN 3057,20160812,20160902,20160928,,Sole Agency,No,N/A,"Request for Tender for Shakespear Roading & Car Park Renewals. Date that Response Box opens: 12/08/16 **Last day for questions: 26/08/16** Date and time that Response Box closes: 02/09/16 RFT must be delivered to Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17832536,Request for Tenders,Open Competition,PIN_3080 Matakana Hardcourt Renewals,PIN 3080,20160825,20160920,20161207,,Sole Agency,No,N/A,"Request for Tender for the provision of Matakana Hardcourt Renewals. Date that Response Box opens: 25/08/16 **Last day for questions: 13/09/16** Date and time that Response Box closes: 20/09/16 02:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17837180,Request for Proposals,Open Competition,Storage and Delivery of Zero Waste Events Loan Gear,6000016943,20160826,20160909,20170522,,Sole Agency,No,,"Request for Proposal - Storage and Delivery of Zero Waste Events Loan Gear Date that response box opens: 26/08/2016 Deadline for questions: 02/09/16 Deadline for responses: 09/09/16, 2.00 pm RFPs can be delivered to: Electronic Response Box available on GETS or via Email to: Angela.Lalovao@aucklandcouncil.govt.nz",Not Awarded,,20201117 Auckland Council,17851892,Request for Tenders,Closed Competition,Tender for the Parnell Bath Refurbishment,PIN_3055,20160831,20160912,20170622,,Sole Agency,No,,"Request for Tender for the refurbishment of the Parnell Bath Date and time that Response Box closes: 12/09/2016 at 12:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17902824,Request for Tenders,Open Competition,Tender for the North Shore Memorial Park ??? Southern Development,PIN_2925,20160913,20161007,20170622,,Sole Agency,No,,"This procurement is for the bulk physical works associated with the southern development of the North Shore Memorial Park. ??? Initial bulk earthworks to form and shape the land as per defined specifications ??? Establishment of stormwater drainage, subsoil drainage and SW retention ponds ??? Installation of required services infrastructure (power, data, water and waste-water) ??? Road and path formation enabling the completion of the roading network and path / carriageways required for stage one of the detailed development",Awarded,,20201117 Auckland Council,17907776,Request for Proposals,Open Competition,Wait??kere Ranges Local Board Coastal and Marine Information Project,PIN_3234,20160914,20160930,20161109,,Sole Agency,No,,"Request for Proposal for Wait??kere Ranges Local Board Coastal and Marine Information Project Date of RFP Issue: 14/09/2016 Deadline for questions: 23/09/2016 Deadline for responses: 30/09/2016, 2pm RFPs must be delivered to: Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,17935659,Request for Proposals,Closed Competition,Wool Brokers - Marketing and Selling Wool 2016/17,PIN_3213,20160921,20161005,20170327,,Sole Agency,No,Not applicable,"Auckland Council is seeking a wool marketing proposal from experienced livestock companies and independent wool exporters. For further information and detailed scope of works please refer to the attached RFT documents. PLEASE ONLY SUBMIT YOUR TENDER ELECTRONICALLY THROUGH GETS Proposals sent by post or fax or email, or delivered to our office will not be accepted.",Awarded,,20201117 Auckland Council,17936932,Request for Tenders,Open Competition,Ranfurly Rd Stage 5 SW Upgrade,PIN_1186,20160921,20161012,20170620,,Sole Agency,No,,"Request for Tender for Ranfurly Rd Stage 5 SW Upgrade Date the response box opens: 21/09/2016 ***Last day for questions: 12/10/2016*** Date and time the response box closes: 2:00pm, 12/10/2016 RFT must be delivered to : Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents****",Awarded,,20201117 Auckland Council,17958892,Request for Tenders,Closed Competition,Wellsford Centennial Park No.1 Sand Field Renewal,PIN_2383,20160927,20161007,20161207,,Sole Agency,No,N/A,"Request for Tender for Wellsford Centennial Park No.1 Sand Field Renewal. Date that Response Box opens: 27/09/16 **Last day for questions; 30/09/16** Date and time that Response Box closes: 07/10/16 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17967525,Request for Tenders,Open Competition,Gainsborough - Josie Lane Stormwater Upgrade,ACPN_19927,20160928,20161019,20161124,,Sole Agency,No,N/A,"Request for Tender for Gainsborough - Josie Lane Stormwater Upgrade, ACPN_19927 Date that response Box opens: 28/09/2016 ***Last day for questions: 12/10/2016*** Date and time that Response Box Closes: 19/10/2016, 2:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Rohits Civil and Infrastructure Ltd,20201117 Auckland Council,17970543,Request for Proposals,Open Competition,Howick Local Board Weed Strategy,PIN_0,20160929,20161021,20161124,,Sole Agency,No,,"Request for Proposal for Howick Local Board Weed Strategy Date that Response Box opens: 29/09/2016 ***Last day for questions: 14/10/2016*** Date and time that Response Box closes: 21/10/2016, 2.00 pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,17976303,Request for Tenders,Closed Competition,"Riverhead War Memorial Park No.2,3 & DTA Sand Field Upgrade",PIN_2387,20160930,20161014,20170622,,Sole Agency,No,,Please submit Price and Non Price submissions in 2 separate files,Not Awarded,,20201117 Auckland Council,17976773,Request for Tenders,Closed Competition,Te Hau??uru Park (Westgate Town Park) Development Project,PIN_3106,20160930,20161104,20170622,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,17981609,Request for Tenders,Closed Competition,PIN_3261 Pukekohe Skate Park,PIN_3261,20161003,20161103,20170227,,Sole Agency,No,,"Request for Tender (RFT) the for provision Pukekohe Skate Park – Physical Works Contract Number: PIN_3261 Background The development of a key skate park facility for the Pukekohe area has been developed over a number of years, involving the local community and skate advisors. The delivery of the project will provide a centrally located recreational skate facility near the town center and is aimed to become a key recreational asset for the Franklin Local Board and wider area. The RFT documents will be released on Friday 30th September 2016 to a closed panel. Your company has been selected to download on GETS (Government Electronic Tendering Service Website) the RFT documents and to provide a tender submission. All communications with Auckland Council concerning this RFT are to be directed to Maneel Kumar Phone: 021 872 952 Email: maneel.kumar@aucklandcouncil.govt.nz Submissions close at 2pm on Thursday 27 October 2016. Submissions must be lodged via electronic tender box at: www.gets.govt.nz The Auckland Council reserves the right not to accept the lowest for any tender.",Awarded,,20201117 Auckland Council,18001786,Request for Tenders,Closed Competition,Chelsea Estate Stormwater Renewals,ACPN_19901,20161007,20161116,20180319,,Sole Agency,No,,"Auckland Council is inviting 4 shortlisted participants to tender for Chelsea Estate Stormwater Renewals (ref. ACPN_19901). The project includes the construction of a 1950mm and 1350mm dia stormwater pipeline, to direct the catchment’s 1 in 100 year flows from the location of the existing inlets into a new outfall at Pond 2. Works include inlet and outlet structures and manholes (including deep drop manholes). Redirection of Huka Road for 1 in 10 year flows into the Western inlet structure is also included. The project will also include abandoning and grouting the existing damaged stormwater pipes through the landfill. Conditions of Contract will be based on NZ3910:2013 Conditions of Contract for Building and Civil Engineering Construction. Please refer to all attached documents for further details and conditions of tendering. Note that a mandatory site visit is planned for the week of 17th October (exact date and time TBC). **Please submit all questions directly to the tender contact via email or GETS no later than Friday 28 October to allow sufficient time to address all clarifications.** Kind Regards, Vesselina Petkova Strategic Procurement Specialist",Awarded,,20201117 Auckland Council,18006609,Request for Tenders,Closed Competition,AF Thomas Park Carpark Renewal,ACPN_20128,20161010,20161031,20161213,,Sole Agency,No,N/A,"AF Thomas Park Carpark is requiring maintenance and repair services Requirements include: Site establishment and mobilisation Design input if/where required Earthworks Associated planting works where required All works completed as per plans and specs Management for subcontracted services for signs and bollards Please refer to the attached Request for Tender and associated documentation for further information. Please upload non-price attributes and price in SEPARATE documents Site visit is required. No Appointment required to view site.",Awarded,,20201117 Auckland Council,18022162,Request for Proposals,Open Competition,RFP Arboricultural Services 2017,PIN_3401,20161028,20170109,20170511,,Sole Agency,No,Not applicable,"Auckland Council is taking both a geographical approach and / or specialist approach to Arboriculture contract(s) structure and management. On 1 July 2017, the Arboriculture Contract(s) will be put in place and will cover the management and maintenance services for all Auckland Council and Auckland Transport owned trees. Trees are to be maintained so they are aesthetically pleasing, adding to the resident or visitors experience and landscape, healthy and safe. Auckland Council is looking for Suppliers(s) who can take a long term perspective and provide the optimum cost effective management to realise and maximise the potential of an integrated urban forest across Auckland. Please download complete RFP documents for details of Auckland Council's requirements for this contract. All queries are to be posted through GETS website.",Awarded,,20201117 Auckland Council,18022182,Request for Proposals,Closed Competition,RFP Ecological Services Contract 2017,PIN_3402,20161028,20170113,20170511,,Sole Agency,No,Not applicable,"This contract provides for the maintenance of Auckland Council's high value ecology sites, and significant bush and natural areas. The prioritised targeted removal of animal and plant pests from Auckland Council's open spaces is a core service within this contract. Overarching objective is to restore and rehabilitate native biodiversity in a sustainable and long term approach. Auckland Council is taking a specialist region wide approach to the Ecological Services Contract structure and management. On 1 July 2017, the Ecological Services Contract will be put in place and will cover the management and maintenance services for all five areas, including the Hauraki Gulf Islands. Auckland Council is looking for a Supplier who will provide the above services for the whole Auckand region, including the Hauraki Gulf Islands. Please download complete RFP documents for details of Auckland Council's requirements for this contract. All queries are to be posted through GETS website.",Awarded,"Treescape - Tahi and Toru Wildlands - Rua, Wha and Rima",20201117 Auckland Council,18022233,Request for Proposals,Open Competition,RFP Sportsfield Renovations 2017,PIN_3405,20161028,20170109,20170622,,Sole Agency,No,Not applicable,"Auckland Council is taking both a geographical approach and/or specialist approach to Sportsfield Renovation Services contract(s) structure and management. On 1 July 2017, the Sportsfield Renovations contract(s) will be put in place and will cover the management and specialist maintenance services for all Auckland Council. The sports playing surfaces are managed to provide surfaces and assets that are ‘fit for use’ for the type and level of sport being played and which maximise usage and support organised sporting activities. Sportsfield renovations assist the provision of these services by seasonally renovating the surfaces back into condition for subsequent sporting code use. Sportsfields renovations include renewal of surfaces that have reached their life span, or reinstating an asset that has been damaged through excessive overuse. For example top planing, dethatching, seeding, returfing. Sportsfield renovations are collaboratively implemented to complement maintenance activities in the contract. The Council is considering options for managing sportsfields renovations either through the Full Facility Contracts or directly with a specialist Supplier(s). The specifications contain minimum standards and certain mandatory functional requirements in relation to Auckland Council policy and certain working practices. The sportsfield renovations will be managed as measure and value item, but may shift to output through the term of the contract. A Supplier can be awarded multiple areas for this contract. Please download complete RFP documents for details of Auckland Council's requirements for this contract. All queries are to be posted through GETS website.",Awarded,"Ventia Pty Limited - Tahi and Wha Areas City Care Limited - Rima Area City Parks Services - Toru and Rua Area",20201117 Auckland Council,18033817,Request for Tenders,Closed Competition,RFT for Gills Road Reserve Walkway,PIN_3297,20161014,20161028,20161207,,Sole Agency,No,N/A,"Request for Tender for Gills Road Reserve Walkway. Date Response Box opens: 14/10/16 **Last day for questions: 25/10/16 at 2pm** Date and time that Response box closes: 28/10/16 at 2pm RFT must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18044073,Request for Proposals,Open Competition,Pipe Lining Services Framework Agreement,ACPN_17049,20161019,20161116,20170622,,Sole Agency,No,,"Auckland Council (Council) currently spends $2-3M per annum for stormwater pipe lining services. To encourage more competitors to the Auckland market for stormwater pipe lining services, and to streamline market engagement Auckland Council wishes to invite specialist lining contractors to enter into a framework agreement. Contractors invited to enter into a Framework Agreement, as per the terms and conditions in the attachment Framework Agreement SW 2016, will be preapproved as suitably qualified, experienced suppliers and installers of particular lining technologies and for stipulated pipe sizes and shapes. These contractors may subsequently be invited to provide quotes for particular works packages issued by Auckland Council. Please note that Contractors with existing Lining Framework Agreements with Auckland Council do NOT need to respond to this RFP",Not Awarded,multiple,20201117 Auckland Council,18045424,Request for Proposals,Closed Competition,PIN_3071 Takapuna Beachfront Reserve - Prof Services,,20161018,20161031,20161207,,Sole Agency,No,N/A,"Request for Proposal for Takapuna Beachfront Reserve - Professional Services Date that Response Box opens: 18/10/16 ** Last day for questions: 31/10/16 ** Date and time that Response Box closes: 31/10/16 at 2pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,,20201117 Auckland Council,18053305,Request for Proposals,Closed Competition,Mobile Library Services - Vehicle Fit-out,PIN_2881,20161019,20161102,20170622,,Sole Agency,No,,"Request for Proposal for Mobile Library Services - Vehicle Fit-out Date of RFP Issue: 19/10/2016 2PM Deadline for questions: 28/10/2016 Deadline for responses: 02/11/2016 2 PM. RFPs must be delivered to: Electronic Response Box available on GETS. Please provide non-price attributes and price in separate documents.",Awarded,Action manufacturing was awarded the contract.,20201117 Auckland Council,18068200,Request for Tenders,Closed Competition,PS for Madills Farm Field #2 and #3 Lights Installation,PIN 0,20161026,20161108,20170214,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,18068591,Request for Tenders,Closed Competition,Grove Road project RFT PIN 2666,PIN_2666,20161025,20161108,20170112,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18082971,Request for Proposals,Closed Competition,RFP Full Facilities Contract Services 2017,PIN_1854,20161028,20170109,20170504,,Sole Agency,No,Not applicable,"Auckland Council (“the Principal”) is taking a geographical approach to contract structure and management. It is intended on 1 July 2017, Full Facility Contracts will be put in place which will cover the majority of the Community Facilities maintenance and cleaning services, with Minor Capital Works, within each of the five contract areas, these being: 1. Tahi: Devonport-Takapuna, Hibiscus & Bays, Kaipatiki, Upper Harbour 2. Rua: Albert-Eden, Puketapapa, Whau (excluded from the RFP) 3. Toru: Henderson-Massey, Rodney, Waitakere Ranges 4. Wha;: Howick, Maungakiekie-Tamaki, Orakei, Waitemata 5. Rima: Franklin, Mangere-Otahuhu, Manurewa, Otara-Papatoetoe, Papakura Please download complete RFP documents for details of Auckland Council's requirements for this project All queries are to be posted through GETS website.",Awarded,,20201117 Auckland Council,18092037,Request for Proposals,Open Competition,"RFP for Kiri Place, Mairangi Bay - Healthy Waters Renewals",PIN_3466,20161101,20161122,20170112,,Sole Agency,No,N/A,"Request for Proposal for Kiri Place, Mairangi Bay - Healthy Waters Renewals Date that Response Box opens: 01/11/2016 ***Last day for questions: 17/11/2016*** Date and time that Response Box closes: 22/11/2016, 02:00pm RFPs must be delivered to: Electronic Response Box available on GETS. ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,Contract awarded to GHD Ltd.,20201117 Auckland Council,18094828,Request for Proposals,Closed Competition,Whau Sustainable Neighbourhoods Support Programme 2016-2017,PIN_3541,20161102,20161111,20161205,,Sole Agency,No,,"Request for Proposal for Whau Sustainable Neighbourhoods Support Programme 2016-2017 Date that Response Box opens: 02/11/2016 ***Last day for questions: 09/11/2016*** Date and Time that Response Box closes: 11/11/2016, 12 noon RFPs must be delivered to: Electronic Response Box available on GETS ***Please submit non-price attributes and price in SEPARATE documents***",Not Awarded,,20201117 Auckland Council,18103701,Request for Quotations,Closed Competition,RFQ for Huapai Reserve #4 & DTA New Lights & DTA Sandfield,PIN_3317,20161104,20161118,20170622,,Sole Agency,No,N/A,"Request for Quote for the provision of Professional Services Huapai Reserve #4 & DTA new lights & DTA Sandfield Date that Response Box opens: 04/11/16 **Last day for questions: 17/11/16** Date and time that Response Box closes: 18/11/16 at 2pm RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to NZSTI,20201117 Auckland Council,18105173,Request for Quotations,Closed Competition,Bay City Park No.1 Field Stage 2,PIN_3314,20161104,20161118,20170622,,Sole Agency,No,N/A,"Request for Quote for provision of technical professional services for the design and consenting of training lights for the provision of training lights on the No. 4 field the DTA (north-western side of field 5) along with design for an irrigated sand carpet training field next the netball courts. The services to include construction management of physical works. Date that Response Box opens: 04/11/16 **Last day for questions: 17/11/16** Date and time that Response Box closes: 18/11/16 RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents**",Awarded,,20201117 Auckland Council,18109479,Request for Tenders,Closed Competition,PIN 3738 Kiwitea St ( Freyberg Park) Sand Carpet and Irrigation upgrade,PIN 3738,20161107,20161111,20170201,,Sole Agency,No,None,,Awarded,,20201117 Auckland Council,18115590,Request for Tenders,Closed Competition,Manukau Memorial Gardens Berms,PIN_3616,20161111,20161125,20170626,,Sole Agency,No,,Concrete burial berms including drainage and path access to meet the current years requirements and as laid out in the Manukau Memorial Gardens Masterplan.,Awarded,,20201117 Auckland Council,18115660,Request for Tenders,Closed Competition,Massey Domain Artificial Turf (D&C),PIN_3096,20161108,20161129,20170208,,Sole Agency,No,,"**Closed / invited tender** This procurement is for the design and installation of a new artificial turf on the existing no.1 field at Massey Domain. The high level scope for the turf is as follows: - Design an artificial turf and associated infrastructure that meets or exceeds Auckland Council design guidelines - Construction of a fully functioning artificial turf system as per below. - Full size league/rugby field; min length 100m, min width 68m. In-goals to be minimum 6m, buffer zone 5m. These dimensions will also cater for football use. - Dual football/league goals. - Floodlit to Level 2 standard as per the Auckland Council Design Standards for Sports Field Floodlighting Council will provide the detail of ancillary requirements for equipment such as goal posts, corner flags, nets and preferred markings plan. Please submit question by email or through GETS by 22 November 2016 to ensure we can issue clarifications in a timely manner.",Awarded,,20201117 Auckland Council,18127684,Request for Tenders,Closed Competition,PIN_2008 Barry's Point Reserve Sportsfield & Lighting,PIN_2008,20161110,20161130,20170622,,Sole Agency,No,N/A,"Request for Tender for the provision of drainage and lighting Date that Response Box opens: 10/11/16 **Last day for questions: 30/11/16** Date and time that Response Box closes: 30/11/16 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Turf & Drainage Ltd,20201117 Auckland Council,18132211,Request for Tenders,Closed Competition,Daventry & Saxton Street Stormwater Upgrade Works,PIN_2755,20161111,20161209,20170620,,Sole Agency,No,,"Request for Tender for PIN_2755 Daventry & Saxton Street Stormwater Upgrade Works Date the response box opens: 11/11/2016 Date and time the response box closes: 09/12/2016, 2;00 pm RFT must be delivered to: Electronic tender box available on GETS ***Please upload non price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18136568,Request for Tenders,Closed Competition,Freshney Plc Stormwater Upgrade Project,ACPN_19727,20161114,20161207,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18138002,Request for Tenders,Closed Competition,PIN 3407 - Auckland Central Library Existing Generator Upgrade,PIN 3407,20161114,20161202,20170201,,Sole Agency,No,None,,Not Awarded,Awarded to Downers,20201117 Auckland Council,18148887,Request for Proposals,Open Competition,Pipe Lining Services Framework Agreement (replaces RFx 18044073),ACPN_17049,20161116,20161123,20170622,,Sole Agency,No,,"Auckland Council (Council) currently spends $2-3M per annum for stormwater pipe lining services. To encourage more competitors to the Auckland market for stormwater pipe lining services, and to streamline market engagement Auckland Council wishes to invite specialist lining contractors to enter into a framework agreement. Contractors invited to enter into a Framework Agreement, as per the terms and conditions in the attachment Framework Agreement SW 2016, will be preapproved as suitably qualified, experienced suppliers and installers of particular lining technologies and for stipulated pipe sizes and shapes. These contractors may subsequently be invited to provide quotes for particular works packages issued by Auckland Council. Please note that Contractors with existing Lining Framework Agreements with Auckland Council do NOT need to respond to this RFP RFx 18044073 replaced with new tender due to it closing on GETS on an incorrect date.",Not Awarded,Multiple,20201117 Auckland Council,18153189,Request for Proposals,Open Competition,Project Hunua Pest Animal Monitoring,PIN_3831,20161118,20161207,20170126,,Sole Agency,No,N/A,"Request for Proposal for Project Hunua Pest Animal Monitoring Date that Response Box opens: 18/11/2016 ***Last day for questions: 28/11/2016, 5.00 pm*** Date and Time that Response Box closes: 07/12/2016, 5.00 pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18156832,Request for Tenders,Closed Competition,PIN_2983 Chatswood Reserve Walkway Renewals PW,PIN_2983,20161118,20161209,20170622,,Sole Agency,No,N/A,"Request for Quote for the provision to renew the slip areas to improve the walkways at Chatswood Reserve. Date that Response Box opens: 18/11/16 **Last day of questions: 02/12/16** Date and time that Response Box closes: 2pm on 09/12/16 RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18157135,Request for Proposals,Closed Competition,Waiheke - Arboriculture Services 2017,PIN_3845,20161121,20170109,20170511,,Sole Agency,No,Not applicable,"Auckland Council (”the Principal”) is taking both a geographical approach and / or specialist approach to Arboriculture contract(s) structure and management. It is intended that on 1 July 2017, the Arboriculture Contract(s) will be put in place and will cover the management and maintenance services for all council owned trees. Trees are to be maintained so they are aesthetically pleasing, healthy and safe, adding to the resident or visitors experience and landscape. The Principal is looking for Suppliers(s) who can take a long term perspective and provide the optimum cost effective management to realise and maximise the potential of an integrated urban forest across Auckland. The Principal is considering options for managing the tree network either incorporated within the Full Facilities Contract or directly with a Supplier(s). The Supplier shall be a participating member of the New Zealand Arboricultural Association and shall operate in accordance with 'The Code of Conduct of the New Zealand Arboricultural Association’. The specifications contain minimum standards and certain mandatory functional requirements in relation to Auckland Council policy and certain working practices. The Arboriculture Contract will be managed as a prescriptive measure and value Contract, but may shift to output basis through the term of the contract. The contract area covers Waiheke and Rakino islands.",Not Awarded,"Awarded to the successful supplier for the Arboriculture Services contract for Auckland Main Areas (Tahi,Toru, Wha and Rima) - Treescape Limited",20201117 Auckland Council,18169602,Request for Tenders,Closed Competition,Phyllis Reserve Closed Landfill Capping Works,PIN_3206,20161123,20161207,20170622,,Sole Agency,No,,"Phyllis Reserve Closed Landfill Capping Works - PIN_3206 RFT must be delivered to: Electronic Response Box available on GETS "Please upload non-price attributes and price in SEPARATE documents"",Awarded,,20201117 Auckland Council,18182337,Request for Tenders,Open Competition,PIN 2532 Bert Henham Car Park Renewal,PIN 2532,20161128,20161216,20170214,,Sole Agency,No,None,,Awarded,,20201117 Auckland Council,18188138,Request for Quotations,Closed Competition,PIN_0 Riverhead War Memorial Park Sand Field Renewal-PS,PIN_0,20161129,20161216,20170622,,Sole Agency,No,N/A,"Request for Quotes for Riverhead War Memorial Park No.1 Sand Field Renewal - Professional Services Date that Response Box opens : 29/11/16 **Last day for questions: 14/13/16** Date and time that Response Box closes: 16/12/16 at 2.00 pm RFQs must be delivered to: Electronic Response Box available on GETS",Awarded,,20201117 Auckland Council,18188975,Request for Proposals,Closed Competition,Waiuku Community Recycling Centre site development & utility building,PIN_2944,20161129,20161220,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18189272,Request for Tenders,Closed Competition,"Springcombe Road Storm Water Upgrade, St Heliers",ACPN_19944,20161129,20161220,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18189422,Request for Tenders,Closed Competition,Waiuku College Gymnasium Car Park,PIN_3194,20161129,20170116,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18205433,Request for Tenders,Closed Competition,"Stream Diversion Works at 194 and 202 Manukau Road, Pukekohe",PIN_3844,20161205,20170125,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18207573,Request for Quotations,Closed Competition,PIN_2984 Tuff Crater Walkway Renewal,PIN_2984,20161206,20170119,20170622,,Sole Agency,No,N/A,"Request for Quote for Tuff Crater - St Peters Lookout and Tracks Construction Date that Response Box opens: 06/12/16 **Last day for questions: 19/01/16** Date and time that response box closes: 19/01/16 at 2.00pm RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18245670,Request for Quotations,Closed Competition,Manuka Reserve Playspace-PS,SoW 157,20161216,20170116,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Manuka Reserve Playspace - Professional Services Date that Response Box opens: 16/12/16 **Last day for questions: 16/01/17** Date and time that Response Box closes: 16/01/17 at 2.00 pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18252875,Request for Quotations,Closed Competition,PIN_3848 Rangatira Reserve Track Construction,PIN_3848,20161219,20170207,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Rangatira Reserve Track Construction Date that Response Box opens: 19/01/16**Last day for questions: DATE** Date and time that Response Box closes: 19/01/16 2.00pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18261940,Request for Tenders,Closed Competition,PIN_3922 Helensville River Walkway Retaining Wall,PIN_3922,20161222,20170203,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Helensville River Walkway River Retaining Wall Renewal PS Date that Response Box opens: 22/12/16 **Last day for questions: 27/01/17** Date and time that Response Box closes: 27/01/17 at 2.00pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Urban Solutions.,20201117 Auckland Council,18263765,Request for Proposals,Open Competition,DHL New Zealand Lions Series 2017 Fanzone - Tender,PIN_3787,20170109,20170127,20170622,,Sole Agency,No,Not applicable,"Auckland Tourism, Events and Economic Development (ATEED), with the support of government agencies, is seeking to appoint a Supplier with the intention of providing professional event management services to plan, develop and operate a safe and successful fanzone on Auckland's Queens Wharf during the final 2 to 3 weeks of the DHL New Zealand Lions Series 2017. For further information and detailed scope of works please refer to the attached RFP documents. PLEASE ONLY SUBMIT YOUR TENDER ELECTRONICALLY THROUGH GETS Proposals sent by post or fax or email, or delivered to our office will not be accepted. NOTE All questions to be asked through GETS only.",Awarded,,20201117 Auckland Council,18272567,Request for Tenders,Open Competition,Waiuku Toilet and changing building,PIN_3843,20170109,20170202,20170620,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18280290,Request for Proposals,Closed Competition,Myers Park - Mayoral Drive Underpass Soffit Artwork,PIN_3846,20170111,20170127,20170630,,Sole Agency,No,,"This RFP is for the design, manufacture and installation of the proposed soffit artwork to be installed to the underside of the Mayoral Drive bridge at the northern entrance to Myers Park, as part of the wider Myers Park Upgrade Stage project. The design intent and requirements for the soffit artwork are described in the attached Warren and Mahoney design documents. The scope of the services being tendered includes (this is a high level summary and not an exhaustive list): - Collaborative working with the client, architect, artist and design team to develop agreed design solutions to meet the design intent, objectives and requirements. - Value engineering to maximise the quality and quantity of the delivered product within the capped budget. - Prepare the detailed design for the soffit artwork - Provide design and construction producer statements: PS1. PS3 and PS4. - Prototyping and testing of the proposed design solutions to ensure they perform as required. - Obtaining Building Consent and Code Compliance for the soffit artwork - Manufacture of the soffit artwork - Installation of the soffit artwork The scope of the soffit artwork includes (this is a high level summary and not an exhaustive list): - All structural framing, supports and fixings to the exiting bridge deck and beams. - The complete ‘scales’ and their fixings, pivots, hinges, etc as described in the Warren and Mahoney design documents. - Interface with the lighting designer and lighting installer. Supply and installation of lighting is excluded from the scope of the soffit artwork package, but the soffit artwork contractor is to make provision for support of the feature lighting in their design, and is top interface with the lighting installer during installation. The cost of the entire soffit artwork, including all the above, is not to exceed the Council approved budget of $380,000. Auckland Council are seeking a supplier who will work collaboratively with them to deliver the best possible outcome for them within the available budget, taking full responsibility for the design, consenting, manufacture and installation of the soffit artwork. All documents uploaded on GETS supersede any previous documents",Awarded,,20201117 Auckland Council,18280756,Request for Tenders,Closed Competition,Challenger Street Stormwater Renewal Project,PIN_3132,20170111,20170201,20170403,,Sole Agency,No,,"Request for Tender for Challenger Street Stormwater Renewal Project Date that Response Box opens: 11/01/2017 ***Last day for questions: 5.00 pm, 25/01/2017*** Date and Time that Response Box closes: 01/02/2017, 5.00 pm RFT must be delivered to: GETS Electronic Tender Box Labelled; PIN_ 3132, Challenger Street Stormwater Renewal Project ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18284817,Request for Tenders,Closed Competition,"RFT for 6 Onepoto Road, Hauraki, Stormwater Upgrade",PIN_3147,20170112,20170127,20170622,,Sole Agency,No,N/A,"Request for Tender for the provision of 6 Onepoto Road, Hauraki, Stormwater Upgrade Date that Response Box opens: 12.01.2017 Date and time that Response Box closes: 27.01.2017 RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price attributes in SEPARATE documents***",Awarded,,20201117 Auckland Council,18286634,Request for Tenders,Closed Competition,PIN 3763 Pigeon Mountain BMX Track Reinstatement,PIN 3763,20170116,20170203,20170622,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,18286945,Request for Tenders,Open Competition,PIN 3885 Pt Resolution Upper Stairs Construction,PIN 3885,20170116,20170203,20170622,,Sole Agency,No,NA,,Not Awarded,,20201117 Auckland Council,18292368,Request for Tenders,Closed Competition,Daventry & Saxton Street Stormwater Upgrade Works - Full Tender drawings & Specs,PIN_2755,20170116,20170120,20170620,,Sole Agency,No,,"Tender documents uploaded onto GETS on 11/11/2016 did not have full tender drawings and specifications. Please find attached full tender drawings and specs for review and advise of any cost implications to final tender price. Please complete a new Tender acknowledgement B along with completed Price Schedule and upload onto GETS by 2pm, Friday 20th January 2017",Awarded,,20201117 Auckland Council,18293257,Request for Proposals,Open Competition,PIN 3768 - Beneath our Feet,PIN 3768,20170116,20170201,20170622,,Sole Agency,No,None,"Auckland Council is seeking an experienced consultancy to provide project management for the 'Beneath Our Feet' project and liaison with iwi, stakeholders in establishing the stories and how they will be conveyed across various mediums. The objective of Beneath our feet is to support mana whenua to tell the stories of Tamaki Makaurau in a range of innovative formats, linking digital and physical interpretation of histories of place. The stories will developed in collaboration with Mana Whenua and gives the opportunity for more Aucklanders to know about the history of Tamaki Makaurau, Auckland.",Awarded,,20201117 Auckland Council,18293743,Request for Tenders,Closed Competition,Waiuku College Gymnasium Car Park - Extension,PIN_3194,20170116,20170131,20170630,,Sole Agency,No,,Tender closing date extended to Monday 31/01/2017,Awarded,,20201117 Auckland Council,18315587,Request for Proposals,Open Competition,Waiheke and Rakino Failities Maintenance Contract 2017,PIN_4040,20170120,20170210,20170622,,Sole Agency,No,Ulysis.Alejandrino@aucklandcouncil.govt.nz,"Auckland Council is taking a local approach to Facilities Maintenance services on Waiheke and Rakino. To participate and respond to this RFP the Participant / Supplier must be able to prove you / they are a local supplier employing local people. Each Participant will be responsible for supplying a building maintenance service activity and / or activities (refer to Pricing Schedule for details) on Waiheke and Rakino. The Participant can choose to price in the Pricing Schedule: - Both for Scheduled Services (compliance and planned maintenance) and a unit rate card (for reactive / responsive works) - For reactive / responsive works only by pricing the unit rate card Each Participant can price for either a single service or multiple services, depending on the Participant's capacity to provide the required service activities. Please download complete set of RFP documents for details regarding this tender.",Not Awarded,"Systematic Building Management - Furniture and Fixtures, high level celiing, roofing, carpaentry, painting, abseiling, flooring, tiling and locksmith services. Natural Water and Waste - Plumbing, Drain Laying and Roofing Services Absolute Waterblasting - Building Wash Down Services Waiheke Contracting Services - Electrical, HVAC and Backup for other services.",20201117 Auckland Council,18323227,Request for Tenders,Closed Competition,Cemetery Gatland Road Extension,PIN_2393,20170126,20170210,20170622,,Sole Agency,No,,"Tender scope includes; • Subsoil drainage -105 lineal meters. • Supply and installation of park furniture (Scheduled) • Construction of concrete path ways- 350m2 • Children’s area terraced site -17m2 • Ashes scattering area terrace – 47m2",Awarded,,20201117 Auckland Council,18348463,Request for Proposals,Closed Competition,Whau Contaminant Study ??? Stage 1 (Physical Surveying),PIN_0614,20170201,20170306,20170601,,Sole Agency,No,N/A,"Request for proposal of Whau Contaminant Study – Stage 1 (Physical Surveying). Date of Response box open: 01/02/2017 Deadline for questions: 2pm 20/02/2017 Deadline for responses: 2pm 06/03/2017 RFP must be delivered to : Electronic Response Box available on GETS ****Please upload non-price and price in SEPARATE documents.*****",Awarded,,20201117 Auckland Council,18357945,Request for Tenders,Open Competition,Auckland Ambient Air Quality Monitoring Network Operation,PIN_3983,20170203,20170310,20170622,,Sole Agency,No,Not applicable,"Auckland Council has a network of eight fixed and permanent ambient air quality monitoring sites which measure a range of critical air pollutants. Meteorological parameters are also measured at each of these locations. This network is referred to as the “Auckland Ambient Air Quality Monitoring Network”. Auckland Council is seeking proposals for the supply of services required to operate the Auckland ambient air quality monitoring network on behalf of Auckland Council. For further information and detailed scope of works please refer to the attached RFT documents. PLEASE ONLY SUBMIT YOUR TENDER ELECTRONICALLY THROUGH GETS Proposals sent by post or fax or email, or delivered to our office will not be accepted. NOTE All questions to be asked through GETS only.",Awarded,,20201117 Auckland Council,18367169,Request for Tenders,Closed Competition,136 Birkdale Road Reserve Development,PIN_3356,20170208,20170302,20170622,,Sole Agency,No,N/A,"Request for Tender for the provision of development of 136 Birkdale Road Reserve. Date that Response Box opens: 08/02/17 **Last day for questions: 4pm on 23/02/17** Date and time that Response Box closes: 02/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18367986,Request for Proposals,Closed Competition,Maintenance of Small Water and Wastewater Systems ??? Area 1 (North / West),PIN_3959,20170209,20170324,20180319,,Sole Agency,No,,"Auckland Council's Healthy Waters department are seeking proposals to complete operations and maintenance activities on small water and waste water systems within the Auckland Region. The region will be divided into two contract areas: 1. North / West (Area 1) and 2. South (Area 2). This closed competitive tender process is for Area 1.",Awarded,,20201117 Auckland Council,18368153,Request for Proposals,Closed Competition,Maintenance of Small Water and Wastewater Systems ??? Area 2 (South),PIN_3959,20170209,20170324,20180319,,Sole Agency,No,,"Auckland Council's Healthy Waters department are seeking proposals to complete operations and maintenance activities on small water and waste water systems within the Auckland Region. The region will be divided into two contract areas: 1. North / West (Area 1) and 2. South (Area 2). This closed competitive tender process is for Area 2.",Awarded,,20201117 Auckland Council,18369033,Request for Tenders,Open Competition,RFT for Regional Possum Control Programme,PIN_3413,20170209,20170303,20170403,,Sole Agency,No,,"Request for Tender for Regional Possum Control Programme Date that Response Box opens: 09/02/2017 ***Last day for questions: 28/02/2017*** Date and time that Response Box closes: 03/03/2017, 5.00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18372044,Request for Tenders,Closed Competition,Island Bay Seawall Renewal,PIN_4097,20170209,20170306,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Island Bay Seawall Renewal Date that Response Box opens: 09/02/17 **Last day for questions: 06/03/17** Date and time that Response Box closes: 06/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18376593,Request for Tenders,Closed Competition,Sunnynook Reserve Tonkin Playground,PIN_4099,20170210,20170302,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Sunnynook Reserve Tonkin Playground Renewal - Site Works Construction Date that Response Box opens: 10/02/17 **Last day for questions: 4pm on 01/03/17** Date and time that Response Box closes: 02/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18376947,Request for Quotations,Closed Competition,Opaheke Sports Field and Lighing Professional Services,MSA Sow #269,20170210,20170302,20170626,,Sole Agency,No,,"MSA- CCCS, PIN_3188 SoW # 269 Opaheke Sport Field and Lighting Professional Services Dear Consultant You are one of four preferred suppliers invited to submit a quotation for the above category of Professional services, as described in the attached Statement of Works (SoW). In your submission please complete and return the following Sections:- Part B- Fees and Payment (Complete attached Fee spread sheet supplied) Part D -Consultants Key Personnel (attach CV's if relevant) Part E-Sub consultants and Sub consultants’ Key Personnel, if relevant. Consultants are to submit the following for purposes of evaluation:- Award will be conditional on the Consultant having completed the Master Services Agreement (MSA) and supplied all the information relevant to this document. Quotations close at p.m. on 2nd March 2016 via GETS website Contract Ron Upshire Email: Ron.Upshire@aucklandcouncil.govt.nz Phone 09 261 8671 Ron Upshire Senior Contracts Administrator | Community Facilities Department, Service Strategy & Integration Team & Parks, Sports & Recreation Operations Support | Operations - Commercial and Finance Ph 09 261 8671 | Extn (41) 8671 | M - | Fax 09 2625414 Auckland Council, Manukau Civic Centre, 31-33 Manukau Station Road, Manukau 2241 Visit our website: www.aucklandcouncil.govt.nz Scope • This project has been initiated through the Auckland Council Sports Infrastructure Development Programme (SID). • The objective is to develop five full couch sand carpet playing fields with adequate lighting for night time training and car parking. Bulk earthworks, car parking and bore water supply have already been completed. Design for a changing room facility is being undertaken separately. • It is anticipated the fields will be irrigated utilising the existing bore (storage tanks are anticipated). Power supply and transformer have been installed however capacity should be checked",Awarded,,20201117 Auckland Council,18376957,Request for Tenders,Closed Competition,PIN 3985 ANDERSON PARK PATH LIGHTING,PIN 3985,20170213,20170227,20170622,,Sole Agency,No,NA,,Awarded,,20201117 Auckland Council,18377623,Request for Tenders,Closed Competition,Glenfield Leisure _External Painting,PIN_4119,20170210,20170303,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Glenfield Leisure - External Painting of Building Date that Response Box opens: 10/02/17 **Last day for questions: 28/02/17 at 4pm** Date and time that Response Box closes: 03/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18381184,Request for Tenders,Closed Competition,Devonport Community Creche,PIN_4108,20170213,20170301,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Devonport Community Creche fire escape Date that Response Box opens: 13/02/17 **Last day for questions: 4pm 28/02/17** Date and time that Response Box closes: 01/03/17 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Cape Ltd,20201117 Auckland Council,18385170,Request for Tenders,Closed Competition,James Watson Park Sports Field Lighting,PIN_4073,20170214,20170228,20170622,,Sole Agency,No,,"Physical works construction of Sportsfield Lighting in accordance with plans, specifications and pricing schedules as prepared by LDP Ltd and all applicable New Zealand standards",Awarded,,20201117 Auckland Council,18385966,Request for Tenders,Closed Competition,Kowhai Park Car Park Renewal & Landscaping,PIN_4036,20170214,20170301,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Kowhai Park Car Park Renewal & Landscaping Date that Response Box opens: 14/02/17 **Last day for questions: 01/03/17** Date and time that Response Box closes: 01/03/17 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18396191,Request for Tenders,Closed Competition,Myers Park Stage 2 Construction,ACPN_19664,20170216,20170314,20170630,,Sole Agency,No,,,Not Awarded,Tender currently on Hold and project being reviewed - Not Awarded,20201117 Auckland Council,18397843,Request for Quotations,Closed Competition,Sand Field Renewals-Silverdale WMP & Victor Eaves Park,SoW #310,20170217,20170310,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of sand field renewals Silverdale WMP & Victor Eaves Park Date that Response Box opens: 17/02/17 **Last day for questions: 10/03/17** Date and time that Response Box closes: 10/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18402618,Request for Quotations,Closed Competition,QS services for the K Road Project Detailed Design (PIN 4150),PIN 4150,20170220,20170228,20170622,,Sole Agency,No,,This is an invitation to submit a quote for QS services for the K Road Project Detailed Design (PIN 4150).,Not Awarded,"Three submissions received through email. This contract is awarded to CUESKO Limited for $49,050.00.",20201117 Auckland Council,18404972,Request for Tenders,Closed Competition,PIN 4128 AWSC Retaining Wall and Associated Works,PIN 4128,20170221,20170310,20170622,,Sole Agency,No,None,"The project is for the construction of timber retaining walls, drainage, access step repairs and associated works at the Orakei Basin, Lucerne Road access and Auckland Water Ski Club (AWSC) building, Orakei Basin. The scope of the work will include: • Site preparation and sediment and erosion control • Removal of accumulated sediment and surficial material • Construction of timber retaining walls (4 locations) • Installation of retaining wall drainage, steps drainage, catchpits and stormwater outfall structure • Construction of a concrete footpath • Construction of step handrails, gate and carry out step repairs • Misc. minor works including strip drainage, building wall repairs etc.",Awarded,,20201117 Auckland Council,18409151,Request for Tenders,Closed Competition,"Tender for Auckland Central Library Refurbishment G, L1 & L2",PIN_3423,20170222,20170321,20170622,,Sole Agency,No,,"Auckland Council requires a Main Contractor for refurbishment work at the Auckland Central Library. The scope of works is as per the attached documents,",Awarded,,20201117 Auckland Council,18415908,Request for Tenders,Closed Competition,Northern Manukau Beaches Faecal Investigation,PIN_4096,20170224,20170308,20170622,,Sole Agency,No,N/A,"Request for Tender for Northern Manukau Beaches Faecal Investigation Date that Response Box opens: 24/02/2017 ***Last day for questions: 03/03/2017*** Date and time that Response Box closes: 08/03/2017, 05:00pm RFTs must be delivered to : Electronic REsponse Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18416023,Request for Tenders,Closed Competition,Kowhai Park Footbridge,PIN_4098,20170224,20170315,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Kowhai Park Footbridge. Date that Response Box opens: 24/02/17 **Last day for questions: 09/03/17** Date and time that Response Box closes: 10/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18416112,Request for Tenders,Closed Competition,North Shore Memorial Park - Chapel Renewal Works,PIN_3926,20170224,20170317,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of North Shore Memorial Park Chapel Renewal Works. Date that Response Box opens: 24/02/17 **Last day for questions: 13/03/17** Date and time that Response Box closes: 17/03/17 12 noon RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18428136,Request for Quotations,Closed Competition,Helensville CC Reserve Play Space Renewal,SoW #349,20170301,20170323,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Helensville CC Reserve Play Space Renewal Date that Response Box opens: 01/03/17 **Last day for questions: 21/03/17** Date and time that Response Box closes: 23/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Recreational Services Ltd,20201117 Auckland Council,18429139,Request for Tenders,Closed Competition,Clinker Place Special Housing Area New Stormwater Pipeline,PIN_3776,20170301,20170426,20170630,,Sole Agency,No,,,Not Awarded,Project on hold and being reviewed - not yet awarded,20201117 Auckland Council,18436366,Request for Tenders,Closed Competition,Warkworth Town Centre Toilets Refurbishment,PIN_4084,20170303,20170331,20170622,,Sole Agency,No,N/A,"Request for Proposal for the provision of Warkworth Town Centre Toilet Refurbishment Date that Response Box opens: 03/03/17 **Last day for questions: 4pm on 30/03/17** Date and time that Response Box closes: 31/03/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18456249,Request for Tenders,Closed Competition,PIN 4302 Michaels ave lower field lighting installation,PIN 4302,20170310,20170324,20170622,,Sole Agency,No,NA,Installation of lights at Michaels ave reserve lower fields,Awarded,,20201117 Auckland Council,18457268,Request for Tenders,Closed Competition,26 Henderson Valley Road Stormwater Renewal (PIN 4195),PIN 4195,20170310,20170324,20170522,,Sole Agency,No,N/A,,Awarded,,20201117 Auckland Council,18462254,Request for Tenders,Closed Competition,Zion Hill Track Karekare,PIN_3833 SoW414,20170313,20170330,20170622,,Sole Agency,No,,"Zion Hill Track karekare Master Agreement- Low Medium Works PIN_3383, Statement of Works ID# 414 Date of RFT issue: 13 March 2017 Deadline for questions: 21 March 2017 Deadline for responses: 24 March 2017 These works are to renew the Zion Hill Track, including reroutes to improve tramping experience and timber boardwalks to protect Kauri stands along the Zion Hill route .Refer to statement of works for further detail",Not Awarded,,20201117 Auckland Council,18463907,Request for Proposals,Closed Competition,Corporate Property Portfolio Strategy,PIN_4288,20170313,20170320,20170622,,Sole Agency,No,,"Review of our existing in-house corporate property database and provide Corporate Property team with resource and advice to develop our database based on key metrics with reporting capability and scenario planning capability. Specific deliverables include development of our spreadsheet-based database, development of scenario planning and dashboards, with key metrics and KPIs, that support effective decision-making and reporting to senior staff. This data capability flows into the second requirement which is supporting council in developing a corporate property portfolio strategy incorporating our 10 key sites. We require a visual, customer-centric and commercially compelling strategy, supporting various often conflicting organisational requirements. The Southern region should be used as a case study, incorporating a delivery dashboard, strategic report and presentation. There is potentially a further opportunity to support our Workplace Strategy refresh at a later date.",Awarded,,20201117 Auckland Council,18464553,Request for Tenders,Closed Competition,Park Structure Renewal Package 1,PIN_3383 SoW435,20170314,20170330,20170622,,Sole Agency,No,,"Park Structure Renewal – Southern Package 1 Master Agreement- Low Medium Works PIN_3383, Statement of Works ID# 435 Important dates Date of RFT issue: 14 March 2017 Deadline for questions: 23 March 2017 Deadline for responses: 30 March 2017 This contract is for construction of works across several Auckland Council Parks sites. The nature of the work is predominantly Timber with some concrete work, blockwork and stonework The sites are as follows 1A: Ferguson Street Reserve 1B: Blackgate Reserve 1C: Rata Vine Reserve 1 1D: Rata Vine Stream 2&3 1E: Ray Small Reserve 1F: Norfolk Rise HFTE Village 1 1G: Norfolk Rise HFTE Village 2 1H: Awhitu Reserve 1I: Glenlea 1J: Howick Recreation Centre 1K: Howick Domain 1L: Whaka Maumahara 1M: McLeay Reserve 1N: Murvale Reserve 1O: Aerovista 1P: Orlando As further detailed in the Plans and Specifications",Awarded,,20201117 Auckland Council,18467591,Request for Tenders,Closed Competition,Island Bay Seawall Renewal,PIN_4097,20170314,20170404,20170622,,Sole Agency,No,N/A,"Request for Tender for the provision of Island Bay Seawall Renewal Date that Response Box opens: 14/03/17 **Last day for questions: 04/04/17** Date and time that Response Box closes: 04/04/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Mason Contractors Ltd,20201117 Auckland Council,18468502,Request for Tenders,Closed Competition,RFT for PlaceKit,PIN_4226,20170316,20170406,20170915,,Sole Agency,No,N/A,"Request for Tender for the provision of PalceKit Date that Response Box opens: 16/03/2017 ***Last day for questions: 30/03/2017, 14:00 pm Date and time that Response Box closes: 6/04/2017, 14:00 pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18468766,Request for Proposals,Open Competition,E-Waste Processing Services (PIN_4112),PIN_4112,20170315,20170405,20170601,,Sole Agency,No,N?A,"Auckland Council invites interested suppliers to submit a proposal for the processing (recycling) of electronic items collected from Council’s inorganic collection service. The successful supplier will be required to collect, accept and process electronic items. Electronic items potentially include all items with a cord or batteries, including televisions (CRT, rear projection and flat panel), computer monitors and screens, printers, stereos, microwaves and small domestic appliances but excluding whiteware and sporting goods. This is an opportunity to be part of Auckland Council’s waste minimisation initiatives to reuse and recycle as many items as possible from the Inorganic collection service and, ideally, to generate employment and other social outcomes. RFPs must be delivered to: Electronic response Box available on GETs Please upload non-price attributes and price in seperate documents.",Awarded,,20201117 Auckland Council,18474083,Request for Tenders,Closed Competition,David Nathan Park Heritage Retaining Wall,PIN_3383 SoW 419,20170316,20170410,20170622,,Sole Agency,No,,"Heritage retaining wall at David Nathan Park, 68R Hill Road, Manurewa, as more particularly described in the Plans and Specifications attached RFT Package A physical works contractor who is suitably resourced and with an experienced workforce to undertake and complete the works. David Nathan Park is a heritage site and of significant importance, in particular the existing brick retaining wall and terraced steps have a long history of being a feature for wedding photographs and other ceremonial occasions. The contractor must have recent experience in heritage works, in particular a skilled workforce able to carefully dismantle and then reinstate the old brick retaining wall facing and other heritage features such that the new works match as closely as possible the existing features in a like for like replication. The contractor will need to works closely with the appointed arborist with respect to the works which are in close vicinity of the existing two trees located either side of the terrace steps.",Not Awarded,,20201117 Auckland Council,18474241,Request for Tenders,Closed Competition,Ernie Clark Reserve Walkway,PIN_3383 SoW 454,20170316,20170330,20170622,,Sole Agency,No,,"Master Agreement - Construction, Low to Medium Value Works Ernie Clarke Reserve adjacent to 17 Coles Crescent Papakura New walkway development including replacing existing retaining wall and construct palisade wall To restore pedestrian access from Ernie Clarke Reserve Walkway to Coles Crescent Award of Contact is conditional upon the successful contractor having signed the Master Agreement and supplied all the relevant documentation related to this agreement",Awarded,Sole submission,20201117 Auckland Council,18475510,Request for Quotations,Closed Competition,Oneroa Track Renewal,PW SoW #457,20170317,20170407,20170622,,Sole Agency,No,N/A,"Request for Quote for the provision of Oneroa Track Renewal Date that Response Box opens: 17/03/17 **Last day for questions: 06/04/17** Date and time that Response Box closes: 07/04/17 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to MacKenzie Civil,20201117 Auckland Council,18507463,Request for Tenders,Closed Competition,Clinker Stormwater Pipeline enabling works (Watermain replacement),PIN_4311,20170324,20170405,20170630,,Sole Agency,No,,,Not Awarded,Project on hold and being reviewed - Not awarded,20201117 Auckland Council,18517049,Request for Quotations,Closed Competition,HBC Car Park Renewals Stage 2,PW SoW #470,20170327,20170414,20170622,,Sole Agency,No,N/A,"Closed Request for Quote for the provision of HBC Car Park Renewals Stage 2 Date that Response Box opens: 27/03/17 **Last day for questions: 11/03/17 ** Date and time that Response Box closes: 14/04/17 at 4pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Awarded to Rohit Ltd,20201117 Auckland Council,18521554,Request for Tenders,Closed Competition,WPS2-Orewa-Tasman Building Refurbishment,PIN_4392,20170328,20170427,20170622,,Sole Agency,No,,This Tender is for the refurbishment of Auckland Council's Tasman Building in Orewa.,Awarded,,20201117 Auckland Council,18535960,Request for Proposals,Open Competition,RFP for Great Barrier Island Plague Skink Eradication Project Manager,PIN_4439,20170403,20170418,20170529,,Sole Agency,No,,"Request for Proposal for Great Barrier Island Plague Skink Eradication Project Manager Date that Response Box opens: 03/04/2017 ***Last day for questions: 12/04/2017, 9.00 am*** Date and time that Response Box closes: 18/04/2017, 9.00 am RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,,20201117 Auckland Council,18545825,Request for Proposals,Open Competition,Auckland Council Security Services,PIN_4230,20170405,20170505,20181025,,Sole Agency,No,Not applicable,"Auckland is the first port of call for many international and domestic visitors; it enjoys more than 150,000 daily visitors (students, visitors and workers). These numbers are predicted to continue to grow substantially. Making a city feel welcome, ordered, clean and safe are critical in achieving the vision for the CBD. Auckland Council is seeking proposals for the supply of manned security services required across the Auckland region. For further information and detailed scope of works please refer to the attached RFP documents. PLEASE ONLY SUBMIT YOUR TENDER ELECTRONICALLY THROUGH GETS Proposals sent by post or fax or email, or delivered to our office will not be accepted. NOTE All questions to be asked through GETS only.",Awarded,,20201117 Auckland Council,18560658,Request for Tenders,Closed Competition,Te Puke O Tara Community Centre refurbishment main contractor,PIN_3965,20170410,20170508,20170630,,Sole Agency,No,,,Awarded,,20201117 Auckland Council,18570882,Request for Tenders,Closed Competition,Southern Future Urban Zone Technical Investigations - Geotechnical,PIN_4318,20170413,20170505,20170630,,Sole Agency,No,N/A,"Request for Tender for Southern Future Urban Zone Technical Investigations - Geotechnical, PIN_4318 Date that response Box opens: 13/04/2017 ***Last day for questions: 28/04/2017*** Date and time that Response Box Closes: 5/05/2017, 14:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18571145,Request for Tenders,Closed Competition,Southern Future Urban Zone Technical Investigations - Contamination,PIN_4318,20170413,20170505,20170630,,Sole Agency,No,N/A,"Request for Tender for Southern Future Urban Zone Technical Investigations - Contamination, PIN_4318 Date that response Box opens: 13/04/2017 ***Last day for questions: 28/04/2017*** Date and time that Response Box Closes: 5/05/2017, 14:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18571167,Request for Tenders,Closed Competition,Southern Future Urban Zone Technical Investigations - Landscape,PIN_4318,20170413,20170505,20170630,,Sole Agency,No,N/A,"Request for Tender for Southern Future Urban Zone Technical Investigations - Landscape, PIN_4318 Date that response Box opens: 13/04/2017 ***Last day for questions: 28/04/2017*** Date and time that Response Box Closes: 5/05/2017, 14:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18571575,Request for Tenders,Closed Competition,Southern Future Urban Zone Technical Investigations - Business Land Use Economics,PIN_4318,20170413,20170505,20170630,,Sole Agency,No,N/A,"Request for Tender for Southern Future Urban Zone Technical Investigations - Business Land Use Economics, PIN_4318 Date that response Box opens: 13/04/2017 ***Last day for questions: 28/04/2017*** Date and time that Response Box Closes: 5/05/2017, 14:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18583943,Request for Proposals,Closed Competition,RFP for Great Barrier Island Plague Skink Eradication Project Manager,PIN_4439,20170421,20170428,20170529,,Sole Agency,No,,"Request for Proposal for Great Barrier Island Plague Skink Eradication Project Manager Date that Response Box opens: 21/04/2017 ***Last day for questions: 27/04/2017, 4.00 pm*** Date and time that Response Box closes: 28/04/2017, 4.00 pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18586467,Request for Quotations,Closed Competition,South Structures Asset Renewals-Package 2,PIN_3383 Sow #711,20170421,20170505,20170626,,Sole Agency,No,,"This is an invitation to submit a quote for South Structures Asset Renewals- package 2. Master Agreement- Low Medium Works PIN_3383, Statement of Works ID# 711 Timeline The deadline for submitting a quote is 05/05/2017 The anticipated start date of the contract is 10/05/2017 Your quote must be valid for Three months from submission date. Contact person All enquiries must be directed to Ron Upshire . Email: Ron.Upshire@aucklandcouncil.govt.nz Phone: 09 261 8671",Not Awarded,"Awarded to Seger Roading Ltd for $62,832.90",20201117 Auckland Council,18601231,Request for Tenders,Closed Competition,East Tamaki Reserve Car Park and Footpath Renewal,PIN_3383 SoW #744,20170428,20170512,20170626,,Sole Agency,No,,"East Tamaki Reserve Car Park and Footpath Renewal Auckland Council Community Facilities Team is seeking a physical works contractor that is competent in the areas of asphalt surfacing and civil infrastructure work. The project at hand is a local reserve car park renewal with elements of footpath work, basketball court construction and tree planting. An access road leading to the car parks is included. The construction of speed humps and the re-lining of car park bays and the basketball court are required as part of the finishing works. For some elements of this project an arborist will be needed to supervise the work. It will be the responsibility of the successful Contractor to employ and supervise the arborist.",Not Awarded,"Awarded to Seger Roading Ltd after cancellation of original tender and negotiation for $252,193.18",20201117 Auckland Council,18601550,Request for Tenders,Closed Competition,Clark Beach Boat Ramp Access Paths,PIN_3383 SoW 743,20170428,20170508,20170626,,Sole Agency,No,,Replacement of existing unsealed boat ramp access paths with engineered pavement topped with Chip/Seal to current ATCOP standards.,Awarded,,20201117 Auckland Council,18625373,Request for Tenders,Closed Competition,Southern Asset Renewals,PIN_3383 SoW #778,20170504,20170518,20170622,,Sole Agency,No,,"Various Asset Renewal for FY17 Renewal Programme Renewal of existing assets at various sites as more particularly described in the plans and specifications attached • Papakura Cemetery - 298 Great South Road, Papakura, Auckland • Greers Road Reserve - 41R Estuary Road, Manurewa Auckland • James Waston - 22R Israel Avenue, Otara, Auckland • Calvert Park - 10R Calvert Avenue, Mangere-Otahuhu, Auckland • Salfford Park - 270R Murphys Road,Howick, Auckland • Blundell Park - 50R Vincent Street Howick Auckland • Blanche Park - 18R Blanche Way Highland Park Auckland • Stanniland Reserve - 86R Stanniland Street Sunnyhills Auckland • Kilkenny Drive Reserve - 227R Kilkenny Drive Howick Auckland • The Glad South Reserve - East Street Pukekohe Auckland 2120 • Maclean Park – 21W Quedley Court Eastern Beach",Awarded,,20201117 Auckland Council,18628808,Request for Quotations,Closed Competition,"RFQ for Rodney Street 269 - 275, Wellsford SW Upgrade",PIN_4591,20170505,20170512,20170622,,Sole Agency,No,,"Request for Quote for Rodney Street 269 - 275, Wellsford SW Upgrade Date that Response Box opens: 5/05/2017 ***Last day for questions: 9/05/2017, 4.00 pm*** Date and time that Response Box closes: 5/05/2017, 10.00 am RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18648612,Request for Tenders,Closed Competition,Huia Domain Sea Wall,PIN_4264,20170510,20170531,20170915,,Sole Agency,No,N/A,"Request for Tender for Huia Domain Sea Wall, PIN_4264 Date that response Box opens: 10/05/2017 ***Last day for questions: 24/05/2017*** ***Mandatory Site Inspection date 18/05/2017*** Date and time that Response Box Closes: 31/05/2017, 17:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18652651,Request for Proposals,Closed Competition,PIN 4441 - Professional Services for Healthy Waters Infrastructure Planning Office,PIN 4441,20170512,20170602,20170829,,Sole Agency,No,None,"The Healthy Waters Operations and Planning team have recently been tasked to support high profile projects with technical, modelling and water quality expertise. These projects include Safeswim, the Central Auckland Stormwater and Wastewater Network Optimisation Programme (CANOPy) and the National Policy Statement for Freshwater Management (NPSFM). The Auckland Council Healthy Waters Department is seeking proposals from suitably qualified consulting companies for the provision of modellers and water quality skilled consultants. The consultants will provide support to these high profile projects as well as the core modelling and water quality work the department is currently undertaking. The outcomes from the Infrastructure Planning Office will inform and drive decisions for: ??? Growth Planning - Auckland City development plans for growth, in particular, Future Urban Land and Supply Strategy (FULSS), Spatial Priority Areas (SPAs) and new housing developments and development intensification. Identification of network and capacity upgrades to meet the current and changing needs of Auckland City ??? Flood Planning ??? flood mapping, flood risk assessment and mitigation ??? Water Quality - Water quality and stormwater management, NPSFM and Safeswim, water sensitive design ??? Infrastructure Planning ??? CANOPy, Business Cases, OptionCases, Option Analysis and Renewals ??? Catchment Planning - provide technical input to the catchment planning, design and project team.",Awarded,,20201117 Auckland Council,18674560,Request for Tenders,Closed Competition,"Development of Chapel Road-JWP, Barry Curtis Park-Southern Sector",PIN_4461,20170526,20170616,20170915,,Sole Agency,No,,"Request for Tender for Development of Chapel Road-JWP, Barry Curtis Park-Southern Sector, PIN_4461 Date that response Box opens: 26/5/2017 ***Last day for questions: 09/6/2017*** Date and time that Response Box Closes: 16/6/2017, 14:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18675531,Request for Tenders,Closed Competition,RFT for PIN_4568 Barton Street East Culvert,PIN_4568,20170519,20170616,20170810,,Sole Agency,No,,"Request for Tenders for PIN_4568 Barton Street East Culvert Date response box opens: 19/05/17 ***Last day for questions: 02/06/17*** Date and time response box closes: 16/06/17 at 2pm RFT's must be submitted to GETS Electronic Response Box only",Awarded,,20201117 Auckland Council,18677092,Request for Tenders,Closed Competition,PIN_3275 Auckland Council Leachate System Upgrades,PIN_3275,20170519,20170609,20170710,,Sole Agency,No,N/A,"Request for Tender for the Provision of Leachate System Updates Date that Response Box Opens: 19/05/2017 ***Last day for questions: 02/06/2017*** ***Mandatory Site Inspection date 30/05/2017 & 31/05/2017*** Date and time the response box closes: 09/06/2017 RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Due date was extended to 30.06.2017 through another tender.,20201117 Auckland Council,18678346,Request for Tenders,Closed Competition,Waimahia Playground,PIN_3383 SoW ID#900,20170519,20170614,20170704,,Sole Agency,No,,"Council is seeking a physical works contractor to manage the installation of the Waimahia Playground and associated playspace area. The playground will be a significant local community assest directly on the doorstep of the Waimahia community. The contractor will be installing a mix of build items, along with a number of client supplied play equipment. The completed playground must comply with all specifications included, and be fit for play ground auditing at the end of works. The site is Waimahia Park, 47R Kaimoana St, Weymouth.",Awarded,,20201117 Auckland Council,18777795,Request for Quotations,Closed Competition,RFQ for Stamford Park Road Stormwater Upgrade under the Capex Framework,,20170623,20170707,20170810,,Sole Agency,No,,"Request for Quotation for Stamford Park Road Stormwater Upgrade under the Capex Framework Date response box opens: 23 June 2017 Date and time response box closes: 2pm, 07 July 2017 RFQ's must be submitted to electronic response box only.",Awarded,,20201117 Auckland Council,18815853,Request for Proposals,Closed Competition,Grooming Solution for Fleet Vehicles,PIN_5206,20170707,20170717,20170829,,Sole Agency,No,None,Auckland Council is looking for a single supplier to provide a grooming solution for all council fleet vehicles.,Awarded,,20201117 Auckland Council,18852626,Request for Tenders,Closed Competition,East Tamaki Dam Spillway Upgrade - Design,PIN 4865,20170721,20170825,20171206,,Sole Agency,No,None,"Auckland Council is looking to upgrade the East Tamaki dam to comply with current industry standards (New Zealand Society on Large Dams (NZSOLD) Dam Safety Guidelines 2015). The works involves increasing the dam crest level and strengthening the dam spillway (conversion from grass to concrete), to meet the NZSOLD Guidelines recommendations.",Awarded,,20201117 Auckland Council,18866563,Request for Quotations,Open Competition,Engagement of Experienced Stormwater Design Draughtsman,PIN_4863,20170725,20170815,20170915,,Sole Agency,No,N/A,"Request for Quote for Engagement of Experienced Stormwater Design Draughtsman, PIN_4863 Date that response Box opens: 25/7/2017 ***Last day for questions: 08/8/2017*** Date and time that Response Box Closes: 15/8/2017, 17:00pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18872183,Request for Proposals,Closed Competition,RFP for MSQA Takanini Cascades Project,PIN_5222,20170727,20170807,20171010,,Sole Agency,No,N/A,"Request for Proposal for MSQA Takanini Cascades Project Date that Response Box opens: 27/07/2017 ***Last day for questions: 04/08/2017*** Date and time that Response Box closes: 07/08/2017, 04:00pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18880059,Request for Tenders,Closed Competition,RFT for Normanton Pipeline Renewal,PIN_4110,20170801,20170822,20171010,,Sole Agency,No,,"Request for Tender for Normanton Pipeline Renewal under the Pipe Lining Framework Date that Response Box opens: 01/08/2017 ***Last day for questions: 18/08/2017*** Date and time that Response Box closes: 22/08/2017, 04:00pm RFTs must be delivered to : Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,20201117 Auckland Council,18956248,Request for Tenders,Closed Competition,Takitimu Street Stormwater Upgrade,PIN_3789,20170824,20170914,20171016,,Sole Agency,No,None,"Auckland Council is looking to engage a contractors to carry out construction of a new stormwater network on Takitimu Street, Orakei and Orakei Domain.",Awarded,,20201117 Auckland DHB Facilities Management,12453714,Request for Proposals,Open Competition,Independent Contractors for IT Consultancy Services,BN4579,20150529,20150706,20170627,,Cluster,No,,"The objective of this Response Process is for providers to be appointed to join a Panel and be available to deliver information technology and related business consultancy Services to Auckland, Waitemata and Counties Manukau District Healt Boards Responses are being sought from small (less than 5 employees) organisations or individuals for the supply of the following IT-related services: Project / Programme Management Business Process Change Business Process Improvement General IT-related Business Consultancy eHealth Consultancy",Awarded,,20201117 Auckland DHB Facilities Management,16996410,Request for Tenders,Open Competition,Auckland DHB - A01 L4 RMO Roof Repairs,P6820,20151116,20151216,20151217,,Sole Agency,No,"Auckland DHB Facilities & Development, Building 7, Ground Floor, Auckland City Hospital, 2 Park Road, Grafton, Auckland 1023","The A01 L4 RMO Roof Project is a repair to the existing membrane round roof which is at the L4 entrance of our main support building, as you come in at the traffic lights off Park Road. We expect construction to commence Feb/Mar 2016.",Not Awarded,Sansom Construction Systems Ltd,20201117 Auckland DHB Facilities Management,17007215,Request for Tenders,Open Competition,Auckland DHB - A43 Marion Davis Library Roof Replacement,P6772,20151118,20151218,20160204,,Sole Agency,No,"Auckland DHB Facilities & Development, Building 7, Ground Floor, Auckland City Hospital, 2 Park Road, Grafton, Auckland 1023","The Marion Davis Library at Auckland City Hospital requires a new roof. It is one of our smaller buildings next to Starship off our main thoroughfare, as you come in at the traffic lights off Park Road. We expect construction to commence Mar/Apr 2016. Please refer to attached documentation for more details.",Not Awarded,Compass Roofing Ltd,20201117 Auckland DHB Facilities Management,20050636,Request for Proposals,Open Competition,ADHB Asbestos Removal Panel & Asbestos Consulting Services Panel,,20180821,20180925,20190315,,Sole Agency,No,"Attention: Paul Perniskie, Administration, Level 1, Building 07, Auckland City Hospital, 2 Park Road, Auckland.","Auckland District Health Board (the ADHB) is seeking to appoint to two Panels suitably qualified and experienced suppliers for; 1. Panel 1: Asbestos Consulting Services (inclusive of Asbestos Assessor and Asbestos Surveyor); and 2. Panel 2: Asbestos Removal Contractors, refer to Part D: Service Areas and Scope of Services, for greater detail on personnel roles in the RFP), for its capital works developments and business as usual (BAU) requirements. Respondents should be aware that they may submit for the positions on the Panels (Asbestos Removal contractors, and Asbestos Consulting services), though the ADHB will require that for any specific procurement arising, no one party will be appointed to do both removal and assessments. The ADHB views this as part of good practise for its risk mitigation strategies for this hazard to require independence between the roles (irrespective of the potential information barriers that may arise).",Awarded,"The ADHB advises appointment of panel members for Panel RFP for Asbestos Contractors and Asbestos Assessor Services. Asbestos Removal Contractor Panel ??? Asbestos Solutions Limited, 58 Oakshott Road, RD6, Te Awamutu 3876 ??? ATL Group Limited, 139 Cryers Road, East Tamaki ??? Cake Commercial Services Limited, 7 Burns Street, Grey Lynn, Auckland ??? Green Way Limited, 15-17 Shaddock Street, Eden Terrace, Auckland ??? McMahon Services Australia Pty Limited, Unit 31, 761 Great South Road, Penrose, Auckland Asbestos Assessor Services Panel ??? AECOM New Zealand Limted, AECOM House, 8 Mahuhu Cresent, Auckland 1010 ??? Asbestos Environmental Consultants Limited, Suite 11, Level 1, Hillary House, 1 Alice Avenue, Orewa, Auckland 0931 ??? Maynard Marks Limited, Level 12, Chorus House, 66 Wyndham Street, Auckland ??? WSP Opus, 100 Beaumount Street, Auckland 1010 Commencement Date 1 January 2019 Term of Panel three (3) years from Commencement Date Value Band Unlimited Any communication relating to this notice must be emailed to facilitiesrfp@adhb.govt.nz with the subject header: ADHB ??? Panel RFP for Asbestos Contractors and Asbestos Assessor Services",20201117 Auckland Transport,4723045,Request for Tenders,Open Competition,343-15-120-T2 - Otahuhu Bus/Train Interchange Enabling works package,343-15-120-T2,20140917,20141007,20150907,,Sole Agency,No,,"The Works forming this tender are an enabling works for the forthcoming Otahuhu Rail Station Upgrade. They comprise of the creation of a temporary site access, dismantling of part of the existing southern footbridge and piling for the new concourse. The footbridge dismantling and piling works are on the station platform between the overhead power lines and will therefore need to be timed to coincide with available block of lines. In accordance with Auckland Transport's prequalification procedures this contract has been classified as category level AT6A. Only those main contractors prequalified to or above this level are eligible to submit a tender for this contract Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-656250 All other enquiries can be made to: The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visithttp://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,4890271,Request for Proposals,Open Competition,250-15-162-IT Request for Proposal Health and Safety Information Solution,250-15-162-IT,20140929,20141017,20150907,,Sole Agency,No,,"This RFP sets out to identify a Tenderer who will be able to best provide AT with a solution that will: ??? Allow submission of H&S incidents/ events by AT staff and Suppliers ??? Allow submission of H&S performance data by AT managers and Suppliers ??? Has tracking of H&S actions undertaken by the AT H&S team following an incident/event being submitted ??? Has tracking of H&S Corrective Actions assigned to AT staff by the AT H&S team ??? Has automated escalation of issues, risks, hazards ??? Has automated creation of Monthly H&S Statistical Board reports and automated H&S Performance Dashboards ??? Has tracking of H&S training for AT staff; including mandatory, role specific training and any non-mandatory, non-role specific training undertaken by staff, such as 1st Aider training. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-657302 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,4954310,Request for Proposals,Open Competition,343-15-004-T2 Swanson Station Park and Ride Construction,343-15-004-T2,20140930,20141020,20150907,,Sole Agency,No,,"Auckland Transport (AT) propose to construct the Swanson Rail Park ???N??? Ride on the KiwiRail land west of Swanson Rail Station behind No. 720 Swanson Road.(Challenge Petrol Station). The objective of the project is to provide a safe and convenient car parking space to promote rail commuter patronage. The proposed Park N??? Ride will be connected with a footpath / ramp to the Swanson Railway Station platforms. There are a total of 136 car parks including two disabled car parks. The proposed works consist of the construction of a Park N??? Ride facility and associated works such as earthworks, drainage, rain gardens, lighting and signage, landscaping of the developed area and installation of stone-strong walls up to 2.5m high along the rail corridor. Contaminated soil will be required to be disposed off-site to licensed land fill site and therefore validation checks may be required during earthworks. The works also include the construction of the access road from Swanson Road. The project is required to meet the Council statutory conditions for stormwater discharge with an attenuation tank and treatment devices ??? rain gardens and swale. The car park including vehicle movement areas will be sealed with 40mm asphalt concrete on 300mm granular pavement construction. To ensure safety of the parking, lighting and security services will also be provided including provisions of PA and help point. Landscaping with native plants, flax, grass and trees in the rain garden. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level B2. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 657715 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,4969199,Request for Proposals,Open Competition,332-15-042-T2 Route Optimisation Project-Richardson Road widening from White Swan Road Intersection to May Road Intersection,332-15-042-T2,20140930,20141021,20150907,,Sole Agency,No,,"Route Optimisation involves improving key regional routes for all road users by improving the efficiency of signals and implementing minor physical works for corridor improvement. Investigations have been carried out on the Richardson Road corridor to determine the feasibility of enhancing the capacity and efficiency which will enable transport users to reach their destination more quickly, safely and reliably. The scope of works include road widening between White Swan Road and May Road to provide two lanes in each direction - northbound and southbound, safe crossing facilities for pedestrians, relocating on-street car parks and reconfiguration of the road layout at the intersection of White Swan Road and Richardson Road, reconstruction of footpath. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level 1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 657788 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,4983463,Request for Proposals,Open Competition,333-15-146-T2 Station Road Manurewa cycleway,333-15-146-T2,20141001,20141023,20150907,,Sole Agency,No,,"This contract is for the construction in Manurewa of new cycle lanes east and west bound on Weymouth Road from Gainsborough Street to Great South Road, and on Alfriston Road from Great South Road to Ricardo Court. The construction includes both on-road lanes and shared pathways. The corridor extends from Mountfort Park (south of the Manurewa Intermediate School) in the west to Porchester Road in the east. The proposed improvements are required to increase safety for cyclists along the route and to implement the Auckland Regional Cycle Network. The construction provides a mixture of on-road cycle lanes and shared paths, achieved by redistributing the carriage function along the route. This is to be achieved through the removal of on-street parking in some areas, and either minimising or widening the flush median in some localised areas to address the pinch points. The works provide a mixture of on-street cycle lanes along the existing carriageway, and shared use footpath in areas where on-road space is restricted. The works include the construction of kerb and channel, shared paths, vehicle crossings, modification to drainage systems, roadmarking, and signage. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT1C. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 657850 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,4999184,Request for Proposals,Open Competition,312-15-071-PS Professional Services for Ngahue Drive/Abbots Way Cycleway- Detailed Design Phase,312-15-071-PS,20141001,20141028,20150918,,Sole Agency,No,,"This RFP sets out to identify a Tenderer who will be able to best provide AT to perform professional services for completing the detailed design and planning phase of the Ngahue Drive/Abbots Way Cycling facility. The detailed design follows on from the initial work undertaken by Opus International Consultants (Opus). In summary this contract is to: ??? Undertake the detailed design phase for the preferred option; ??? Assist with public information /consultation (consultation material / attendance) as required at the detailed design stage; ??? Develop, lodge and obtain approval of all necessary consents to allow physical works to commence; and ??? Preparation of physical works tender document (MSQA is not part of the scope of works). The preferred option has some key areas of risk including drainage and discharge requirements, geotechnical constraints resulting from the existing ground conditions (basalt flows), land acquisition, potential loss of trees and shrubs, services relocations and Auckland Transport is looking to engage a Consultant with innovative design solutions to achieve best for project outcomes with the minimum environmental impact. A detailed description of the scope of services is provided in Appendix A Scope of Services. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 657956 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Not Awarded,Cancelled due to budgetary constraints.,20201117 Auckland Transport,5274949,Request for Proposals,Open Competition,322-14-667-PS Traffic Counting Services ??? Central and West,322-14-667-PS,20141010,20141106,20150901,,Sole Agency,No,,"This Request for Proposal (RFP) is issued for Auckland Transport (AT). The aim of this process is to award a Contract for supply of traffic counting services for Auckland Central and West areas Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 658899 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,5838504,Request for Proposals,Open Competition,333-15-218-T2 Browns Road Manurewa Cycleway,333-15-218-T2,20141030,20141120,20150907,,Sole Agency,No,,"This contract is for the construction in Homai of new cycle lanes east and west bound on Browns Road from Roscommon Road to Great South Rd. The construction includes both on-road lanes and shared pathways. The corridor extends from Roscommon Rd in the west to Great South Road in the east, and includes the installation of on-road cyclelanes along both sides of Browns Rd for the length of the route except for short sections at the intersections of Roscommon Rd and Great South Rd. The proposed improvements are required to increase safety for cyclists along the route and to implement the Auckland Regional Cycle Network. The construction provides a mixture of on-road cycle lanes and shared paths, achieved by redistributing the carriage function along the route. This is to be achieved through the removal of on-street parking in some areas, and either minimising or widening the flush median in some localised areas to address the pinch points. The works provide a mixture of on-street cycle lanes along the existing carriageway, and shared use footpath in areas where on-road space is restricted. The works include the construction of kerb and channel, shared paths, vehicle crossings, modification to drainage systems, roadmarking, and signage. Dalgety Drive intersection improvement is a Separable Portion. The intersection improvement works requires new traffic signal hardware and surfacing works. Relocation of existing watermains will also be required and shall require coordination with Watercare regarding installation and testing. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT-1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 661491 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,6274523,Request for Proposals,Open Competition,331-15-247-T2 Fred Taylor Drive Widening Stage 1,331-15-247-T2,20141107,20141202,20150907,,Sole Agency,No,,"The works are located on Fred Taylor Drive, Westgate, Auckland. This contract is for the physical works construction of the widening of a section of Fred Taylor Drive, between Rua Road (Pak n??? Save corner) to just west of the motorway interchange. The work includes: ??? Contract Management, including the management of traffic, health and safety, environment and quality. ??? Survey and setout works ??? Earthworks ??? Site preparation ??? Relocation of utility services ??? Installations of ducting for the provision of utility services- power, gas, telecommunications, ICT etc. ??? Stormwater drainage ??? Watermain installation, including the main trunkline (1150mm and 550mm CLS main) ??? Streetlighting- relocations and new installations ??? Subsoil drainage installation ??? Road pavement construction ??? Retaining wall and handrail construction ??? Footpaths, vehicle crossings, kerb and channel ??? Traffic island and median island construction ??? Installation of landscaping features ??? Bio-retention swale construction ??? Tree pits and planting ??? Relocation of Westgate Shopping Centre commercial sign ??? Roadmarking and signs ??? Traffic signals In accordance with Auckland Transport???s prequalification procedures this contract has been classified as Work Category AT1, Level A (AT 1A). Only those contractors prequalified to or above this level are eligible to submit a tender for this contract",Awarded,,20201117 Auckland Transport,6633754,Request for Tenders,Open Competition,470-15-269-FM GREAT BARRIER AIRFIELDS MAINTENANCE,AKTSPT-664751,20141124,20150126,20150907,,Sole Agency,No,,"This Request for Tender (RFT) is issued for Auckland Transport (AT). The aim of this process is to award a Contract for the annual maintenance of the two airfields at Claris and Okiwi on Great Barrier Island. Auckland Council owns two airfields at Claris and Okiwi on Great Barrier Island, and is an ""Airport Authority"" in terms of Section 2 of the Airport Authorities Act 1966. The contract is for 29 months with an option to extend for 1 (one) + 1 (one) years. These airfields provide important air access to the island via scheduled commercial and various charter and itinerant operators. There are no Air Traffic Control facilities and Auckland Transport manages the airfields operational requirements, and promulgates procedures and policies in accordance with Civil Aviation Authority (CAA) regulations. Great Barrier aerodromes are currently not certified, however potentially require Level 2 aerodrome certification under a proposed change to Civil Aviation Rule (CAR) Part 139 - Certification, Operation and Use. The successful contractor will be required to adapt to any requirement changes to the Part 139 rule as it is developed and implemented. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-664751 All other enquiries can be made to:Rowena Hernandez INSERT YOUR NAME, email: procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,6698005,Request for Proposals,Open Competition,333-15-255-T2 Ormiston Rd Widening Between Murphys and Rienzo Drv,333-15-255-T2,20141124,20141215,20150907,,Sole Agency,No,,"This work is for the widening of Ormiston road between Murphys Road and Rienzo Drive and the provision of an on road eastbound cycle lane. The work includes but not limited to: ??? Contract management, including the management of traffic, health and safety, environment and quality; ??? Stakeholder liaison and coordination of utility services works; ??? Minor storm water drainage works; ??? Construction of minor retaining wall and installation of handrail ??? Removal and construction of new kerb and channel; ??? Construction of pavement widening, and asphalt surfacing on existing and widened pavement; ??? Installation and commissioning of street lights and coordination of the power connections ??? Relocation of overhead electric cables and liaison with stakeholders for the relocation of existing services ??? Construction of footpath and pram crossings; ??? Road marking and installation of traffic signs; ??? Reinstatement works including landscaping, top soiling and grassing ??? Submission of RAMM information data and as-built drawings. It is expected that some of the utility services relocation works will occur during the Contract Period and the Contractor is to allow for separate contractors within the site to carry out the works as per the General Conditions of Contract. In accordance with Auckland Transport???s prequalification procedures this tender is for prequalified contractors with level AT 1B Only those contractors prequalified to these levels are eligible to submit a tender for this contract.",Awarded,,20201117 Auckland Transport,6835002,Request for Proposals,Open Competition,333-15-256-T2 Ormiston Road Widening Between Te Irirangi Drive and Chapel Road,333-15-256-T2,20141127,20141218,20150907,,Sole Agency,No,,"This work is for the widening of Ormiston road between Te Irirangi Drive and Chapel Road. The work includes but not limited to: ??? Contract management, including the management of traffic, health and safety, environment and quality; ??? Stakeholder liaison and coordination of utility services works; ??? Minor storm water drainage works; ??? Construction of MSE retaining wall and installation of handrail ??? Removal and construction of new kerb and channel; ??? Construction of pavement widening, and asphalt surfacing on existing and widened pavement; ??? Installation and commissioning of street lights and coordination of the power connections ??? Relocation of overhead electric cables and liaison with stakeholders for the relocation of existing services ??? Street lighting ??? Construction of footpath and pram crossings; ??? Road marking and installation of traffic signs; ??? Reinstatement works including landscaping, topsoiling and grassing ??? Submission of RAMM information data and as-built drawings. ??? Other Ancillary works The project is detailed on the contract drawings. It is expected that some of the utility services relocation works will occur during the Contract Period and the Contractor is to allow for separate contractors within the site to carry out the works as per the General Conditions of Contract. In accordance with Auckland Transport???s prequalification procedures this tender is for prequalified contractors with level AT1A. Only those contractors prequalified to this prequalification level are eligible to submit a tender for this contract. In additional to the above, all work related to the construction of Watercare Watermain must be undertake by a Watercare approved Small to Medium Watermain Installation project contractor. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 665342 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,7233286,Request for Proposals,Open Competition,334-14-550-T2 Onewa Road Transit Lanes and Pedestrian/Cycle Shared Path Work,334-14-550-T2,20141209,20150119,20150907,,Sole Agency,No,,"This construction contract comprises the following broad scope of works on Onewa Road: Separable Portion 1 ??? Providing a westbound transit land and associated signs and road marking ??? Upgrading the existing eastbound transit lane, signs and road marking ??? Upgrading the existing footpath on the southern side of Onewa Road to a combined pedestrian/cycle shared path ??? Widening the carriageway outside nos, 58 and 208-210 Onewa Road ??? All necessary associated drainage works ??? Works within existing walkway (and adjacent property) to formalise the overland flowpath entering Le Roys Bush Separable Portion 2 ??? Planting work for Le Roys Bush with 2 year maintenance period. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT1A. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ using reference number AKTSPT- 666800 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,7609019,Request for Proposals,Open Competition,334-14-593-T2 Bus Stops & Shelters Improvements and Minor Works,334-14-593-T2,20141219,20150122,20150907,,Sole Agency,No,,"This Contract is for the physical delivery of the bus stop and facilities within the contract area as highlighted in Contract Work Specification General Clauses D1 Section 4. The contract works shall be carried out in accordance with the Contract Documents. In general, the scope of contract includes but is not limited to the following: a. bus shelters b. earthworks c. footpaths d. kerbs and channels e. low height retaining walls f. road furnitures g. signs and markings h. road pavements i. pedestrian crossing facilities j. cycle rack In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level 1A. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. One Area Contract Per Contractor It is intended that the 334-14-593-T2 Bus Stops and Bus Shelter Physical Work Contract has a term of 6 months with a provision for two extensions of 1 year each (i.e. 0.5 + 1 + 1 years) subject to contractor performance and at Auckland Transport???s sole discretion. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 667779 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,7666623,Request for Proposals,Open Competition,331-15-241-T2 Central Park Drvice Shared Path,331-15-241-T2,20141222,20150128,20150907,,Sole Agency,No,,"This tender is for construction of a 3.5m wide shared path with ancillary works along the northern berm of Central Park Drive, between 133 Central Park Drive and 95 Central Park Drive (opposite Universal Drive intersection), Henderson. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT-1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 667907 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,7907836,Request for Proposals,Open Competition,311-15-408-T2 Matakana Valley Rd Seal Extension Stage2 - 2015,311-15-408-T2,20150109,20150210,20150907,,Sole Agency,No,,"The works involve the widening, regarding, localised realignment and sealing of approximately 1.6 kms of Matakana Valley Road extending from the existing end of seal, 20m south of the intersection with Govan Wilson Road, and ending 20m south of the start of seal. Included is the cutting of new slope-batters, construction of retaining structures, kerb and channel, replacement of existing culverts and associated stormwater and services works. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT 1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract.",Awarded,,20201117 Auckland Transport,7934873,Request for Proposals,Open Competition,311-15-409-T2 Chivalry/Diana Drive/Chartwell Avenue Intersection Upgrade,311-15-409-T2,20150112,20150211,20150907,,Sole Agency,No,,"This contract involves: ??? Realignment of Chartwell Avenue approach to the intersection (road widening) ??? Removal of buildings on 107 Chivalry Road ??? Relocation and undergrounding of utility services ??? Stormwater drainage upgrade ??? Relocate and reuse the existing traffic signals ??? Installation of Signs and line-marking ??? Upgrade the street lighting ??? Relocate bus stop ??? Landscaping In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT 1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 668758 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,8529175,Request for Proposals,Open Competition,250-15-266-IT Technology Field Device Maintenance,,20150204,20150323,20151027,,Sole Agency,No,,"This Request for Proposal (RFP) is issued for Auckland Transport (AT). Through this RFP, AT invites proposals for the provision of services relating to the Maintenance of Technology Field Devices. AT are looking to award up to five maintenance contracts for a term of 3 years with a potential 2 x 1 year rights of renewal .Three will be defined by geographical regions, one contract for the rail corridor and one for on board bus devices. The regional contracts will be divided as follows: North Central-West South Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-671097 All other enquiries can be made to: Darren Bartlett, email: procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,9182926,Request for Proposals,Open Competition,"333-15-445-T2 Stadium Drive, Pukekohe Streetscape Upgrade Works",333-15-445-T2,20150223,20150313,20150907,,Sole Agency,No,,"This contract will be a further stage of work for the Pukekohe Town Centre Revitalisation Project.This project is to source physical works for continuation of streetscape treatment to tie in to completed works; reducing existing slip lane to reduce vehicle entry speed and reduce pedestrian crossing distance; improving pedestrian crossing facilities; upgrade of footpaths and installation of street furniture. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT2B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 673227 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,9205848,Request for Proposals,Open Competition,311-15-405-T2 Don Buck Road Cycleway Stage3,311-15-405-T2,20150224,20150316,20150907,,Sole Agency,No,,"This tender is for construction of new shared paths and ancillary works along Don Buck Road and Red Hills Road in Massey in the following road sections: ??? Don Buck Road, from Cherry Tree Place intersection to Triangle Road intersection and ??? Red Hills Road, from Don Buck Road roundabout to Massey Primary school driveway. Ancillary works include street lighting upgrades, drainage upgrades and minor retaining walls construction. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT-1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 673343 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,9355452,Request for Tenders,Open Competition,Lifts Upgrades & Improvements,451-15-264-FM,20150225,20150318,20150917,,Sole Agency,No,,"This RFP sets out to identify a Tenderer who will be able to best provide AT with the services and material to rectify defects identified on the lifts within the AT building portfolio which have been caused primarily through their operating environment. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-673563 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,9668340,Request for Proposals,Open Competition,Car Share Services using Electric Vehicle in Auckland,404-15-592-TO,20150309,20150508,20160401,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Auckland Transport (AT). The objective of this RFP is to invite proposals for the establishment and operation of Car Share Services using Plug-in Electric Vehicles (PEVs) in Auckland. AT invites proposals from established organisations that can demonstrate successful implementation and operation of similar schemes in comparable cities. The above tender is published in Auckland Transport's Tendering portal of Tenderlink with reference no AKTSPT-674672. You can find the link below: https://www.tenderlink.com/aucklandtransport/",Not Awarded,,20201117 Auckland Transport,10465849,Request for Tenders,Open Competition,"412-15-637-RM 117 Cornwallis Road, Cornwallis Slip Remediation Project",412-15-637-RM,20150327,20150420,20150907,,Sole Agency,No,,"This RFT sets out to identify a Tenderer who will be able to best provide AT with a contractor who can undertake the slip remediation works project at 117 Cornwallis Road, Cornwallis. The project involves the following: ??? Traffic management; ??? Vegetation removal ??? Earthworks ??? cut to waste; ??? Soil nailing; ??? Installation of drainage; ??? Hardfill backfill layering coupled with geogrid at layer interface; and ??? Topsoiling and seeding. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 677236 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,10466748,Request for Tenders,Open Competition,344-15-459-T2 Van Damms Lagoon Car Park 118MWH,344-15-459-T2,20150331,20150415,20151104,,Sole Agency,No,,"A car park at 118 Mount Wellington Highway to provide 9 car parking bays including one mobility parking bay, a timber viewing platform linked to a timber boardwalks leading into the Van Damme's Lagoon reserve and landscaping within Van Damm's Lagoon. A new timber boardwalk giving public access to William Harvey Place wetlands. Additional rip rap to the outfall of Van Damm's Lagoon Panmure basin outfall. Note ; Landowner and Building Consent applications are in process Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 677611 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Not Awarded,,20201117 Auckland Transport,10726356,Request for Tenders,Open Competition,443-15-141-FM Kennedy Point Capping Beam,443-15-141-FM KP Capping Beam,20150408,20150429,20150918,,Sole Agency,No,,"This Request for Tender (RFT) is issued for Auckland Transport (AT). The aim of this process is to award a Contract for: The replacement of the structural concrete capping beam and replacement/remedial works to the existing steel sheet pile retaining wall and associated minor works at Kennedy Point Ferry Wharf, Donald Bruce Road, Waiheke Island. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 678336 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Not Awarded,Cancelled due to budgetary constraints.,20201117 Auckland Transport,10823436,Request for Tenders,Open Competition,443-15-521-FM Okupu Strengthening,443-15-521-FM,20150410,20150430,20150917,,Sole Agency,No,,"This Request for Tender (RFT) is issued for Auckland Transport (AT). The aim of this process is to award a Contract for: The works required is for strengthening and repair for Okupu Wharf, Blind Bay, Great Barrier Island. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT- 678636 The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Awarded,,20201117 Auckland Transport,11200512,Request for Tenders,Open Competition,443-15-697-FM - Marine Specialised Cleaning,443-15-697-FM,20150421,20150519,20150909,,Sole Agency,No,,"442015-697-FM - Marine Specialised Cleaning This RFT sets out to identify a Tenderer who will be able to best provide AT with Specialised Cleaning for twenty-one Ferry / Wharves facilities located within the Auckland region. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number: 443-15-697-FM All other enquiries can be made to: Virginie Wethey - procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,11201601,Request for Tenders,Open Competition,443-14-296-FM - Marine Specialised Maintenance,443-14-296-FM,20150417,20150515,20150909,,Sole Agency,No,,"443-14-296-FM - Marine Specialised Maintenance This RFP sets out to identify a Tenderer who will be able to best provide AT with Specialised maintenance for twenty-one (21) Ferry / Wharves facilities located within the Auckland region. Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number 443-14-296-FM All other enquiries can be made to: Virginie Wethey - procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,12804354,Request for Proposals,Open Competition,"Provision of Towing, Recovery & Storage Services for the Auckland Region",453-15-421-TO,20150610,20150722,20151027,,Sole Agency,No,,"This RFP is seeking proposals from interested licensed vehicle recovery service operators to supply towing, recovery and storage services to Auckland Transport for the Auckland Region.",Not Awarded,This was a notice to an existing published project. Original project has been awarded. Ref: 453-15-421-TO,20201117 Auckland Transport,15211750,Request for Tenders,Open Competition,442-15-279-PT Contract for Auckland Public Transport Bus Services,442-15-279-PT,20150817,20150928,20160429,,Sole Agency,No,,"Auckland Transport is a Council Controlled Organisation (CCO) covering the Auckland region, in New Zealand. Auckland Transport is responsible for all of the region???s transport services (excluding state highways), from roads and footpaths, to cycling, parking and public transport. Auckland Transport contracts with independent public transport Service Providers so that Public Transport (PT) Services may be provided in Auckland Transport???s jurisdictional region. Auckland Transport intends to create a successful, strategic, long-term commercial business relationship with public transport Service Providers. The business relationship will be based on the Public Transport Operating Model (PTOM) as detailed in the RFT. This Request for Tender (RFT) sets out to identify and award a Service Contract to a Preferred Tenderer who will be able to best provide Auckland Transport with PT Bus Services in a Unit. This RFT covers a total of eight individual Units, comprising eight unique Service Contracts for PT Bus Services in South Auckland, including Pukekohe and Waiuku, as identified in the table below. Unit Number Unit Name 54 East Tamaki Cross-town 60 Airport 61 Mangere Bridge 62 Otahuhu 63 Papatoetoe Otara 64 Manurewa 65 Papakura 67 Pukekohe - Waiuku Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ using reference number AKTSPT- 692659 The Auckland Transport E-tendering portal is free to all suppliers (wishing to view/download/make submissions to AT tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: https://at.govt.nz/about-us/procurement/electronic-tenders/",Not Awarded,Notice of information onluy,20201117 Auckland Transport,15987949,Request for Tenders,Open Competition,250-15-503-IT - Traffic Signals Maintenance and Upgrades,250-15-503-IT,20150901,20151006,20160401,,Sole Agency,No,,"This Request for Tender (RFT) is issued for Auckland Transport (AT). The aim of this process is to award 3 Contracts for the maintenance and upgrade of Aucklands traffic signals based on 3 goegraphical regions. The contracts will provide a comprehensive preventative maintenance programme to ensure that traffic signals are maintained in a safe and efficient manner, additionally upgrades will maintain the assets at a consistent level of service, ensuring that signalised intersection operation is maintained in accordance with current standards and that service levels do not deteriorate over time. The regional breakdown of these contracts will be as follows: ?? North/West ?? Central ?? South These three contracts include the 74 NZTA traffic signals currently within the Auckland region. Address Enquiries to: Tania Killeen-Noy Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-694743 All other enquiries can be made to: Tania Killeen-Noy, email: procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,16251097,Request for Tenders,Open Competition,414-16-133-RM - Road Rehabilitation Projects South East Area,414-16-133-RM,20150907,20151005,20160429,,Sole Agency,No,,"Description of Services: - 414-16-133-RM - Road Rehabilitation Projects South East Area This contract is to rehabilitate the pavement on three sections of road in the South East Auckland area, This includes two roundabouts; Aviemore Dr / Cascades Rd roundabout and Wellington St / Vincent St roundabout and a section of Botany Rd between Cascades Rd and Elim Christian College. Significant sections of the road are showing advanced stages of deterioration including cracking, pumping and rutting. The rehabilitation will by means of; Aviemore Drive / Cascades Road Roundabout: Structural asphalt concrete with asphalt concrete surfacing, Wellington Street / Vincent Street Roundabout: Cement stabilised with asphalt concrete surfacing, Botany Road ??? Cascades Road to Elim Christian School: Foamed bitumen stabilised asphalt concrete surfacing. Pavement testing and design have been completed, it will be the Contractor???s responsibility to review the design report, and produce the mix designs for the foamed bitumen stabilisation. The design report includes test pit logs and FWD data, but material samples for mix design are not available, so further test pits will be required to obtain material samples. Due to the high traffic volume nature of these sites and their locations traffic management is a vital part of this contract. The before submitting a tender Auckland Transport???s Corridor Access Team should be consulted to insure the proposed traffic management will be accepted. Tender documents can be viewed at: https://www.tenderlink.com/aucklandtransport/ Using reference number: AKTSPT-695388 All other enquiries can be made to: Petrina Keane, procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit: http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Not Awarded,Notice of information,20201117 Auckland Transport,16602635,Request for Tenders,Open Competition,414-16-102-RM - Road Rehabilitation Projects ??? Constable Rd and Kitchener Rd,414-16-102-RM,20150914,20151012,20160401,,Sole Agency,No,,"414-16-102-RM - Road Rehabilitation Projects ??? Constable Rd and Kitchener Rd Description of Works This contract is to rehabilitate the pavement on two sections of road in the township of Waiuku, This includes a section of Constable Road between King Street and Leonard Street and a section of Kitchener Road between King Street and Queen Street. Significant sections of the road are showing advanced stages of deterioration including cracking, flushing, scabbing and numerous repair patches throughout the sections. The rehabilitation will by means of; Constable Road: Granular replacement, Kitchener Road: Asphaltic concrete mill and replace. The design reports in Section E provide more detail on the exact nature of the works. The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx Tenderlink Reference number: - AKTSPT-696450",Awarded,,20201117 Auckland Transport,16836832,Request for Proposals,Open Competition,412-16-156-RM Procurement of LED Luminaires 2015-16,412-16-156-RM,20150925,20151016,20151218,,Sole Agency,No,,"Part-a Description: This Request for Proposal (RFP) is for Auckland Transport (AT) to procure LED Luminaires for 2015-16. Luminaires must be one of those listed on AT???s LED Approved Luminaires List and meet all of the minimum requirements set out in this RFP. AT will appoint at least two and possibly more Suppliers, and will procure a minimum of one 20-foot shipping container load (or equivalent standard freight option) from each Supplier appointed under this RFP. No Supplier will be requested to supply more than 60% by value of the AT annual approved budget for the 2015-16 financial year. Suppliers are invited to submit unit rates for complying LED Luminaires. The rates are to be all inclusive delivered to AT???s street light installation contractor is Wiri, Auckland, New Zealand. Part-b Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ Using reference number AKTSPT-697952 All other enquiries can be made to: Sanjay Puri, email: procurement@aucklandtransport.govt.nz The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,16966230,Request for Tenders,Open Competition,"411-16-262-RM - Road Rehabilitation Nile Road, Belmont Terrace to Stanley Avenue Milford",411-16-262-RM,20151105,20151126,20160401,,Sole Agency,No,,"Description of Works:- This project is to rehabilitate the pavement on the section of Nile Road from Belmont Terrace to Stanley Avenue. Milford. This road section is planned for rehabilitation in the 2015/16 financial year as part of the pavement renewal programme for RCD Urban North East. Significant sections of the road are showing advanced stages of deterioration including cracking, pumping rutting and shoving. sinking and pumping of fines. The rehabilitation is by means of excavation of existing pavement, test pitting to determine the need for any undercut and to determine services location, then placement and compaction of MR 9 material with cement stabilisation of MR9 material and an asphaltic concrete surfacing. Tenderlink Ref: AKTSPT - 703185 Tender documents can be viewed at https://www.tenderlink.com/aucklandtransport/ The Auckland Transport E-tendering portal is free for our users (wishing to view/download/make submissions to our tenders). To register with our e-tendering portal, or find out further information about our tenders, please visit http://www.aucklandtransport.govt.nz/about-us/ProcurementAndSuppliers/ElectronicTenders/Pages/default.aspx",Awarded,,20201117 Auckland Transport,17068721,Request for Quotations,Open Competition,SuperGold Subsidy for Exempt Ferry Services,,20151215,20151221,20160401,,Sole Agency,No,,"UPCOMING TENDER NOTIFICATION Competitive tender process for exempt ferry services from Downtown Auckland to Matitia Waiheke to participate in the SuperGold card transport scheme. Auckland Transport is inviting interested suppliers to partake in a competitive tender process to participate in the national SuperGold card transport scheme (scheme) and receive reimbursements for providing free transport to SuperGold cardholders on ferry services from downtown Auckland to Matiatia Wharf, Waiheke. The scheme is funded by the Ministry of Transport at a set dollar amount per annum, available to all suppliers participating in the scheme. Once the funding amount has been met, participants are required to continue to provide free travel for SuperGold card holders for the remainder of the year. The procurement will be handled through a Request for Quote (RFQ) which will be based on the lowest price per SuperGold passenger for each journey taken by a SuperGold cardholder. The RFQ is intended to be released the week of 14 December 2015 and interested suppliers will have five calendar days to submit a response from the release date. AT aims to announce the outcome of the procurement process prior to 25 December 2015. The RFQ will be released via Tenderlink (at https://www.tenderlink.com/aucklandtransport/) and suppliers that meet the preconditions are encouraged to submit a response. For further details, please contact the Procurement Chair: Dan Suciu at procurement@aucklandtransport.govt.nz",Not Awarded,This was listed as a notice only,20201117 Auckland Transport,17079511,Request for Quotations,Open Competition,"SuperGold Subsidy for Exempt Ferry Services (Matiatia Wharf, Whaiheke)",443-16-454-PT,20151215,20151222,20160401,,Sole Agency,No,,"This procurement relates to the delivery of free travel to SuperGold cardholders on exempt public transport ferry services from downtown Auckland to Matiatia, Waiheke. This RFQ relates to the procurement of the rate per SuperGold passenger for each trip taken by a SuperGold cardholder under the SuperGold card transport concession scheme (???the scheme???). The key outcomes that Auckland Transport want to achieve are a new funding arrangement for SuperGold card transport concession scheme that is based on a price per passenger journey that recognises market competition, is easy to administer, is equitable, and open to other operators if they can meet the criteria for new services wanting to participate in the scheme. Tender documents can be viewed at: https://www.tenderlink.com/aucklandtransport/ TenderLink Ref # AKTSPT-708561",Awarded,,20201117 Auckland Transport,17132621,Request for Tenders,Open Competition,361-16-426-AC Mountain Road Walkway,361-16-426-AC,20160120,20160211,20180403,,Sole Agency,No,,"This Request for Tender (RFT) is for the construction of a new pedestrian facility along Mountain Road, from 6 Mountain Road to the Opanuku Pipe line Track at No.31 Mountain Road. This includes concrete footpaths, gravel-filled geo-cell paths and a timber boardwalk. Additional works include service locations, tree works, drainage upgrades and minor retaining walls construction. AT Pre-qualification Certificate: Major Road Works level AT1C.",Awarded,,20201117 Auckland Transport,17139820,Request for Tenders,Open Competition,364-16-351-AC Mt Roskill Safe Route,364-16-351-AC,20160122,20160223,20160404,,Sole Agency,No,,"This Request for Tender (RFT) is to procure a physical work contractor for work involving construction of shared path from May Road ??? Memorial Avenue intersection through to Memorial Avenue, Winstone Road, Somerset Road up to the SH20 Foot and Cycling Bridge at Mt Roskill Grammar School. This includes the following: ??? Construction of Shared path ??? Installation of Signalised crossings, Zebra crossings and Pram Crossings with tactile pavers ??? Signalising Intersection ??? Construction of Rain Gardens ??? Construction of Speed tables, kerb build out and Pedestrian Refuges etc. ??? Construction of rain gardens and Storm water Improvement ??? Krebs and Channels ??? Street lightings ??? Road signs ??? Road markings Tender pre-conditions are: AT Pre-Qualification for Minor Road Works Level AT2B",Awarded,,20201117 Auckland Transport,17242138,Request for Proposals,Open Competition,160-16-641-PS Auckland City Rail LInk Main Works Tender Services,160-16-641-PS,20160224,20160318,20160429,,Sole Agency,No,,"NOTICE ONLY - ALL DOCUMENTS RELATING TO THIS OPPORTUNITY CAN BE FOUND IN TENDERLINK REFERENCE AKTSPT-715120. DO NOT POST A RESPONCE TO THIS TENDER IN GETS This Request for Proposal (RFP) is issued for Auckland Transport (AT). The aim of this process is to award a number of professional services contracts to support the Tender Services activities for the Auckland City Rail Link (CRL) Main Works procurement. We aim to award contracts for the following specialist roles: ??? Technical (Procurement) Advisors ??? Tender Technical Writers ??? Tender Support Services Tenderers may bid for one or more of the specialist roles.",Not Awarded,Notice of information only,20201117 Auckland Transport,17251530,Request for Proposals,Closed Competition,475-16-570-PS Data Collection for Walking and Cycling Programme 2015-2018,475-16-570-PS,20160226,20160311,20160708,,Sole Agency,No,,"This Request for Proposal (RFP) is issued for Auckland Transport (AT). The intention of this process is to engage a consultant to provide traffic data collection, surveying and reporting professional services for the projects identified in Auckland Transport???s Walking and Cycling programme delivered between 1 July 2015 and 30 June 2018.",Awarded,,20201117 Auckland Transport,17261313,Request for Tenders,Open Competition,368-16-572-AC Mangere Future Streets Stage 4 - Mangere Town Centre Walkway,368-16-572-AC,20160229,20160318,20160519,,Sole Agency,No,,"This contract is part of a wider project called Mangere Future Streets which aims to provide improved walking and cycling facilities in the Central Mangere area which will encourage more active modes of transport by the local residents. This contract is to construct new walkway through Mangere Town Centre. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as Minor Road Works, level 2C (AT2C). Only those contractors prequalified to or above this level are eligible to submit a tender for this contract.",Awarded,,20201117 Auckland Transport,17276970,Request for Tenders,Open Competition,311-16-508-AC Fred Taylor Drive Footpath - Maki Street to Tawhia Drive,311-16-508-AC,20160304,20160330,20160731,,Sole Agency,No,,"This Request for Tender (RFT) is for the construction of new footpath path along the north side of Fred Taylor Drive, Westgate, between Maki Street and Tawhia Drive. Additional works include stormwater drainage, swales, treepits, planting of trees and relocation of streetlights. Tender Pre-Conditions are: Only contractors pre-qualified for Minor Road Works Level c (AT2C) can tender.",Awarded,,20201117 Auckland Transport,17279440,Request for Proposals,Closed Competition,AT HOP Revenue Allocations - 222-16-632-GS,222-16-632-GS,20160304,20160321,20160602,,Sole Agency,No,,"Under the AT HOP System, all Transport Operators (rail, bus and ferry) operate under the same fare structure. Customers can purchase tickets to use on all modes of transport provided and AT HOP enables cardholders to travel within the greater Auckland area using a variety of smartcard products i.e. pre-paid, period passes and HOP money, across multiple Transport Operators. AT are responsible for the overall management and oversight of the AT HOP system including the identification and distribution of revenues earned between Transport Operators, Retailers and AT. Thales provide the hardware and software support. Now that all Transport Operators have transitioned to the AT HOP system, the reliance on the accuracy and integrity of AT HOP has increased. Therefore assurance over the accuracy and integrity of the AT HOP system and how the AT HOP system processes the data for reporting and settlement purposes is required. As part of the Business Operating Model (BOM) which the PT Operators signed as part of using the AT HOP system, AT is required to provide assurance to the PT Operators that they are getting the correct allocation of money based upon the transactions they provide transport services for. As a result of all Transport Operators having transitioned to the AT HOP System, testing is required for each of the Transport Operator groups and retail outlets to provide assurance around the integrity of the system. Areas to be reviewed include: 1. Fare calculations 2. Revenue attribution ??? service provision 3. Revenue attribution ??? retailing 4. Settlement 5. Monthly pass allocation.",Awarded,,20201117 Auckland Transport,17304394,Request for Tenders,Open Competition,362-16-656-AC Millwater Parkway/Milner Avenue/Totara Views Drive Intersection Signalisation,362-16-656-AC,20160310,20160401,20160801,,Sole Agency,No,,"This contract is to reform and signalise the intersection of Millwater Parkway, Milner Avenue and Totara Views Drive. The work involves removing the centre median and allowing right hand turns both into Milner Avenue from Millwater Pakrway and from Milner onto Millwater Parkway. The signalisation of the reformed intersection aims to maintain the flow of traffic along Millwater Pakrway while allowing conflict free access to and from nearby developments. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as Major Road Works, level 1C (AT1C).Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. Tender will be awarded subject to funding approval.",Awarded,,20201117 Auckland Transport,17344522,Request for Proposals,Open Competition,243-16-698-GS Roading Customer Satisfaction Survey,243-16-698-GS,20160324,20160427,20160602,,Sole Agency,No,,"Auckland Transport requires a quarterly survey representative of adult residents in the Auckland region. This survey: ??? measures our key Statement of Intent measures of satisfaction with roads and footpaths in the Auckland region; ??? monitors user perceptions of 67 key arterial transport routes; ??? drives understanding of what is important to Aucklanders about their roading network; ??? identifies priority areas for improvement. As one of AT???s core survey programmes, this is your opportunity to uncover and represent the views of Aucklanders in development and maintenance of their most extensive and used transport infrastructure network. You will excel at planning and operating robust tracking used to support key metrics across the business, as well as continuously improve analysis and presentation to make this well respected programme more relevant and understood across a large and complex organisation. A bit about us",Awarded,,20201117 Auckland Transport,17351531,Request for Tenders,Open Competition,360-16-679-AC Torbay Revitalisation Project,360-16-679-AC,20160331,20160422,20160509,,Sole Agency,No,,"Prequal Required: Major Road Works (AT1C) What we need This Request for Tender (RFT) is for the upgrade of Beach Road and Toroa Street roundabout upgrade. This include building speed tables with pedestrians on Beach Road legs of the roundabout. The project also include upgrading some car parking spaces, lighting, minor drainage, coloured and pattern surfacing on the footpath areas. The following are important to AT: Maintaining access to the businesses during the construction period and maintaining good relationships with business owners. Maintaining good relationships with private land owners for works required outside of the road corridor. Maintaining good level of communication and coordination with AT Project Manager and Communication Team and the general public. Maintaining pedestrian access and pedestrian safety during the construction period. Maintaining access to public transport during the construction period. Minimumising distribution to affected businesses and adherence to delivery timeframe. The quality of the asphalt and coloured surfacing finish on footpath and parking area including preparation of the subbase. Ensuring that there are no detrimental affects on the flow of stormwater as result of new pavement surfaces, footpath extension and the roundabout. In particular no ponding issues on the footpath. The construction of the speed table tables",Not Awarded,"Tender withdrawn, no tenders accepted for this project",20201117 Auckland Transport,17355828,Request for Proposals,Open Competition,160-16-748-PS City Rail Link Main Works Legal Services,160-16-748-PS,20160331,20160429,20160509,,Sole Agency,No,,"This procurement seeks to appoint a single New Zealand based law firm with an overseas law firm appointed a sub-contractor to them (if required), to undertake legal services to support the Main Works procurement. For all documents relating to this opportunity please go to Auckland Transport ETendering portal: https://www.tenderlink.com/aucklandtransport/ Tender Reference is: AKTSPT-719368",Not Awarded,Notification Only as Reponses via tenderlink,20201117 Auckland Transport,17368053,Request for Tenders,Closed Competition,443-16-520-AC Half Moon Bay ??? Vehicle Ferry Ramp Widening.,443-16-520-AC,20160406,20160429,20160817,,Sole Agency,No,,"We are seeking tenderers that are able to demonstrate the capacity and capability to carry out and complete the Contract Works in accordance with the Contract documents by the Due Date for Completion. The works will include: a) The excavation of bedrock and in-situ pouring of footings within the coastal/tidal environment. b) The structural infilling of extension void using locally reclaimed and imported clean hard-fill. c) Pinning of new extension into existing ramp. d) The placing and tying of reinforcement as per the design drawings. e) The in-situ pouring of a 50kpa ramp slab to match existing/adjoining ramp gradient and surface finish. f) The placing of drainage and weep holes within the new ramp. g) The tying in to, and full reinstatement of overbreak where necessary, of ramp extension into the existing sea wall. h) The reinstatement of the existing pedestrian line-marking and crossing to the ticket office into its new position. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT3B and AT5B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract.",Awarded,,20201117 Auckland Transport,17421629,Request for Tenders,Closed Competition,477-16-282-FM Tamaki River Pile Mooring Replacement,477-16-282-FM,20160418,20160510,20171207,,Sole Agency,No,,"The Auckland Transport (AT) Harbourmaster???s Office owns and administers some 190 pile mooring berths within the Panmure Mooring Management Area -Tamaki River. The Harbourmaster???s Office is looking to replace the existing hardwood pile moorings over the next six years with Steel I Beams covered with a polyethylene sleeve. This Request for Tender (RFT) is issued by Auckland Transport (AT) for the Harbourmaster???s Office. The aim of this process is to award a Contract for the removal of disposal of existing mooring piles, supply, construction and installation of replacement steel I beams piles and associated materials in the Tamaki River. The aim of the Harbourmaster???s Office in this RFT process is to obtain sufficiently detailed information from potential marine contractors. They should provide details about their respective organisation, and clearly illustrate their ability to install the pile berths within the Panmure mooring management area (having regard to several factors including the quality of the works, the supplier's ability to deliver on a timely basis, and a competitive price). This will enable Auckland Transport to select and appoint a suitably qualified and skilled marine contractor. This RFT sets out to identify a Tenderer who will be able to best provide AT with: ??? supply of 33 steel I Beams and flat bar; ??? welding flat bar to I Beam creating a 6 metre lateral box section as per supplied drawing; ??? supply of polyethylene sleeve, sand to fill the sleeve, plastic pile top caps and plastic pile numerals; ??? temporary removal of occupying vessel; ??? removal of 33 existing hardwood piles up to 15 metres in length; ??? driving new I beams with a 6 metre lateral box section; ??? installing polyethylene sleeve, sand filling the sleeve, installing pile top caps and installing pile numerals; ??? placement of existing floating ring over new pile; ??? re-berthing of vessel.",Not Awarded,$100K - $250K,20201117 Auckland Transport,17452106,Request for Tenders,Open Competition,361-16-661-AC Glen Road Drainage Extension and Safety Improvement,361-16-661-AC,20160426,20160520,20160822,,Sole Agency,No,,"Prequalification: Major Road Works, level AT1B ISNetworld registration What we need: This Request for Tender (RFT) is for the drainage extension and safety improvements for Glen Road, Ranui from Bahari Drive / Scarlet Drive intersection to 110 /99 Glen Road. Additional works include new kerb, channel and pavement widening, some street lighting upgrades and construction of rain gardens with associated earthworks and outlet structures in Council???s Parks land. What???s important to us: Auckland Transport is looking for a successful contractor who can deliver the above scope of works in a staged manner; to comply with all consents (including to be approved Resource Consent). The Contractor should also be capable of construction of stormwater drainage, grassed swales, pavement construction (including ex-situ stabilized sub-base) with new kerb & channel and rain gardens in winter conditions, under additional environmental constraints.",Awarded,,20201117 Auckland Transport,17478947,Request for Tenders,Open Competition,362-16-657-AC Currys Lane and Tristram Avenue Cycle Route,362-16-657-AC,20160503,20160531,20160817,,Sole Agency,No,,"Prequalified: Major Road Works, Level AT1A ISNetworld What we need: This Request for Tender (RFT) is for the construction of new shared paths and additional works along Tristram Ave and Currys Lane. The works will provide a key route for cyclists and pedestrians filling in a gap in the network. Additional works include improvements to street lighting and traffic signals upgrading to support the new links. Several retaining walls and some drainage works are required to provide for the paths. What???s important to us? The following are important to AT: ??? Maintaining good relationships with AMA, Vector and Watercare ??? Management and coordination of the nominated lighting subcontractor. ??? Maintaining access on Currys Lane during the construction period and maintaining good relationships with business owners. ??? Maintaining a good level of communication and coordination with the AT Project Manager, ATOC, the AT H&S auditor and TTM auditors. ??? Maintaining pedestrian pedestrian safety during the construction period. ??? Supervision and maintenance of any TTM on the Tristram Ave Motorway Interchange off-ramp. ??? The quality of the surfacing finish on sharedpath and ramps/speed table transition needs to be cycle friendly and of a high standard. ??? Timely submission of quality as-built and handover documentation.",Awarded,,20201117 Auckland Transport,17519619,Request for Tenders,Closed Competition,360-16-679-AC Torbay Revitalisation Project,360-16-679-AC,20160516,20160610,20160912,,Sole Agency,No,,"Prequal Required: Major Road Works (AT1C) What we need This Request for Tender (RFT) is for the upgrade of Beach Road and Toroa Street roundabout upgrade. This include building speed tables with pedestrians on Beach Road legs of the roundabout. The project also include upgrading some car parking spaces, lighting, minor drainage, coloured and pattern surfacing on the footpath areas. The following are important to AT: Maintaining access to the businesses during the construction period and maintaining good relationships with business owners. Maintaining good relationships with private land owners for works required outside of the road corridor. Maintaining good level of communication and coordination with AT Project Manager and Communication Team and the general public. Maintaining pedestrian access and pedestrian safety during the construction period. Maintaining access to public transport during the construction period. Minimumising distribution to affected businesses and adherence to delivery timeframe. The quality of the asphalt and coloured surfacing finish on footpath and parking area including preparation of the subbase. Ensuring that there are no detrimental affects on the flow of stormwater as result of new pavement surfaces, footpath extension and the roundabout. In particular no ponding issues on the footpath. The construction of the speed table tables",Awarded,,20201117 Auckland Transport,17524042,Request for Tenders,Open Competition,368-16-861-AC Mangere Future Streets Stage 6 - Friesian Drive,368-16-861-AC,20160517,20160607,20160817,,Sole Agency,No,,"RFT Overview This contract is part of a wider project called Mangere Future Streets which aims to provide improved walking and cycling facilities in the Central Mangere area which will encourage more active modes of transport by the local residents. This contract is to construct new cycle lane and intersection improvements along Friesian Drive. In accordance with Auckland Transport???s prequalification procedures this contract has been classified as Major Road Works, level AT1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract What we need This request for tender (RFT) is for the construction of new cycle way and intersection improvements and associated works along Friesian Drive in Mangere including new concrete footpath, side islands, street lighting, amenity planting and speed tables.",Awarded,,20201117 Auckland Transport,17528176,Request for Proposals,Open Competition,250-16-555-BT BT Testing Practice,250-16-555-BT,20160518,20160610,20170404,,Sole Agency,No,,"This procurement seeks to fill a current sourcing gap within Auckland Transport (AT)???s Business Technology (BT) department by creating a panel of up to three suppliers that are able to provide testing skill and capability to Auckland Transport projects for engagements of varying duration. This model will enable flexibility, cost effectiveness and knowledge transfer to Auckland Transport employees. This Request for Proposal (RFP) seeks to address potential risk of: ??? Inadequate testing resulting in defects, missed requirements, poor usability, impact to existing infrastructure and platforms. ??? Ambiguity of acceptance criteria with suppliers. ??? Additional burden on programme and business resources. ??? Prolonged project duration and increased project cost to resolve defects and gaps discovered late in delivery cycle. ??? Delays transitioning to BAU support. ??? Increased cost of project support ??? Resistance from users to adopt new solutions. ??? Increased cost of supporting multiple solutions. ??? Dissatisfied business owners/sponsors. Participants should be able to demonstrate a team of practitioners across the specified testing skillsets with: ??? Proven testing capability across the specified testing activities. ??? A permanent staff base with flexibility to accommodate growth. ??? Demonstrable capability to deliver with a history of success (references). ??? Proven processes in place to manage their staff performance. ??? Ability to replace individuals at short notice if expectations are not met. ??? A dedicated contract manager who manages the engagement(s) and quality of the deliverables. ??? Ability to cancel/amend engagements within agreed timeframes without penalty.",Not Awarded,,20201117 Auckland Transport,17541303,Request for Tenders,Open Competition,343-16-893-AC Pukekohe Bus Station Interim,343-16-893-AC,20160524,20160620,20160822,,Sole Agency,No,,"Auckland Transport will commence a new Southern passenger bus network operation at the end of October 2016. This will see new, more frequent routes in the Auckland - Franklin area that will arrive at the Pukekohe Rail station. Auckland Transport intends to construct a new full bus station in 2017. Therefore to meet the 30th October 2016 date for the start of the new Southern bus network Auckland Transport intends to stages the construction. This request for tender is for stage 1. The new services will allow options for multi-modal transfers between buses and trains and will see an increase in Public Transport (PT) patronage. Without the interim bus station these services would not be able to arrive at the rail station and this would be a dis-benefit for the overall scheme. To allow Auckland Transport's bus operations team (AT Metro - Bus) to run this service reliably the existing intersection will be upgraded and become a signalised intersection. The bus operations will require to driver testing of the new road layout for the bus turnaround from early October 2016 so drivers can familiarise themselves with the new route. This will result in ad-hoc visits of the bus services to the site prior to the formal opening and full operation by October 30th 2016.",Awarded,,20201117 Auckland Transport,17632389,Request for Proposals,Open Competition,Infringement Debt Collection,220-16-972-GS,20160624,20160722,20180521,,Sole Agency,No,,"Auckland Transport (AT) issues parking and bus lane infringements within the city and also issues infringements on behalf of the Ministry of Transport (MOT) for vehicle registration, wof and tyres. Infringements issued and paid within 63 days issued on behalf of MOT require AT to pay across half of the value of the infringement. Parking infringements issued are between $12 and $60 in value, bus lane infringements are $150 and rego, wof and tyres are $200 per infringement. In July 2012, Auckland Transport contracted a third party (on a trial basis) as an Agent to collect outstanding Infringements on its behalf. The agent would then operate as a collection agent prior to sending any outstanding debts to Ministry of Justice (MoJ). Prior to July 2012, the process was that at day 63 (number of days after issuance) any unpaid infringement notices would be lodged with MoJ. New Process - at day 63 (number of days after issuance) any unpaid infringement notices would be passed over to the agent for collection. Infringements still not collected by day 150 would be withdrawn by AT and on day 156, lodged with MoJ for collection. AT are now in a position to re-test the market, looking for a third party to collect outstanding infringements on AT???s behalf, as well as look for a potential partner to help AT investigate innovative ways to bring additional value to this project.",Awarded,,20201117 Auckland Transport,17717773,Request for Tenders,Open Competition,367-16-1056-AC FN32 The Avenue Bus Stops - Otahuhu,367-16-1056-AC,20160722,20160812,20170109,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of the new bus stops on Avenue Road at the Otahuhu Town Centre. The construction of the new bus stops include the widening of the footpath on both sides of Avenure Road and include the installation of new facilities (ie. canopy for bus shelter, toiltes, etc.). Tender Pre-Conditions: Suppliers must be Prequalified for (AT1B) Major Road Works and ISNet approved at tender award.",Awarded,,20201117 Auckland Transport,17741606,Request for Tenders,Open Competition,343-16-943-AC Manukau Bus Train Interchange Construction,343-16-943-AC,20160729,20160913,20161104,,Sole Agency,No,,"The Manukau Bus Train Interchange (MBTI) construction phase (indicative build value $25M) will deliver an exemplar bus interchange that provides a high level of amenity for passengers who are waiting or making connections between services and/or modal connections and which has sufficient bus stop capacity initially and can accommodate expected growth to 2026. The interchange is to provide better connectivity to rail services for modal changes and through an enhanced customer experience achieve an increased patronage on all modes of the transport network. Auckland Transport (AT) will be seeking a construction firm or consortium that has: ??? Experience with high-quality Public Transport facility fit out. ??? Experience with constructing complex roof structures. ??? A track record of high quality finishes. ??? Innovative approaches that introduce programme efficiencies/de-risking and cost savings. ??? A sustainable approach to construction and a focus on providing good social outcomes. AT is committed to ensuring that its projects leave positive and enduring social and economic outcomes, as described in the Auckland Plan. As the works are taking place in The Southern Initiative area, it is AT???s intention that this procurement will seek quality employment and development opportunities for South Auckland residents, and other social innovations. This Request for Tender (RFT) is issued with a Deadline for Tenders of 12 September 2016 and an anticipated contract start date of 21 October 2016. A Site Visit and Industry Briefing will be held in Manukau on 10 August 2016. Refer RFT for details. Note: The following tender preconditions will apply: ??? Main Contractors must be registered (if not already) with ISNetworld, AT???s Health & Safety prequalification system, prior to a contract being awarded (see http://www.ISNetworld.com) and have passed a H&S prequalification assessment that meets AT???s requirements. ??? Prior experience in vertical construction for projects with a total value > NZD$20M. ??? Prior transport-related infrastructure construction experience. ??? Ability to provide an approved surety for 10% of the contract value. ??? Quality control systems which are independently certified ISO9001 compliant. ??? Current Health & Safety ACC tertiary or secondary accreditation. All tender queries should be directed to AT via the Tender Forum in the first instance.",Awarded,Awarded 6 Oct 2016,20201117 Auckland Transport,17747726,Request for Tenders,Open Competition,361-16-886-AC West Coast Road Shared Path,361-16-886-AC,20160802,20160823,20170109,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the widening of an existing footpath along West Coast Road from Parrs Cross Road to property No. 567. This includes work within Glengarry Road and Shaw Road. The project also features a concrete speed table (adjacent to the Oratia Settlers Hall), stormwater infrastructure, relocation of existing services, construction of vehicle crossings and other minor safety improvements. Tender pre-conditions are: AT prequalification for Major Road Works, Level AT1B AT tender award - The successful contractor has to be ISNet approved.",Awarded,,20201117 Auckland Transport,17767918,Request for Tenders,Open Competition,414-16-998-AC Panmure Bridge Concrete Repairs and Re-painting,414-16-998-AC,20160808,20160919,20170904,,Sole Agency,No,,"This RFT is for the Concrete Repairs and the Re-painting of the Panmure Bridge. This work is planned for the 2016/17 financial year as part of the bridge maintenance programme for the Road Corridor Delivery (RCD) South East region. What we need ??? This project is to carry out concrete repairs and to repaint the steel superstructure of Panmure Bridge. ??? Prepare construction methodology, Quality Assurance Plan, Health and Safety Plan, Environmental Management Plan ??? Obtain a resource consent for working in the coastal marine area. ??? Provide full scaffold access to the bridge piers and superstructure. ??? Carry out a detailed inspection of the concrete piers and the steel support structure and bridge bearings ??? Carry out concrete repairs and crack sealing on the piers. ??? Preparation and repainting of all steel beams, diaphragms, stiffeners and beam bracing on the bridge super structure and handrails. ??? Exposing, inspection and rewrapping with corrosion protection of all beam holding down bolts.",Awarded,,20201117 Auckland Transport,17768377,Request for Proposals,Open Competition,Let???s Carpool Solution,345-16-1080-BT,20160808,20160902,20170418,,Sole Agency,No,,"Let???s Carpool??? is an established national carpooling brand and website-based service developed by Auckland Transport (AT) and Greater Wellington Regional Council (GWRC), with the support of the New Zealand Transport Authority. AT is a signatory of a National Partnership Agreement with Greater Wellington Regional Council (GWRC). This Agreement covers use of the Let???s Carpool website by councils to promote carpooling in Auckland, Waikato, Bay of Plenty, Taranaki, Manawatu/Whanganui, Wellington, Nelson and Christchurch. Auckland Transport recently completed a review of the Let???s Carpool programme, as well as carpooling technologies available internationally. This review found that although the existing Let???s Carpool website-based service has been relatively successful, new technologies such as mobile apps and real-time matching are likely to become strong competitors. Our recent research and RFI process indicated that technology has moved on since we last tendered for a carpooling platform. Innovations in mapping and matching and the rapid uptake of smartphones are improving the user experience and generating better opportunities to match or form carpool lines, and business models have also changed; some carpool technology providers are now securing all of their income from transaction fees on passenger to drive payments and by selling data insights. If we can move away from a Software as a Service contract we will be able to direct a greater share of the Let???s Carpool funding towards marketing carpooling and growing other elements of the programme. In turn we aspire to substantially increase Carpooling uptake and awareness of carpooling as a valid transport option. As part of the new model we are keen to explore the possibility of revenue opportunities also which will help us further promote carpooling as a transport choice. We seek a supplier who will provide a carpooling platform, and continue our ???Let???s Carpool??? programme. This provider will work with us to develop and expand awareness and use of carpooling. We seek a supplier who can reliably manage all elements of the platform, administration and customer base. To ensure the success of this project we are seeking a partner to really take ownership of the platform for us. We are seeking a supplier we can rely on to manage all elements of the platform, administration and customer base. It???s important to us that you share our vision of carpooling as a transport choice and have a desire to champion it.",Awarded,,20201117 Auckland Transport,17768964,Request for Tenders,Open Competition,367-17-012-AC FN32 Mangere Bus Station Uprade,367-17-012-AC,20160808,20160826,20180403,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of new bus stops on Baden Drive at the Mangere Town Centre. The existing bus stop will be upgraded to accommodate 7 stopped buses, new bus stop layout, two large bus shelters, signalized pedestrian crossing, additional CCTV coverage and provision of an additional westbound lane. AT prequalification for Major Road Works, Level AT1B AT tender award - The successful contractor has to be ISNet approved.",Awarded,,20201117 Auckland Transport,17796691,Request for Tenders,Open Competition,"414-17-024- AC Road Rehabilitation Projects ??? South West Area, McKenzie Road",414-17-024- AC,20160815,20160912,20170904,,Sole Agency,No,,"This contract is for pavement rehabilitation work with elements of kerbing, line marking, channel renewal and footpath renewal. The pavement to be renewed is McKenzie Road from Kirkbride Road to Miller Road, Mangere. This road is a two-lane urban road carrying up to 20,000 vpd. It is an over-dimension route and a Life Lines Route. This is one of three contracts being let for pavement renewal in South Auckland. The design drawings for the pavement renewal project have been included with these RFT documents. The method selected for the rehabilitation is foamed bitumen stabilisation. Prequalification Level for Construction Category Contracts: Category 1B ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion.",Awarded,,20201117 Auckland Transport,17832065,Request for Tenders,Closed Competition,343-16-1093-AC Train Station Gating Canopies,343-16-1093-AC,20160825,20160912,20170821,,Sole Agency,No,,"AT wishes to procure four modular canopies to cover electronic ticket gates at the entry point to Middlemore and Manurewa train stations under a NZS3916 design and construct contract. AT is seeking completion of the canopy installations during March 2017. The canopies should be of a lightweight and flexible design that can be easily adapted for a variety of station layouts. Following the Middlemore and Manurewa projects there is an expectation that similar canopies will be needed on at least three further train stations over the next 12-24 months. The canopies will be a minimum 2.4m height to ceiling or roof support in order to cover 1.9m high IP55-rated HOP ticket gates, a manual paper ticket gate and a cubicle for a staff member. They will bear AT branding to identify the location as the primary or sole station entrance. CCTV, lights and PA are to be included within the canopy. We estimate the quantity to be delivered is two canopies per station, one on each platform. Total canopies to be designed and constructed is four. The successful supplier will demonstrate the ability to comply with all Auckland Transport and KiwiRail health and safety requirements for working within the rail corridor, including AC Awareness and KiwiRail induction competencies. Depending on performance, there is the opportunity that a further three-four canopies will be required at Papatoetoe, Papakura and Glen Innes train stations. There may also be further canopies required in the future, to support the introduction of HOP gates at other station",Not Awarded,Contract Awarded to Design Brand Ltd,20201117 Auckland Transport,17843300,Request for Tenders,Open Competition,"414-17-054-AC Road Rehabilitation Projects ??? South Rural Area, Linwood Road",414-17-054-AC,20160829,20161003,20170904,,Sole Agency,No,,"This contract is for pavement rehabilitation work with elements of linemarking, kerbing and channel renewal. The pavement to be renewed is Linwood Road from Charles Road to Batty Road, Karaka. This road is a two-lane rural road carrying over 5,000 vpd. It is an over-dimension route and a Life Lines Route. The design drawings for the pavement renewal project have been included with these RFT documents. The method selected for the rehabilitation is an unbound granular overlay, with provision for stabilisation if required. A portion of the road will need to be reconstructed to overcome level differences ??? see Clause 1.2 under Appendix 2: Contract Specifications ??? Specific Clauses for further details. Preconditions: 1. Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport???s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor. 2. Auckland Transport Work Category : Prequalification Level for Construction Category Contracts: Category 1B",Awarded,,20201117 Auckland Transport,17851152,Request for Tenders,Open Competition,411-17-118-AC Riverside Road Culvert Replacement 2016 ??? 2017,411-17-118-AC,20160831,20160921,20170904,,Sole Agency,No,,"This contract is for the like-for-like replacement of Riverside Road Culvert in Orewa. Recent investigations have identified that the existing stormwater culvert has reached the end of its service life and requires full replacement. The site is located near No. 56 Riverside Road in Orewa, approximately 150m west of the roundabout intersection at Centreway Road. Riverside Road is a two-lane urban road carrying an approximate ADT of 3650 vpd. Orewa College (2050 pupils) is situated around 150 m to the west of the site with pupils arriving via public transport, private car and by foot. Hibiscus Coast Kindergarten is also located around 350 m west of the site. In order to mitigate disruption to the college, kindergarten and other local business / residents, Auckland Transport require the contract works to be successfully delivered within a specified timeframe in early 2017. The design drawings for the culvert replacement project have been included with these RFT documents. Preconditions: 1. ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport???s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor. 2. Auckland Transport Work Category : Prequalification Level for Construction Category Contracts: Category 3A",Awarded,,20201117 Auckland Transport,17868543,Request for Proposals,Open Competition,Office Relocation Services,216-16-1048-GS-04,20160905,20160923,20170412,,Sole Agency,No,,"Through this process Auckland Transport is looking to appoint a supplier with an excellent track record of conducting office relocation services. The supplier should be able to demonstrate capability to move 200+ staff and office spaces greater than 2,000m2. We require responses from established companies that can demonstrate successful delivery and project management of projects similar to this.",Awarded,,20201117 Auckland Transport,17871275,Request for Proposals,Closed Competition,Learning Management System Implementation and Licensing,104-17-034-BT,20160905,20160930,20170420,,Sole Agency,No,,"Auckland Transport are looking for a supplier to provide and implement a Learning Management System for Auckland Transport to support AT's learning and talent management strategy. Auckland Transport does not have a Learning Management System but does have disparate manual systems and some e-learning capability. LMS is seen as a key step to enabling the business to meet its development objectives. A centralised Learning Management System is seen as an integral part of Auckland Transport???s development strategy. By optimising learning opportunities and staff development we are able to better meet our organisational objectives. The aim of this process is to source a total solution provider including, system, license requirements, integration, maintenance and any additional requirement/expenses relating to the system.",Awarded,,20201117 Auckland Transport,17896959,Request for Quotations,Closed Competition,SO012 WSR - Detailed Design - Richmond Rd and Garnet to Surrey Routes,Service Order: SO012,20160912,20161004,20170109,,Sole Agency,No,,"Refer to Service Order and attached information. Please note: Submissions should be done via GETS tender box.",Not Awarded,,20201117 Auckland Transport,17901707,Request for Proposals,Open Competition,367-17-099-PS Otahuhu Town Centre Streetscape Upgrade,367-17-099-PS,20160913,20161012,20170109,,Sole Agency,No,,"The proposed streetscape upgrade has a project budget of $17million and is an opportunity to make a real difference to ??t??huhu Town Centre. The proposal includes designing the upgrade of: ??? Great South Road, the main retail street; ??? Mason Ave (home to the new Recreation Precinct), the key community street; and ??? Station Road, the critical connection between the retail heart and the new Bus Train Station. This brief sets out the services required by Auckland Transport for the ??t??huhu streetscape upgrade. This project brief is a request for professional design, engineering, planning services and cost management from Concept Design stage through to construction drawings stage; including developed, detailed and tender package, consent lodgement and construction drawings. The tenderer will be required to provide in their response to this brief; cost, timeframes and an outline of methodology.",Awarded,,20201117 Auckland Transport,17927333,Request for Tenders,Open Competition,"414-17-055-AC Road Rehabilitation Projects ??? South Rural Area, Massey Ave/Wesley St",414-17-055-AC,20160919,20161017,20170904,,Sole Agency,No,,"This contract is for two pavement rehabilitation works with elements of line marking, kerb and channel and footpath renewal. The pavement sections to be renewed are Massey Avenue from Graham Street to Roulston Street and Wesley Street from the Edinburgh Street roundabout to the Queen Street roundabout. These two-lane urban roads are located around the town centre of Pukekohe and carry around 5000 vehicles per day. The design drawings for the pavement renewal project have been included with these RFT documents. The method selected for the rehabilitation is full depth reconstruction of the pavement Preconditions: 1. Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport???s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor. 2. Auckland Transport Work Category Prequalification Level for Construction Category Contracts: Category 1B",Awarded,,20201117 Auckland Transport,17933078,Request for Proposals,Open Competition,Traffic and Transportation Engineering Professional Services TTEPS General Panel,480-17-135-PS,20160920,20161102,20180601,,Sole Agency,No,Not applicable,"This Request for Proposal (RFP) for Traffic and Transportation Engineering Professional Services (TTEPS) General Panel is issued for Auckland Transport (AT). This RFP sets out to identify a number of Participants who will be selected to form a General Panel of consultancy services suppliers to AT, providing provision of engineering professional services for the projects identified in the Traffic and Transportation Programme between 1 December 2016 and 31 December 2018. We are seeking high quality Participant Proposals resulting in the creation of the General Panel from this RFP. The General Panel will deliver AT’s Traffic and Transportation Engineering programme of work more efficiently and effectively, creating improved value for money and better leveraging and attracting a wider level of market expertise and commitment to delivering quality projects for the public of Auckland. We are looking for a collaborative and proactive team who, working with AT and other members of the Panel, can make a significant and positive difference to the way Traffic and Transport Services are delivered for Auckland The scope of work is for Traffic and Transportation Engineering professional services Consultancy engagements with initial value up to $500,000 each. This is a single stage RFP, We anticipate that the Contract will commence 1st December 2016.",Not Awarded,Contract awarded. Just closing this RFx for auditing purposes.,20201117 Auckland Transport,17966654,Request for Tenders,Closed Competition,320-17-022-AC Traffic Loops Installation and Reinstatement,320-17-022-AC,20160928,20161031,20170904,,Sole Agency,No,,"This contract is for the installation of new and reinstatement of existing traffic count loops across the whole Auckland Transport road network. Each site comprises two traffic loops per lane across each lane; an in-ground toby close to the kerb to allow jointing between the loop tail cables and feeder cables and an above ground cabinet adjacent to the property boundary. Approximately 50 new sites are included with approximately 80 existing sites requiring reinstatement to provide full data collection capabilities. Related traffic counter supply and data collection are separate area based contracts. Temporary and traffic signal loops are excluded. AT has reviewed current best-practice to provide the traffic loop specific specification and drawings. Precondition: 1. ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport’s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor. 2. This is a CLOSE tender and only selected suppliers are invited to participate in this tender.",Awarded,,20201117 Auckland Transport,18016829,Request for Tenders,Closed Competition,216-16-1048-GS-01 Main Contractor for Hard Fit-Out RFT,216-16-1048-GS-01,20161010,20161209,20180521,,Sole Agency,No,,,Awarded,,20201117 Auckland Transport,18062974,Request for Tenders,Closed Competition,216-16-1048-GS-03 Carpet Supply and Install RFT,216-16-1048-GS-03,20161021,20161107,20170420,,Sole Agency,No,,"This Request for Tender (RFT) is the second step in the procurement process. In this RFT, Auckland Transport wish to identify up to four design proposals to present to the organisation for selection of the a design preference. The RFT will also cover the process for the removal of old floor coverings, floor preparation, supply and installation of carpet tiles for a 14,000m2 commercial building fit out for the new Auckland Transport Headquarters (ATHQ) at 20 Viaduct Harbour",Not Awarded,,20201117 Auckland Transport,18087651,Request for Proposals,Closed Competition,369-17-247-PS Chapel Road Realignment and New Bridge Detailed Design,369-17-247-PS,20161031,20161114,20170406,,Sole Agency,No,,"RFP Overview This Request for Proposal (RFP) is issued for Auckland Transport (AT). The aim of this process is to award a Contract for the supply of professional services for completion of the detailed design phase of Chapel Road Realignment and New Bridge. What we need The purpose of this Contract is to upgrade the existing Chapel Road from a rural road environment to an urban district arterial road between Baverstock Road and Ormiston Road. This project will provide road realignment and widening, a new bridge, a new midblock signalised intersection and full widening of Stancombe Road intersection to allow for cycle lanes and two through lanes southbound.",Awarded,,20201117 Auckland Transport,18137991,Request for Proposals,Open Competition,362-17-295-PS Penlink - Investigation Works,362-17-295-PS,20161114,20161206,20170109,,Sole Agency,No,,"RFP Overview This procurement package seeks to secure Professional Services to complete further works associated with Weiti Crossing (Penlink). The nature of these works are investigatory, and the purpose of completing these works now is to develop a more robust cost estimate for constructing Penlink, thus refining some of the understanding around key risk items associated with the project. What we need Weiti Crossing (Penlink) was identified in the 1980’s as an alternative access to Whangaparaoa. This project not only improves access to Whangaparaoa, but opens the surrounding areas up for future urban growth. The route has been designated. The purpose of this RFP is to complete further investigation works to develop a more robust cost estimate for the existing design and refine the understanding of key risks. Based on this new information, the existing design may be refined further.",Awarded,,20201117 Auckland Transport,18142404,Request for Tenders,Open Competition,369-17-310-AC FN32 Thomas Road / Orly Avenue Improvements,369-17-310-AC,20161115,20161206,20170109,,Sole Agency,No,,"RFT Overview This Contract is part of the FN 32 Bus Priority – Mangere – Otahuhu – Sylvia Park Project which aims to provide upgraded and safer pedestrian crossings, improved walking and cycling facilities for better connection to Mangere Town Centre bus stops and to bus network. These improvements will encourage more active modes of transport for the local residents. This contract is to construct new pedestrian crossings with speed tables, traffic islands, new footpaths, separated cycle lanes, new bus stops, planting and other associated works along Thomas Road and Orly Avenue. In accordance with Auckland Transport’s prequalification procedures this contract has been classified as Level 1 A. Only those contractors prequalified to or above this level are elegible to submit a tender for this contract. What we need This requestst for tender (RFT) is for the construction of new cycle way, intersection improvements and associated works along Thomas Road and Orly Avenue in Mangere including new concrete footpaths, side islands, strret lighting, amenity planting and speed tables. Tender Prequalification Condition: AT prequalification for Major Road Works Level AT1B AT tender award - The successful Contractor has bot be ISNET approved.",Awarded,,20201117 Auckland Transport,18154244,Request for Tenders,Open Competition,362-17-280-AC HIBISCUS COAST BUSWAY STATION CARPARK,362-16-280-AC,20161117,20161215,20170821,,Sole Agency,No,,"Auckland Transport is seeking suitable suppliers that are able to demonstrate the capacity and capability to Construct 611 car parks with 127 of these being subject to the approval of the resource consent conditions. Construct the proposed retaining wall along Painton Road and Hibiscus Coast Highway. Supply and construct a new storm water attenuation system including construction of storm water and sewer drainage. The proposed work also includes installation of a new bus circulation area, supply and install of new street lighting, communication system and implementation of new landscape areas. Interested suppliers must also have extensive experience and expertise with preparation and implementation of traffic management in accordance with the Code of Practice for Temporary Traffic Management and the requirements for this proposed project. The proposed traffic management must comply with the Resource Consents and the Notice of Requirement issued with this request for tender. Auckland Transport also requires the preparation and approval of Traffic Management Plans (TMP) for the Contract Works, obtain any temporary speed approvals which are required in the proposed TMP along with approval for road corridor access.",Awarded,Contract awarded to Wharehine Ltd,20201117 Auckland Transport,18172437,Request for Tenders,Open Competition,"411-17-321- AC Hanover Street & Tyburnia Place, Wellsford ??? Pavement Rehabilitation",411-17-321- AC,20161123,20161214,20170904,,Sole Agency,No,,"RFT Overview This contract is for pavement rehabilitation work with elements of kerbing, line marking, channel renewal and footpath renewal. The pavement to be renewed is throughout the full extent of Hanover Street and Tyburnia Place, Wellsford. These roads are both dead-end local urban roads and combined, service 33 residential properties and a retirement village. The pavement design report and associated drawings for the pavement rehabilitation project have been included with these RFT documents. The method selected for the rehabilitation is lime and cement stabiliation of the existing formation, with a lime and cement modified granular overlay. Preconditions - ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport’s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor. - Prequalification Level for Construction Category Contracts: Category 1C",Awarded,,20201117 Auckland Transport,18172770,Request for Tenders,Open Competition,364-17-228-AC WSRs Greenways Cycleway,364-17-228-AC,20161123,20161213,20170124,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of a new cycle Greenway between Cox’s Bay Reserve and Great North Road. The works include and are not limited to speed tables, drainage, lighting, footpath, kerbing and general civil works. Why should you bid? Auckland Transport and it’s partners are working together on a significant three year $200 million programme of investment in cycling infrastructure to make it safer and more convenient to travel by bike. To help us achieve this, we require tenders from established Construction companies that can demonstrate successful delivery of projects similar to this, which include construction and stakeholder management as well as traffic management level 2. As experts in the field of roading, this is your chance to help achieve and be part of making Auckland the world’s most liveable city. Attention to detail, performance and succesfull timely delivery of this project could present more opportunities to help us achieve our cycling programme. Tender pre-conditions: AT Prequalification for AT1B - Major Road Works AT tender award, the successful contractor has to be ISNET approved",Awarded,,20201117 Auckland Transport,18203073,Request for Proposals,Closed Competition,Sub-Panel of Advertising and Campaigns Providers,133-17-361-GS,20161206,20161223,20180601,,Sole Agency,No,,"Auckland Transport (AT) would like to invite your organization to participate in a pitch process to select a sub-panel of advertising and campaign providers. This process is being undertaken as a secondary selection process under the All-of-Government (AoG) Advertising Services contract. The Invitation to Pitch, is an invitation to ask whether your organisation would like to participate in this selection process. Please respond with a Yes or No, by 12:00PM 09 December 2016. If your organisation chooses to participate and meets the Pre-Conditions identified in the Invitation to Pitch, please submit the Pitch Response by 10:00AM 23 December 2016.",Not Awarded,Contract awarded. Just closing this RFx for auditing purposes.,20201117 Auckland Transport,18207948,Request for Proposals,Open Competition,362-17-346-PS Hurstmere Road Streetscape Upgrade,362-17-346-PS,20161206,20170124,20170406,,Sole Agency,No,,"RFP Overview The proposed streetscape upgrade has a project budget of $12 million and presents the opportunity to transform Hurstmere Road to reflect the importance of this Takapuna thoroughfare. The upgrade will enable us to emphasize the strengths of this central pedestrian promenade and its unique location and proximity to the beach. The proposed transformation affords the opportunity to implement a ‘water sensitive design solution reflecting Takapuna’s unique location and natural attributes. It aims to increase pedestrian amenity, reduce vehicular dominance, support growth and investment and create a robust, ecologically and hydrologically appropriate and low maintenance streetscape. The project area is Hurstmere Road between Anzac Street and Lake Road, but excluding any upgrade to the intersections at these locations. This brief sets out the services required by Auckland Transport for the Hurstmere Rd Streetscape upgrade. This project brief is a request for professional design, engineering, planning services and cost management from Concept Design stage through to construction drawings stage; including developed, detailed and tender package, consent lodgement and construction drawings. The tenderer will be required to provide in their response to this brief; cost, timeframes and an outline of methodology. What we need Auckland Transport wish to engage a multi-disciplinary consultant team to provide professional design services for the streetscape upgrade of Hurstmere Rd. This would consist of professional design, engineering, planning and cost management services from Concept Design stage through to construction drawings stage, including preliminary and detailed design and Engineering Plan approval , , tender package and construction drawings.",Awarded,,20201117 Auckland Transport,18212367,Request for Tenders,Open Competition,368-17-375-AC Mangere Future Streets Stage 7 - Massey Road Crossing,368-17-375-AC,20161207,20170123,20170406,,Sole Agency,No,,"RFT Overview This contract is part of a wider project called Mangere Future Streets which aims to provide improved walking and cycling facilities in the Central Mangere area which will encourage more active modes of transport by the local residents. This contract is to construct two new pedestrian crossings and to upgrade an existing pedestrian crossing along Massey Road. In accordance with Auckland Transport’s prequalification procedures this contract has been classified as level 1C. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract What we need This request for tender (RFT) is for the construction of thre pedestrian crossings along Massey Road and associated works including signalised pedestrian crossing, safewalk systems with thermal imaging cameras and ground flashing road markers and associated work. Pre-Conditions: AT prequalification to Level AT1C Major Road Works ISNetworld Approved",Awarded,,20201117 Auckland Transport,18225557,Request for Tenders,Open Competition,310-17-296-AC Sandringham Cycle Link,310-17-296-AC,20161212,20170120,20170213,,Sole Agency,No,,"Pre-Conditions: AT prequalification Major Road Works Level AT1B. AT tender award, the successful Contractor has to be ISNET approved. What we need This RFT is for the provision of new cycling facilities between the existing shared path over State Highway 20 (SH20), from Ernie Pinchers Street to the existing cycle route running east-west through Walmsley Park. The extent of the Project is limited to the Sandringham Road Extension, between Stoddard Road and Gifford Avenue. Features of the Project include the construction of: • A 620 metre (3m wide) shared path along the eastern side of Sandringham Road for travellers heading out of Auckland’s CBD; and • A dedicated on-road cycle lane (western side) for north-bound traffic for travellers into Auckland’s CBD. What’s important to us? The following are important to AT: • Maintaining access to the businesses, school and Community Centre during the construction period and maintaining good relationships with business owners and the adjacent school. • Maintaining good relationships with private land owners for works required outside of the road corridor • Maintaining a good level of communication and coordination with the AT Project Manager, Communication Team and the general public. • Maintaining pedestrian access and pedestrian safety during the construction period. • Maintaining access to public transport during the construction period. • Minimising disruption to affected businesses and adherence to delivery timeframe.",Awarded,,20201117 Auckland Transport,18283645,Request for Proposals,Closed Competition,102-17-438-BT HHDC Solution Replacement - Hardware,102-17-438-BT,20170112,20170202,20170726,,Sole Agency,No,,"HHDC (HandHeld Device Checker) is the device that Auckland Transports Public Transport operators use to check that AT HOP cards are tagged on appropriately. The device is used by the revenue protection inspectors. The main purpose of the current HHDC is to prevent/monitor fare evasion. Following each card inspection, an inspection result is captured. These results are interfaced back to the Auckland Transport data warehouse to provide reporting compliance statistics to the Auckland Transport Metro and HOP business teams. The current application and devices need to be replaced, as they have reached their end of useful life. The current mobile devices aren’t able to support 8 hour inspection usage between battery charges. The application is also not compatible with new device technology, so battery duration cannot be addressed by a simple device upgrade. We need to onboard a supplier that will provide the replacement handheld device (and peripherals). This may be presented as multiple options, as long as the options meet the device requirements and permit the HOP card checking application to perform at the required level. Auckland Transport is seeking limited support for the devices and a competitive warranty offering. This solution will be provided to Auckland Transport’s PT operators to facilitate them to meet their PTOM inspection obligations and provide confirmation of their compliance. The supporting software application is currently under development to accompany this device collectively as the final solution.",Awarded,,20201117 Auckland Transport,18284295,Request for Proposals,Open Competition,102-17-277-BT AT on the Move ??? Audio Visual Display Procurement and Deployment,102-17-277-BT,20170112,20170207,20170726,,Sole Agency,No,,"Auckland Transport (AT) is undertaking a major relocation move programmed for late 2017. This is a consolidation of Auckland Transport’s staff to a 14,000m2 venue at 20 Viaduct Harbour (the former Vodafone premises). This Corporate Accommodation consolidation is a substantial milestone for Auckland Transport and considered key to helping Auckland Transport deliver its objectives for the future. Hardware specification has been carefully considered to best meet the needs of the various environmental requirements including, Open Plan Office, Meeting Space, Breakout Spaces, Quiet Rooms, Board Rooms and Recreational Areas. Through this process Auckland Transport (AT) is looking to appoint a single supplier with an excellent track record for supply, delivery, installing, and maintenance of video equipment and an associated software application. The supplier should be able to demonstrate capability and capacity to provide the specified video equipment, software and support as part of and to align with Auckland Transports consolidation project. Additionally if beneficial commercial arrangements can be made with the selected supplier and favourable rates obtained Auckland Transport may at its discretion extend the scope of this procurement to a supply agreement for the specified and other no-specified devices for an agreed time period beyond the relocation project. Projected video requirement throughout the business is substantial with various initiatives being considered. Key to the success of this procurement and the wider move programme is a supplier’s ability to work within the required timelines and project plan. We will be looking for a supplier who can offer us a competitive commercial offering but also demonstrate due consideration and where necessary flexibility around the overall programme. This may include a need to warehouse items and coordinate staged deliveries as required to align with the overall fitout.",Awarded,,20201117 Auckland Transport,18305371,Request for Proposals,Open Competition,343-16-174-AC PARNELL STATION TO CARLAW PARK FOOTPATH DESIGN AND CONSTRUCT,343-16-174-AC,20170119,20170220,20170821,,Sole Agency,No,,"Auckland Transport intends to construct a new rail station on its existing network. This contract is your opportunity to be a part of this significant change. The rail station at Parnell will see the majority of it’s patronage head towards the university of Auckland central business district campus. To aid this, Auckland Transport will install a new raised footpath along the edge of the Auckland Domain and connect with Nicholls lane. Auckland Transport is seeking contractors with expertise in design and constructing such a walkway while limiting the impact on the Auckland Domain park. A design and construct contract will be let for these works that will see approximately 167 metres of raised footpath installed for the rail station. he new route will cater for the rail station patronage towards the university of Auckland central business district campus and will also allow the installation of a new ticket gate line by others. The successful contractor will be responsible for the design and construction of this path based around a route alignment developed by Auckland Transport.",Awarded,,20201117 Auckland Transport,18314463,Request for Tenders,Open Competition,367-17-354-AC Manukau Road Streetscape Upgrade Pukekohe,367-17-354-AC,20170120,20170214,20170406,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of new footpaths along Manukau Road in Pukekohe, from Stadium Drive/Manukau Road intersection to Custom Street. Additional works include new trees, new streetlights, new seats, new pram crossings and vehicle crossings construction. Why should you bid? We require Tenderers from established Construction companies that can demonstrate successful delivery of projects similar to this, which include construction and stakeholder management as well as traffic management (Level 1 and 2). As experts in the field of roading, this is your chance to help achieve and be part of making Auckland the world’s most liveable city. Tender pre-conditions are: Prequalified for Minor Road Works, Level AT2B. Successful Contractor has to be ISNET approved at tender award.",Awarded,,20201117 Auckland Transport,18318659,Request for Tenders,Open Competition,367-17-312-AC Papaka Road Construction Signalisation and Hingaia Road Localised Widening,367-17-312-AC,20170123,20170215,20170406,,Sole Agency,No,,"What we need This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake road carriageway construction works and the signalisation of a four leg intersection. Contractors who are prequalified to level AT 1B on the Auckland Transport prequalification system are invited to submit their tenders for this project. The contract is comprised of 3 Separable Portions: • Separable Portion 1 is for construction of a new road, Papaka Road in Papakura which is to service the Hingaia Peninsular School and future subdivision developments to the north. Scope of works for Separable Portion 1 is, Stormwater, pavement construction, streetlighting, kerb & channel, linemarking • Separable Portion 2 is for the localised widening of Hingaia Road (Stage 1). Scope of works for Separable Portion 2 is, Stormwater, pavement construction, kerb & channel, linemarking • Separable Portion 3 is for the signalisation of the Hingaia/Papaka/Kuhanui intersection. Scope of works for Separable Portion 3 is, Traffic signal installation and ducting Contract award is subject to granting of resource consent and approval of TCC resolution. Tender Pre-Conditions are: Major Road Works, Level AT1B & Successful Contractor has to be ISNET approved at tender award.",Awarded,,20201117 Auckland Transport,18358619,Request for Tenders,Open Competition,343-17-437-AC Pukekohe Bus-Rail Station Upgrade Main Works Construction,343-17-437-AC,20170203,20170315,20170820,,Sole Agency,No,,"343-17-437-AC PUKEKOHE BUS-RAIL STATION UPGRADE MAIN WORKS CONSTRUCTION Auckland Transport seeks to procure a suitable supplier to construct a bus station that will become the main interchange between bus and rail at Pukekohe. A new bus network commenced at the end of October 2016. This saw new and more frequent routes in the Franklin area arriving at the Pukekohe Rail Station. AT has constructed an interim bus station at the base of Custom Street, Pukekohe to enable this. Customers from the interim bus station will access the rail platform from the existing rail overbridge (V8 bridge). To meet existing patronage and help grow patronage further, a full bus station will be constructed adjacent to the interim bus station and tied together. This new station will also provide 87 new park and ride spaces, an extended bus shelter, improved connections between the bus station and rail station with disability-compliant routes and an upgrade to rail platform surface. The new services will allow options for multi-modal transfers between buses and trains and will encourage an increase in Public Transport (PT) patronage. Prospective suppliers must meet existing AT Prequalification Level for Construction Category Contracts: AT6A and AT3A. A site visit is encouraged but not mandatory. Visitors to the rail station platforms should identify themselves to the station team. No team member should approach the edge of the platform without a rail protector or enter the fenced rail sidings.",Awarded,Contract awarded to Downer NZ Ltd,20201117 Auckland Transport,18367506,Request for Tenders,Open Competition,480-17-452-AC Great North Road Bullock Track Road Intersection Improvement Project,480-17-452-AC,20170208,20170301,20170904,,Sole Agency,No,,"Great North Road - Bullock Track Road Intersection is a safety improvement project, for traffic, pedestrians and cyclists. The scope of work includes but not limited to construction of an intersection upgrade with new kerb buildouts, stormwater drainage upgrade and ancillary works. There is also specialists inputs required on providing street lighting upgrade and new traffic signals, What we need: Auckland Transport is looking for a competent contractor who can deliver the above scope of works in a professional manner to comply with all stakeholder obligations, utility authority permits, potential consent with a professional Arborist Report. The Contractor should also be capable of construction of stormwater drainage, pavement re-construction with heritage kerb & channel around a staggered two T intersections. The Contractor shall engage AT approved Street Lighting Contractor and AToC approved traffic signal contractor to deliver the Separable Portion 1 (SP1) works; This means the main contractor shall be competent to manage AT approved professional sub-contractor(s) under the project programme. Pre-Condition a) Auckland Transport Work Category : Prequalification Level for Construction Category Contracts: Category 1B b) ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport’s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor.",Awarded,,20201117 Auckland Transport,18378062,Request for Tenders,Closed Competition,364-17-472-AC Nelson Street Cycleway Phase 2,364-17-472-AC,20170210,20170303,20170406,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of new cycleway facilities known as Nelson St cycleway Phase 2. This includes separated cycleway on Nelson St from Victoria St through to Pakenham St East on Market Place and shared path facility on Pitt St from Beresford Square to the motorway on-ramp at Hobson St. The works include street lighting upgrades, traffic signals, drainage upgrades, signs, markings, pavement milling and laying, traffic islands, separator islands, rubber speed humps, speed table, footpaths, cycle ramps, pram crossing, tactile pavers, bollards and other general civil works. Part of the project is at the Nelson/ Fanshawe/ Sturdee/ Market intersection. Fanshawe Street is an important route for public transport and Nelson St has an important relationship to the SH1 and SH16 motorways. We need the services of a contractor that can work at these types of intersections in an efficient manner that minimises both daily impacts and total duration of works. It is important to be cognisant that the public have already, and continue to subject to, several projects in the general vicinity such as CRL, Wynyard Quarter along with other works by others. It is imperative that the approach to carrying out the work considers how this could impact on AT’s reputation. Pre-conditions: AT Prequalified - Major Road Works, Level AT1A AT tender award - Successful contractor has to be ISNET approved",Awarded,,20201117 Auckland Transport,18423365,Request for Tenders,Open Competition,366-17-498-AC Quay Street East Cycleway Physical Works,366-17-498-AC,20170228,20170321,20171019,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of a new segregated bi-directional cycle facility along the northern side of Quay Street, between Plumer Street and The Strand. The works include traffic islands, kerb and channel, road widening, drainage upgrade, lighting upgrade, coloured surfacing treatment and general civil works. Pre-Conditions AT Prequalification: Major Road Works, Level AT1A Successful Contractor has to be ISNET approved by contract award.",Awarded,,20201117 Auckland Transport,18424312,Request for Tenders,Open Competition,412-17-542-AC Huia Seawall Improvements Stage 7 ??? Section I,412-17-542-AC,20170228,20170321,20170904,,Sole Agency,No,,"This tender seeks to call AT pre-approved tenders for the reconstruction of the Huia Seawall, Huia Road, Little Huia. The reconstruction of the Huia Seawall section is a planned programme of works for the 2016/17 financial year as part of the structures programme for the RCD West region. It is important for AT that tenderers make contact with quarries to ensure availability and rate of supply of rock in order to meet the tenderer’s programme and contract period. Pre-conditions: 1. Auckland Transport Work Category : AT Prequalification Level Category 1A (Major Roads) 2. ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport’s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor.",Awarded,,20201117 Auckland Transport,18427325,Request for Tenders,Open Competition,365-17-535-AC Teed Street Streetscape Improvements Project Physical Works,365-17-535-AC,20170301,20170322,20170811,,Sole Agency,No,,"RFT Overview The upgrade of the Newmarket Laneways public realm has been in the planning and progressive delivery stage since the late 1990s. It is recognised that the streetscape, and in particular the footpaths in this high use pedestrian area have outlived their design life and are overdue for total replacement. Furthermore, Newmarket is developing as a boutique retail/entertainment precinct, and is in need of an upgrade to create a safer and more vibrant environment for pedestrians and shoppers. The Auckland Plan identifies Newmarket as a Metropolitan centre. The Auckland Plan states that Metropolitan centres will experience the most change in the Auckland Region, seeing a mix of high-, medium- and low-rise apartments and terraced houses and town houses developing. The expected increase in the Newmarket population is a significant strategic driver for this investment. The Waitematā Local Board (the Board) initiated the development of a Newmarket Laneways Plan (the Plan). The purpose of the Plan was to set a framework to ensure that projects are delivered in a coordinated way, as funds become available and ensure that improvements contribute to a wider vision for the Laneways. At their 2 September 2015 business meeting, the Waitematā Local Board endorsed the Newmarket Laneways Plan document and allocated part of their 2015/16 year Transport Capital Fund to commence an upgrade project in Newmarket. Further, the Board approved taking Project 4 – Widen footpath on Teed Street - forward for delivery by the Newmarket Laneways Streetscape Improvement project. The objectives for this project are aligned with the Vision and Principles as outlined in the Newmarket Laneways Plan. Pre-Conditions: AT Pre-Qualification to level AT1B, Major Road Works. ISNetworld approved.",Awarded,,20201117 Auckland Transport,18427631,Request for Tenders,Closed Competition,365-17-155-AC Franklin Road Upgrade Project,365-17-155-AC,20170301,20170328,20170811,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of the Franklin Road Upgrade Project. This project involves the upgrading of approximately 900m of Franklin Road, provide two on road cycle lanes and improved parking. Currently 14,000 vehicles per day use Franklin Road which is lined with mature specimen trees with root systems that will need to be protected during the construction.",Awarded,,20201117 Auckland Transport,18431399,Request for Tenders,Open Competition,361-17-258-AC Northcote Safe Cycle Route Stage 1,361-17-258-AC,20170302,20170406,20170811,,Sole Agency,No,,"RFT Overview This Request for Tender (RFT) is for the construction of the Northcote Safe Cycle Route Stage 1. The project features a dedicated cycleway, road markings, minor safety improvements and intersection upgrades. What we need This project will provide safe cycle access along the 5.2km route incorporating Northcote Road, Lake Road and Queen Street in Auckland’s North Shore. The cycle route includes various combinations of on-road cycle lanes, off road shared cyclists/pedestrian paths and ‘sharrow’ markings to provide for cyclists safety and priority. The scope of physical works includes but is not limited to: • Contract management, including the management of traffic, health and safety, environment and quality. • Stakeholder liaison. • Utility services co-ordination works and relocations. • Survey and set-out works. • Site clearance, earthworks and site preparation • Tree and vegetation pruning or removal • Construction of new shared paths • Vehicle crossing upgrades • Pram crossing upgrades • New speed cushions and speed tables • Indented parking facilities • Stormwater drainage modifications • Traffic island and roundabout reconstructions • Road pavement construction • Minor retaining structures • Signs and roadmarkings • Streetlight upgrades • Coloured surfacing treatment • Landscaping and planting works Pre-Conditions: Pre-qualified to Major Road Works, Level AT1A ISNET pre-approved for Health and Safety",Awarded,,20201117 Auckland Transport,18433442,Request for Tenders,Open Competition,Devonport Wharf Retail Development Stage 2,334-17-205-AC,20170303,20170331,20170428,,Sole Agency,No,,"Auckland Transport is progressively upgrading and renewing its Passenger Transport facilities and infrastructure. This project involves the demolition of the retail units located within the existing wharf building and creating a new canvas for retail tenants to occupy and operate. Also included in the scope of works is the construction of a new internal toilet facility, cycling facilities, new western canopy, realignment of stairwell and the replacement of glazing along the western side of the building.",Not Awarded,,20201117 Auckland Transport,18441714,Request for Tenders,Open Competition,368-17-511-AC FN32 Stage 2 - Walmsley Road Improvements,368-17-511-AC,20170306,20170324,20170410,,Sole Agency,No,,"RFT Overview This Contract is part of the FN 32 Bus Priority – Mangere – Otahuhu – Sylvia Park Project which comprises upgrades to the transport corridor along the route between Mangere, Otahuhu, and Sylvia Park. Upgrades include implementation of bus lanes and transit lanes, improved pedestrian footpaths and connections to the interchanges, separated cycle lanes, shared use pedestrian and cycle path, and dedicated cycle lanes. In accordance with Auckland Transport’s prequalification procedures this contract has been classified as Level 1B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. What we need This request for tender (RFT) is for FN32 Stage 2 - Walmsley Road Improvements comprised of the following: The extension of the footpath on the western side of Walmsley Road to accommodate a shared path suitable for pedestrians and cyclists; Installation of South and North bound transit lanes on Walmsley Road between Mangere Road and Station Road; Installation of new bus stops; Upgrade traffic signals at Walmsley Road/ Kaka Street Intersection; and Stormwater drainage upgrades. Pre-Conditions: AT prequalification, Major Road Works - Level AT1B Successful Contractor has to be ISNET approved",Awarded,,20201117 Auckland Transport,18455940,Request for Tenders,Open Competition,310-17-544-AC Rodney North Footpaths Physical Works,310-17-544-AC,20170310,20170331,20170406,,Sole Agency,No,,"What we need The Rodney Footpath project is focused on improving footpath connectivity in the residential areas surrounding Warkworth Primary School. The overall project will improve safety by providing safe passage for vulnerable road users. There are three separate footpath projects to the west of State Highway 1 (SH1) located in: Hill Street Falls Road and Kaspar Street These footpath sites address areas of missing footpaths between Hudson Road and SH1 that are most likely to be used by school children. This Request for Tender (RFT) is for the construction of new footpath, turning circle and kerb & channel, carriageway and street parking upgrade in Kaspar Street in Warkworth. Additional works include vehicle crossings installation and gradient adjustments, minor retaining wall construction, drainage upgrades, three removal, new road markings and signs relocation. The proposed works in Hill Street consider installation of footpath and minor regrading or reconstruction of existing vehicle crossing ramps, while in Falls Road, apart of footpath construction, required drainage system upgrade will be included as well as new kerb & channel, cesspits and manholes. Pre-Conditions are: AT pre-qualification for level AT1C, Major Road Works ISNetworld Approved.",Awarded,,20201117 Auckland Transport,18523937,Request for Tenders,Open Competition,369-17-623-AC FN32 Stage 2 - Atkinson Avenue Improvements,369-17-623-AC,20170329,20170426,20170811,,Sole Agency,No,,"RFT Overview This Contract is part of the FN 32 Bus Priority - Mangere - Otahuhu - Sylvia Park Project which comprises upgrades to the transport corridor along the route between Mangere, Otahuhu, and Sylvia Park. Upgrades include implementation of bus lanes and transit lanes, improved pedestrian footpaths and connections to the interchanges, separated cycle lanes, shared use pedestrian and cycle path, and dedicated cycle lanes. In accordance with Auckland Transports prequalification procedures this contract has been classified as Level AT1C. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract. What we need This request for tender (RFT) is for FN32 Stage 2 – Atkinson Avenue Improvements comprised of the following: Installation of South and North bound bus lanes on Atkinson Avenue between King Street and Portage Road; Upgrade existing bus stops; Installation of new pedestrian signals at 31 Atkinson Avenue. Road marking and other associated works Preconditions: ISNetworld approved. Prequalification Level for Construction Category Contracts: AT1C",Awarded,,20201117 Auckland Transport,18532285,Request for Proposals,Closed Competition,Revaluation of AT's Rails and Wharves Specialised Buildings,220-17-632-GS,20170331,20170421,20180601,,Sole Agency,No,,"Auckland Transport's rails and wharves are revalued to fair value for the highest and best use of the item on the basis of the market value or on the basis of the market evidence with the understanding that the value of infrastructure is an important factor in determining the depreciation provision. Auckland Transport is seeking a qualified participant for the revaluation of its rails and wharves specialised buildings.",Not Awarded,Contract awarded. Just closing this RFx for auditing purposes.,20201117 Auckland Transport,18541264,Request for Proposals,Open Competition,Auckland Transport - Regional High Speed Data Collection,323-17-546-PS,20170404,20170510,20170924,,Sole Agency,No,,"Auckland Transport Asset Management & Systems - Regional High Speed Data Collection Auckland Transport wishes to engage a specialist consultant to undertake High Speed Data Surveys of its Regional Roading Network. The contract will be managed by the Asset Management & Systems team (AMS) and seeks to improve upon the existing contract ending in June 2017. Auckland Transport is seeking to engage a suitably qualified and experienced High Speed Data Survey (HSD) consultant or consultant grouping to collect High Speed and Falling Weight Deflectometer (FWD) data for Auckland Transport’s roading network. The data must be accurate and in a format that integrates with the RAMM data base and asset management system employed by AT. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group (A&M). It creates and maintains asset management plans for all AT assets based on accurate data. To do so the team manages the inspection and monitoring of the condition of the assets and actions a prioritised programme for scheduled maintenance, renewals and improvements. A critical need for better asset management planning across the entire asset lifecycle is creating a demand for better quality data. This RFP is part of wider organisational and process improvements at Auckland Transport AMS Group. An increasing demand for quality data and a critical need for better asset management planning across the entire asset lifecycle is driving a number of organisational and process improvements. AT values a long term relationship with its suppliers and the resultant ability to deliver consistent quality outcomes within a complex environment. In recognition of this the contracts will be set 3+1+1 years, subject to Consultant performance. AMS tender programme update This RFP is the first of six RFP's which will be released progressively on GETS during April with intended contract starts of 1st July 2017. The other RFP's as previously announced are Roading (one RFP for 4 regional contracts); Structures (one RFP for 2 regional contracts); Metro (one RFP for one Auckland wide regional contract); Pathway condition rating (one RFP for one Auckland wide regional contract - note 3 years only 1+1+1); Transport monitoring services panel (Panel contract, previously called traffic counting).",Not Awarded,Awarded,20201117 Auckland Transport,18564690,Request for Proposals,Open Competition,EMU Router Cellular Upgrade,102-17-481-BT,20170411,20170511,20180110,,Sole Agency,No,,"This procurement seeks to appoint a single supplier to deliver a router cellular upgrade and future cellular backhaul capability by providing a replacement of some or all of the current routers on Auckland Transports fleet of Electric Multiple Units (EMU’s). A management platform for the new routers will also be required. If there is a decision to only replace a portion of the existing routers then as a pre-condition, the new equipment must be compatible with the existing infrastructure. This has been identified as a priority to meet the future technology strategy for the rail and potential broader public transport environments that Auckland Transport supports. Benefits that Auckland Transport expects to realise include increased data capacity and throughput on EMU’s to support additional digital network capabilities. This will enable an increase in safety and security functions such as direct integration into ATOC for emergency messaging, camera control and driver assistance. In addition to direct operational benefits, Auckland Transport also expects to be able to leverage the improved infrastructure to enhance the user experience through an effective real-time interface into Auckland Transports proposed digital media distribution system that will provide real-time in-journey communications. The new management platform will support the infrastructure and through in-depth analysis of real time reports will become a valuable tool in predicting and managing data load and improving user experience. Auckland Transport are looking for a provider with an NZ presence that is willing to work with us to deploy this solution on the current fleet of EMU’s. The provider must be able to provide in-country support for the lifetime of the solution and is willing and able to work closely with nominated 3rd parties for the set up and management of the solution. The provider should have a strong proven capability in Network Architecture Design to ensure AT have a solution that meets the current criteria and allows for future proofing. Auckland Transports fleet of EMU’s was provided by Construcciones y Auxiliar de Ferrocarriles (CAF).CAF are under contract to provide all maintenance and installation services on the EMU’s. It will be a requirement for CAF to perform the physical installation of the routers with any technical input provided by the chosen supplier.",Awarded,,20201117 Auckland Transport,18582233,Request for Tenders,Open Competition,482-17-543-AC 377 Coatesville-Riverhead Highway Road Safety Improvements,482-17-543-AC,20170428,20170519,20170904,,Sole Agency,No,,"This contract is for safety improvements along a section of Coatesville-Riverhead Highway which has experienced significant growth in traffic volumes over the last few years. The section starts 550 metres to the south of Sunnyside Road and ends 150 metres south of Sunnyside Road and has safety issues created by excessive or inadequate superelevation, deformed pavement and poor alignment. The safety improvements will include shape correction and replacement of an existing guardrail. The design report and drawings for this safety improvement project have been included with these RFT documents. The shape correction is proposed to be achieved through a nominal thickness of makeup material. PRE-CONDITIONS: 1. Auckland Transport Work Category : Prequalification Level for Construction Category Contracts: Category 1A 2. ISN is now the provider of the Health and Safety Prequalification system for Auckland Transport. If you are not already a subscriber with ISN you are required to do so via http://www.ISNetworld.com. Contractors must have subscribed to ISNetworld and be graded to the minimum level required prior to contract award, unless otherwise waived by Auckland Transport in its sole discretion. If you have not subscribed to ISNetworld prior to submitting your tender, please contact Auckland Transport’s Point of Contact to discuss the possibility of having your subscription expedited. Please note there is a fee for this subscription. If you are awarded the Contract by Auckland Transport you must maintain the subscription with ISNetworld for the duration of the Contract. Subscription fees shall be paid by the Contractor.",Awarded,,20201117 Auckland Transport,18586047,Request for Proposals,Open Competition,Auckland Transport Pathways Condition Rating,321-17-547-PS,20170421,20170606,20170908,,Sole Agency,No,,"Auckland Transport wishes to engage a specialist consultant to undertake annual Pathway Condition Rating Surveys of the Regional Pathway Network, which includes: vehicle crossings, off road access ways, cycleways, path tactiles and bus shelter aprons. The contract will be managed by the Asset Management and Systems team (AMS) as a separate contract. Previously this work was included with the Roading Professional Services contract which ends 30 June 2017. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group. It creates and maintains asset management plans for all AT assets based on accurate data. To do so the team manages the inspection and monitoring of the condition of the assets and actions a prioritised programme for scheduled maintenance, renewals and improvements. A critical need for better asset management planning across the entire asset lifecycle is creating a demand for better quality data. Creating a new suite of contracts provides the opportunity to make adjustments based on lessons learned from current contracts. It is part of several wider organisational and process improvements at Auckland Transport. AT wishes to avail itself of latest technology for pavement inspection and reporting. It is recognised that implementation of new processes may require ongoing development and as a result could require changes to contract provisions. In recognition of this the contract period will be set at 1+1+1 years.",Awarded,,20201117 Auckland Transport,18587217,Request for Proposals,Open Competition,Auckland Transport - Metro Structures and Facilities,320-17-670-PS,20170421,20170620,20180130,,Sole Agency,No,,"Auckland Transport wishes to engage a specialist consultant to undertake condition inspections and prepare forward works programmes and project feasibility reports for its Metro Structures and Facilities including: Metro interchanges, Rail fibre optic network, Rail stations, Rail depots and stabling yards, Bus stations, Busway facilities, Bus shelters, Ferry facilities (marine structures), Wharves and Carpark buildings. The contract will be managed by the Asset Management & Systems team (AMS) and amalgamates the current Wharf and Ferry Facilities Professional Services contract with the Train, Bus and Carpark Professional Services contract, which both expire on 30 June 2017. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group. It creates and maintains asset management plans for all AT managed assets based on accurate data and forward works programming. The AMS manages the inspection and monitoring of the condition of the assets and determines a prioritised programme for scheduled maintenance, renewals and improvements. AMS has identified the need for improved asset management planning across the entire life of each asset. This shift to incorporate whole of life maintenance with replacement planning is creating a demand for better quality data and programming. Creating a replacement suite of contracts gives the opportunity to incorporate lessons learned from existing arrangements and to adjust and improve these contracts. Contract restructuring is part of several wider organisational and process improvements at Auckland Transport. This RFP is one of a group of 6 tenders being undertaken simultaneously to replace the full suite of Asset Management Professional Services contracts in use by the AMS team. It enables a modified strategy for work grouping and an opportunity to introduce new technology to the contract. AT values a long term relationship with its suppliers and the resultant ability to deliver consistent quality outcomes within a complex environment. In recognition of this, the contract’s term will be set for 3+1+1 years, with the contract extensions subject to Suppliers' performance.",Not Awarded,,20201117 Auckland Transport,18599468,Request for Tenders,Open Competition,334-17-598-AC Downtown Ferry Terminal Pier 3 Replacement,334-17-598-AC,20170428,20170602,20170905,,Sole Agency,No,,"The Downtown Ferry Terminal in Auckland CBD is the primary transport hub for all passenger ferry services within the Auckland Region; providing links to both inner harbour destinations, Waiheke Island and services to the greater Hauraki Gulf region. As such, the Downtown Ferry Terminal (DTFT) continues to expand to meet the needs of Aucklanders. AT’s growing number of destinations and the needs of vessel operators. Part of the ongoing development of DTFT is the expansion of timetables and numbers of services offered by AT and operators. To meet this growing demand, as well as meet passenger’s expectations for modern and comfortable passenger facilities, larger vessels and increased timetabling will be introduced on many routes in the coming years. The current berths and piers at Pier 3 (berths 3a, b, c and d) are nearing the end of both their asset life and passenger capabilities. They are of legacy organisation design and do not meet ATs current standards for patronage numbers nor meet passenger’s expectations in terms of quality, comfort and overall ‘experience’. They also do not meet operator’s expectations for loading and alighting of passengers and do not offer appropriate layover facilities to enable operators to meet ATs timetabling requirements. Periodical maintenance has been carried out as needed over the last 2 decades to ensure operational integrity and service life is maximised but it is now considered uneconomical to continue current maintenance regimes whilst also accepting the limitations of the current facility. AT is seeking to engage a suitably experienced and resourced specialist marine works contractor through a competitive tender process to carry out the fabrication of pontoons, multi level landing platform, a new gangway structure and other associated other works within both the allotted timeframe and budget.",Not Awarded,Cancellation due to other factors regarding future development.,20201117 Auckland Transport,18601130,Request for Tenders,Open Competition,City Rail Link Limited (CRLL) C6 Mount Eden Stormwater Diversion.,CRLL-006-C6,20170428,20170803,20180412,,Sole Agency,No,AWARD,"The City Rail Link Limited (CRLL) invites suitably qualified tenderers to submit a tender for the Mount Eden Stormwater Main Relocation, C6 package which is part of CRLL's City Rail Link project located in Auckland City, New Zealand. The scope of works includes the construction of a 1.95m diameter pipeline replacing the existing pipeline length on a new alignment over approximately 420m between Water Street carpark and Ruru/Nikau Street intersection in Mount Eden and associated works. The request for tender (tender) is split into 4 volumes. Volumes 1 and 2 (excluding returnables) are included with this notice to provide tenderers details of the scope of works to enable them to decide if they have the appropriate capability, skills and experience to undertake the works. Prospective tenderers are required to register their interest via AWARD (procurement software portal),by responding to the below email address to enable access. (NOTE: There is no cost to prospective tenderers for the use of the AWARD software). crlprocurement@at.govt.nz Tenderers are advised that CRLL, at its sole discretion reserves the right to reject tenderers request to be given access to AWARD to access the RFT, where CRLL believes that the tenderer does not have the capacity and/or capability to carry out the works. Tenderers are advised that the attender administration including all queries, clarifications and submissions will be undertaken in AWARD software (CRLL advise that NO RFT queries, clarifications or submissions made in TenderLink or GETS will be responded to or accepted). For more detail on the City Rail Link project and its procurement processes, visit www.at.govt.nz/CRL",Not Awarded,contract was awarded in Dec 2017 to March/Bessac CRL C6 JV (value <$20M),20201117 Auckland Transport,18611042,Request for Tenders,Open Competition,364-17-235-AC Waitemata Safe Route Cycleways Richmond and Garnet Road to Surrey Cresent Physical Works,364-17-235-AC,20170501,20170525,20170811,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of two new onroad/offroad cycle routes in the Greylynn and Westmere area. The works include and are not limited to speed tables, drainage, lighting, footpath, kerbing and general civil works. Tender Pre-Conditions are: AT Prequalification for Major Road Works, Level AT1B. Successful Contractor has to be ISNET approved.",Awarded,,20201117 Auckland Transport,18614011,Request for Tenders,Open Competition,Marine Specialised Maintenance 443-17-597-FM,443-17-597-FM,20170502,20170606,20171207,,Sole Agency,No,,"This Request for Tender (RFT) is for the Marine Specialised Maintenance (MSM) of Auckland Transport’s (AT’s) wharves and ferry facilities, including the specialist cleaning, repairs and inspections of marine assets after the end of the current contract on the 30th of June 2017. AT’s main objectives of this contract are to ensure: a) Value for money in maintaining the infrastructure and assets managed by AT; b) Safe and convenient environment is maintained for customers; c) Available and efficient facilities; d) Resilience and development of the AT Metro network. This Contract also aims to support the transition from a Reactive Maintenance (RM) practice to a Planned Preventative Maintenance (PPM) orientated contract.",Awarded,,20201117 Auckland Transport,18622676,Request for Proposals,Open Competition,365-17-500-PS Karangahape Road Cycleway and Streetscape Enhancement Detailed Design,365-17-500-PS,20170503,20170525,20170811,,Sole Agency,No,,"RFP Overview The Karangahape Road Cycleway and Streetscape enhancement design procurement is for the services required to take the previously completed concept design to final detailed design. Included are further investigations and consultation, statutory applications, early procurement and collaboration with construction contractor and providing design advice during the works. The detailed design component of this $13.5M project is anticipated to take up to 6 months. What we need Auckland Transport working in partnership with Auckland Council wishes to engage a multi-disciplinary consultant team to provide professional design services for this project Preconditions: The Tenderer must have been the main supplier in at least three (3) streetscape upgrade projects of a similar size and nature in the last 5 years.",Awarded,,20201117 Auckland Transport,18630390,Request for Proposals,Open Competition,RFP Auckand Transport - Roading Structures -Asset Management and Systems,320-17-668-PS,20170505,20170614,20170924,,Sole Agency,No,,"Request for Proposal - Roading Structures- Asset Management and Systems Auckland Transport is seeking to engage a suitably qualified and experienced Structural Asset Management Consultant or Consultant grouping to carry out condition inspections and programme the renewal and maintenance of structures on the Auckland Transport’s roading network. The contract will be managed by the Asset Management and Systems team (AMS) and seeks to improve upon the existing contract ending in June 2017. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group (A&M). It creates and maintains asset management plans for all AT assets based on accurate data. To do so the team manages the inspection and monitoring of the condition of the assets and actions a prioritised programme for scheduled maintenance, renewals and improvements. A critical need for better asset management planning across the entire asset lifecycle is creating a demand for better quality data. Creating a new suite of contracts provides the opportunity to make adjustments based on lessons learned from current contracts. It is part of several wider organisational and process improvements at Auckland Transport. This RFP is one of a group of seven tenders being undertaken together to replace the full suite of Asset Management Professional Services contracts in use by the AMS team. It enables a modified strategy for work grouping and an opportunity to introduce new technology to the contract. AT values a long term relationship with its suppliers and the resultant ability to deliver consistent quality outcomes within a complex environment. In recognition of this, the contract’s term will be set for 3+1+1 years, with the contract extensions subject to Suppliers' performance.",Not Awarded,Awarded,20201117 Auckland Transport,18676585,Request for Proposals,Closed Competition,475-17-748-PS Cycle Share Indicative Business Case and Detailed Business Case,475-17-748-PS,20170519,20170614,20170811,,Sole Agency,No,,"RFP Overview This commission relates to the development of an Indicative Business Case (IBC) and a Detailed Business Case (DBC) for a cycle share scheme, located in Auckland City Centre. The IBC will undertake research and investigations to recommend potential funding models, legal structures and operating requirements that would ensure a successful cycle share in Auckland. The recommendations from the IBC will be used to develop an RFI to be sent to potential operators. The DBC will then use the outputs from the RFI and the IBC to establish a preferred funding model, legal structure and operating model, identify the anticipated total level of investment necessary to launch a system and associated operating costs for a cycle share in Auckland. The DBC will also develop a post DBC timeline and potential sponsors offering. What we need Auckland Transport (AT) is looking to procure Professional Services to deliver the Indicative and Detailed Business Cases (in accordance with the NZTA???s Business Case Approach) that recommend an appropriate operational system for cycle share in Auckland. Overall Project Objectives: To implement an operational cycle share system in Auckland that is appropriate to Auckland???s context, including culture, natural assets and lifestyle which optimises user pay and maximises potential partner involvement. To maximise the investment of the Urban Cycle Programme in Auckland cycle way infrastructure by making it more convenient and accessible to travel by bicycle and increase the number of people who cycle in Auckland. To implement a cycle share system that acts as an integrated extension of other transport modes, extending public transport catchment areas through better first and last leg connections and enabling a more seamless extension of users commuting journeys. To implement a cycle share system that has taken into consideration emerging technologies to ensure the system is not only fit for purpose now but is also future proofed.",Awarded,,20201117 Auckland Transport,18678481,Request for Proposals,Open Competition,Auckland Transport - Roading Professional Services,323-17-718-PS,20170519,20170707,20171006,,Sole Agency,No,,"Auckland Transport wishes to engage Specialist Consultants to provide Roading Asset Management services for its Roading Network in four separate contract areas. The contract will be managed by the Asset Management & Systems team (AMS) and seeks to improve upon the existing contract ending in June 2017. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group (A and M). It creates and maintains asset management plans for all AT assets based on accurate data. To do so the team manages the inspection and monitoring of the condition of the assets and actions a prioritised programme for scheduled maintenance, renewals and improvements. This RFP is one of a group of seven tenders being undertaken simultaneously to replace the full suite of Asset Management Professional Services contracts in use by the AMS team. It enables a modified strategy for work grouping and an opportunity to introduce new technology to the contract. For this RFP the regional network is split into in four contract areas (North, West, Central and South). For clarity this RFP will award 4 contracts for the four contract areas, Participants will need to submit separate Non Price response Templates, Price Response templates and Schedules of Prices for each contract area. It is likely that information will be repeated in the four non price response templates (e.g. Capability, Track Record, Methodology, some Skills information). Please see the rules following in ???Section 3.1.2 Consortia, Joint Ventures??? and ???Section 3.1.3 Contract Package limitations???. Also ???Section 1.5 Submitting your Proposal??? on how to submit the separate contract responses. AT values a long-term relationship with its suppliers and the resultant ability to deliver consistent quality outcomes within a complex environment. In recognition of this, the contract???s term will be set for 3+1+1 years, with the contract extensions subject to Suppliers' performance. Auckland Transport is seeking to engage a suitably qualified consultants to undertake road condition surveys, rating and forward works planning for AT's roading network. The services provided must be accurate and in a format that integrates with the RAMM data base and asset management system employed by AT.",Awarded,"Beca - South $1,777,015.00 West $1,187,190.00 Opus - Central $1,849,609.00 North $2,041,966.00",20201117 Auckland Transport,18685118,Request for Tenders,Open Competition,364-17-742-AC Tamaki Drive Ngapipi Road Intersection Upgrade,364-17-742-AC,20170523,20170616,20170811,,Sole Agency,No,,"What we need This Request for Tender (RFT) is for the construction of a new signalised intersection at Tamaki Drive and Ngapipi Road in Orakei. The works include road widening, construction of new seawall, reclamation, installation of traffic signals, footpath, traffic islands, kerb and channel, drainage upgrade, lighting upgrade, coloured surfacing treatment and other general civil works. Why should you bid? Auckland Transport and its partners are working together on improving safety for all road users at one of the high risk intersections in the New Zealand. To help us achieve this, we require tenders from established construction companies that can demonstrate successful delivery of projects similar to this, which include experience in construction in marine environment, excellent stakeholder management as well as traffic management in a busy level 2 environment with high demand for careful management of pedestrians and cyclists in addition to general traffic. As experts in the field of roading, this is your chance to help achieve and be part of making Auckland the world???s most liveable city. Pre-conditions: AT Prequalification to Level 1A (Major Road Works) The contractor has to be ISNET approved. Prior experience in seawall/reclamation or similar construction complexity and risk",Awarded,,20201117 Auckland Transport,18740513,Request for Quotations,Closed Competition,Voice of the Customer Survey and Analytics Solution,102-17-822-BT,20170609,20170626,20170726,,Sole Agency,No,,"The Voice of the Customer (VoC) Programme is a key driver to support Auckland Transport (AT) to become a customer centric organisation. The mission is to connect customer insight and decision making to drive action through a strong customer centric culture at Auckland Transport. The VoC programme is housed within AT???s Customer Central hub, an active living space that brings experience designers, developers, problem owners, customers, cross functional subject matter experts, and vendors to collaborate in integrated teams to get ???good digital stuff done quickly???. It follows a human centred and lean UX sprint methodology involving customers every step of the way, spanning from research through to design. The VoC programme has completed eight sprints to date which includes: ??? Exploratory research sprints to define the organisational problem and value proposition, and key areas of focus to deliver the organisation change required ??? High-level design of a proposed VoC Survey and Analytics solution ??? Working prototype of dashboard solution and survey tool which was tested internally with AT staff. ??? Organisation wide customer experience metrics which is core to surveying Aucklanders to improve AT services and channels. ??? A foundational end to end MVP for Journey Planner, leveraging the target architecture which sits within an Azure sandpit environment, Power BI dashboard and enrichment layer. ??? Two live surveys, AT mobile and Journey Planner that is collecting data through Qualtrics, and full survey design with subsequent surveys ready to go. Further work is now needed to complete development, productionise and test before we can start sending and collecting data at scale. The components need to be thoroughly connected, and developed further for individual channel needs. The purpose of this RFQ is to find an appropriate provider to work with AT to deliver the finished Voice of Customer survey and analytics solution into market.",Not Awarded,This process was terminated.,20201117 Auckland Transport,18842452,Request for Tenders,Open Competition,Kennedy Point Ramp Extension 443-17-368-AC,443-17-368-AC,20170714,20170818,20171207,,Sole Agency,No,,"Kennedy Point Ramp Extension 443-17-368-AC We are seeking tenderers that are able to demonstrate the capacity and capability to carry out and complete the Contract Works in accordance with the Contract documents by the Due Date for Completion. The works will include: a) The excavation of bedrock and in-situ pouring of footings within the coastal/tidal environment. b) The structural infilling of extension void using locally reclaimed and imported clean hard-fill. c) Bored cast in-situ reinforced concrete piles. d) Supply and install wharf fender piles In accordance with Auckland Transport???s prequalification procedures this contract has been classified as level AT3B and AT5B. Only those contractors prequalified to or above this level are eligible to submit a tender for this contract.",Not Awarded,,20201117 Auckland Transport,18863196,Request for Proposals,Open Competition,344-17-782-PS AMETI Eastern Busway 2 and 3 Design and Consenting,344-17-782-PS,20170724,20170913,20180130,,Sole Agency,No,,"AT wishes to engage a specialist consultant in a collaborative undertaking for design and consenting services of stages 2 and 3 of the Eastern Busway AMETI upgrade programme. AT has partnered with NZTA and AC to undertake the AMETI programme so as to relieve the heavy congestion experienced by commuters and business traffic travelling in and out of the eastern suburbs of Auckland. The approach is multi modal (bus, train, car, cycle and pedestrian) and will provide improved transport choices. This project is a continuation of a 6 stage programme which will see development of an urban busway between Panmure and Botany including associated rapid transit network stations at Panmure, Pakuranga and Botany; new road links (Te Horeta Road and Reeves Road Flyover) plus new and improved pedestrian and cycle facilities. Stages completed to date are: Panmure Station, new Te Horeta Road link (Stage1); and Design for Panmure to Pakuranga - Eastern Busway 1. The AMETI project will deliver a key piece of infrastructure for Auckland and requires an innovative design team to work collaboratively with the AT project team to enable a lasting positive impact on the growth of the eastern suburbs. Pre-condition: Participants must have undertaken the role of lead consultant on a project of similar (or larger) size, scale, risks and complexity to AMETI EB2/3.",Awarded,,20201117 Auckland Transport,18868576,Request for Proposals,Open Competition,440-17-864-GS Auckland Transport Vending Deployment,440-17-864-GS,20170726,20170907,20190607,,Sole Agency,No,,"The Auckland Transport (AT) Retail Strategy is the strategic blue-print for AT???s retail offer and was approved on 3rd August 2015, including a staged implementation programme. It aims to enhance the customer experience, increase non-fare revenue, and attract more people onto public transport. There are approximately 65 AT Metro public transport facilities (rail stations, ferry terminals, busway facilities). One of the biggest single opportunities to create an immediate valued customer amenity not previously offered across the network is the deployment of appropriate convenience vending machines to vend food and beverage offerings in line with the ???AT Metro Food and Beverage Policy for Vending???. AT conducted a successful trial in nine stations around the network. The trials proved successful with strong customer use and no operational interference for AT Metro, as well as generating a promising value of additional non-fare revenue. As a result of the successful outcomes of the trial a widespread ???network??? deployment has been approved by the AT Senior Leadership. Auckland Transport has identified approximately 50 locations throughout the public transport network (plus a few additional AT asset locations) suitable for vending. The desired outcome of this process is to identify a suitable partner or partners to deploy vending machines at each location establishing a ???side by side??? paired machine configuration with compatible food and beverage offerings suitable for AT???s customer ???on the move???. This will result in over 100 machines as the total deployment.",Awarded,,20201117 Auckland Transport,18875209,Request for Proposals,Open Competition,362-17-818- PS Medallion Drive Link Detailed Design,362-17-818-PS,20170728,20170818,20171019,,Sole Agency,No,,"RFP Overview This procurement package seeks to secure Professional Services to complete the Detailed Design of the Medallion Drive Link, including the application of Consents applications as required. What we need The Medallion Drive Link, has been identified as a key project to open the Albany area up for future urban growth. The project has been designated. A preliminary design of the project has been completed, except for the signalisation of the intersection at Medallion Dr and Oteha Valley Rd. The purpose of this RFP is to complete the Detailed Design of the Medallion Dr Link, and apply for the necessary consents. Why should you bid? Auckland Transport, have identified this project as a key project to support the urban growth of Auckland. By successfully completing the works associated with this RFP, the Consultant would be aiding in the delivery of this important project, supporting the growth of Auckland and contributing to the continued growth of the industry. Preconditions: Located or have operations based in Auckland region. Completed at least two similar projects for Auckland Transport in the last five (5) years. Nominated Project Manager must have completed a project for Auckland Transport before (this may have been whilst under previous employment performing a Project Management role). Personnel nominated in key roles must have at least 5 years design experience.",Awarded,,20201117 Auckland Transport,18922054,Request for Proposals,Open Competition,102-17-849-BT AT Agile Delivery Panel RFP,102-17-849-BT,20170816,20170915,20190607,,Sole Agency,No,,"Auckland Transport is moving toward a customer centric way of working ??? and delivering customer experiences. This involves the adoption of a Customer Experience Design methodology that uses an agile framework to deliver solutions, (technical or otherwise). Customer Central has been created to establish a more rapid, collaborative project delivery model that focuses primarily on customer problem statements and outcome focused delivery. As a result of this RFP Auckland Transport wish to implement an effective, capable panel of providers to work with and enable Auckland Transport to maximise its Capacity and Delivery in our Agile project streams as well as effective knowledge transfer and thought leadership. Key outcomes are ??? Effective panel structure and governance achieved. ??? Measurable increase in effective Experience Design and Agile skills within Customer Central and increasingly across AT ??? Successful implementation of panel covering all required skillsets for the 4 stages of the customer focussed methodology ??? Contract structures ensure suitable IP ownership, accountability in SOW and commercial considerations. ??? Facilitation of knowledge transfer ??? Suppliers acknowledge and embed in practice AT???s values and principles.",Not Awarded,Multiple Suppliers,20201117 Auckland Transport,18942945,Request for Tenders,Open Competition,320-18-027-AC Fanshawe Street Carpark Seismic Strengthening,320-18-027-AC,20170821,20171006,20180130,,Sole Agency,No,,"AT (AT) is progressively upgrading and renewing its passenger transport facilities and infrastructure. This project requires the delivery of seismic strengthening and barrier improvements on Fanshawe St carpark to ensure public and user safety. A detailed seismic asssessment was undertaken on Fanshawe Street Carpark, which found that some elements require seismic strengthening. The Fanshawe St carpark barriers are also required to be upgraded at the end of the ramp positions to the rhino stop barrier system. The barrier system will be upgraded during the seismic strengthening works to minimise disruption to the carpark users. The project is focussed on delivering the seismic strengthening and barrier improvements required to ensure public and user safety.",Awarded,,20201117 Auckland Transport,18989446,Request for Tenders,Open Competition,360-18-152-AC Panmure bus layover and roundabout,360-18-152-AC,20170905,20170927,20180130,,Sole Agency,No,,"The new Regional Public Transport Plan (RPTP) is changing how public transport services are delivered across Auckland. As a result of the changes including transformation of the bus route and network design initiated through the RPTP, a shift towards hub and spoke principle of bus operations, interchange facilities will become major transport activity centres. Bus routes have been rationalised to feed into the train network increasing the number of bus services terminating at train stations. For East Auckland the new RPTP is commencing in December 10th 2017. Panmure Station has been identified as the main transport interchange with six bus routes planned to terminate there. It is also the start point of Eastern Bus strategic project aimed at providing reliable and fast connectivity to the fast growing areas of Pakuranga, Howick and Botany. There is a need for additional bus parking in the area given the large volume of buses that will begin and end their route at the Panmure Station. The proposed layover will provide a solution that will reduce the likelihood of a bus needing to circle on existing roads before beginning a trip, resulting in a reduction in the resultant congestion and ensuring reliability of service is maintained. We are seeking a main contractor to provide for expected additional parking demand by construction: 1. Six or more bus layover bays on both sides of Quinlan Street. 2. A roundabout at the intersection of Mountain Road and Quinlan Street to allow buses to turn around. 3. Street lighting relocation and installation of the additional street lighting poles. Pre-conditions: - Quality Control System which are independently certified to ISO 9001 compliant. - Ability to provide an on demand surety bond that shall not be less than ???A??? ??? registered with the Reserve Bank of New Zealand, for 10% of the contract value. Refer to: http://www.rbnz.govt.nz/regulation-and-supervision/insurers/rating. - Able to put forward a minimum of three projects demonstrating prior experience in roading and civil construction for a total value of no less than NZ$ 600K for each of the three projects. - ISN Registration",Awarded,,20201117 Auckland Transport,19034316,Request for Proposals,Open Competition,311-18-213-PS Hill Street Intersection Improvement,311-18-213-PS,20170915,20171013,20171122,,Sole Agency,No,,"This Scope and Specification document details the requirements for professional services to complete a combined Indicative and Detailed Business Cases (IBC/DBC) for the Hill Street Intersection Improvement at Warkworth. The project aims to upgrade and improve the existing intersection and geometrical layout to accommodate current and future traffic volumes with the aim to reduce traffic congestions/wait times and improve safety for all traffic modes including pedestrians and cyclists.",Awarded,"Contract awarded to Mott MacDonald for sum of $662,680.00 (excluding GST).",20201117 Auckland Transport,19072845,Request for Proposals,Closed Competition,362-18-190-PS Albany Gills Road Link - Principal's Advisor Services RFP,362-18-190-PS,20170928,20171018,20171107,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Detailed Design of Medallion Drive Link.,Awarded,,20201117 Auckland Transport,19129642,Request for Proposals,Open Competition,370-18-252-PS Lincoln Road Corridor Improvements Optimal Detailed Design RFP,370-18-252-PS,20171013,20171124,20180226,,Sole Agency,No,,This contract is for the procurement of a consultant to produce a detailed design along with supporting documentation including detailed plans and specifications for the Lincoln Road Corridor Improvement Project to be carried out generally between Te Pai Place and Triangle Road/SH 16 Interchange. A key matter to be addressed in the design will be the optimisation of the negative impacts of construction. A preliminary 2D layout design with associated drawings has been prepared and needs to be developed into a detailed design for construction and associated documents for tendering the physical works.,Awarded,,20201117 Auckland Transport,19279174,Request for Tenders,Open Competition,343-18-403-AC Putney Way Upgrade,343-18-403-AC,20171129,20180117,20180212,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified tenderers to submit a tender for the Putney Way Upgrade contract. We are seeking tenderers that are able to demonstrate the capacity and capability to carry out and complete the Contract Works in accordance with the Contract documents by the Due Date for Completion.",Awarded,,20201117 Auckland Transport,19286183,Request for Proposals,Open Competition,102-18-373-BT Auckland Transport Security Operation Centre,102-18-373-BT,20171130,20171222,20190607,,Sole Agency,No,,"Cybersecurity is currently one of the top strategic and operational risks for Auckland Transport. With a constantly evolving threat landscape and emerging technologies being adopted rapidly, it is important that Auckland Transport take a strategic approach for managing known issues and emerging risks. Five key areas of focus have been identified 1. Cyber Security Strategy Governance 2. Risk Management 3. Policy and Process 4. Culture and Awareness 5. Cyber Incident Management The first Step to achieving the standard of Cyber Risk Identification and Management AT needs is to establish a 24x7 Security Operations Centre. This will form the foundation of Auckland Transports Security Management Capability. Given the rapidly changing landscape of cyber risk Auckland Transport needs to go to market to seek appropriate specialist providers to deliver the following. 1. Assess Auckland Transports Current Risk Architecture and Staff Capacity in relation to Cyber risk management 2. Develop a AT System Security plan to close any potential or future points of exposure to risk. 3. Develop a AT Staff resource structure to implement and support the operations centre. 4. Work with Auckland Transport to implement the Operations centre and resourcing to carry the function forward effectively and lower Auckland Transports Cyber risk exposure.",Awarded,,20201117 Auckland Transport,19332378,Request for Proposals,Open Competition,442-18-385-PT On-Demand Rideshare Service Trial Technical Solution,442-18-385-PT,20171215,20180131,20190607,,Sole Agency,No,,"Auckland Transport recognises that our customers??? journeys begin with the commute from home to the nearest transport hub and ends with a similar commute home. We also recognise that their connecting journeys before and after the public transport ride can be influential enough to encourage or discourage a person to ride public transport. For this reason, Auckland Transport is developing strategies to improve first and last ???leg??? connections to transport hubs. These strategies will facilitate a seamless and convenient travel experience for our customers. They will also make public transport more accessible to potential customers which is expected to increase public transport use. Auckland Transport is trialling an on-demand rideshare service to address customers??? first and last leg connections. The service will use six electric vehicles and will operate in a three kilometre radius from the Devonport ferry terminal initially. Customers will communicate with the service through a mobile application to book, manage and pay for services as well as monitor vehicle location and anticipated pickup time. We seek a supplier who will provide the end to end technical solution to deliver an on-demand rideshare service. This includes: ??? a customer facing app to place, manage and pay for bookings; ??? a backend system to process the bookings, optimize routing and allocate / monitor vehicle; and ??? a driver app to communicate and direct the driver. Given the trial is intended to test the viability of the service proposition the success of the trial is heavily reliant on the efficiency and usability of the technical solution. Therefore, we are seeking a supplier who has a proven track record in delivering a similar solution in a market similar to Auckland, reliably managing and maintaining all elements of the technical solution as well as sharing Auckland Transport???s vision to change the way people travel with the on-demand rideshare service. In order for the technical solution to be fit for the market, Auckland Transport requires the solution to be configured and customised to fit the trial???s scope and geographic location. The branding of the technical solution for the end user experience should be consistent with Auckland Transport branding. The solution would need to interface with Auckland Transport internal strategic applications for identity and customer record management.",Awarded,,20201117 Auckland Transport,19336852,Request for Tenders,Open Competition,343-18-293-AC TAKANINI & TE MAHIA STATION UPGRADE WORKS - CIVILS,343-18-293-AC,20171218,20180208,20181126,,Sole Agency,No,,"Takanini and Te Mahia Rail stations are being upgraded. The proposed contract works is for the civil component to re-grade 50% of the existing platform, install drainage, install new foundations for future canopies and amenities. This Request for Tender (RFT) is for the construction of new concrete pad foundations on the platforms to enable future shelter installation at Takanini and Te Mahia rail stations. The proposed works will also include the re-grading of the existing platform to allow drainage to the centre of the platform and installation of platform drainage including new ducting. These works will enable significant improvements to the Te Mahia and Takanini communities transport network. Therefore Auckland Transport is seeking suitably qualified contractors with significant rail experience who can operate safely and productively in the electrified rail environment. Interested contractors must demonstrate clear and effective planning to meet strict deadlines and provide a faciltity that will encourage further growth on the Auckland Metro system.",Awarded,,20201117 Auckland Transport,19526757,Request for Proposals,Open Competition,469-18-561-PS Road Safety Programme Business Case,469-18-561-PS,20180312,20180404,20181030,,Sole Agency,No,,"Auckland Transport (AT) is looking to procure Professional Services to develop the Programme Business Case in accordance with the NZTA???s Business Case approach that directs AT in establishing a programme of safety works organisation wide and makes a transformational shift in how AT approaches road safety. The PBC will include an implementation plan, targets, performance measures and cost estimates for road safety actions. The key outcomes that we want to achieve are: 1. A clear strategy to achieve the Vision Zero/Safe Systems commitment to confront the significant increase in traffic fatalities and injuries on Auckland???s streets 2. Have a business plan in place that prioritises road safety investment across Auckland Transport (AT) 3. Establish the current and potential operational capacity of the AT wide road safety programme through investment (Safety Management System approach) 4. An accelerated programme of road safety projects for the three years, 2018 to 2021 with recommended intermediate measures of success, outcomes and targets. Identification of how much achieving these targets would cost and what resources will be needed to deliver them 5. A recommended five to ten year road safety programme and implementation plan across behaviour change, infrastructure, major capital, maintenance, enforcement and legislation which sets a bold action plan in place for road safety for AT 6. A set of road safety targets across a number of funding scenarios for the next 5 ??? 10 years 7. A collaborative road safety road map across AT???s industry partners and how AT will work with the industry to deliver the long term programme 8. A refreshed Road Safety Strategy from the outputs of the PBC",Awarded,,20201117 Auckland Transport,19542642,Request for Proposals,Closed Competition,220-18-612-GS - AT's Rolling Stock Valuation,220-18-612-GS,20180319,20180410,20180601,,Sole Agency,No,procurement@at.govt.nz,"Auckland Transport accounts for revaluations on a class of assets basis. Operational land and buildings, train stations, wharves, bus stations and shelters, roading and rolling stock are revalued with sufficient regularity to ensure that their carrying amount does not differ materially from fair value and at least every three years. Since Auckland Transport???s rolling stock assets were revalued in 2013, a new revaluation has not taken place again. This financial year 2018, Auckland Transport requires a qualified and experienced team to provide financial valuation and condition assessment services for our rolling stock assets consisting of the new fleet of 57 electric multiple units (EMU) and 10 existing diesel units (DMU) operating between Papakura and Pukekohe.",Awarded,,20201117 Auckland Transport,19593800,Request for Proposals,Open Competition,Auckland Transport Quantity Surveying Services - Downtown Infrastructure Development Programme,365-18-549-PS,20180404,20180426,20180726,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Downtown Infrastructure Development Programme (DIDP) ??? Quantity Surveying Services. This RFP is to appoint a Quantity Surveyor for the DIDP; the DIDP is a large and complex programme and this is a significant Quantity Surveyor contract for a suitably qualified and experienced team. The Quantity Surveyor will be brought on at the early formative stage of the programme and requires close collaboration and integration with the DIDP client team. The contract from this RFP is intended to run through to December 2020. The scope of services includes providing quantity surveyor and cost management services for feasibility, investigation, design and construction for the DIDP works at all stages of the programme for internal and external costs. The QS services will be contracted to one company Programme wide, to include the Marine Works, Streetscape Works and Programme support. The budget for the programme works is $220Million. The Marine works (Projects a, d, e, f above) will be procured via ECI with Contractor appointment for Pre-construction Services to commence May 2018. The Downtown Infrastructure Development Programme (DIDP) is a series of six major Projects that are all based around Quay St in the CBD of Auckland City. These are: a. Quay St Seawall seismic upgrade b. Britomart East Bus Interchange (BEBI), including associated streetscape upgrade c. Streetscape upgrade of the central block of Quay St, through to Viaduct East d. Construction of the Downtown Public Spaces (within the Ferry Basin) e. Relocation of Piers 3 and 4 to Queens Wharf west f. Construction of mooring dolphins to the north of Queens Wharf, and associated wharf work. These works are being driven by the importance of upgrading the Quay St seawall, but there is a window of opportunity to complete these and upgrade the Downtown area prior to the Americas Cup (AC36) and APEC in 2021, the opening of the Commercial Bay development, and while the CRL construction is underway. Each of the projects are at different stages of design and are expected to go through slightly different design stages and procurements for their associated Contractors.",Awarded,,20201117 Auckland Transport,19595189,Request for Tenders,Closed Competition,Albany Fit Out Main Contractor,217-18-556-GS-03,20180405,20180420,20180521,,Sole Agency,No,,"This Request for Tender (RFT) is a one stage procurement process inviting the successfully shortlisted participants from the Auckland Council Fit Out Services EOI process to tender for the Main Hard Fit-Out of Auckland Transport???s new premises at 67 Corinthian Drive in the ground floor of the Mitre 10 Head Office. This work includes a 758m2 office fit out, manage and deliver construction of fit-out trades and services and client supplied which AT will procure and novate (if applicable) the management of to the successful participant.",Awarded,,20201117 Auckland Transport,19597586,Request for Tenders,Closed Competition,DIDP ECI Contractor for Pre-Construction Services,365-18-534-PS,20180405,20180424,20180726,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to shortlisted tenderers to submit a tender for the Downtown Infrastructure Development Programme - ECI Contractor for Pre-Construction Services (Marine-related works). This RFT is the second stage in a two-stage procurement process, following shortlisting from the Registration of Interest (ROI) dated 16th Feb 2018. We are seeking tenderers that are able to demonstrate the capacity and capability to carry out and complete the Contract Works in accordance with the Contract documents by the Due Date for Completion. This RFT is issued by Auckland Transport (AT) for the procurement of a Contractor for an Early Contractor Involvement (ECI) contract for the marine-related elements of the Downtown Infrastructure Development Programme. Auckland Transport may award a Construction Contract to the ECI Contractor to construct its development, the marine-related Package of Works, (""Project Works""). This is conditional upon the satisfactory completion of the design, documentation, approvals and procurement phase of the Project (""the Pre-Construction Phase"") and agreement on price. This RFT will select the Contractor for the Pre-Construction Phase, set out the process for finalising a Construction Contract and construction costs between the Principal and the Contractor, and set out the Services to be performed by the Contractor in the Pre-Construction phase. The Contractor will provide certain Services in the Pre-Construction phase and to achieve satisfactory completion by the expiry of the Term.",Awarded,,20201117 Auckland Transport,19602927,Request for Proposals,Closed Competition,102-18-426-BT - Off Street Parking Management Solution,,20180406,20180514,20181206,,Sole Agency,No,,"Auckland Transport Operates multiple parking facilities in Auckland at various locations including Fanshawe Street, Downtown, Victoria Street, Civic and Ronwood. This procurement is for the delivery of an Off Street Parking Management Solution. The solution will form part of a strategy to enhance the customer experience for parking facility customers by providing seamless entry and exit to the facility. The solution must provide operational flexibility and enhancement from the current state. The concept will be based on: ??? Seamless and ticketless customer entry and exit. ??? Develop dynamic product offering driven by customer behavior and demand pattern ??? Provide better control over the carpark operations to Auckland Transport. This Request for Proposal is the second stage of the two-stage procurement process. The first stage ROI issued by Auckland Transport were evaluated and shortlisted vendors are now invited to respond to RFP.",Awarded,,20201117 Auckland Transport,19703268,Request for Proposals,Open Competition,232-18-696-GS AT Metro Retail Strategy - Auckland Transport ATM Deployment,232-18-696-GS,20180507,20180528,20180601,,Sole Agency,No,,"The AT Metro Retail Strategy approved in August 2015 is the strategic blueprint for Auckland Transport???s retail offering, including a staged implementation programme with the purpose of improving the customer experience, increasing non-fare revenue, and attracting more people onto public transport. Having progressively deployed other retail projects such as coffee kiosks, convenience vending and Click-n-Collect across the AT Metro Network, Auckland Transport is now looking to deploy automated teller machines (ATMs) at selected locations. Auckland Transport has identified 15 locations across the AT ???Metro??? Network (public transport assets: rail, bus and ferry facilities) where either the patronage is sufficiently high or the station positioning presents a good opportunity in that location to establish an ATM. The desired outcome of this process is to identify a suitable partner to deploy ATM units at each location that will benefit public transport users.",Not Awarded,Auckland Transport have suspended this RFP until further notice.,20201117 Auckland Transport,19714863,Request for Proposals,Open Competition,Parking Mobile Enforcement,102-18-558-BT,20180510,20180608,20190607,,Sole Agency,No,,"Current parking enforcement for on-street, permit and time restricted parking in residential areas in Auckland is largely manually enforced by officers on foot. Auckland Transport has developed a LPR Enforcement strategy and is now looking to implement a new solution for on-street parking enforcement. The initial deployment will be in in all or some of the following locations ??? Freemans Bay ??? St Marys Bay ??? Ponsonby ??? Grafton New residential parking areas will be provisioned in the future pending approval of the subsequent business case. Auckland Transport is keen to transform from enforcement on foot to LPR technology for wider and more efficient coverage of the current and new residential areas. The outcome of this RFP will inform a business case with options on the future On-Street parking technology strategy for Auckland Transport. The aim of this process is to seek and obtain proposals from organisations for the supply of a License Plate Recognition (LPR) Mobile (Vehicle Mounted) Enforcement solution for Auckland Transport. The solution is required to assist in enforcing the time restrictions in residential parking areas in Auckland, where residential permits are not used. AT has moved to Pay by Plate parking and intends to implement LPR enforcement for paid parking. The objective is to achieve significant efficiencies with the enforcement of these areas.",Awarded,,20201117 Auckland Transport,19750515,Request for Tenders,Closed Competition,343-18-709-AC WIRI EMU DEPOT EXTENSION,343-18-709-AC,20180522,20180620,20181206,,Sole Agency,No,,"Auckland Transport (AT) is intending to carry out works at our recently acquired land adjacent to the existing EMU Deport at Wiri. The objective of the work is to bring the land up to a condition ready for future development of the EMU Depot Expansion, essentially comprising retaining wall construction, earthworks (cut and fill), stormwater drainage and services relocations. Auckland Transport seeks to procure a contractor from its recently approved physical works supplier panel one. This RFT is for the physical works for the Wiri EMU Depot Extension including retaining wall, services relocations, new storm water drainage, temporary and permanent security fencing and lighting.",Not Awarded,Contract Award to Dempsey Wood Civil Ltd,20201117 Auckland Transport,19795027,Request for Proposals,Open Competition,335-18-665-AC AUCKLAND TRANSPORT METRO MODULAR SHELTER SUPPLY,335-18-665-AC,20180607,20180712,20181206,,Sole Agency,No,,"Auckland Transport (AT) is seeking tenderers that are able to demonstrate the capacity and capability to successfully fabricate and complete the supply of shelters in accordance with the contract specifications and designs by the required dates of supply that will be provided throughout the contract period. The supply of bus shelters coincides with road-side civil works undertaken by AT???s contractors to complete projects for New Bus Networks, Renewal of Existing Bus Networks, New Bus Lane and Transit Lanes infrastructure, New Transport Hubs for bus, rail and ferry, and provision of shelters as required by other AT capex and maintenance projects. Outside this contract the new supplier may be requested by sub-division developers, who are required to provide the latest revision of AT Modular Shelters on some of the newly provided bus stops being vested to Auckland Council. The scope of services includes ATs design suite of Modular Metshelter shelters. The key outcomes that we want to achieve are: ??? High quality end products ??? Highly durable end products ??? Production capability to meet variable programme volumes over extended periods ??? Client management and reporting to an excellent level ??? Design innovation We are seeking an innovative sustainable solution that meets or exceeds the required modular bus shelter designs in terms of manufacturing efficiency, durability and a key interest in the long-term maintenance of the produced bus shelters.",Not Awarded,Contract Award to Community Asset Management NZ Ltd,20201117 Auckland Transport,19884670,Request for Tenders,Closed Competition,367-18-003-PW2 Hingaia Road Improvements 2018 Stage 1,367-18-003-PW2,20180719,20180816,20181106,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Hingaia Road Improvements 2018 Stage 1. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This contract is for the signalisation of Hingaia Road/Kuhanui Drive intersection and Localised widening of Hingaia Road which includes relocation of services, construction of rain gardens, cycle paths, kerb & channel, footpath and pavement works.",Awarded,,20201117 Auckland Transport,19909974,Request for Proposals,Open Competition,Downtown Infrastructure Development Programme (DIDP) Streetscape Works - Civil Engineering Services,359-18-814-PS,20180713,20180807,20181123,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for Civil Engineering Services for the Downtown Infrastructure Development Programme (DIDP) Streetscape Works. This RFP is a single stage procurement process. The projects from the Downtown Infrastructure Development Programme (DIDP) are all based around Quay St in the CBD of Auckland City that include marine and non-marine works. The Streetscape Works includes the non-marine projects of the wider DIDP. These are: a) Britomart East Bus Interchange (BEBI), including associated streetscape upgrade b) Streetscape upgrade of the central block of Quay St, through to Viaduct East c) Galway St (btw Commerce and Gore Streets) Through this Request for Proposal (RFP), Auckland Transport invites proposals for the provision of design, planning, and engineering services and support for the Downtown Infrastructure Development Programme (DIDP) Streetscape Works. The aim of Auckland Transport in this process is to obtain sufficiently detailed information from potential suppliers to enable the selection and appointment of a consultant(s) or lead consultant (in the case of a consortium) to provide the required services. The DIDP is a large and complex programme and this is a significant Civil Engineering contract for a suitably qualified and experienced team. The Civil Engineer will be brought on at the early formative stage of the programme and requires close collaboration and integration with the DIDP client team. The scope of professional services to be procured includes civil engineering design in support of concept through to construction drawings stage; including concept, preliminary and detailed design, and tender package, statutory consent engineering support and construction drawings. The budget for the programme works is $220 Million, of which approximately $87 Million will go towards the Streetscapes works. The contract from this RFP is intended to run through to December 2020.",Awarded,,20201117 Auckland Transport,19992678,Request for Tenders,Open Competition,AMETI EB1 Property Demolition - Stage 2 Works,360-18-629-AC,20180806,20180903,20181015,,Sole Agency,No,,"Auckland Transport (AT) are in the process of implementing Eastern Busway Stage 1 (EB1) as part of the Auckland Manukau Eastern Transport Initiative (AMETI) to improve transport choices and connections in the south-east Auckland area. The EB1 project work comprises of signalising Panmure Roundabout and creating a dedicated urban busway and shared path for pedestrians and cyclists along Lagoon drive, across Panmure basin through a new bridge and along Pakuranga road past Ti Rakau drive intersection. As part of AMETI EB1, properties have been acquired and will need to be demolished. This procurement is to appoint a suitable demolition contractor to carry out demolition enabling works in readiness of the AMETI EB1 project main contract works. Please Note: Site visits will be conducted on the following dates: 15th , 16th , 17th August 2018 Registration for Site Visits: Please register via ametiprocurement@at.govt.nz for attendance and preferred site visit date. Tenderers deadline to register to attend site visit is 14th August 2018 12pm. Please note Tenderers ???who do not register??? will not be permitted to attend a site visit.",Not Awarded,Awarded to Yakka Contracting Limited at price band ($1m-$5m),20201117 Auckland Transport,20102331,Request for Tenders,Closed Competition,369-19-012-PW3 Dominion Road Double Decker Bus Verandah Modifications Work Packages 1 & 2,369-19-012-PW3,20180904,20181001,20181106,,Sole Agency,No,,"This contract is for the physical modification works to 24 verandas to provide this clearance envelope, and is divided into two work packages. Work Package 1 ??? Balmoral North and Eden Valley North Verandah Works (11 verandas) Work Package 2 ??? Balmoral South and Eden Valley South Verandah Works (13 verandas) The tenderers can choose to tender on either any one or both of the work packages but only one (1) Work Package will be awarded to a successful tenderer. This requirement is to ensure two contractors are working on the project concurrently to achieve the tight timeframe.",Awarded,"Work Package 01 awarded to Troy Wheeler Work Package 02 awarded to Maxbuild",20201117 Auckland Transport,20200383,Request for Quotations,Open Competition,102-19-161-BT Public Information Display (PID) Refurbishment,,20180924,20181005,20181206,,Sole Agency,No,,,Awarded,,20201117 Auckland Transport,20201862,Request for Tenders,Closed Competition,487-19-009-PW3 Clarence Street Pedestrian Safety Improvements,487-19-009-PW3,20180924,20181008,20181206,,Sole Agency,No,,"Auckland Transport has identified that the section of road on Clarence Street, Wynyard Street and Bartley Terrace currently does not adequately cater for the safety and accessibility of crossing pedestrians. Given this is a commercial area with New World supermarket and many other shops and cafes in the immediate vicinity, it is necessary to improve overall amenity for crossing pedestrians. Therefore Auckland Transport seeks tenders from its physical works supplier panel three to construct new pedestrian facilities on Clarence Street, Wynyard Road and Bartley Terrace. The scope of works also includes construction of two raised platforms, kerb extensions, footpaths and required street lighting. Additional works include minor drainage and services upgrades, landscaping and street furniture, kerb & channel improvements, and new road markings and signs.",Not Awarded,Contract Award to Nayler Contractors Ltd,20201117 Auckland Transport,20254764,Request for Proposals,Open Competition,243-19-152-GS Active Modes Market Research Survey,243-19-152-GS,20181008,20181029,20190130,,Sole Agency,No,procurement@at.govt.nz,"Auckland Transport requires either an annual or a quarterly Active Modes survey, which is representative of the Auckland residents aged 15 years and over. The research objectives are to: ??? track key measures already established in AT???s Active modes surveys; ??? drive understanding of what is important to Aucklanders about active modes of transport; ??? monitor Aucklanders??? attitudes and perceptions of walking and cycling as transport modes; ??? measure Aucklanders??? walking and cycling behaviour change; and ??? identify key drivers, motivation and barriers.",Awarded,Option Two - 15 minute survey has been selected,20201117 Auckland Transport,20391401,Request for Proposals,Open Competition,Supply of Red Light Camera???s,450-19-273-TO,20181108,20181207,20190607,,Sole Agency,No,,"Auckland Transport is issuing this Request for Proposal (RFP) to identify a Supplier for the provision of Red Light Camera Enforcement Equipment for the enforcing of Redlight compliance at Traffic Signal Controlled intersections on Auckland Roads. Auckland Transport is developing up to 60(initially 6) Red Light Camera installations across Greater Auckland over the next three years. Auckland Transport now seeks to enter into a supply agreement for the future provision of devices, with an initial term of 3 years with two rights of renewal of 1 year each (3+1+1), at the sole discretion of Auckland Transport.",Awarded,,20201117 Auckland Transport,20764153,Request for Tenders,Closed Competition,488-19-096-PW2 - Minor Footpath Program ??? Package 4,488-19-096-PW2,20190221,20190315,20190430,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Minor Footpath Projects - Package 2. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to install footpaths in various sites in Auckland. The proposed improvements are in the following locations: ??? Great South Road, Penrose ??? Levy Road, Glen Eden ??? Opanuku Road, Henderson ??? Sea View Road, Onetangi Works include minor earthworks, footpath and vehicle crossing construction, pedestrian crossing facilities, new kerb and channel, minor stormwater works, signs and linemarking. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20769094,Request for Tenders,Closed Competition,488-19-101-PW2 Minor Improvement Works ??? St Georges Street Pedestrian Crossing Safety Improvements 2 Sites,488-19-101-PW2,20190222,20190315,20190429,,Sole Agency,No,,"his Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the provision of new pedestrian crossing facilities situated at the following two sites: ??? Site 1 ??? Kingswood Road (incl the mid-block pedestrian refuge south of the intersection) ??? Site 2 - Willmay Ave (incl the mid-block pedestrian refuge south of the intersection) In the vicinity of St George Steet there is a school (Papatoetoe Central School) and a kindergarten (Papatoetoe Kindergarten) as well as a hospital and rest home. Therefore, traffic is heavy during school drop off and pick up periods. The intent of this package of works is to have the 2 raised zebra crossings completed during the Easter School Holidays. This is to minimise the disruption to the Schools and ensure the sites of interest are safer for the community. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the minor improvement works for the sites mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Removal and construction of traffic islands. ??? Kerb and channel upgrades. ??? Construction of catch pits and lead pipes into existing infrastructure. ??? Carriageway construction and reinstatement. ??? Removal and construction of bus shelters. ??? Construction of speed tables. ??? Installation of pedestrian crossing poles, signage and associated service works. ??? Removal of obsolete signs and poles. ??? Pruning and planting of vegetation and plants. ??? Installation of line marking and signage. ??? Any associated ancillary works required ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative.",Awarded,,20201117 Auckland Transport,20769463,Request for Tenders,Closed Competition,487-19-092-PW2 Mercari Way Signalised Pedestrian Crossing and Glenfield Road . Bentley Avenue Intersection Improvements,487-19-092-PW2,20190222,20190315,20190404,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mercari Way Signalised Pedestrian Crossing and Glenfield Road / Bentley Avenue Intersection Improvements Projects. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to install a new signalized pedestrian crossing on Mercari Way and make intersection improvements at and within the vicinity of the Glenfield Road / Bentley Avenue intersection. Works include minor earthworks, pavement works, footpath construction including crossings, new kerb and channel, lighting installation, traffic signals installation, draingage construction, signs and linemarking.",Awarded,,20201117 Auckland Transport,20783154,Request for Tenders,Closed Competition,488-19-108-PW2 - Ti Rakau Drive H-E Bus Depot Safety Improvements,488-19-108-PW2,20190227,20190320,20190423,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the intersection improvement at the access of the H&E Bus Depot and Ti Rakau Drive. Ti Rakau Drive is classified as an arterial road in the Auckland Unitary Plan (AUP) and connects between Pakuranga Road and Chapel Road. Ti Rakau Drive has six lanes (four westbound lanes and two eastbound lanes) separated by raised islands at the access of the H&E Bus Depot. The New Zealand Transport Agency???s (NZTA) Crash Analysis System indicates that during the period 2013 to 2018 there were a total of 12 crashes within 100m of the intersection of the H&E Bus Depot access and Ti Rakau Drive. The crashes included one fatal crash, two serious injury crashes, three minor injuries crashes and the rest were non-injury crashes. Four of the crashes involved vehicles performing crossing/turning movements. The above mentioned fatal crash was one of these four crashes where a bus turning right out of the H&E bus depot failed to give way and hit an eastbound motorcyclist. Safety concerns associated with these turning movements has promoted the site upgrade. The upgrade works include a seagull island and also signalises eastbound through movements as well as all turning movements in and out of the H&E bus depot. Changes to the existing traffic islands will allow for easier bus movements. Buses turning right out of the bus depot will now be able to turn into their own dedicated bus lane. The signalisation of the bus depot access and improvements to the traffic islands will allow buses to safely enter and exit the site while the new traffic island improvements will give the buses the necessary protection from oncoming vehicles. The new island configuration will also provide exclusive storage for the stacking of buses on the westbound lanes of Ti Rakau Drive. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the minor improvement works for the sites mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb, and channel and pavement. ??? Footpath construction and renewal. ??? Construction of pram crossings. ??? Removal and construction of traffic islands. ??? Kerb and channel upgrades. ??? Construction of catch pits and",Not Awarded,no responses,20201117 Auckland Transport,20787642,Request for Tenders,Closed Competition,488-19-107-PW2 - Oteha Valley Rd and Harrowglen Dr Pedestrian Safety Improvements,488-19-107-PW2,20190228,20190321,20190423,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the signalised intersection upgrade at Oteha Valley Road/Harrowglen Drive. The project is located in a predominantly residential area within the north Auckland suburb of Northcross. Oteha Valley Road is a strategically important arterial which connects a number of sububs such as Albany, Oteha and Northcross, and provides access to the northern motorway (SH1). It also provides a link onto adjacent arterial such as East Coast Road, Albany Highway and Dairy Flat Highway. Harrowglen Drive is a ???no exit??? local road which only provides access to there other cul-de-sacs. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the intersection improvement works as mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Installation of signalised traffic poles and associated service works. ??? Removal of obsolete signs and poles. ??? Kerb and channel upgrades. ??? Removal and construction of traffic islands. ??? Carriageway construction and reinstatement. ??? Carriageway high friction surfacing. ??? Sowing of new grass berm. ??? Installation of line marking and signage. ??? Any associated ancillary works required. ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20787950,Request for Tenders,Closed Competition,487-19-094-PW2 - James Fletcher Dr_Savill Dr and Felton Matthew_ St John Intersection,487-19-094-PW2,20190228,20190321,20190404,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the James Fletcher Drive / Savill Drive / Favona Road Improvements and the Felton Mathew Avenue / St Johns Road Intersection Signalisation. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to and make intersection improvements at and within the vicinity of the Felton Mathew Avenue / St Johns Road intersection and the James Fletcher Drive / Savill Drive / Favona Road intersection. Works include minor earthworks, pavement works, footpath construction including crossings, new kerb and channel, lighting installation, traffic signals installation, draingage construction, signs and linemarking. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20789847,Request for Tenders,Closed Competition,412-19-085-PW2 - Slip Remediation Work at 800 Huia Road,412-19-085-PW2,20190228,20190322,20190423,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Road Slip Remediation Works???800 Huia Road Project This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the road slip remediation construction works. The proposed road improvement section is located at the 800 Huia Road, Cornwallis. Works include earthworks, soil nailing, retaining wall construction, reinstatemtent of pavement and drainage construction,etc. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Not Awarded,no responses,20201117 Auckland Transport,20790056,Request for Tenders,Closed Competition,488-19-097-PW2 - Druces Road _ Kerrs Road Intersection Signalisation,488-19-097-PW2,20190228,20190322,20190423,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Druces Road / Kerrs Road Intersection Signalisation Project This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to signalize an existing T-intersection. The proposed improvements is at the intersection of Druces Road with Kerrs Road, in Wiri. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Installation of signalised traffic poles and associated service works. ??? Removal of obsolete signs and poles. ??? Kerb and channel upgrades. ??? Removal and construction of traffic islands. ??? Carriageway construction and reinstatement. ??? Carriageway high friction surfacing. ??? Sowing of new grass berm. ??? Installation of line marking and signage. ??? Any associated ancillary works required. ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20792881,Request for Tenders,Open Competition,336-19-368-AC Victoria St Carpark New Lift Construction,336-19-368-AC,20190301,20190412,20190607,,Sole Agency,No,,"Auckland Transport???s Victoria Street Car-Parking building is currently divided into 2 main structures, the northern and southern building structure. The existing lift on the northern side is small and inefficient and is overdue for renewal; it therefore provides poor customer amenity with a high risk of failure. To minimise customer disruption, Auckland Transport (AT) is commissioning a new lift shaft to be built and lift car commissioned before the existing lift is decommissioned for renewal. This Request for Tender (RFT) is for the construction and installation of new lift shaft and lift, as well as the replacement of the existing lift. The works will include ancillary works, such as mechanical, building and electrical services to facilitate the new lift shaft.",Awarded,,20201117 Auckland Transport,20797564,Request for Proposals,Open Competition,438-19-321-GS Auckland Transport Ambassadors,438-19-321-GS,20190304,20190325,20190520,,Sole Agency,No,procurement@at.govt.nz,"This RFP relates to the procurement of AT Ambassador Services for AT???s projects, campaigns, events and public transport disruptions across the wider Auckland region. The AT Ambassador is a person contracted by an organisation to represent Auckland Transport and helping to increase brand awareness and communicate positively any changes in the public transport network. This procurement offers a fantastic opportunity for a well-resourced brand management supplier to expand its presence in the Auckland region working on many prestigious projects and events including AMETI, DIDP (Downtown Infrastructure Development Programme), America???s Cup, APEC Conference, Women???s Rugby World Cup, Women???s Cricket World Cup, Men???s Softball World Cup, the Te Matatini Festival, The Auckland Bike Challenge, Auckland ASB Marathon, Farmers Santa Parade, other sporting events, concerts, the growing public transport network of new rail/bus interchanges, etc. You will also be supporting the RLTP (Regional Land Transport Plan) and Auckland Plan to include links between sustainability and Maori values. Collaborating with Auckland Transport to rethink procurement to improve access for diversity and setting the foundations for an inclusive procurement and achieving positive social outcomes for Auckland.",Awarded,All participants were notified of the outcome of this procurement.,20201117 Auckland Transport,20803496,Request for Tenders,Closed Competition,488-19-106-PW3 - Taharoto Rd and Karaka St Intersection Signals,488-19-106-PW3,20190305,20190319,20190423,,Sole Agency,No,,"A general description of the work required follows: Signalisation of an existing priotiry intersection between Taharoto Road and Karaka Street (Takapuna). The side road, Karaka Street, is to be arrowed by kerb build-out and removal of a pedestrian refuge island. Two signal controlled pedestrian crossing points are to be constructed with pram ramps and tactile paving; one across Taharoto Road, one across Karaka Street. Related work includes site clearance, drainage, signage, linemarking works, plus and street lighting coordination, as described in the drawings and schedules.",Awarded,,20201117 Auckland Transport,20803666,Request for Tenders,Closed Competition,487-19-093-PW3 - Golf Road footpath,487-19-093-PW3,20190305,20190318,20190325,,Sole Agency,No,,"The Whau Local Board plan to extend the footpath from where the existing path ends at No. 5 Golf Road through to 187 Portage Road on the northern side of Golf Road. In some sections, to construct a 1.8m footpath on a sloping berm, there will be retaining wall of up to around 500mm height required. The issue from residents and local schools was that pedestrians coming down Golf Road, and particularly those from the Astley Ave catchment, were having to cross Golf Road twice, as the northern berm was not suitable for walking on, particularly in winter. Children also found crossing Golf Road close to the Portage roundabout was particularly dangerous due to the speed of left turners from Portage Rd. An option to provide a raised table and safer crossing points was also requested. From the two options the Board supported the footpath extension as this provided the most safety benefits. Traffic Engineering reviewed the two proposed options and supported the footpath as the preferred one. This project provides safety improvements which is part of Auckland Transport???s overall vision to enhance safety for all road users. This will provide increased pedestrian safety at this site and encourage greater use of walking to school as a safe option for Blockhouse Bay Intermediate students. This project includes concrete footpath, gravel-filled and concrete vechicle crossings. Additional works include service locations, road signage and drainage upgrades and minor retaining wall and hand rail installation.",Awarded,,20201117 Auckland Transport,20804546,Request for Tenders,Closed Competition,412-19-086-PW2 - 74 and 80 Coulter Roads Retaining Walls Construction and Associated Works,412-19-086-PW2,20190305,20190326,20190426,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 74 & 80 Coulter Road Retaining Wall Construction. The Work of this Contract shall comprise of two Portions, with the following works included in each portion: ??? Portion 1 ??? 80 Coulter Road ??? Portion 2 ??? 74 Coulter Road This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the construction of two cantilevered retaining wall structures and subsequent drainage to reinstate the road to the pre-existing alignment at 74 Coulter Road, and reinstate with slight widening at 80 Coulter Road. Works include: ??? Liaison with First Gas and Watercare regarding excavation around existing services ??? Sediment and erosion control ??? Earth and rock drilling for UC piles ??? Excavation and disposal of soil ??? Construction of cantilevered UC retaining wall with timber laggings ??? Installation of a new stormwater pipelines and catchpits ??? Installation of Rock Rip Rap outfall structure ??? Installation of new sight rail ??? Pavement construction ??? Line marking Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/ It is important to note the award of Separable Portion 2 is dependent on other factors and is at the sole discretion of the Principal.",Awarded,,20201117 Auckland Transport,20808522,Request for Tenders,Closed Competition,411-19-110-PW2 - Tizard Road retaining wall,411-19-110-PW2,20190306,20190327,20190429,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 33 Tizard Road Landslide Remedial Works Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake remedial works for a landslide in Brassey Road Reserve located downslope of No.33 Tizard Road and the end of the formed section of Tizard Road, Birkenhead. An inground piled retaining wall will be constructed to retain the driveway due to ground instability. There are also footpaths, pavement and driveways required as part of the associated works. The proposed works to Tizard Road will require some traffic management and closure of the driveway of 33 Tizard Road. Care will need to be taken of the stormwater pipes that run nearby to the site and existing outlets may need to be temporarily relocated during construction. As the wall is supporting a driveway, building consent will be needed. An arborist???s assessment and report is likely to be required due to the works being in close proximity to mature trees. After this, a resource consent may be required. Remediation of the driveway, stormwater and adjoining driveway runoff will be required. The contractor will be required to liaise with ATOC for associated works, and make provision in their programme for the timing of the works. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Not Awarded,No responses,20201117 Auckland Transport,20812182,Request for Tenders,Closed Competition,412-19-104-PW3 - Whatipu Rd_Slip Repairs in the vicinity of RP3,412-19-104-PW3,20190307,20190320,20190423,,Sole Agency,No,,"This project encompasses the construction of a retaining wall on Whatipu Road, Huia. This includes but is not limited to traffic management, vegetation clearing, excavation, installation of soil nails, construction of a retaining wall, drainage, and landscaping .",Not Awarded,no responses,20201117 Auckland Transport,20827228,Request for Tenders,Closed Competition,488-19-102-PW2 - Weymouth Road Safety Improvement,488-19-102-PW2,20190312,20190402,20190429,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Weymouth Road Improvements project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the intersection improvement works as mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Installation of signalised traffic poles and associated service works. ??? Removal of obsolete signs and poles. ??? Kerb and channel upgrades. ??? Removal and construction of traffic islands. ??? Carriageway construction and reinstatement. ??? Carriageway high friction surfacing. ??? Sowing of new grass berm. ??? Installation of line marking and signage. ??? Any associated ancillary works required. ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20827462,Request for Tenders,Closed Competition,488-19-103-PW2 - Russell Road Safety Improvement,488-19-103-PW2,20190312,20190402,20190429,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Russell Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the intersection improvement works as mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Installation of signalised traffic poles and associated service works. ??? Removal of obsolete signs and poles. ??? Kerb and channel upgrades. ??? Removal and construction of traffic islands. ??? Carriageway construction and reinstatement. ??? Carriageway high friction surfacing. ??? Sowing of new grass berm. ??? Installation of line marking and signage. ??? Any associated ancillary works required. ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20831375,Request for Tenders,Closed Competition,411-19-109-PW2 Whangaripo Valley Road Land Subsidence & Retaining Wall Rehab,411-19-109-PW2,20190313,20190403,20190429,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Whangaripo Valley Road Land Subsidence & Retaining Wall Rehab. This project comprises three works sites all in close proximity to another and includes two roadside drainage installations and one retaining wall. Site 1 RP400m - Includes the installation of a deep standard manhole with scruffy dome lid, 450mm RCRRJ culvert pipe crossing the carriageway with a protected outlet and the installation of ???herringbone??? type subsoil drainage within the roadside shoulder in order to allow free drainage of the perched groundwater table on the northern side of the carriageway. Site 2 RP500m - The existing retaining wall located within the roadside shoulder on the northern side of the road and supports a large, steep, vegetated batter slope at up to approximately 45?? (1V:1H). The wall comprises a two layered gabion basket gravity retaining structure for a length of approximately 48m and has been undermined by scour and is in a failed condition, requiring remediation works. The wall has been in a poor condition for a number of years and replacement works are now recommended. It is proposed to support the existing wall, and embankment above, with a new timber pole retaining structure built immediately in front of the existing wall. Site3 PR620 ??? This site follows a similar methodology as the site at RP400, including the installation of a deep standard manhole with scruffy dome lid, 450mm RCRRJ culvert pipe crossing the carriageway with a protected outlet and the installation of ???herringbone??? type subsoil drainage within the roadside shoulder in order to allow free drainage of the perched groundwater table on the northern side of the carriageway. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). We require a contractor to carry out this project which comprises three works sites all in close proximity to another and includes two roadside drainage installations at RP400m and RP620m and one retaining wall at RP500m. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20844247,Request for Tenders,Closed Competition,488-19-111-PW2 Manukau Road and King Edward Ave - Pedestrian crossing facilities,488-19-111-PW2,20190315,20190405,20190429,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Manukau Road / King Edward Avenue Pedestrian Crossing Improvements project, which is generally along Manukau Road between Green Lane West and Campbell Cresent. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the pedestrian crossing improvement works as mentioned above. The works included in this package are: ??? Location and protection of utility services. ??? Removal of existing earth materials, footpaths, kerb and channel and pavement. ??? Footpath construction and renewal. ??? Removal and construction of pram crossings. ??? Installation of signalised traffic poles and associated service works. ??? Removal of obsolete signs and poles. ??? Kerb and channel upgrades. ??? Construction of new pre-cast traffic islands. ??? Carriageway construction and reinstatement. ??? Carriageway high friction surfacing. ??? Sowing of new grass berm. ??? Installation of line marking and signage. ??? Any associated ancillary works required. ??? Coordination with lighting contractor ??? see note below. Note ??? The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,20201117 Auckland Transport,20898404,Request for Tenders,Closed Competition,411-19-115-PW2 Sunset Road,411-19-115-PW2,20190401,20190430,20190606,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 12-24 Sunset Road Retaining Wall. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This contract is for the construction of a 115m long timber pole retaining wall and footpath between 12-24 Sunset Road, Unsworth Heights. Investigations have identified that the existing timber pole retaining wall is failing and a replacement retaining structure is required. The site is located between the road carriage way and access way that services the residential dwellings between 12-24 Sunset Road. Sunset Road is a two-lane urban collector route that carrys an approximate 12,700 vehilces per day. Pedestrians, public transport, emergency services, residents and local business all use the road.",Not Awarded,"Note that AT has decided not to go ahead by accepting the lowest tender but rather to re-tender. Kind regards, AT Procurement",20201117 Auckland Transport,20946394,Request for Tenders,Closed Competition,487-19-116-PW3 Blue Gum Drive Footpath,487-19-116-PW3,20190415,20190506,20190606,,Sole Agency,No,,"Blue Gum Drive is a cul-de-sac road. It is currently fully developed with kerb and channel both sides and concrete vehicle crossings serving properties. The Rodney Local Board plan to install a new concrete footpath on its north-west side ??? right hand side traveling down the road. This project does not have any particular strategic fit, however provides safety improvements, which is part of Auckland Transport???s overall vision to enhance safety for all road users. This project will provide increased pedestrian safety at this site and encourage greater use of walking to school as a safe option for Mahurangi College students. Additional works include vehicle crossings re-grading, storm water improvements, road sign upgrade and tree trimming works.",Awarded,,20201117 Auckland Transport,20955596,Request for Tenders,Closed Competition,487-19-083-PW3 Otara,487-19-083-PW3,20190417,20190507,20190606,,Sole Agency,No,,"This project includes the reconstruction of approximately 500m?? of footpath to match the wavy pattern that exists in other parts of the shopping centre nearby. The work includes laying concrete paver bands, McCallums chip infill concrete and grey exposed aggregate concrete. Maintaining access to the adjacent shops during business hours is a specific requirement of this project.",Not Awarded,There were no tender submissions received. AT may re-tender after few months.,20201117 Aviation Security Service,16989105,Request for Proposals,Open Competition,Assessment Centre Services for Selecting Avsec's Future Frontline Leaders,2015/001,20151117,20151130,20170914,,Sole Agency,No,,"The Authority is looking for a highly experienced assessment centre Supplier who has the capability, capacity and infrastructure to deliver assessment services during 2016. The successful Supplier must have significant experience in facilitating assessment centre methodology.",Awarded,,20201117 Aviation Security Service,18203123,Request for Proposals,Open Competition,Cabin Baggage Screening Smartlanes at Auckland International Airport,2016/001,20161213,20170207,20170705,,Sole Agency,No,,"The Aviation Security Service (Avsec) is looking to implement Smart Security and automation, in line with IATA guidance, to it's cabin baggage screening lanes at Auckland Airport International Departures. We are seeking a solution that will improve security outcomes, whilst maintaining or improving other performance outcomes and processing the forecast passenger volumes in the most efficient way. The solution implemented at Auckland will form the basis for any potential solution for Smart lane implementations at departure areas at other New Zealand airports. We are seeking to appoint a capable and experienced provider (or providers, under a Prime supplier) to provide a mature design solution which fulfils the project objectives to: strengthen security; improve passenger experience; and increase operational efficiency. The selected Vendor will be expected to provide the professional services required to implement the solution, and on-going support to the Aviation Security Service for the life of the contract.",Awarded,,20201117 Aviation Security Service,19011358,Request for Proposals,Open Competition,Airport Identity Card Information System,,20170911,20171027,20180809,,Sole Agency,No,,"The Aviation Security Service (Avsec) is seeking a replacement for its Airport Identity Card Information System. Each year this system is used to produce approximately: ??? 15,000 permanent airport identity cards (AICs) for workers at security designated airports in New Zealand and ??? 70,000 temporary AICs for workers at those airports. Avsec is open to considering how the new solution could make the invoicing of, and payment for, AICs more efficient. There will need to be a way to collect the invoicing information to produce an invoice, the payment of which can be tracked and matched to the invoice number in Finance One. Deadline for this RFP is 27 October 2017 at 12pm",Not Awarded,Negotiations have been discontinued as per clause 6.9(a) of the RFP terms. This procurement is now cancelled as per clause 6.23(a)(i) of the RFP terms.,20201117 Aviation Security Service,19788692,Request for Tenders,Open Competition,Advanced Imaging Technology (AIT),,20180605,20180717,20181116,,Sole Agency,No,,"The purpose of this Request for Tender (???RFT???) is to invite external companies to submit their proposals to Avsec for the provision of Advanced Imaging Technology, together with information on their skills, services and experience in providing such services/products, and to select of one (or more) proposals for further negotiation. Avsec will then enter into a contract with the successful party. Avsec are purchasing Advanced Imaging Technology passenger screening devices (AIT) at all passenger screening points, as part of a national system. This will improve security effectiveness by the detection of non-metallic and other anomalies, applied to all, or a proportion of randomly selected passengers. Included in this purchase is the provision for; o Installation and commissioning of AIT Passenger Screening machines. o Operator and first level maintainer training, supporting manuals. o Initial maintenance spares, specialist tools and test equipment as required to meet normal operations. o Maintenance and repair support in order to maintain planned operational performance While this tender is for Tranche 1, the selected vendor will be asked to supply equipment in Tranche 2, once funding approval is achieved. They will be asked to provide a fixed price on equipment to be supplied for Tranche 2. o Tranche 1 ??? implementation of 4 units in FY18/19 o Tranche 2 - 21 units in FY 20/21 Tenderers interested in pursuing this opportunity should request a supplementary information pack containing details relevant to this tender from the email address below. Requests for supplementary information will be treated as an expression of interest.",Awarded,,20201117 Bay of Plenty Regional Council,9696659,Request for Tenders,Open Competition,Requests for Tender - Kopeopeo Canal Contamination Remediation Project - Independent Monitor,Contract Number 2014 0120,20150310,20150408,20150812,,Sole Agency,No,,Bay of Plenty Regional Council (Technical Services Group) as consent holder is seeking Requests for Tender (RFT) from experienced contractors who are appropriately qualified and experienced in contaminated land remediation for the role of Independent Monitor for the Kopeopeo Canal Contamination Remediation Project. Expertise with large-scale dioxin investigation and remediation projects is desirable. The role requires a high level of technical expertise and the ability to engage with the local community and be on-site for monitoring activities.,Not Awarded,Contract was awarded.,20201117 Bay of Plenty Regional Council,14511200,Request for Proposals,Open Competition,2016 0026 Project Manager,2016 0026,20150730,20150813,20150911,,Sole Agency,No,,"Contract Project Manager ??? Request for Proposal BOPRC want to engage, under contract, a qualified project manager to assist in delivering services for the Rotorua Te Arawa Lakes Programme. The successful contractor will be responsible for: 1. The creation, oversight and updating of project plans and schedules with individual project managers. 2. Oversight and review of our risk register, issues register and other key Programme registers. 3. Assistance with change control, configuration management and quality management as required. 4. Participation in Programme Governance as required. 5. Implementation of audit recommendations and preparation for and management of future audits. 6. Project Management of the approval of a new Nutrient Data Management System and other projects as they arise. 7. Maintaining and updating, as necessary, all Programme Management documents to ensure they assist with efficient and effective Programme and Project Management. 8. Mentoring and training. 9. Specialist advice and guidance to Programme Manager and Programme Governance as required. The activities that are listed in the schedule are estimated to take approximately 25 hours per week. We would however like the ability to be able to engage the project manager on a needs as basis as up to 40 hours per week. An office desk and equipment could be provided if required, we would however be happy to accept proposals that do not require this and/or a combination of both. There are no direct reports to the role. Organisational vehicles can be used for work travel and if required a mileage allowance in line with IRD rates would be paid for personal vehicle use for work travel only.",Awarded,,20201117 Bay of Plenty Regional Council,16498388,Request for Tenders,Open Competition,20016 0062 Coastal Care Kaituna,,20150914,20151009,20151117,,Sole Agency,No,,"Coast Care is a partnership between communities and local government to protect, enhance and restore the natural coastal environment with a focus on dune systems. In practice this means planting native dune species, managing dune access, controlling weeds and pest animals, raising awareness and education. Since 1994 about half of the 156km of sandy coastline has been worked on by Coast Care staff and volunteers with considerable success. The programme is funded by the following six agencies: The Department of Conservation, ??p??tiki, Whakat??ne and Western Bay of Plenty District Councils, Tauranga City Council and Bay of Plenty Regional Council. Coast Care Bay of Plenty was formally created in 1994 in response to continuing degradation of natural dune systems (75% of the 12,000 hectares of indigenous dunelands present in the BOP in pre-human times have been lost through land use change and other threats). Dune degradation reduces their ecological value, which is significant because natural dune vegetation and animal communities are nationally threatened. Dune degradation also increases the risk to property and infrastructure from coastal processes and hazards. Finally, dune degradation can reduce the amenity value of beaches. The programme is community led and joint agency funded to reflect the numerous interests in the coastal environment, and the value placed on beaches by the Bay of Plenty (BOP) community. The Coast Care programme is delivered across three BOPRC activities ??? this contract pertains to Coast Care delivery with the Kaituna Integrated Catchment Management Activity in the Kaituna Water Management Area (WMA). A copy of the ???Long term plan for partner agencies of Coast Care Bay of Plenty??? is available upon request, or from Bay of Plenty Regional Council???s website. Go to: http://www.boprc.govt.nz.",Awarded,,20201117 Bay of Plenty Regional Council,16498479,Request for Tenders,Open Competition,2016 0063 Coastal Care Tauranga,2016 0063,20150914,20151009,20151117,,Sole Agency,No,,"Coast Care is a partnership between communities and local government to protect, enhance and restore the natural coastal environment with a focus on dune systems. In practice this means planting native dune species, managing dune access, controlling weeds and pest animals, raising awareness and education. Since 1994 about half of the 156km of sandy coastline has been worked on by Coast Care staff and volunteers with considerable success. The programme is funded by the following six agencies: The Department of Conservation, ??p??tiki, Whakat??ne and Western Bay of Plenty District Councils, Tauranga City Council and Bay of Plenty Regional Council. Coast Care Bay of Plenty was formally created in 1994 in response to continuing degradation of natural dune systems (75% of the 12,000 hectares of indigenous dunelands present in the BOP in pre-human times have been lost through land use change and other threats). Dune degradation reduces their ecological value, which is significant because natural dune vegetation and animal communities are nationally threatened. Dune degradation also increases the risk to property and infrastructure from coastal processes and hazards. Finally, dune degradation can reduce the amenity value of beaches. The programme is community led and joint agency funded to reflect the numerous interests in the coastal environment, and the value placed on beaches by the Bay of Plenty (BOP) community. The Coast Care programme is delivered across three BOPRC activities ??? this contract pertains to Coast Care delivery with the Kaituna Integrated Catchment Management Activity in the Kaituna Water Management Area (WMA). A copy of the ???Long term plan for partner agencies of Coast Care Bay of Plenty??? is available upon request, or from Bay of Plenty Regional Council???s website. Go to: http://www.boprc.govt.nz.",Awarded,,20201117 Bay of Plenty Regional Council,16498498,Request for Tenders,Open Competition,2016 0064 Coastal Care Waihi Beach,2016 0064,20150914,20151009,20151117,,Sole Agency,No,,"Coast Care is a partnership between communities and local government to protect, enhance and restore the natural coastal environment with a focus on dune systems. In practice this means planting native dune species, managing dune access, controlling weeds and pest animals, raising awareness and education. Since 1994 about half of the 156km of sandy coastline has been worked on by Coast Care staff and volunteers with considerable success. The programme is funded by the following six agencies: The Department of Conservation, ??p??tiki, Whakat??ne and Western Bay of Plenty District Councils, Tauranga City Council and Bay of Plenty Regional Council. Coast Care Bay of Plenty was formally created in 1994 in response to continuing degradation of natural dune systems (75% of the 12,000 hectares of indigenous dunelands present in the BOP in pre-human times have been lost through land use change and other threats). Dune degradation reduces their ecological value, which is significant because natural dune vegetation and animal communities are nationally threatened. Dune degradation also increases the risk to property and infrastructure from coastal processes and hazards. Finally, dune degradation can reduce the amenity value of beaches. The programme is community led and joint agency funded to reflect the numerous interests in the coastal environment, and the value placed on beaches by the Bay of Plenty (BOP) community. The Coast Care programme is delivered across three BOPRC activities ??? this contract pertains to Coast Care delivery with the Kaituna Integrated Catchment Management Activity in the Kaituna Water Management Area (WMA). A copy of the ???Long term plan for partner agencies of Coast Care Bay of Plenty??? is available upon request, or from Bay of Plenty Regional Council???s website. Go to: http://www.boprc.govt.nz.",Not Awarded,Awarded to Floragrow,20201117 Bay of Plenty Regional Council,16498512,Request for Tenders,Open Competition,2016 0067 Coastal Care Eastern,2016 0067,20150914,20151009,20151117,,Sole Agency,No,,"Coast Care is a partnership between communities and local government to protect, enhance and restore the natural coastal environment with a focus on dune systems. In practice this means planting native dune species, managing dune access, controlling weeds and pest animals, raising awareness and education. Since 1994 about half of the 156km of sandy coastline has been worked on by Coast Care staff and volunteers with considerable success. The programme is funded by the following six agencies: The Department of Conservation, ??p??tiki, Whakat??ne and Western Bay of Plenty District Councils, Tauranga City Council and Bay of Plenty Regional Council. Coast Care Bay of Plenty was formally created in 1994 in response to continuing degradation of natural dune systems (75% of the 12,000 hectares of indigenous dunelands present in the BOP in pre-human times have been lost through land use change and other threats). Dune degradation reduces their ecological value, which is significant because natural dune vegetation and animal communities are nationally threatened. Dune degradation also increases the risk to property and infrastructure from coastal processes and hazards. Finally, dune degradation can reduce the amenity value of beaches. The programme is community led and joint agency funded to reflect the numerous interests in the coastal environment, and the value placed on beaches by the Bay of Plenty (BOP) community. The Coast Care programme is delivered across three BOPRC activities ??? this contract pertains to Coast Care delivery with the Kaituna Integrated Catchment Management Activity in the Kaituna Water Management Area (WMA). A copy of the ???Long term plan for partner agencies of Coast Care Bay of Plenty??? is available upon request, or from Bay of Plenty Regional Council???s website. Go to: http://www.boprc.govt.nz.",Awarded,,20201117 Bay of Plenty Regional Council,17250718,Request for Proposals,Open Competition,RFP 2016 0215 eastern Bay of Plenty bus services,RFP 2016 0215,20160226,20160331,20160607,,Sole Agency,No,"Bay of Plenty Regional Council, 87 First Avenue, Tauranga 3110 by 4pm on 31 March 2016","Eastern Bay of Plenty public bus service tender for service: 1. Whakatane to Ohope 2. Whakatane to Tauranga 3. Whakatane to Matata 4. Whakatane to Kawerau 5. Whakatane to Opotiki",Awarded,"Tender Outcome Notice ??? RFT 2016 02015 Eastern Bay of Plenty Bus Service Name of the selected tenderer: Madge Coachlines Ltd Trading as Uzabus Price of the selected tender (for the first year): $342,092.22 (GST exclusive) Number of conforming and alternative tenders received: Two conforming tenders were received. There were no alternative tenders. Mike Furniss Transport Operations Officer",20201117 Bay of Plenty Regional Council,17621752,Request for Tenders,Open Competition,RFT 2016 0292 RANGITAIKI - TARAWERA RIVERS SCHEME,2016 0292,20160622,20160714,20160914,,Sole Agency,No,Bay of Plenty Regional Council Quay Street Whakatane,"Tenders are invited from suitably experienced contractors for the Rangit??iki Floodway Widening Stopbank Reconstruction works on the Rangitaiki-Tarawera Rivers Scheme, in the Thornton area. The works involve the: The excavation of new canal cut over a distance of 640 lineal metres with an earthworks quantity of approximately 38,000 m3. The construction of 3.40 hectares of overlay earthworks using onsite canal cut material. The supply and installation of approximately 7,800m2 of geotechnical fabric for canal batters. The supply and placing of 5,600 tonne of rock rip rap for canal batters and pump bay. Other associated earthworks. The expected contract commencement date is mid - September 2016.",Not Awarded,Awarded to Doug Gerrand,20201117 Bay of Plenty Regional Council,17657318,Request for Tenders,Open Competition,2016 0260 DB Frasers Bridge over the Reids Canal,,20160704,20160805,20160916,,Sole Agency,No,,"To design and build a Rural Bridge (20m span) over the Reids Central Canal, on the Rangitaiki Plains Whakatane, south of Thornton Road.",Not Awarded,Awarded to Mahy Crane Hire,20201117 Bay of Plenty Regional Council,17698747,Request for Proposals,Open Competition,2016 0278 - Marine Biosecurity Surveillance,2016 0278,20160715,20160810,20160913,,Sole Agency,No,,This procurement relates to the delivery of Marine biosecurity surveillance within the Bay of plenty. Previously these have been provided by the University of Waikato over 2015-2016. Going forward we wish to increase the intensity of the surveillance.,Not Awarded,The contract was awarded to the University of Waikato,20201117 Bay of Plenty Regional Council,17898086,Request for Quotations,Open Competition,2017 0034 - Supply of EnergyStar Heat Pumps,,20160912,20161005,20170704,,Sole Agency,No,,This Request for Quotes (RFQ) invites Respondents to quote for the supply of EnergyStar?? heat pumps for Bay of Plenty Regional Council???s Low-Income Heating Grant Scheme (LIHG).,Not Awarded,,20201117 Bay of Plenty Regional Council,17899954,Request for Proposals,Open Competition,2017 0025 - Papamoa Hills Regional Park Forestry Harvest,2017 0025,20160913,20161004,20170131,,Sole Agency,No,,"Council is looking for a Bay of Plenty Accredited Forestry Operator in both forestry harvest and earthworks who have the capability and experience to complete the harvesting of the P??p??moa Hills Regional Park woodlot safely, on time and within an agreed pricing formula. As well as have a proven track record in the management and has a genuine respect for cultural protocols.",Not Awarded,No Responses received,20201117 Bay of Plenty Regional Council,18020800,Request for Quotations,Open Competition,"2017 0037 - RFQ Pest Fish Surveillance, Control and Scientific Support",2017 0037,20161011,20161026,20170509,,Sole Agency,No,N/A,"We require a Contractor/s that can provide a Maritime New Zealand surveyed vessel, of an appropriate size, that can undertake the following services: - Setting and retrieving nets to capture freshwater fish, primarily fyke nets. - Accurately capture and record data. - Identify freshwater fish species. - Provide skippering services to support science programme. The services will primarily be based around the Rotorua Lakes but may require travel to other parts of the Bay of Plenty region.",Not Awarded,Awarded to Ewert Contracting.,20201117 Bay of Plenty Regional Council,18078316,Request for Tenders,Open Competition,2016 0290 ??? Rangitaiki-Tarawera River Scheme ??? Rangitaiki Floodway Widening - Wick Drain Installation Stage 3A,2016 0290,20161027,20161117,20170131,,Sole Agency,No,,"The excavation of approximately 1,000 m of wick drainage trench",Not Awarded,Awarded to Fulton Hogan,20201117 Bay of Plenty Regional Council,18213596,Request for Proposals,Open Competition,Supply and Installation of Insulation for Council's Rotorua Insulation Schemes,2017 0081 and 2017 0036,20161208,20170124,20170405,,Sole Agency,No,,The supply and installation of insulation for the Bay of Plenty Regional Council. We currently have two insulation schemes operating: the Low-Income Heating Grant Scheme (LIHG) and the Hot Swap Scheme. Respondents will need to indicate which scheme (or schemes) they are tendering for and submit a pricing schedule for each Contract.,Not Awarded,"Contract 2017 0036 – Supply and Installation of Insulation for Council’s Rotorua Hot Swap Scheme Awarded to: • Easy Insulation Limited (39 Raywood Crescent, Taupō) • Waitara Initiatives Supporting Employment (97 Mould Street, Waitara) Each Contract has a Maximum Contract Value of $400,000 excl. GST Contract 2017 0081 – Supply and Installation of Insulation for Council’s Rotorua Low-Income Heating Grant Schemes Awarded to: • Easy Insulation Limited (39 Raywood Crescent, Taupō) • Waitara Initiatives Supporting Employment (97 Mould Street, Waitara) Each Contract has a Maximum Contract Value of $400,000 excl. GST",20201117 Bay of Plenty Regional Council,18253497,Request for Proposals,Open Competition,2017 0083 - Service Providers for Rotorua Clean Heat Schemes,2017 0083,20161219,20170131,20170405,,Sole Agency,No,,Supply of heating appliances for Bay or Plenty Regional Council's Rotorua clean heat scheme.,Not Awarded,"Contract 2017 0083 – Service Providers for Rotorua Clean Heat Schemes Awarded to: • C J Hanson Contracting Limited (53 Fairy Springs Road, Rotorua) • Easy Insulation Limited (39 Raywood Crescent, Taupō) • The Fireman Limited (21 Old Taupō Road, Rotorua) Each Contract has a Maximum Contract Value of $1,087,500 exclusive GST per annum",20201117 Bay of Plenty Regional Council,18862021,Request for Proposals,Open Competition,2018 0011 - RFP BOP Freshwater Opportunities Barriers Study,2018 0011,20170726,20170822,20190520,,Sole Agency,No,N/A,"We are seeking assistance in undertaking a study to evaluate the opportunities and barriers to economic growth in the Bay of Plenty, in a freshwater context. The role of fresh water and water infrastructure in the sustainable economic development of the Bay of Plenty region will be identified, credible future scenarios will be developed and details of opportunities and barriers (including proposed solutions) will be defined. The output of this work will underpin the future direction of economic growth and the development of water infrastructure in the Bay of Plenty region. This study will identify the best future use of the Bay of Plenty???s freshwater resource, in an economic development context. This is particularly important given that the BoP region is one of the government???s priority regions within the Regional Growth Programme.",Awarded,,20201117 Bay of Plenty Regional Council,19104018,Request for Proposals,Open Competition,"2018 0005 ??? Design, Build, Test and Release a Disaster Waste Management Plan Template",,20171006,20171031,20190520,BOPRC Procurement,Sole Agency,No,,"The output developed will provide Local Government agencies with an off the shelf template for managing waste generated in a disaster event. By drawing together localised data, hazard scenarios and capacity to inform planning decisions around waste management and emergency preparedness. This will enable local government authorities (Territorial Local Authorities/Regional Council???s/Unitary Authorities), civil defence responders, and central government ministries to adequately plan and prepare for and manage waste generated through a disaster event occurring in New Zealand",Awarded,,20201117 Bay of Plenty Regional Council,19215988,Request for Tenders,Open Competition,2018 0062 - Canal 109 Culvert Renewal and Upgrade,2018 0062,20171109,20171201,20190508,BOPRC Procurement,Sole Agency,No,,"Tenders are invited from suitably qualified civil construction contractors for the works as described in the Scope of Works. Briefly the works includes: ???Construction of temporary works too allow access across the canal; ???Construction of new stopbank; ???Construction of new culvert and headwalls ???Installation of gravel raft and riprap ???Demolition and removal of old redundant culvert;",Not Awarded,No responses received. Would be publishing the tender for this work in the future.,20201117 Bay of Plenty Regional Council,19220487,Request for Tenders,Open Competition,Rangit??iki Floodway Widening Stage 4,2018 0055,20171110,20171208,20190508,BOPRC Procurement,Sole Agency,No,,"??? Dismantling of existing stopbank; ??? Construction of new stopbank; ??? Excavation of canal widening cut including new bifurcation canal cut; ??? Construction of overlays; ??? Installation of new pump station and drainage culverts including demolition of existing structures; ??? Demolition and removal of old redundant cow shed structure;",Awarded,,20201117 Bay of Plenty Regional Council,19241533,Request for Proposals,Open Competition,Western Bay of Plenty Bus Services,2018 0068/2018 0069,20171121,20180118,20180415,BOPRC Procurement,Sole Agency,No,"Bay of Plenty Regional Council, 87 First Avenue. Tauranga 3110",,Awarded,,20201117 Bay of Plenty Regional Council,19387517,Request for Proposals,Open Competition,2018 0075 - Project Manager and Project Implementation / Operations Coordination,2018 0075,20180123,20180214,20180517,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council is looking for a Project Manager to provide a project management approach to the planning and delivery of a five year Wetland Restoration project in the Rangit??iki Catchment, funded by the Ministry for the Environment???s Freshwater Improvement Fund. The Project Manager would be accountable for the successful delivery of the programme of work and is responsible for leading and directing the project, and providing support to the project governance, through planning, reporting, coordination, scheduling and resourcing activities for the project with third party service providers and the community as required.",Not Awarded,"Thank you to all Respondents who submitted RFP's. The contract has been awarded to Place Group Limited.",20201117 Bay of Plenty Regional Council,19446346,Request for Proposals,Open Competition,2018 0098 - Tauranga Air Emissions Inventory,2018 0098,20180213,20180329,20190520,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council is looking for suppliers to submit their proposal for Tauranga Air Emission Inventory Project. Tauranga area has a number of air contaminant sources contributing to poor ambient air quality particularly in Mount Maunganui and at the Port of Tauranga. To address air quality issues, the BOPRC may need to introduce policies and regulations to manage air discharges and carry out compliance and enforcement action. The BOPRC requires an air emissions inventory to inform any policy and regulation development and enforcement actions. The inventory must include all sources of key contaminants including (as a minimum) particulate matter (TSP, PM10, PM2.5), CO, CO2, Oxides of Nitrogen, O3, SO2, dioxins, VOCs, and H2S. These will most likely include domestic sources, industrial discharges, shipping emissions, natural sources and traffic.",Awarded,,20201117 Bay of Plenty Regional Council,20258718,Request for Tenders,Open Competition,2018 0107 - Waitangi Stream Remediation and Erosion Protection Works,2018 0107,20181008,20181109,20190520,BOPRC Procurement,Sole Agency,No,,"??? Undertake minor earthworks in a stream; ??? Undertake bulk filling and construct gabion baskets; ??? Place rip rap as per design;",Awarded,,20201117 Bay of Plenty Regional Council,20269750,Request for Quotations,Open Competition,2019 0001 - Navigational Aid Maintenance and Debris Removal,2019 0001,20181010,20181102,20190520,BOPRC Procurement,Sole Agency,No,,"* Log Recovery * Response to sundry hazards * Navigation Hazards * Navigation Aid Repairs",Awarded,,20201117 Bay of Plenty Regional Council,20366807,Request for Tenders,Open Competition,2019 0038 - Ohau Diversion Wall Corrosion Mitigation,2019 0038,20181102,20181130,20190520,BOPRC Procurement,Sole Agency,No,,"??? Measure up, supply and fabrication of 150PFC waler channels; ??? Clean, prepare walers and apply coating system; ??? Install walers to Ohau Diversion Wall. A detailed scope of works is included in the project specification.",Not Awarded,RFP did not attract enough interest. So decided to review the requirement and publish it at a later date..,20201117 Bay of Plenty Regional Council,20367686,Request for Tenders,Open Competition,"2019 0036 - Rangitaiki Floodway Stage 5 - Thornton Hall Road, Bridge and Bifurcation",2019 0036,20181102,20181130,20190520,BOPRC Procurement,Sole Agency,No,,"Works include: ??? Canal Widening, Stopbank and Overlay Construction proposal for Reid???s Central Canal at Thornton. ??? The excavation of the approx. 180 lineal metres of bifurcation canal cut ??? the bifurcation cut spans from Thornton Hall Road to meet with Reid???s Central Canal on the left bank. ??? Topsoil stripping (200mm depth cut) and later re-laid over new constructed areas (on top of design levels) ??? The supply and installation of geotechnical fabric for the new canal bifurcation. ??? Supply, cart to site and place rock rip rap to the new canal cut margin. ??? Construction of new bridge and road alignment ??? Work in with other contractors on relocation of services (Power, Coms) ??? Relocate water main",Awarded,,20201117 Bay of Plenty Regional Council,20371582,Request for Proposals,Open Competition,Public Consultation and Engagement (PCE) Project system,2018 0128,20181105,20181123,20190508,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council (BOPRC) is looking to procure a platform that will allow our staff to engage and consult (both formally and informally) with the public in a clear and consistent way. Please refer to the attached RFP document for more details about this opportunity.",Awarded,,20201117 Bay of Plenty Regional Council,20496197,Request for Quotations,Open Competition,2019 0019 - Supply of Plants - Kaituna Catchment,2019 0019,20181129,20181214,20190508,BOPRC Procurement,Sole Agency,No,,"Over the next 3-5 years Bay of Plenty Regional Council will be delivering significantly on council outcomes to improve freshwater and protect the environment through the implementation of flagship environmental restoration projects. This involves contractor to source, propagate and grow high quality eco-sourced indigenous revegetation plants fit for immediate planting onto four large restoration sites in the Kaituna Catchment:",Awarded,,20201117 Bay of Plenty Regional Council,20560733,Request for Proposals,Open Competition,2019 0067 - Rotorua Hot Swap Heating Service Providers,2019 0067,20181217,20190125,20190612,BOPRC Procurement,Sole Agency,No,,There are approximately 3000 non-compliant SFBs remaining in Rotorua. Owners have the opportunity to use the Hot Swap Scheme to replace them. Council is seeking a pool of service providers who can supply and install: heat pumps; wood burners; ultra-low emission burners; flued gas fires; infrared heaters; pellet fires; and heat transfer systems for the Scheme. Please find more information in the attached RFP documents.,Awarded,"Contract awarded to following companies Supplier Names: Easy Insulation Limited (2019 0067-01) Smart Energy Solutions (2019 0067-02) Infracomfort Limited (2019 0067-03) Contract Amount: $1,560,000.00 per annum. Contract End Date: 30.06.21",20201117 Bay of Plenty Regional Council,20560860,Request for Proposals,Open Competition,2019 0065 - Rotorua Hot Swap Insulation Service Providers,2019 0065,20181217,20190125,20190612,BOPRC Procurement,Sole Agency,No,,Bay of Plenty Regional Council invites Respondents to submit a proposal for the supply and installation of insulation for Bay of Plenty Regional Council???s voluntary targeted rate scheme that is called Hot Swap. Please find more details in the attached RFP documents.,Awarded,"Contract awarded to Following suppliers Name of Suppliers Easy Insulation Limited (2019 0065-01) Smart Energy Solutions (2019 0065-02) Value of Contract awarded $540,000.00 per annum. Contract End Date 30.06.21",20201117 Bay of Plenty Regional Council,20565079,Request for Quotations,Open Competition,2019 0070 - Coast Care Plant Supply,2019 0070,20181218,20190201,20190520,BOPRC Procurement,Sole Agency,No,,"BOPC is wanting to procure Bay of Plenty eco-sourced dune plants in specified grades (sizes) fit to be planted directly into the dune environment. Approximately 45,000 - 65,000 plants are required each year for four years with exact numbers and species for year 2-4 to be agreed 18 months prior to delivery. Plant delivery will begin in May each year and be complete by October. Delivery of plants to our depots is to be included in the contract. A plant list is attached as Schedule three of the Contract document. This details plant numbers for the 2020 planting season and approximate proportions of each species for the following 3 years.",Awarded,,20201117 Bay of Plenty Regional Council,20633083,Request for Proposals,Open Competition,2019 0042 Coast Care works for Tauranga & Waihi,2019 0042,20190123,20190211,20190508,BOPRC Procurement,Sole Agency,No,,"Coast Care Bay of Plenty is a well-established partnership programme between Bay of Plenty Regional Council, Tauranga City, Western Bay of Plenty District, Whakatane District, Opotiki District and the Department of Conservation. We are looking for fit, energetic and public facing contractor, with good logistical and communication skills ready to deliver the operational needs of Coast Care Bay of Plenty at Tauranga & Waihi locations.",Awarded,,20201117 Bay of Plenty Regional Council,20633163,Request for Proposals,Open Competition,2019 0043 - Coast Care works for Kaituna,2019 0043,20190123,20190211,20190508,BOPRC Procurement,Sole Agency,No,,"Coast Care Bay of Plenty is a well-established partnership programme between Bay of Plenty Regional Council, Tauranga City, Western Bay of Plenty District, Whakatane District, Opotiki District and the Department of Conservation. We are looking for fit, energetic and public facing contractor, with good logistical and communication skills ready to deliver the operational needs of Coast Care Bay of Plenty at Kaituna location.",Awarded,,20201117 Bay of Plenty Regional Council,20633212,Request for Proposals,Open Competition,2019 0044 Coast Care works for Eastern and Rangitaiki,2019 0044,20190123,20190211,20190508,BOPRC Procurement,Sole Agency,No,,"Coast Care Bay of Plenty is a well-established partnership programme between Bay of Plenty Regional Council, Tauranga City, Western Bay of Plenty District, Whakatane District, Opotiki District and the Department of Conservation. We are looking for fit, energetic and public facing contractor, with good logistical and communication skills ready to deliver the operational needs of Coast Care Bay of Plenty at Eastern and Rangitaiki.",Awarded,,20201117 Bay Venues Ltd,20045429,Request for Proposals,Open Competition,Tauranga CBD Recreation & Leisure Hub Feasibility Study,,20180824,20180928,20190109,,Sole Agency,No,"Tender Box CBD Recreation & Leisure Hub Feasibility Study, Justine Brennan Bay Venues Limited 81 Truman Lane Mt Maunganui 3175","Bay Venues Limited (also referred to as BVL and ???the Buyer???) is a Council Controlled Company (CCO) established in 2013. BVL own and manage a network of 24 recreation and leisure venues across Tauranga, Mount Maunganui and Papamoa, on behalf of Tauranga City Council (TCC). Bay Venues Ltd have responsibility for planning for the long-term future of this network to ensure it continues to provide for the diverse range of needs of the growing population. BVL???s purpose is: ???We are the kaitiaki of community facilities. We care for and optimise our facilities to create value for Tauranga City and enhance the quality of life of its people, now and into the future???. To achieve this, our network of facilities need to be fit for purpose, well utilised and future proofed. BVL is seeking qualified, capable and experienced suppliers (also referred to as consultants and ???Respondents???) to undertake a detailed feasibility study to further investigate the opportunity to develop a contemporary, multipurpose recreation and leisure hub in the Tauranga CBD. This facility could incorporate aquatics, community centre space, indoor courts, fitness centre, retail and potentially aquatic leisure tourism (hot pools and spa facilities). The 2018-2028 TCC Long-Term Plan (LTP) currently includes $30 million of capital funding for a new facility, split across two financial years with $5million in 2022 and $25 million in 2023. The funding is provisional on the outcomes of this feasibility study. Ultimately the feasibility study will be used by BVL to inform Tauranga City Council (TCC) decision making and to determine whether a multipurpose recreation and leisure hub in the CBD will be progressed.",Not Awarded,Contract Awarded to Visitor Solutions,20201117 Buller District Council,20768195,Request for Proposals,Closed Competition,"Buller District Council Building Upgrades - Pre-Construction, Design & Construction",18-19-05,20190226,20190503,20190614,,Sole Agency,No,,,Not Awarded,"Thank you for the time and effort you have put into your proposal for the above project. However, due to an unexpected development the Council have an opportunity to undertake a partnership with local iwi which may enabling funding to become available to build a full new council building. While the timing of this opportunity arising was not ideal as significate effort had been invested by both the tenderers and by Council into the evaluation process, it was clear that a revision of the project was in the best interests of both Council and the community. For this reason, we regret to advise that pursuant to clause 6.23 (a) (i) of the above Request for Proposals (RFP), the Buller District Council is cancelling this Request For Proposal (RFP). All participants in the cancelled RFP will be advised of any opportunity to participate in the new build project. Kind regards Rick Barry",20201117 Callaghan Innovation,14180244,Request for Proposals,Open Competition,Customer Experience Management,#005,20150730,20150908,20170713,,Sole Agency,No,,"We are looking for a solution that uses the information contained in our Customer Relationship Management tool as the basis for identifying our customers, at the varying levels of engagement and when we interact with them and capturing their experiences, both positive and negative along with any other feedback, in order for us to understand how good we are at delivering our services and to help us identify areas and opportunities to improve our service delivery to our customers. All the information you require is contained in the RFP document, however we encourage your questions should you wish to clarify anything with us. All questions are to be submitted via the GETS message function.",Awarded,,20201117 Callaghan Innovation,14195768,Request for Proposals,Open Competition,Design and Build of DME Pressure Vessels,#007,20150907,20151011,20160111,,Sole Agency,No,,"We require the design and build of four pressure vessels. These pressure vessels will be installed in a processing plant that uses dimethyl ether and propane to extract natural products. The vessels must be fit-for-purpose for use with these compressed flammable gasses. You will need to have relevant qualifications, skills and experience along with the ability to easily collaborate with us during the design phase. The vessels are to be delivered to Gracefield, Lower Hutt.",Awarded,"This contract was awarded on 18 December 2015, for a 10 month period, for the design and build of four DME pressure vessels. This followed a single-stage open competitive RFP process. The lowest tendered price was $176,140 and the highest tendered price was $333,182.",20201117 Callaghan Innovation,16827875,Request for Proposals,Open Competition,Human Resources and Payroll Information System,,20150924,20151102,20170630,,Sole Agency,No,,Callaghan Innovation has identified a need to procure and implement a Human Resources and Payroll Information System (HRIS) to introduce greater automation and increase the efficiency and effectiveness of its HR and Payroll processes. The proposed solution must be a Software as a Service (SaaS) solution. Probity Consulting are acting as agents of Callaghan Innovation during this RFP process.,Not Awarded,"CONTRACT AWARD NOTICE FOR GETS Name and address of agency Callaghan Innovation L 14 Asteron House, 55 Featherston Street, Wellington, 6011 Name and address of successful supplier Ascender HCM New Zealand Limited Suite 3, Level 2, 111 Customhouse Quay Wellington 6011 Description of the Goods, Services or Works To supply, implement and provide for ongoing support of a Human Resources and Payroll Information System. Date contract was awarded 07 November 2016. Term of contract/s and any options to extend 2 years The estimated costs over the whole of life of the contract $352,000 Including license and maintenance fees Type of procurement process undertaken One step Has an exemption from open advertising (Rule 15) been claimed No",20201117 Callaghan Innovation,17189014,Request for Proposals,Open Competition,Supply of a Laboratory Tray Freeze Dryer,#008,20160222,20160314,20160412,,Sole Agency,Yes,,,Awarded,Award of contract decided. PO will be issued separate to GETS.,20201117 Callaghan Innovation,17549688,Request for Tenders,Open Competition,Callaghan Innovation - GlycoSyn Sampling Suite,1465,20160526,20160624,20160928,,Sole Agency,No,"Level 10, 76 Manners Street, Wellington","Tenders are invited for the Glycosyn Sampling Suite to be constructed within the existing Logistics Building on Callaghan Innovation???s Gracefield campus. The work includes refurbishment of an existing space to create a dedicated sampling suite for the Glycosyn group. Because of the hazardous goods that will be handled in the completed facility, the project requires some elements to have a fire rated construction, and specific mechanical and electrical services suitable for the intended use. The services being sought for the construction of this facility include a. demolition of selected elements, b. interior partitions, some being fire rated c. new fire rated ceiling / plant room floor d. joinery and glazing, some being fire rated e. new plumbing, drainage, and electrical works f. painting and finishing works g. mechanical plant and equipment h. structural beams, fixings and connections These are more fully described in the tender documents",Not Awarded,"This contract - for the construction of the GlycoSyn Sampling Suite - has been awarded to Maycroft Construction, PO Box 30 583, Lower Hutt. The tender was assessed and awarded in line with the methodology contained in the RFT. The contract commenced on 8 August 2016, and Practical Completion is due on 23 December 2016 The tendered values varied between $374,638.00 and $508,690.00 plus GST",20201117 Callaghan Innovation,17560026,Request for Tenders,Open Competition,Main Building Contractor - IBT Lab 51 Alterations - Callaghan Innovation,1461,20160530,20160629,20160928,,Sole Agency,No,"Level 10, 76 Manners Street, Wellington","Tenders are invited for the IBT Lab 51 Internal Alterations to be constructed within the existing Processing Building on Callaghan Innovation???s Gracefield campus. The purpose of this tender is to select one contractor to manage and undertake the alterations. The refurbishment of an existing laboratory space within the Processing Building to provide a modern environment for scientific work that involves the use of chemicals, steam, gases, and the like. Because of the specialised equipment and instruments being used, a high level of dedicated services and finishes is required. The services being sought for the construction of this facility include a. demolition of selected elements, b. interior partitions c. external Cladding d. internal Joinery e. external joinery f. new plumbing, drainage, and electrical works g. specialised piped services h. painting and finishing works i. posts, fixings and connections These are more fully described in the tender documents.",Not Awarded,"This contract - for the refurbishment of IBT Lab 51- has been awarded to Hawkins Construction, P O Box 6544, Marion Square, Wellington 6141 The tender was assessed and awarded in line with the methodology contained in the RFT, using weighted attributes. The contract commenced on 8 September 2016, and Practical Completion is due on 17 November 2016 The accepted tender value was $ 345,573 plus GST",20201117 Callaghan Innovation,17707401,Request for Proposals,Closed Competition,Accelerator programme 2016/17,,20160802,20160826,20160929,,Sole Agency,No,,This is a closed Request for Proposal for funding to support the delivery of the digital Accelerator programme for the 2016/17 financial year.,Awarded,,20201117 Callaghan Innovation,17868021,Request for Proposals,Open Competition,High Performance Work Initiative,1,20160905,20160928,20161223,,Sole Agency,No,,"High Performance Work Initiative (HPWI) programmes are business coaching programmes that help New Zealand enterprises be higher performers. HPWI aims to assist New Zealand enterprises to succeed in growing their businesses by being strategically focused, innovative, by investing in Research and Development, effectively networking with other New Zealand enterprises and engaging employees and improving workplace practices. HPWI Partners assist businesses to: ??? identify and implement best practice business principles, ??? build capability through innovation at the strategic level, ??? grow and improve overall performance, ??? assess and define their individual business readiness to innovate, ??? identify areas where innovation can occur and be accelerated, and ??? create environments in which business innovation can occur and thrive by focusing on governance, leadership and organizational culture. Callaghan Innovation seeks organisations, across the country: ??? to design a HPWI Programme which covers the essential elements outlined above, ??? who are able to identify and engage a range of enterprises to participate in the programme (in order for them to receive the HPWI training), ??? to communicate the benefits of networking with other current and past programme participants and acquire the skills and knowledge on how to create effective networks, ??? who are willing to encourage participating enterprises to join a new alumni forum (to be established and maintained by Callaghan Innovation) via appropriate networking platforms, and ??? who can work with participating enterprises to implement and manage their HPWI programme to achieve and sustain successful outcomes, including being able to develop their own resources and achieve improvements in their bottom line within 8 - 12 months period from programme commencement.",Awarded,We are pleased to advise that following the issuing of the HPWI RFP Callaghan Innovation has entered into two contracts for service to deliver the programme to participating entities throughout New Zealand.,20201117 Callaghan Innovation,18060907,Request for Proposals,Open Competition,Innovation IP Programme,3,20161021,20161123,20170124,,Sole Agency,No,,"Callaghan Innovation mission is to accelerate the commercialisation of innovation by New Zealand businesses. We grow New Zealand's innovation economy by helping businesses to succeed through technology and we do this by helping build the country's innovation capability and by promoting the delivery of innovation services to businesses. We help businesses build needed in-house innovation and commercial skills and capabilities by providing a range of targeted programmes, training courses and workshops where existing market offerings are unavailable or not accessed by businesses for whatever reason. Callaghan Innovation can provide financial support to enable businesses to access programmes and services and raise their level of awareness of these skills and capabilities and thereafter to implement learnings into their business practices and seek professional support as necessary. Innovation IP® is a practical, business-focussed initiative that seeks to give innovative and willing New Zealand businesses the knowledge, capability and confidence to leverage their intellectual property (IP) and intellectual assets (IA) for accelerated growth. Callaghan Innovation is seeking to appoint one or more suppliers to develop content and deliver the Innovation IP Programme in one of two stages in a way that positively encourages adoption of the programme learnings into the participant's business as usual. Stage One focusses on assisting a business to gain an understanding of what IP is, what IA they have and assists a business to develop an IP Strategy and Implementation Plan, with Stage Two being about implementation of the plan. By establishing a panel of authorised programme suppliers who can meet our requirements we hope to increase the number of qualifying New Zealand businesses that have the opportunity to improve their IP awareness and strategic management practices.",Awarded,Callaghan Innovation is pleased to advise that we have appointed a total of 11 suppliers to deliver either Stage One or Stage Two of the Innovation IP Programme.,20201117 Callaghan Innovation,18128472,Request for Proposals,Open Competition,Financial Management Information System,4,20161111,20161212,20170726,,Sole Agency,No,,"The Financial Management Information System (FMIS) replacement programme is a key initiative which will be a priority for Callaghan Innovation over the next twelve months. Callaghan Innovation is issuing a Request for Proposal (RFP) to support this. Specific to this RFP, Callaghan Innovation requests proposals from Gold and Silver Microsoft certified service partners who offer a Microsoft cloud based FMIS. One of the main factors in Callaghan Innovation’s decision to move to a new FMIS is the native seamless integration with Microsoft Products such as Office 2016, Power BI and Microsoft Dynamics CRM. In addition to replacing the existing FMIS system, Callaghan Innovation is reviewing all its workflows and internal processes to increase automation, gain efficiency and enable high quality, cost effective financial and strategic advice to be provided to its internal and external stakeholders. A Pre-Condition is that any Respondent must be a Gold or Silver Microsoft certified service partner. Key Requirements: • Successful Respondent has proven experience in the implementation of a Microsoft cloud based FMIS. • Utilising out-of-the box capabilities of the Microsoft solution and selected modules. Callaghan Innovation is less interested in considering 3rd party add-ins or customisation. • Native integration with other Microsoft Products. • Innovative approach and ability to drive efficiency through automation and streamlined workflows. • Real-time information in an easy to consume graphical interface, reports or Microsoft Excel. • Access from multiple devices i.e. desktop, laptop, mobile and tablet.",Not Awarded,"RFX ID 18128472 Name and Address of Successful respondent - Theata Systems Limited, Level 2, Theta House 8 -10 Beresford Square Auckland. Description of Goods and Services - Configuring and Implementing a Financial Management Systems for Callaghan Innovation. Date contract awarded: 19 07 2017. Term of Contract - 3 years Estimated cost over whole-of-life of the contract $600k Single step RFP process.",20201117 Callaghan Innovation,18225928,Request for Proposals,Open Competition,RFP for the Provision of Accelerator Programmes,6,20161212,20170210,20170630,,Sole Agency,No,,"Callaghan Innovation is New Zealand’s business innovation agency. We help businesses succeed through technology. Start-ups play a critical role in increasing innovation, diversifying the economy and creating high-value jobs. New Zealand needs to develop many more high-growth start-ups and serial entrepreneurs. Government funding aims to support the development of an entrepreneurial culture where founders have support to develop entrepreneurial mindset and resilience. The Accelerator Programme is part of a suite of initiatives funded by Callaghan Innovation aimed at supporting the growth and development of early stage firms and building the capability of entrepreneurs. Callaghan Innovation seeks to appoint suppliers to provide Accelerator Programmes that support the capability development of entrepreneurs and the rapid formation and development of early stage start-ups that are globally focused with high-growth potential. Successful Respondents will help entrepreneurs and start-ups improve their business capability, accelerate their product and business development to the point that they are investment ready (or fast fail). Successful Respondents will contribute to growing quality deal flow for New Zealand’s start-up eco-system. There are two separate pools of accelerator funding available through this RFP, and thus two parts to the RFP: Part A: Funding is available to successful Respondents contracted as Programme Partners to deliver General Accelerator Programmes. Contracts will commence 1 July 2017. The maximum term of the contracts will be for two years with the end date being 30 June 2019. Part B: Funding is available under Te Pūnaha Hiringa: Māori Innovation Fund to a successful Respondent contracted as Programme Partner to deliver a pilot Māori Founder-Focused Accelerator Programme.. The contract will be signed by 1 June 2017 and implemented thereafter. Respondents can submit a response to either Part A or B, or both Part A and B.",Awarded,"CONTRACT AWARD NOTICE FOR GETS RFx ID 18226003 007 Tender name Part A Provision of Accelerator Programmes Part B Provision of Maori Accelerator Programmes Name and address of agency Callaghan Innovation L.14, 55 Featherston Street, Wellington Name and address of successful supplier/s Part A ??? The Icehouse Level 4, Textile Centre, 117-125 St Georges Bay Rd, Auckland ??? Creative HQ, Level 1, 7 Dixon St, Te Aro, Wellington 6011 ??? Te Papa Tongarewa (Mahuki) Ltd Museum of New Zealand Te Papa Tongarewa, 55 Cable St, Wellington 6011 Part B ??? Te Wananga o Aotearoa te Kuratini o Nga Waka 320 Factory Road, Te Awamutu 3800 Description of the Goods, Services or Works Part A ??? General Accelerator Programmes Part B ??? Maori Accelerator Programmes Date contract/s awarded 01/07/2107 Term of contract/s and any options to extend Part A: 2 years: The Icehouse, Creative HQ 1 year with possible renewal for 1 year - Mahuki Part B: 1 year - TWOA The estimated costs over the whole of life of the contract Part A - $1,575,000 Part B ??? $500,000 Type of procurement process undertaken Open RfP Has an exemption from open advertising (Rule 15) been claimed No",20201117 Callaghan Innovation,18226003,Request for Proposals,Open Competition,RFP for the Provision of Founder Incubator Services,7,20161212,20170203,20170630,,Sole Agency,No,,"Callaghan Innovation’s mission is to accelerate the commercialisation of innovation by New Zealand businesses. Start-ups play a critical role in increasing innovation, diversifying the economy and creating high-value jobs. Government funding aims to support start-ups to overcome barriers to their success and grow the number of experienced entrepreneurs. Callaghan Innovation seeks to appoint Programme Partners to provide founder incubation services to globally focused, high growth potential start-ups. Callaghan Innovation expects that successful Respondents will provide ‘core business support and development services’ to technology start-ups to support their business formation and growth. Suppliers must focus on improving the business capability skills of entrepreneurs, supporting the business to grow through in-market traction, ensure that businesses are investment ready, provide support to access international markets and contribute to New Zealand’s start-up eco-system. Funding is available for two years from 1 July 2017 to 30 June 2019. Callaghan Innovation is seeking innovative thinking about how these services can be delivered. Callaghan Innovation will not prescribe any particular mechanism or framework to deliver these services. Respondents are invited to base their Proposals on previous experience of ‘what works’, international best practice and new technologies.",Awarded,"CONTRACT AWARD NOTICE FOR GETS RFx ID 18226003 - 007 Tender name Supply of Founder Incubator Services Name and address of agency Callaghan Innovation L 14 Asteron House, 55 Featherston Street, Wellington Name and address of successful supplier/s ??? Creative HQ Ltd Level 1, 7 Dixon St, Te Aro, Wellington ??? BCC Ltd 21 Dairy Farm Road, Palmerston North ??? The IceHouse Ltd Level 4, The textile centre, 117-125 St Georges Bay Road, Auckland ??? Soda Inc. Limited Level 2, Wintec House, Cnr Anglesea and Nisbet Streets, Hamilton ??? ZeroPoint Ventures Ltd 2 Westridge, Cambourne, Porirua ??? eCentre Ltd. Massey University, Tennant Drive, Palmerston North 4442 Description of the Goods, Services or Works Provision of Founder Incubator Services Date contracts awarded 01/07/2017 Term of contract/s and any options to extend 2 years - BCC Limited - Creative HQ Limited - SODA Inc. Limited 1 year with possible renewal for 1 year - Ecentre Limited - Zeropoint Ventures Limited The estimated costs over the whole of life of the contract BCC Limited - $800,000 Creative HQ Limited - $1,000,000 Ecentre Limited - $200,000 SODA Inc. Limited - $700,000 The Icehouse Limited - $1,000,000 Zeropoint Ventures Limited - $100,000 Type of procurement process undertaken Open RfP Has an exemption from open advertising (Rule 15) been claimed No",20201117 Callaghan Innovation,18299683,Request for Proposals,Open Competition,Budget and Forecast System,8,20170118,20170222,20170816,,Sole Agency,No,,"The Budget and Forecast System (BFS) replacement programme is a key initiative which will be a priority for Callaghan Innovation over the next twelve months. Callaghan Innovation is issuing a Request for Proposal (RFP) to support this. In line with Callaghan Innovation’s cloud first strategy there is a preference for a cloud hosted BFS solution. Callaghan Innovation has commenced a replacement programme for its Financial Management Information System (FMIS). This will be a cloud based Microsoft solution. The BFS will be required to integrate with the replacement FMIS. A key outcome of this project is the use of a less customised BFS solution and to ensure Callaghan Innovation is taking advantage of the latest technology to deliver solutions. Key requirements: Integration maximisation between the BFS and the FMIS Enabling a clear delineation where processes occur between the BFS and FMIS, leveraging the relative strengths of each Drive efficiency through simple, streamlined and efficient processes Integration with other Microsoft Products (E.g. Office 2016/Office 365, Power BI and CRM) Alignment with Microsoft Active Directory authentication services Minimisation of third party add-ons or customisation Reduce ongoing maintenance and upgrade costs, and Information in an easy to consume graphical interface, reports or Microsoft Excel.",Not Awarded,"Callaghan Innovation advises that the successful respondent for this tender is Mindfull Group Limited. The final decision was made on 11 August 2017. The contract term will be for one year with an estimated cost over the life of the contract being $300k. This was a single one step tender process. The reason this is being recorded as no winning responses was that responses were submitted directly to Callaghan Innovation.",20201117 Callaghan Innovation,18582957,Request for Quotations,Open Competition,Aquistion of 6 x 1L IBT Bioreactors,002 - 2017,20170420,20170424,20170904,,Sole Agency,No,,"Pre notice of upcoming release of an RFQ. We are seeking a new 6 x 1 Bioreactor system (the System) to add to our national leading fermentation suite. We require this System so that we can expand our current fermentation process development capacity, look at possible areas of expansion (food grade processing) achieve increased efficiencies and maintain our current status as the national leading fermentation suite.",Not Awarded,This was a tender Advanced Notice of an upcoming contract opportunity.,20201117 Callaghan Innovation,18589605,Request for Quotations,Open Competition,Aquisition of 6 x 1L Bioreactors,002 - 2017,20170424,20170516,20170904,,Sole Agency,No,,"Callaghan Innovation is seeking a new 6 x 1 L Bioreactor system (the System) to add to our national leading fermentation suite. We require this System so that we can expand our current fermentation process development capacity, look at possible areas of expansion (food grade processing) achieve increased efficiencies and maintain our current status as the national leading fermentation suite. We have some specific requirements that the replacement System must meet in full, along with other desirable and optional elements. Our requirements are clearly set out in the Request for Quote and we would like delivery on or before the 31 August 2017.",Awarded,"Good morning Callaghan Innovation advises that Alphatech Systems Limited were the successful supplier for this tender. The contract was awarded on 13 June 2017 and finalised last week. The contract term is for three years with an estimated whole of life value between $250 - $300k. Callaghan Innovation undertook a one step open competitive RFQ process to source the required goods and services.",20201117 Callaghan Innovation,18705409,Request for Proposals,Open Competition,Driving Innovation Programme,2017 - 003,20170530,20170616,20170731,,Sole Agency,No,,"Driving Innovation is a programme designed to support a business to increase the pace of innovation by changing its product development methods. The programme uses a framework and set of tools and practices that can be customised to a business???s specific product and market so that they learn how to develop a product quickly and efficiently. The programme helps a business: to accelerate its product development processes, to embed the ???new way??? of doing things going forward, and leaves them with a framework that can be applied to different areas of their business. Callaghan Innovation is seeking to appoint up to three suppliers to deliver a Driving Innovation Programme in a way that enables a business to adopt and embed new processes to product development, and set up a framework so that a business is able to utilize these new processes in other operational areas.",Awarded,"Callaghan Innovation advises that the following suppliers have been offered an appointment to the panel of suppliers to deliver Driving Innovation Programmes to our customers: IMS Projects. Assurity Consulting Limited Tech Futures Lab Innoventive Limited. Appointment to the panel is by way of Memorandum of Understanding for a term of 2 years 6 months, with the end date being 31 January 2020. This was a two step, single stage Request for Proposal. Callaghan Innovation provides cofounding to customers who enter a Driving Innovation Programme with the customer paying the suppliers fees, with the cofounding payment being a contribution that the customer uses towards the suppliers fees. Therefore there is no $ value identified with this notice. Please note: There has been an issue with GETS with Innoventive Limited's details being missing. We confirm that Innoventive Limited did submit a proposal to this tender via GETS.",20201117 Callaghan Innovation,18840752,Request for Proposals,Open Competition,Request for Proposals for a Replacement X-ray Diffractometer,001 - 2017,20170714,20170814,20171020,,Sole Agency,No,,"One of the services Callaghan Innovation provides to our customers is material analysis. This process identifies the core characteristics of a material to enable a customer to select the best material for a product or a process that the customer is developing. We also provide testing services of materials to our customers which enables them to decide on the durability of a material, once selected. Usually this is inorganic and metal materials but we also analyze a limited range of specialist organic matter. Our current X-ray Diffractometer is at its end of life and needs to be replaced. We need a new X-ray Diffractometer so that we can continue to provide analytical services to our customers. The replacement must be fit for purpose for use with both organic and inorganic matter. The deadline for this RFP is 12pm Monday 14 August 2017.",Awarded,"RFx ID: 18840752 Tender name: Request for Proposals for a Replacement X-ray Diffractometer Name and address of agency: Callaghan Innovation 69 Gracefield Rd, Gracefield, Wellington 5010 Name and address of successful supplier/s: AXT PTY LTD Unit 1, 3 Vuko Place, Warriewood, NSW, Australia Description of the Goods: Rigaku Smartlab 3kW Powder XRD Date contract was awarded: 10/10/2017 Term of contract/s and any options to extend: N/A The costs over the whole of life of the contract: $488,309 Type of procurement process undertaken: Single step RFP Has an exemption from open advertising (Rule 15) been claimed: No",20201117 Callaghan Innovation,18897038,Request for Proposals,Open Competition,Provision of Better by Lean Workshops,2017: 004,20170808,20170829,20180123,,Sole Agency,No,,"Better by Lean, also referred to as Lean, is a programme aimed at assisting New Zealand companies to succeed in growing their businesses by: ??? focusing on creating customer value, ??? eliminating waste, and ??? achieving continuous improvement. ???Lean??? is underpinned by employee engagement, and leadership, with some initiatives delivering production returns in excess of 20%. This procurement relates to the delivery of Better by Lean Workshops. This Request for Proposal (RFP) is one of three related RFP???s, that we have released on GETS for the Better by Lean Programme. The second RFP is for the provision of Better by Lean Consultancy Services. The third RFP relates to piloting of new Lean Initiatives. Currently Better by Lean Workshops are being delivered by a single supplier based in Auckland. However, the contract with this supplier is coming to an end on 31 December 2017. Going forward we wish to enter into a contract with knowledgeable, skilled, and experienced supplier/s to deliver Better by Lean Workshops to our customers.",Awarded,"Callaghan Innovation is pleased to advise it has finalised the contract for service with The University of Auckland Business School for the provision of Better by Lean Workshops. The contract term is for 3 years, with an approximate value of $280k.",20201117 Callaghan Innovation,18897164,Request for Proposals,Open Competition,Provision of Better by Lean Consultancy Services,2017: 005,20170808,20170830,20171013,,Sole Agency,No,,"Better by Lean, also referred to as Lean, is a programme aimed at assisting New Zealand companies to succeed in growing their businesses by: ??? focusing on creating customer value ??? eliminating waste, and ??? achieving continuous improvement. This procurement relates to the delivery of Better by Lean Consultancy Services. This Request for Proposal (RFP) is the second of three related RFP???s, that we have released on GETS for the Better by Lean Programme. The first RFP is for the provision of Better by Lean Workshops. The third RFP relates to piloting of new Lean Initiatives. Better by Lean Consultants work with the business to map a Lean Implementation Plan, so that it is clear to the business and supplier where the business is at in terms of Lean and enables the business to understand what they will be doing. Consultants are expected to introduce the right principals, tools or ???Lean frameworks??? to the business, as the business implements their Lean Implementation Plan, and guide the business to disseminate and embed learnings over the 12-month period of engagement. Consultants develop an exit plan so that the business knows how they have progressed along the agreed Lean Implementation Plan and can see what is next with the momentum and learnings past the 12-month engagement. They are also expected to have means to measure the outputs of a Lean initiative.",Awarded,"Callaghan Innovation is pleased to advise that 22 suppliers have been appointed to the Lean Consultancy panel of suppliers through to 31 January 2020. Suppliers are selected and their fees paid by the customer. Callaghan Innovation provides cofounding to customers who participate in the Better by Lean programme.",20201117 Callaghan Innovation,19109926,Request for Proposals,Open Competition,Provision of Build for Speed Programme,2017 007,20171023,20171117,20180702,,Sole Agency,No,,"Callaghan Innovation???s mission is to liberate innovators and help businesses succeed through technology. One of the ways we do this is to help build the country???s innovation capability and by promoting the delivery of innovation services to businesses. We receive government funding to deliver programmes and services to our customers with the primary objective being to improve our customers??? ability to innovate and succeed. Build For Speed (BFS) is a programme co-developed by Callaghan Innovation with a provider, then successfully piloted with that provider over an extended period. The programme assists companies undertaking software development to increase the knowledge, experience and capability of their software product development teams, by introducing enhanced technical tools and teamwork processes. A review of the Build For Speed Programme earlier this year demonstrated that it had delivered significant benefit to participating businesses particularly in accelerated product cycles, enhanced quality levels, advanced technical practices and team development. Callaghan Innovation is now seeking to appoint up to three suppliers to a panel from which New Zealand software development businesses can choose a provider for the delivery of its Build For Speed programme. This co-funded programme is targeted at businesses up to and including the late start-up phase of development, particularly those looking to scale up. Also qualifying are more mature software development businesses who are looking to enter a new phase of growth in their development. We need suppliers to have the requisite knowledge, skills, and experience to deliver Build For Speed Programme services. Because of the required mix of advanced technical know-how combined with the capability to work harmoniously and productively with established teams within a business, a high standard is set for acceptable BFS programme suppliers. A complete response to this RFP may require a collaboration between several suppliers so that all aspects of BFS service can be provided seamlessly.",Awarded,,20201117 Callaghan Innovation,19542099,Request for Proposals,Open Competition,Callaghan Innovation Occupational Health Services,,20180322,20180420,20180717,,Sole Agency,No,N/A,"Callaghan Innovation wishes to procure Integrated Occupational Health Services to support our requirements under the Health & Safety at Work Act 2015. We are looking for a supplier who has the capability, experience and infrastructure to deliver these services to our staff and contractors. We are also keen to consider additional Wellness services.",Awarded,"Awarded to Fit for Work for a Contract period of 36 months, with two 12 month rights of renewal if mutually agreed.",20201117 Callaghan Innovation,19963668,Request for Proposals,Closed Competition,Digitisation and Digital Signatures,30072018,20180730,20180817,20180925,,Sole Agency,No,,"This project will introduce new e-signing capabilities to digitise our authorisation and approval process and experience. This involves a range of business processes and both internal and external stakeholders. The new capabilities will enable us to delight customers, improve engagement/connection with stakeholders, and be a digital and innovative organisation.",Not Awarded,"It has become apparent that there is a need and a strong desire in the wider business to implement an enterprise wide solution that will not only deliver the current scope, but also satisfy the requirements across the broader business from the start. This will still automate the repeatable, digitise and create workflows for forms and processes, enable digital signing, whilst also solving wider business problems across the organisation. With that in mind it makes good due diligence to now change our approach and cancel/not award our current RFP, and finish out our detailed requirements for the wider business. Once we have completed the detailed requirements we can then go back out to Market for a Solution that would be an enterprise solution for the business.",20201117 Callaghan Innovation,20063124,Request for Proposals,Open Competition,Universal Testing Machine,201808UTM,20180824,20180921,20181219,,Sole Agency,No,,"What we need We are looking to purchase a new research-grade Universal Testing Machine (UTM) to replace our current equipment which is 40+ years old. We are seeking to improve and modernise the mechanical testing capability within the Advanced Materials Group. The new UTM facility will let us better meet the needs of future customers by allowing more rapid response to requests for properties, improving our flexibility to meet the diverse testing needs of the customer, and extending our testing offering to give better and more detailed information about a material???s performance. Further, by allowing us to characterise the mechanical performance of materials in unprecedented detail we can spearhead a push into novel materials with complex structure/property relationships (such as those exhibited by meta-materials). What we don???t want We do not want a simple, standard and inflexible UTM that does not meet our essential technical specifications. We do not want a UTM with a horizontal axis for the main load or one with hydraulic actuators. We do not want a UTM that will take more than 6 months to be built, tested and delivered to our site in Gracefield, Lower Hutt, New Zealand.",Awarded,Callaghan Innovation are pleased to advise the Universal Testing Machine tender has been awarded.,20201117 Callaghan Innovation,20090398,Request for Proposals,Open Competition,Better By Lean Consultancy Services,2008:004,20180830,20180927,20181214,,Sole Agency,No,,"Following a successful RFP during August 2017 to appoint a panel of suppliers to deliver Lean Consultancy Services, Callaghan Innovation is going to market again to add suppliers to the existing panel through this open competitive tender. ??? At the time of the previous tender in July/August 2017, and according to independent research conducted in early 2017, it was acknowledged that the market for Lean consultancy services is evolving. ??? For this reason, it was agreed that there is a need to engage with the market by opening the panel once again in a years??? time to ensure it is robust and represents good market coverage. ??? Additionally, at the time of the previous tender for consultancy services, some previous incumbent suppliers missed out on responding to the tender. Callaghan Innovation would like to allow these suppliers and other suppliers in the marketplace the chance to respond to this upcoming tender. We need knowledgeable, skilled and experienced suppliers to deliver the following: Provision of ???Lean consultancy services??? to businesses that decide to implement Lean practices in their business. Lean Consultants are expected to assist the business to plan, implement, and review the Lean initiative for a period of up to 12 months. Consultants will be appointed to a panel of suppliers by way of a Memorandum of Understanding, with the business deciding which consultants they will use.",Awarded,"Callaghan Innovation is pleased to advise that 7 suppliers have been appointed to the Lean Consultancy panel of suppliers through to 31 January 2020. Suppliers are selected and their fees paid by the customer. Callaghan Innovation provides co-founding to customers who participate in the Better by Lean Programme",20201117 Callaghan Innovation,20222755,Request for Proposals,Open Competition,Google Productivity Suite Implementation Partner,201810-04,20181001,20181029,20190607,,Sole Agency,No,,"Callaghan Innovation requires a service provider to support, guide and partner with in the implementation and delivery of the Google G Suite productivity suite. Callaghan Innovation is focused on getting the best out of the productivity suite and ensuring its functions are easy and simple to use. There is high importance around the collaboration experience, with real time document editing and sharing from one to one and one to many.",Awarded,Callaghan Innovation has awarded this contract to Dynamo6,20201117 Callaghan Innovation,20331052,Request for Proposals,Open Competition,Customer Journey Mapping Partner,2018-10-005,20181026,20181120,20190211,,Sole Agency,No,,"Callaghan Innovation requires an expert partner to work alongside the Strategy, Insights and Impact team to research, analyse and build a fit for purpose customer journey tool that will enable Callaghan Innovation to meet its purpose of ???Activating Innovation and Accelerating Commercialisation??? in the most efficient and effective way possible. The innovation landscape can be complex, attempts have been made previously to imbed a customer journey map, they failed for various reasons, thus our need is for a partner who can execute on the discipline of customer journey mapping and can also ensure it is truly fit for purpose.",Awarded,,20201117 Callaghan Innovation,20394591,Request for Proposals,Open Competition,Supply of Accelerator Programmes 2019/2020,2018-11-001,20181109,20190118,20190628,,Sole Agency,No,,"This is an opportunity to provide services to entrepreneurs and startup businesses that are globally focused with high-growth potential. High-growth startups with repeatable and scalable business models play a critical role in increasing innovation, diversifying the economy and creating high-value jobs. Government funding aims to support the development of an entrepreneurial culture where founders have support to develop entrepreneurial mindset and resilience, and to develop many more high-growth startups and serial entrepreneurs. Successful respondents will become one of Callaghan Innovation???s Programme Suppliers and will provide a fast-paced programme to accelerate the initial stages of starting or rapidly growing a business. You will help entrepreneurs and startups improve their business capability, accelerate their product and business development to the point that they are investment ready (or to fast fail). You will contribute to growing quality deal flow and entrepreneurial capability for New Zealand???s startup eco-system. Funding is available to successful respondents contracted as Programme Suppliers to deliver General Accelerator Programmes. Contracts will commence 1 July 2019. The maximum term of the contracts will be for one year with the end date being 30 June 2020.",Awarded,,20201117 Canterbury District Health Board,430450,Request for Tenders,Open Competition,"Mobile Operating Theatre Microscopes Suitable for Neuro, Spinal, ENT and Plastics - Old GETS ref# 42634",13PROCRH030,20140625,20140731,20160308,,Sole Agency,No,"Canterbury DHB, P O Box 4710, CHRISTCHURCH 8140","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Canterbury District Health Board, Theatres at Christchurch Public and Burwood Hospitals are looking to replace Operating Theatre Microscope equipment. The tender is for the supply and installation of 2 mobile operating theatre microscope suitable for Neuro, Spinal, ENT and Plastics. The purpose of this tender is to obtain detailed proposals from suppliers interested in supplying us with the Equipment at favourable prices. We are looking for the most cost-effective solution to our needs whilst still obtaining our stated technical requirements.",Not Awarded,project was continued by health Alliance,20201117 Canterbury District Health Board,435919,Request for Proposals,Open Competition,REQUEST FOR PROPOSAL FOR THE SUPPLY OF TECHNICAL INDEPENDENT QUALITY ASSURANCE FOR THE SI PICS PROGRAMME - Old GETS ref# 42707,,20140702,20140801,20170726,,Sole Agency,No,Programme Coordinator - SIAPO - P.O. Box 639 - CHRISTCHURCH 8140,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER SIAPO (South Island Alliance Programme Office) are seeking independent quality assurance (IQA) for SI PICS (regional Patient Administration System) regarding the technical and development status and progress of the software being procured.",Not Awarded,,20201117 Canterbury District Health Board,435943,Request for Proposals,Open Competition,REQUEST FOR PROPOSAL FOR THE SUPPLY OF INDEPENDENT PROGRAMME QUALITY ASSURANCE FOR THE SI PICS PROGRAMME - Old GETS ref# 42709,,20140702,20140801,20170726,,Sole Agency,No,Programme Coordinator - SIAPO - P O Box 639 - CHRISTCHURCH 8140,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER SIAPO (South Island Alliance Programme Office) is seeking IQA (Independant Quality Assurance) for the SI PICS (regional Patient Administration System) programme to assess any potential impact of the programme???s current approach through an independent review and assessment of the programme performance.",Not Awarded,,20201117 Canterbury District Health Board,487615,Request for Proposals,Open Competition,REQUEST FOR PROPOSAL FOR THE SUPPLY OF A SIP TRUNKING SOLUTION - Old GETS ref# 42837,ISG27062014MS,20140716,20140910,20170703,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER RFP FOR THE SUPPLY OF A SIP TRUNKING SOLUTION",Not Awarded,This was awarded to Vodafone New Zealand Limited. The contract commenced 1 April 2016 for a 3 year initial term.,20201117 Canterbury District Health Board,2700937,Request for Proposals,Open Competition,Fully Functional Bi Plane Digital Subtraction Angiography (DSA) System,14PROCRH035,20140806,20140917,20160308,,Sole Agency,No,,"Canterbury DHB, a publicly owned Health and Disability Organisation, invite the submission of responses to this RFP for high quality, fully functional bi plane digital subtraction angiography (dsa) systems.",Not Awarded,project was continued by health Alliance,20201117 Canterbury District Health Board,5045190,Request for Proposals,Open Competition,"West Coast DHB Cleaning, Orderly, Grounds and Security Services",14PROCED001,20141002,20141121,20160308,,Sole Agency,No,,,Not Awarded,,20201117 Canterbury District Health Board,5838147,Request for Proposals,Open Competition,"PROPOSAL FOR THE SUPPLY OF MRI TURNKEY SOLUTIONS, ASSOCIATED CONSUMABLES AND MAINTENANCE",14PROCEE003,20141030,20150213,20160205,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, CHRISTCHURCH 8025","The Ministry of Health and the Canterbury DHB are working towards major long term investments in new and improved hospital facilities for Christchurch, known as the Christchurch Hospitals Redevelopment Project (???the Project???). The Project is being carried out across both Burwood and Christchurch hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, Canterbury DHB needs to procure various Furniture, Fittings and Equipment items to complete the development, of which this Request for Proposal (???RFP???) forms part. The DHB is looking to contract for the supply, installation, commissioning of a MRI Turnkey Solution to be used within the Hospital clinical environment. The purpose of this proposal is to obtain detailed proposals from suppliers interested in supplying us with the Equipment, Goods and/or Services at favourable prices. We are looking for the most cost-effective solution to our needs whilst still obtaining our stated technical requirements. The DHB has high expectations in relation to the long term performance of the MRI Systems. You should understand that the DHB selection process will evaluate the prospective MRI Scanners to ensure that it is of a robust construction and design, employing proven technology to maximise longevity and ensure long term performance and functionality.",Awarded,,20201117 Canterbury District Health Board,6200726,Request for Proposals,Open Competition,The Supply Installation and Maintenance of One Fluoroscopy Room and Various DR Equipment,14PROCEE002,20141111,20141219,20160829,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, CHRISTCHURCH 8025","The DHB is looking to contract for various Radiology Equipment to be used within the Canterbury District Health Board clinical environment. The purpose of this RFP is to obtain detailed proposals from suppliers interested in supplying the Equipment, Goods and/or Services at favourable prices. We are looking for the most cost-effective and value added solution to our needs whilst still obtaining our stated technical requirements. The DHB has high expectations in relation to the long term performance of the Equipment. You should understand that the DHB selection process will evaluate the prospective Equipment options to ensure that it is of a robust construction and design, employing proven technology to maximise and ensure long term performance and functionality. For DR Equipment and the fluoroscopy room we are seeking solutions that: ??? Support efficient (including paperless) MRT workflows. The expectation is that this equipment will be used for high volume work. ??? Support minimising work related injuries through ergonomic design of both the machines and detectors, including through automation. ??? Support quality and safety through intuitive user interfaces that ideally have common elements across different types of equipment, and that incorporate features such as dose optimisation technology (including for paediatrics), and integrated repeat/reject analysis software. ??? Support imaging of limited mobility and bariatric patients. ??? Support image review and diagnosis through for example advanced applications such as dual energy, bone suppression, grid detection/suppression, stitching software, tube, line and pneumothorax software.",Awarded,"Toshiba - Fluoroscopy Equipment Phillips - Various DR Equipment",20201117 Canterbury District Health Board,8418899,Request for Proposals,Open Competition,Buller Integrated Family Health Centre - Quantity Surveyor Consultancy Services,SRU30012015QS,20150130,20150310,20150604,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking Quantity Surveyor Consultants to join the individually appointed team of design consultants.,Not Awarded,awarded to W T Partnership,20201117 Canterbury District Health Board,8807459,Request for Tenders,Open Competition,Ashburton Hospital Switchboard Replacement Project - Installation,M&E12022015,20150216,20150306,20160114,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, CHRISTCHURCH 8025","The Canterbury District Health Board (CDHB) Maintenance and Engineering Department are seeking to engage an experienced and competent contractor to install a new main electrical switchboard and associated electrical, generator and construction works as part of an MSB upgrade project for Ashburton Hospital. Submissions are welcome from all parties including electrical contractors and building/construction contractors who have the relevant experience, competence, capability and knowledge required when working on critical services associated with operational hospitals. Schneider Prisma P switchboards with withdrawable circuit breakers have been procured by the CDHB directly and separate of this contract. The CDHB are looking to complete this work during the months of May, June and July 2015.",Not Awarded,,20201117 Canterbury District Health Board,8860394,Request for Tenders,Open Competition,Burwood Hospital Switchboard Replacement Project - Installation,M&E13022015,20150216,20150306,20160114,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, CHRISTCHURCH 8025","The Canterbury District Health Board (CDHB) Maintenance and Engineering Department are seeking to engage an experienced and competent contractor to install a new main electrical switchboard and associated electrical, generator and construction works as part of an MSB upgrade project for Burwood Hospital. Submissions are welcome from all parties including electrical contractors and building/construction contractors who have the relevant experience, competence, capability and knowledge required when working on critical services associated with operational hospitals. Schneider Prisma P switchboards with withdrawable circuit breakers have been procured by the CDHB directly and separate of this contract. The CDHB are looking to complete this work during the months of May, June and July 2015.",Not Awarded,,20201117 Canterbury District Health Board,9509453,Request for Proposals,Open Competition,Supply & installation of furniture for redevelopment project,14PROCDC009,20150305,20150410,20160205,,Sole Agency,No,"Reception, Supply Department , Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch, 8041","Request for Proposal to supply and install furniture for Burwood Hospital redevelopment and other potential redevelopment projects (GreyBase and Acute Service Building - Christchurch Public Hospital). Book cases, desks, workstations, partitions, tables, storage units, clerical chairs, soft chairs, patient chairs, stackable chairs etc",Awarded,,20201117 Canterbury District Health Board,10441005,Request for Proposals,Open Competition,Supply of Generators & associated controls maintenance,15PROCED001,20150331,20150513,20160210,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch 8041",Request for Proposal for the supply of generators and associated controls maintenance,Awarded,Award Notice attached as addendum,20201117 Canterbury District Health Board,11285273,Request for Proposals,Open Competition,Biomass Boiler Fuel Supply,15PROCAT003,20150424,20150602,20151029,,Sole Agency,No,"Canterbury DHB Supply Department, 211 Blenheim Road, Riccarton, Christchurch 8041","We need a reliable fuel supply for a new biomass boiler which is intended to be installed and commissioned in September 2015 as part of the Burwood Hospital rebuild in Christchurch. We are also interested in submissions which include loading solutions as part of this process.",Awarded,See uploaded Contract Award Notice.,20201117 Canterbury District Health Board,11293950,Request for Proposals,Open Competition,"Network Core, Distribution and/or Edge Switches",15PROCKS004,20150428,20150605,20151020,,Sole Agency,No,"Reception, Canterbury District Health Board, 211 Blenheim Road, Christchurch, 8041 New Zealand","There are two contract opportunities within this Request for Proposal/s: Firstly, the Canterbury District Health Board (""CDHB"") is inviting potential suppliers to submit their proposals for the contract opportunity of upgrading and/or replacing our 2 existing core and 15 existing distribution switches, as well as supplying us with 2 additional distribution switches, in order to support our requirements. Secondly, the CDHB is inviting potential suppliers to submit their proposals for the contract opportunity of replacing the edge switches for approximately 7,200 of our approximately 17,000 existing edge ports, as well as supplying us with edge switches for approximately 28,000 additional edge ports, with the same or similar functionality and resilience. Respondents can submit a Proposal for one or both of these contract opportunities. Proposals for each contract opportunity will be evaluated independently of each other.",Awarded,,20201117 Canterbury District Health Board,12211864,Request for Proposals,Open Competition,Supply of Bedside Lockers and Bedside Tables for the Hospitals Redevelopment Project,15PROCED003,20150522,20150630,20160616,,Sole Agency,No,"Reception, Canterbury District Health Board, 211 Blenheim Road, Christchurch, 8041, New Zealand","The Ministry of Health and the Canterbury District Health Board (""CDHB"") are working towards major long term investments in new and improved hospital facilities for Christchurch and Greymouth, known as the Hospitals Redevelopment Project (???the Project???). The Project is being carried out across Burwood, Christchurch and Greymouth hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, Canterbury DHB needs to procure various Furniture, Fittings and Equipment items to complete the development, of which this Request for Proposal (???RFP???) forms part. The Project is looking to contract for bedside lockers and bedside tables to be used within clinical and clerical environments. The purpose of this RFP is to obtain detailed proposals from suppliers interested in supplying the Goods and/or Services at favourable prices. We are looking for the most cost-effective and value added solution to our needs whilst still obtaining our stated technical requirements. The successful Respondent to this RFP will be the preferred supplier for the Project of Burwood Hospital and considered for Christchurch and Greymouth redevelopments.",Awarded,,20201117 Canterbury District Health Board,12537163,Request for Proposals,Open Competition,High Voltage Transformer and Switch Gear Installations Servicing,15PROCAT010,20150603,20150703,20150917,,Sole Agency,No,,"We need a service and maintenance plan for our high voltage transformer and switch gear installations, incorporating routine examinations, a preventative maintenance schedule and safety checks.",Awarded,See uploaded Contract Award Notice,20201117 Canterbury District Health Board,12593255,Request for Proposals,Open Competition,Canterbury Linen Services Ironer Line,15PROCAT015,20150604,20150706,20150818,,Sole Agency,No,,Canterbury Linen Services Limited (CLS) is wholly owned by Canterbury District Health Board. It needs to replace its multi-purpose Ironer line in the Production area.,Awarded,See attached Contract Award Notice,20201117 Canterbury District Health Board,14980361,Request for Proposals,Open Competition,The Supply of Pregnancy and Parenting Education Services - Canterbury DHB,RHS003,20150811,20150908,20170622,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, Christchurch, 8025","The purpose of this RFP is to identify a provider to deliver Pregnancy and Parenting Education to first time parents in Canterbury, establishing a single point of access, with course design meeting the needs of the high needs target groups.",Awarded,,20201117 Canterbury District Health Board,14982365,Request for Proposals,Open Competition,The Supply of Pregnancy and Parenting Education Services - West Coast DHB,RHS004,20150811,20150908,20170622,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, CHRISTCHURCH 8025","The purpose of this RFP is to identify a provider to deliver Pregnancy and Parenting Education to first time parents on the West Coast, establishing a single point of access, with course design meeting the needs of the high needs target groups",Awarded,,20201117 Canterbury District Health Board,15804952,Request for Proposals,Open Competition,"RFP Supply of Dryers, Air Compressors, Vacuum Pumps, Filtration, Scavenging Assets",15PROCED002,20150828,20151009,20160620,,Cluster,No,,"The objective of this Request for Proposal process is to find the most effective overall solution for the supply of Maintenance Services to the dryers, air compressors, active gas scavengers, vacuum pumps and receivers plant and equipment of Canterbury District Health Board (DHB), West Coast DHB, South Canterbury DHB, Nelson Marlborough DHB and Southern DHB.",Awarded,Award Notice uploaded as an addendum,20201117 Canterbury District Health Board,16848557,Request for Proposals,Open Competition,Supply and Installation of Audio Visual Solution for Burwood Hospital Meeting Rooms,15PROCIR005,20151001,20151103,20160616,,Sole Agency,No,"Reception, Supply Department, CDHB, 211 Blenheim Road, Riccarton, Christchurch","CDHB and the Ministry of Health (MOH) are delivering new hospital facilities, Burwood and ASB (Acute Services Building), and Grey Base Hospital in Greymouth which will include number of meeting rooms with various purposes and sizes. To support user requirements, audio and visual technology devices need to be supplied, installed and configured. This RFP delivers the requirements specification for an Audio Visual Design, Supply and Installation solution for meeting rooms at the Burwood facility.",Awarded,,20201117 Canterbury District Health Board,16872909,Request for Proposals,Open Competition,RFP Access Control System Upgrade,15PROCAT005,20151012,20151123,20170302,,Sole Agency,No,,"We need to upgrade our Gallagher access control system and equipment over CDHB sites to remove our dependency on end-of-life and expensive Tiris security cards and so that we can move to a ???one card for all areas??? solution. Our intention is to unify management of access control systems across WCDHB and CDHB facilities so staff may be granted access to both facilities with a single card and combine some operational security tasks. We need an ongoing option for reactive and preventative maintenance, additional services and for equipment relocations or new installations. We continue to move departments due to earthquake repair work and new builds.",Awarded,"Award Notice Successful Supplier: ECL Group Security Limited 32 Magdala Place Christchurch Date of contract award: 30 September 2016 Term of contract: 3 years + 2 years + 1 year + 1 year The expected spend under the contract: $2M - $2.5M Type of procurement process used: Request for Proposal Amanda Thorogood Procurement Specialist",20201117 Canterbury District Health Board,16887526,Request for Proposals,Open Competition,Supply of Patient Portal Technology,15PROCED005,20151019,20151116,20160826,,Sole Agency,No,"Reception, 211 Blenheim Road, Riccarton, Christchurch 8041","A single personal health record is emerging in New Zealand that allows individuals to enter their own health information, share and access information and knowledge, and engage with others, to manage their own health care online. Patient portals are one of several different e-health applications that can be used to promote consumer involvement in their care. The Ministry of Health (MoH) set a target for 90% of PHO eligible patients to be able to access their electronic medical records though a ???self-care portal???. In response to the MoH target and to continue the journey of sharing health records, the West Coast Primary Health Organisation (WCPHO) and the West Coast DHB would like to provide access to health records to patients in order to engage patients in their care and deliver the vision of an integrated health system. We need to procure a technology solution that connects patients with clinical teams and their medical records.",Awarded,"Awarded to My Connection 3.8.2016 Term - 3 years + 2 years",20201117 Canterbury District Health Board,16897437,Request for Proposals,Open Competition,Supply and Installation of Multi-Purpose Patient Display Devices,15PROCIR007,20151019,20151120,20160616,,Sole Agency,No,,"The CDHB is looking to assess the market for the procurement of Multi-Purpose Patient Display Devices (MPPDD) for the Burwood part of the Hospitals Redevelopment Project. The MPPDD???s are expected to be utilised by staff, patients and visitors for many functions including but not limited to, basic television use (Free to Air), treatment inclusion and information delivery such as the Clinical Workflow Suite or Patient Portal (patient medical information) and food ordering, video on demand and social interaction capability as well as use with general wireless capability providing support for clinical functionality as well as patient use.",Awarded,Awarded,20201117 Canterbury District Health Board,16933803,Request for Proposals,Open Competition,Provision of Air Ambulance Services to Canterbury and West Coast District Health Boards 15PROCAS019,15PROCAS019,20151029,20151204,20151208,,Sole Agency,No,,"We wish to contract for the Supply of Air Ambulance Services (both fixed wing and helicopter solutions) to transfer acutely ill patients between hospitals and various other locations predominantly around the South Island. Respondents will have the capacity to provide this service to the Chatham Islands as required. The service will be based in Christchurch and have capacity to transport staff and patients. The service is required on a 24 hours per day, 7 days per week basis. We are looking for the best value-for-money compared to current market rates and over whole-of-life of the contract. We are looking for a reliable and experienced provider, who complies with industry standards and best practice, has a local presence, and who understands the intricacies surrounding us as a customer and our requirement to run a continuous health service. The provider must conform to agreed contract KPIs and be able to provide appropriate reporting as and when required. We are looking for innovation in responses that would drive both price and non-price efficiencies throughout any given contract term. This is a unique opportunity to provide Air Ambulance Services to two large crown entities over a long period of time. In being selected as the provider for any resulting contract, you will be assisting us in continuing to provide a world class public health service.",Not Awarded,"Request for Proposal for the Provision of Air Ambulance Services to Canterbury and West Coast District Health Boards 15PROCAS019. Canterbury District Health Board (CDHB) has made a decision not to proceed with the above Request for Proposal (RFP) at this time. Having reviewed the responses, there is a concern with regard to the RFP released, that there is some risk that the market would not be adequately tested should the process proceed as originally planned. CDHB will be reconsidering its requirements over the upcoming weeks and will provide updates in due course. It is the intention of CDHB to release an updated RFP document to the market, which will be in line with approved Government Rules of Sourcing and will again provide a transparent and fair process. I would like to thank you for the time you have taken to work through the process and for the time you put into any submissions. I appreciate your patience here and look forward to your support in any amended process.",20201117 Canterbury District Health Board,16966670,Request for Proposals,Open Competition,RFP Comprehensive Lift Maintenance Services,15PROCED006,20151109,20151218,20160613,,Sole Agency,No,,"The objective of this Request for Proposal process is to find the most effective overall solution for the supply of Comprehensive Lift Maintenance Services to Canterbury District Health Board (DHB), South Canterbury DHB, Nelson Marlborough DHB and Southern DHB. We require a single maintenance supplier that has both the geographic coverage across the South Island plus the necessary skills and capabilities to service, maintain and support the Island-wide fleet of the noted plant and equipment.",Awarded,Contract Award Notice uploaded as an addendum,20201117 Canterbury District Health Board,16971906,Request for Proposals,Open Competition,Supply of Physiological Monitors,15PROCIR010,20151110,20151210,20160316,,Sole Agency,No,,We require mobile physiological sensing systems and devices that can provide basic vital signs monitoring and potentially immediate real-time monitoring of hospitalised patients. We may require that these physiological monitoring systems are also be capable of providing continuous sensing of the patient???s physiological state to alert the clinician to changes in their condition. The information software must be agnostic and capable of being integrated with our health information systems and accessible by clinicians on fixed and portable devices.,Not Awarded,RFP cancelled with a view to a longer term strategy for this requirement,20201117 Canterbury District Health Board,17140756,Request for Proposals,Open Competition,Provision of Air Ambulance Services to Canterbury and West Coast District Health Boards. 15PROCAS036.,15PROCAS036,20160125,20160331,20161007,,Sole Agency,No,,"We wish to contract for the Supply of Air Ambulance Services to transfer acutely ill patients between hospitals and various other locations predominantly around the South Island. Respondents will have the capacity to provide this service to the Chatham Islands as required. The service will have a Christchurch presence and the capacity to transport staff and patients. The service is required on a 24 hours per day, 7 days per week basis. We are looking for the best value-for-money compared to current market rates and over whole-of-life of the contract. We are looking for a reliable and experienced provider, who complies with industry standards and best practice, has a local presence, and who understands the intricacies surrounding us as a customer and our requirement to run a continuous health service. The provider must conform to agreed contract KPIs and be able to provide appropriate reporting as and when required. We are looking for innovation in responses that would drive both price and non-price efficiencies throughout any given contract term. This is a unique opportunity to provide Air Ambulance Services to two large crown entities over a long period of time. In being selected as the provider for any resulting contract, you will be assisting us in continuing to provide a world class public health service.",Not Awarded,"15PROCAS036 Provision of Air Ambulance Services to Canterbury and West Coast District Health Boards. Successful Supplier: Garden City Helicopters Limited. Date of Conditional Award: 22 July 2016. Term of Contract: Commencement Date 1 October 2016. Two year initial term (expiring 30 September 2018). Up to five extensions of two years each (expiring 30 September 2028). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,17237045,Request for Proposals,Closed Competition,Avon Switchboards and Transformer Relocations Project - DESIGN,M&E-DW002,20160321,20160419,20160502,,Sole Agency,No,,"Canterbury DHB are seeking a proposal / fixed price offer from your company to provide Electrical and associated Consultant services for the complete design of a solution to interface the existing Christchurch Hospital - Parkside, Riverside, Food Services, Oncology and School of Medicine Main Switchboard Essential generator backed up supplies to the proposed new Acute Services Building 11kV generator backed up supply. This project (The Avon Switchboards and Transformer Relocations Project) is a pre-requisite to both the new Acute Services Building coming online and the subsequent decommissioning of the Avon Generator building (not within the scope of this project). Details of the scope of services required and initial brief concept is included within Schedule Three (The Contract) of the RFP. We expect submissions to be submitted as per clauses 4,5 and 6 of the RFP document. Regards, Dan Wilson CDHB - M&E - Project Manager dan.Wilson@cdhb.health.nz 027 886 0881",Awarded,"Awarded to Powell Fenwick Consultants Ltd Lowest submission $38,100 - Highest submission $49,500",20201117 Canterbury District Health Board,17270709,Request for Quotations,Open Competition,Relocation services for Goods and Equipment,16PROCEE001,20160302,20160318,20160511,,Sole Agency,No,,We are seeking a flexible solution that provides relocation services for the duration of the Burwood Rebuild Project. This will be for planned relocation events and potential unplanned moves as required.,Awarded,,20201117 Canterbury District Health Board,17279726,Request for Proposals,Open Competition,Outreach Immunisation Services,RHS010,20160304,20160407,20170622,,Sole Agency,No,"Business Assurance Office, Canterbury District Health Board, 5th Floor, The Princess Margaret Hospital, Cashmere Road, Christchurch","The Outreach Immunisation Service is designed to assist Primary Health Care providers, Well Child Providers and Immunisation Facilitators/Co-coordinators by following up on families who have children that have missed vaccination events as defined by the Childhood Immunisation Schedule (July 2014). The Outreach Immunisation Service will use community networks to locate the children and their families, will ensure that the family is linked back into local Primary Health Care and Well Child Services, and may provide vaccination services.",Awarded,,20201117 Canterbury District Health Board,17331963,Request for Proposals,Open Competition,"RFP Solid Fuel, Cartage and Associated Services",16PROCAT001,20160329,20160426,20170302,,Sole Agency,No,"CDHB Supply, 211 Blenheim Road, Christchurch","We need a suitable, cost-effective solution for the supply of solid fuel, cartage and associated services to our Hospital boilers. We need a local stockpile, ash removal services and loading options.",Awarded,"Successful Supplier: Taylor Coal Limited 804 Jones Road, Rolleston 7643 Date of contract award: 24 August 2016 Term of contract: 1 year + 1 year The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $1M – $1.5M Type of procurement process used: Request for Proposal Amanda Thorogood Procurement Specialist",20201117 Canterbury District Health Board,17332350,Request for Quotations,Open Competition,Access Control System Audit,16PROCAT004,20160704,20160718,20160822,,Sole Agency,No,,"We are seeking a solution to capture detailed information about our access control system equipment and infrastructure with a specific focus on identifying any challenges that might be encountered when completing aTiris to MIFARE upgrade. We require information on all access control system equipment at all Canterbury District Health Board sites, including approximate cabling lengths and controller cupboard layouts. There are several sites and approximately 508 access controlled doors that need auditing in order for us to have a comprehensive overview of our current state. Deliverables required within one month of commencement of the project: ??? Full report including overall commentary and identification of any areas where upgrade activities may not be straightforward ??? Overview drawing of full system ??? Plans specific to each location in CAD format ??? Data sheets of individual hardware/cabinet hardware (Asset Register) at each location",Not Awarded,"The Evaluation Team has concluded that: a) There were not enough submissions to confirm genuine competition; and b) The Prices substantially exceeded budget expectations.",20201117 Canterbury District Health Board,17334785,Request for Proposals,Open Competition,Hillmorton Hospital Adult Inpatient Services (AIS) Ventilation,M&ES222316,20160620,20160718,20160826,,Sole Agency,No,"Supply Department Reception, 211 Blenheim Road, Christchurch","Canterbury DHB are seeking interest for the supply and install of FCU's, ducting, heating and cooling pipe work, a chiller, electrical and controls around our Te Awakura building at Hillmorton Hospital, the project will involve working around and in bedrooms of our clients so special consideration and organising will be needed for the safe use of tools and equipment and patient privacy respected Detailed drawings and scope are included in Schedule three of the RFP. Submissions will be submitted as per clauses 4,5 and 6 of the RFP document. Regards, Shane Thomas M&E Project Manager shane.thomas@cdhb.health.nz 0272 138 077",Not Awarded,A new RFP will be published shortly,20201117 Canterbury District Health Board,17375545,Request for Proposals,Open Competition,Information Services Group Professional Services Panel 15PROCAS021,15PROCAS021,20160411,20160518,20170301,,Cluster,No,,"What we need CDHB and WCDHB are seeking to appoint a professional services panel of independent contractors who can provide a range of consulting and project/programme management services to CDHB???s and WCDHB???s Information Services Group (the Panel). The expectation is that suppliers will be selected from this Panel (at the conclusion of a closed Secondary Procurement Process) to deliver services as required to meet CDHB and WCDHB information services business requirements based on availability and the relevance of the supplier???s skills and experience. What we don???t want Help Desk Services, Software Services, Hardware Services and Training Services are all outside the scope of this opportunity.",Awarded,"15PROCAS021 Information Services Group Professional Services Panel. Successful Suppliers: Two Degrees Mobile Limited, Taska Limited, Hot Desk Consultancy Services Limited, Inde Technology Limited, Lateral Security (IT) Services Limited, Covalense Technologies Private Limited, Techspace Consulting Limited, Ernst and Young Limited, The Sysdoc Group Limited, Neil McKellar, Qual IT Solutions Limited, Enterprise IT Limited, Assurity Consulting Limited, Scientific Software and Systems Limited, Optimation New Zealand Limited, Theta Systems Limited, Computer Concepts Limited and Fujitsu New Zealand Limited (The Panel). Date of conditional award- 28/09/2016. Term of Contract- a total contract term of 5 years (3 year initial term and one subsequent two yearly renewal right at the DHBs discretion). Contract Start Date- 15th December 2016. Type of Procurement Process Used- Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,17422280,Request for Quotations,Closed Competition,Pre-conditioning Clean of the New Burwood Hospital,16PROCTT017,20160419,20160502,20160620,,Sole Agency,No,N/A,"Procuring a contractor to perform the Pre-Cleaning of the New Burwood Hospital before it opens for use in June 2016, the building is currently vacant",Awarded,Price band awarded was under $50k,20201117 Canterbury District Health Board,17424426,Request for Quotations,Open Competition,The Supply and Installation of Ultrasound Software,16PROCEE002,20160419,20160504,20161109,,Sole Agency,No,,"This relates to the purchase of ultrasound software. The key outcomes that we want to achieve are smooth workflow, easy access to data and reports, and a smart, functional and intuitive user interface.",Awarded,"Date of contract award:1 September 2016 Term of contract: 3 years + 2 years",20201117 Canterbury District Health Board,17524062,Request for Proposals,Open Competition,Supply and Installation of sterilisers for Sterile Services Burwood Hospital,16PROCEE010,20160517,20160617,20161109,,Sole Agency,No,"Tender Box: Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road Riccarton, Christchurch","The Canterbury District Health Board are looking to replace the current fleet of sterilisers for Sterile Services at Burwood Hospital currently consisting of 2 large sterilisers and one small steriliser with flash capacity commissioned in 2007. This equipment is used for sterilising Theatre instruments (sets and individual), loan/ consignment instrument sets, drapes and miscellaneous ward items. The current equipment will be decommissioned, removed and disposed of by the successful supplier. It is important that the installation of the equipment occurs over the Christmas close down period.",Not Awarded,"Successful Supplier: Gallay Medical & Scientific Pty Ltd 8F Enterprise Drive, Henderson, Auckland, 0632 Date of contract award: 15 July 2016 Only Large Sterilisers purchased, re-tendered for Small Volume Steriliser",20201117 Canterbury District Health Board,17652497,Request for Proposals,Open Competition,Lead Maternity Carer Services for the Chatham Islands,,20160701,20160802,20170622,,Sole Agency,No,"Tender Box, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch",This RFP relates to the purchase of Lead Maternity Carer services to the Chatham Islands. We are seeking experienced LMC midwives interested in extending their self-employed midwifery service to include women residing on the Chatham Islands.,Awarded,,20201117 Canterbury District Health Board,17678822,Request for Proposals,Open Competition,Supply & Installation of Parent Fold-down Beds,16PROCMM002,20160711,20160810,20170614,,Sole Agency,No,,"The Ministry of Health (MOH) and the Canterbury DHB (CDHB) are working towards major long term investments in new and improved hospital facilities for the Canterbury and West Coast DHBs, known as the Hospitals Redevelopment Project (???the Project???). The Project is being carried out across Burwood, Christchurch and Greymouth Hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, CDHB intends to install fold down beds in several children???s wards at Christchurch Hospital (Acute Services Build ASB). CDHB is now inviting proposals from companies with the relevant capability, experience and knowledge to design, manufacture and install Parent fold down beds suitable for our new facility.",Not Awarded,,20201117 Canterbury District Health Board,17683070,Request for Proposals,Closed Competition,Supply of Patient Portal Technology,,20160711,20160811,20170809,,Sole Agency,No,"Tender Box: Canterbury Patient Portal RFP. Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","As outlined in the Registration of Interest (ROI), we are looking for capable suppliers who can offer a Patient Portal solution that will provide an excellent patient experience, is easy for patients to use, and can utilise existing systems and resources ??? specifically through accessing our Shared Care Records (allowing wider access to health information). This will significantly widen the spectrum of information available to people as they will be able to view a more comprehensive picture of their health record from the comfort of their own home.",Not Awarded,,20201117 Canterbury District Health Board,17725345,Request for Proposals,Closed Competition,Supply and Manufacture of Modular Medical Services Panel Design,16PROCEE008,20160726,20160831,20170622,,Sole Agency,No,"Reception, Supply Department Canterbury District Health Board 211 Blenheim Road Riccarton Christchurch","This is the second stage of a procurement process for the provision of a supplier to realise our Medical Service Panel design which will be installed behind hospital beds. The Canterbury District Health Board (CDHB) is looking for credible providers who have the capability, experience and infrastructure to deliver a quality product to the design specifications provided. The preferred supplier needs to have a proven track record in manufacturing and delivering a quality product that is compliant to the required standards and the design.",Awarded,"Date of contract award: 28 November 2016 Term of contract: 3 years",20201117 Canterbury District Health Board,17795456,Request for Proposals,Open Competition,"Supply & Installation of Decontamination, Sterilisation and Associated Equipment for Sterile Services",16PROCEE007,20160815,20160926,20180219,,Sole Agency,No,"Tender Box: Reception, Supply Department Canterbury District Health Board 211 Blenheim Road Riccarton Christchurch","The Ministry of Health and the Canterbury and West Coast DHB are working towards major long term investments in new and improved hospital facilities for Christchurch and Greymouth, known as the Hospitals Redevelopment Project (???the Project???). The Project is being carried out across Burwood, Christchurch and Greymouth hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, Canterbury and West Coast DHB needs to procure various Furniture, Fittings and Equipment items to complete the development, of which this Request for Proposal (???RFP???) forms part. As part of the new development the Canterbury DHB Sterile Services Department will be moving to a new facility. Enabling works are now underway, foundation completed in November 2015 with construction continuing in 2016. The build will take approximately two years to complete, practical completion date is scheduled for July 2018. In 2018, West Coast DHB will open a new Grey Base Hospital (GBH) that will provide integrated primary and secondary care, acute, surgical, and allied health services. As part of the GreyBase Hospital redevelopment project, a new Sterile Services facility is being built. We are looking to purchase: dryers, washers (cart, instrument, batch), steam sterilisers, scope equipment (irrigator, re-processor, drying cabinet, storage cabinet), packing stations, decontamination tables, trolleys (dirty and clean).",Awarded,"Scope sterilization equipment and maintenance awarded to Gallay Medical and Scientific Non-scope sterilization equipment and maintenance awarded to Getinge Australia P/L",20201117 Canterbury District Health Board,17819341,Request for Proposals,Open Competition,CDHB Oncology Cooling Tower and Chiller Replacement,M&EG1220816,20160822,20160930,20190207,,Sole Agency,No,"Supply Department Reception, 211 Blenheim Road, Christchurch","The Christchurch Hospital Oncology building was built in 1990 and has 2 carrier chillers and 2 Muller cooling towers. Canterbury District Health Board (CDHB) now need to: ??? Replace one of the carrier chillers and one of the Muller cooling towers and upgrade them to modern technology and more efficient compatible plant; and ??? Replace the pipe work, pumps, valves and controls. CDHB will be replacing the existing chiller and cooling tower with: ??? 1 x Smardt-Powerpax 300kW WA027.1 chiller; and ??? 1 x Evapco LSTE419 water cooled cooling tower. The chiller and cooling tower will be purchased and delivered to site by CDHB. The Contractor should allow for the required crane lift to locate the chiller and cooling tower into the plant room and to remove existing obsolete plant. Due to the CDHB requirement for a robust Building Management System (BMS) the new plant is to be fully integrated and compatible with the existing BMS. As such CDHB require that SetPoint Solutions Ltd are engaged by tendering contractors as part of this project. The controls, pumps and valves will be upgraded to have the best control and monitoring over the tower in conjunction with the chiller to get the most economical returns. CDHB cannot take down the services we supply for any length of time. Therefore the changeover of the chiller and cooling tower will take place in the cooler months. The proposed project plan includes: ??? The old cooling tower and chiller will be isolated; ??? Wiring, sensors, motorised valves and pumps removed; ??? Simultaneously take the roof off with a temporary tarpaulin arrangement installed for ease of removal and less down time on the project; ??? The old tower and chiller will be lifted out from the plant room and the new chiller and tower would get lifted back into the plant room; ??? The temporary roof would go on while the location is prepared for both new pieces of plant; ??? Fit the new chiller and tower; ??? Modify the roof to accommodate the new tower and reinstate; and ??? Install new pipe work to transition back on to the field pipe work along with new valves, wiring, pumps and sensors for both pieces of plant. ??? Integrate with CDHB Building Management System (BMS) ??? Commissioning, testing and hand over. In 2015 CDHB and their consultants carried out: ??? Mechanical design; ??? Structural design; and ??? Architectural design.",Not Awarded,,20201117 Canterbury District Health Board,17837946,Request for Proposals,Open Competition,Consulting Services for the CDHB and WCDHB People Lifecycle Project,16PROCAS004,20160829,20160926,20170622,,Sole Agency,No,,"??? Fundamental repositioning of the CDHB and WCDHB???s traditional Human Resources [HR] department into a contemporary People and Capability function to support the more than 10,000 people employed by CDHB and WCDHB in their ongoing efforts to fully realise our DHBs vision and goals.",Not Awarded,"16PROCAS004 Provision of Consulting Services for the CDHB and WCDHB People Lifecycle Project. Successful Supplier: Deloitte Limited as a trustee for the Deloitte Trading Trust. Date of Conditional Award: 13 December 2016. Term of Contract: Commencement Date 19 December 2016. Six month initial term (expiring 18 June 2017). One extension of six months (expiring 18 December 2017). Type of Procurement Process Used: Open Request for Proposal. Tracey Thompson, Procurement Analyst, Canterbury District Health Board. expected spend $350k",20201117 Canterbury District Health Board,17842059,Request for Quotations,Open Competition,Security Services,16PROCEE003,20160829,20160920,20170227,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Christchurch",West Coast District Health Board (???WCDHB???) is seeking security services for two of its sites in Greymouth and Buller. Site visits can be arranged upon request.,Awarded,"Contract start date: 1 February 2017 Term of Contract 3 +2 years",20201117 Canterbury District Health Board,17856670,Request for Proposals,Open Competition,Outsourced Cataract Surgery and Ancillary Services,20160901,20160901,20161011,20170714,,Sole Agency,No,"Tender Box, Level 1, 32 Oxford Terrace, Christchurch","Canterbury DHB is looking to find the most effective solution in terms of both cost and process for the supply and delivery of outsourced cataract surgery. We are looking for credible providers who have the capability, experience and infrastructure to deliver outsourced cataract surgery in our community. You need to have a good track record in the management and implementation of surgical service supply with effective networks and strong relationships within our local community.",Awarded,,20201117 Canterbury District Health Board,18018210,Request for Proposals,Open Competition,"Supply, Installation and Commissioning of an Small Volume Steriliser for Sterile Services Burwood Hospital",16PROCEE012,20161011,20161117,20170227,,Sole Agency,No,"Canterbury DHB, Tender Box, Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","The CDHB is looking to replace the current small volume steriliser with flash capacity located at Burwood Hospital Sterile Services commissioned in 2007. This equipment is used for sterilising Theatre instruments (sets and individual), loan/ consignment instrument sets, drapes and miscellaneous ward items. It is preferable that the installation of the equipment occurs before April 2017. Date of the supplier briefing ?? hour session: 21 10 16",Awarded,"Date of contract award:1 February 2017 Term of contract: Purchase and installation plus 2 year warranty after installation",20201117 Canterbury District Health Board,18128571,Request for Proposals,Open Competition,Community Collection and Disposal of Waste Medicines and Sharps,,20161110,20161208,20170622,,Sole Agency,No,"Tender for Community Collection and Disposal of Waste Medicines and Sharps, Reception, Canterbury District Health Board, 32 Oxford Terrace, Christchurch",Canterbury District Health Board is looking for a provider or providers to safely manage the collection and disposal of unused medicines (including cytotoxics) and used sharps returned to community pharmacies across Canterbury.,Awarded,,20201117 Canterbury District Health Board,18141304,Request for Proposals,Open Competition,Aruba wireless access point hardware and associated goods and services,16PROCAT027,20161116,20161222,20181224,,Cluster,No,,"This RFP relates to the potential purchase of more than 500 Aruba wireless access points, related hardware and associated services for both Canterbury District Health Board and West Coast District Health Board. It also relates to the purchase of Aruba support for the Aruba wireless hardware and software for both DHBs from 1 August 2017. Respondents are asked to differentiate themselves from the competition by detailing what additional value they add to the reseller chain. Suppliers must have the capacity to deliver large numbers of Aruba wireless access points for new builds. Other hardware such as additional controllers may be required, and sundry items. Controller licences, AirWave licences, and ClearPass licences could also be required.",Awarded,Best Channel Partner discount,20201117 Canterbury District Health Board,18147183,Request for Proposals,Open Competition,"Supply, Installation and Commissioning of Lift upgrades for Christchurch Hospital",16PROCEE011,20161116,20170130,20170622,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","The lifts currently in Christchurch Hospital Parkside West Building have very large AC to DC generators and DC motors in the plantroom with exposed moving parts which generate a lot of noise and heat. All lifts are over 20 years old. This procurement relates to the supply, installation and commissioning of lift upgrades for Christchurch Hospital Parkside West Building. Previously these have been provided by Otis. Going forward we wish to upgrade our current lifts in Christchurch Hospital, The Parkside Building.",Not Awarded,"Successful Supplier: Otis Elevator Company Ltd 200 Maces Road Bromley, Christchurch, 8062 Date of contract award: 6 April 2017",20201117 Canterbury District Health Board,18215289,Request for Proposals,Open Competition,RFP Internet Services,16PROCAT025,20161209,20170130,20181029,,Cluster,No,,"Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) request proposals from interested parties for the supply and delivery of Internet Services. We are happy to receive proposals under the Telecommunications as a Service (TaaS) voluntary common capability contract. TaaS service providers should submit a solution based on our Requirements (Section 2) and accompany this with a transition statement to a TaaS structure. We are equally happy to receive proposals outside of TaaS, from the open market, solely for Internet Services. These should be based on our Requirements (Section 2).",Awarded,Both CDHB and WCDHB Internet Services contracts were awarded to Two Degrees NZ Limited.,20201117 Canterbury District Health Board,18257059,Request for Proposals,Open Competition,Huntingtons Disease Coordination Service,,20161223,20170131,20170622,,Sole Agency,No,"Tender Box, Huntingtons Coordination Service, Level 1, 32 Oxford Terrace, Christchurch","The Canterbury DHB is seeking a provider for the Huntingtons Disease (“Huntingtons”) Co-ordination Service which currently comprises 1 clinical FTE that delivers the Co-ordination role across Canterbury district. The Co-ordinator works with and supports people with Huntingtons and their family/whanau. An important aspect of the role is to navigate and support people to the services they need in a proactive and timely manner. The role also requires consultation, liaison and education for health and social services on the needs of people with Huntingtons and how best to support them and their family/whanau. The service has been operating since 2010 and has proven to make a positive difference to the pathway of care for this group.",Awarded,,20201117 Canterbury District Health Board,18313339,Request for Proposals,Open Competition,Network data cabling services,16PROCAT011,20170123,20170220,20170815,,Cluster,No,,"Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) wish to procure data cabling services for Business As Usual (BAU) requirements and for project work. We are looking for 'value for money' services where all component parts of each agreed solution are included. Cable design, provision of 'as built' cabling records, consultancy, testing, implementation, support and maintenance are required as part of this contract opportunity.",Awarded,"Successful Supplier: Multimedia Communications Limited PO Box 3019 Christchurch Date of contract award: 1 June 2017 Term of contract: 3 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $680K-$760K Amanda Thorogood Procurement Specialist",20201117 Canterbury District Health Board,18342897,Request for Proposals,Open Competition,Provision of Service - Building Warrant of Fitness Compliance + Boiler and Vessel Pressure Testing. CDHB and WCDHB.,16PROCEE014,20170130,20170321,20170622,,Cluster,No,"Canterbury DHB, Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","This procurement relates to the provision and installation of the onsite Building Warrant of Fitness (BWOF), in respect of every Site and for which a Compliance Schedule has been issued. The BWOF is to be in the prescribed form stating that all requirements and obligations as contained in the Compliance Schedule have been fully complied with during the previous 12 months. In addition to the BWOF requirement, is the provision of Boiler and Vessel Pressure Testing. The BWOF services encompass: 1. The Monthly owners inspections on behalf of CDHB & WCDHB in respect of every Site and for which a Compliance Schedule under the Building Act has been issued; 2. The Annual inspections on behalf of CDHB & WCDHB in respect of every Site and for which a Compliance Schedule under the Building Act has been issued; 3. Provide and install on site a BWOF, in respect of every Site and for which a Compliance Schedule has been issued. The BWOF is to be in the prescribed form stating that all requirements and obligations as contained in the Compliance Schedule have been fully complied with during the previous 12 months The key outcomes that we want to achieve are: 1. All independent inspections undertake in accordance with the Building Act; and 2. BWOF certificates issued in accordance with the Building Act.",Awarded,"Date of contract award: 19 June 2017 Term of contract: 3 years + 2 years",20201117 Canterbury District Health Board,18351531,Request for Proposals,Open Competition,Brackets for Televisions & Computer Monitors for Canterbury and West Coast DHB's,16PROCMM006,20170207,20170309,20170925,,Cluster,No,"Tender Box: Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton 8041, Christchurch","Our requirement is for brackets for all Televisions and Computer Monitors mounted on the wall, ceiling or desk. The need is across the three DHB locations (ASB, Outpatients and GBH) in accordance to the VESA Mounting Interface Standard (MIS).",Not Awarded,,20201117 Canterbury District Health Board,18362608,Request for Proposals,Open Competition,The Supply of an Infant Nutrition Management System,16PROCEE004,20170207,20170320,20180517,,Sole Agency,No,,"We are seeking to purchase a software based Infant Nutrition Tracking and Reporting Management System. The key outcomes we want to achieve are smooth workflow, easy access to data and reports, and a smart, functional and intuitive user interface. The system needs to be one that incorporates all aspects of the process from the donor to the recipient with multiple input users at each stage i. Human Donor Milk collection recruitment process ii. Human Donor Milk collection, transportation and receiving process for registered donors iii. Processing Human Donor Milk iv. Pasteurised Donor Milk bank stock rotation and discards v. Human Donor Milk Prescribing/ Dispensing Process vi. Expressed Milk/ Formula Management Process including stock rotation and discards",Not Awarded,"Due to budgetary constraints Canterbury District Health Board (CDHB) has made a decision not to proceed with the above Request for Proposal. This Notice to Tenderers is to inform you that a status of ???no award??? will be made to all Respondents who submitted under reference 16PROCEE004. Please see Section 6: RFP Process, Terms and Conditions, Clause 6.23 a. ii. Buyers Additional Rights, ???Despite any other provision in the RFP the Buyer may, on giving due notice to Respondents amend, suspend, cancel and/or re-issue the RFP, or any part of the RFP.???",20201117 Canterbury District Health Board,18557578,Request for Proposals,Open Competition,Supply of WAN Connectivity Services for Canterbury and West Coast DHBs,16PROCAT008,20170410,20170531,20180809,,Cluster,No,,"Canterbury District Health Board and West Coast District Health Board wish to procure WAN connectivity services. Both DHBs ideally want to procure these services from the same supplier to facilitate transalpine integration. We want to receive proposals under Telecommunications as a Service (TaaS) voluntary common capability contract. TaaS service providers should submit a solution based on our current Requirements (Section 2) and accompany this with a transition statement to a TaaS model. Additional variants may also be required over time to deliver our requirements within a TaaS construct. We seek your recommendations on the best approach to meet our requirements. We also want to receive proposals outside of the TaaS model, from the open market, solely for WAN connectivity services. These should be based on our Requirements (Section 2).",Awarded,,20201117 Canterbury District Health Board,18638450,Request for Proposals,Open Competition,RFP Regional Service Provider Index,16PROCAT026,20170509,20170612,20171218,,Cluster,No,,"The principal purpose of the Regional Service Provider Index (RSPI) is to uniquely identify service and administration providers working in or alongside health providers. This could include social services and other Government Agencies. To hold that information in a centralised regional repository, to be used by all authorised applications. The RSPI will support the South Island Health system through the enablement of the single regionally supported repository. The repository is intended to be a scalable solution which can then be used as, or integrated into, the National Service Provider Index. The objective of this scope of work is to investigate a solution to create and maintain a single source of truth to store and identify the main segments that make up the RSPI, as well as some way to identify the growing number of team codes used with the District Health Boards' (DHB) systems. We do not want theoretical proposals about abstract or speculative approaches to improving health in the community, the solution should be either an on-premise or 'software as a service' offering.",Not Awarded,"As a result of due diligence, opportunities came to light for the Information Services Service Level Alliance (ISSLA) to work jointly with the Ministry of Health. We have been directed by the South Island Alliance Leadership Team (ALT) and Information Services Service Level Alliance (ISSLA) to close the RFP without purchase.",20201117 Canterbury District Health Board,18730161,Request for Proposals,Closed Competition,"Stage 2 - Supply, install and commission imaging equipment (DR X-Ray, fluoro, CT, conebeam CT and C-arm)",16PROCIR003,20170614,20170710,20180530,,Cluster,No,See section 1.5 of the RFP,"This Request for Proposal (RFP) is to identify suitably qualified suppliers to submit a Proposal to supply and install imaging equipment at two rebuild projects and to provide ongoing maintenance and servicing of the equipment. This is the second stage of a two-stage request for proposals process. Proposals can only be lodged by respondents identified in the first stage and who are expressly invited to respond to this RFP The requirements for the imaging equipment identified in stage one have broadly remained unchanged. There is a new requirement for a mobile imaging intensifier for existing equipment that will be transferred to ASB. All invited respondents are invited to offer suitable equipment. Potential respondents are invited to a briefing session at a date and time shown in clause 1.2 of the RFP. Attendance is not mandatory but recommended. At the briefing respondents will meet key team members and have the opportunity to ask questions. Respondents are to register via Gets to attend the briefing. Upon registration, respondents will be notified of the location of the briefing. Selected respondents are invited only to respond to the modality for which they have been shortlisted. The modalities and the invited respondents are: * General DR X-ray: Carestream, Philips Healthcare and Siemens Healthcare * DR X-ray/Fluoroscopy: Philips Healthcare, Shimadzu Medical Systems and Siemens Healthcare * CT: GE Healthcare, Philips Healthcare, Siemens Healthcare and Toshiba Medical Systems * Cone Beam CT: INLINE Systems and Siemens Healthcare * 3T MRI: GE Healthcare, Philips Healthcare, Siemens Healthcare and Toshiba Medical Systems * Monoplane C-Arm: Philips Healthcare, Siemens Healthcare and Toshiba Medical Systems * Image intensifier: all respondents Proposals from respondents not invited will not be considered.",Awarded,"Inline awarded contract for conebeam CT Philips awarded contract for DR x-ray, fluoroscopy/DR x-ray hybrid and c-arms Siemens awarded contract for CT and MRI",20201117 Canterbury District Health Board,18735639,Request for Proposals,Open Competition,Haemoglobin 1Ac (Hb1Ac) and ??-Thalassemia Testing Solution,17PROCIR006,20170609,20170703,20171027,,Sole Agency,No,,"This RFP relates to the procurement of the provision of suitable test equipment and reagents for approximately 40,000 ??? 50,000 Haemoglobin 1Ac (Hb1Ac) and in the region of 1,000 ?? ??? Thalassemia tests annually as part of the routing testing programme undertaken by CHL.",Awarded,,20201117 Canterbury District Health Board,18764686,Request for Proposals,Open Competition,Cooling Tower and Chiller Replacement and Christchurch Hospital Oncology and Canterbury Health Laboratories Buildings,17PROCEE006,20170626,20170731,20170925,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","This procurement relates to the replacement of the cooling tower and chiller???s at Christchurch Laboratories and Oncology Buildings. CDHB will provide the following equipment: ??? the chiller's and towers for both buildings; ??? Christchurch Laboratories ??? VSD for condensing water pump ??? Oncology Building ??? pump and 2x VSDs All new equipment must be connected to the existing Building Management System (BMS).",Awarded,,20201117 Canterbury District Health Board,18780122,Request for Proposals,Closed Competition,"Stage 2 Supply, install and commission imaging equipment (MRI and image intensifier)",16PROCIR003a,20170626,20170712,20180530,,Cluster,No,See section 1.5 of the RFP,See addendum 4 for 16PROCIR003 (Gets reference 18730161) that explains the split lodgement requirements for this RFP.,Awarded,"Inline awarded contract for conebeam CT Philips awarded contract for DR x-ray, fluoroscopy/DR x-ray hybrid and c-arms Siemens awarded contract for CT and MRI Image intensifier not awarded.",20201117 Canterbury District Health Board,18859256,Request for Quotations,Open Competition,RFQ Telehealth Video Conferencing Platform,17PROCAT006,20170724,20170809,20180820,,Sole Agency,No,,"The West Coast District Health Board (WCDHB) requires an additional VC solution which will enable current equipment to connect with unmanaged devices. Unmanaged devices must also be able to connect with each other. A directory which allows for seamless connectivity to WCDHB???s existing Polycom-based endpoints and virtual rooms, as well as end points and virtual rooms used within our neighbouring DHB, Canterbury DHB, is required. The directory should be the same for all endpoints using the legacy Polycom-based hardware systems and the new solution.",Awarded,"Date of contract award: 13 August 2018 Term of contract: 12 months + 3 renewal terms The expected spend under the contract: $50K",20201117 Canterbury District Health Board,18866148,Request for Quotations,Closed Competition,17PROCDT002 Service and Workflow M/Ment System,17PROCDT002,20170726,20170809,20170918,,Sole Agency,No,"Supply Department, 211 Blenheim Road, Riccarton, Christchurch","The CDHB People and Capability function seeks to put ???People at the heart of all we do???. However, there are some difficulties and frustrations with our current way of working, which need to be addressed if we are to achieve our vision. We are seeking a service and workflow management solution that addresses these issues and provides: ??? Efficiencies through simplification of query resolution ??? Improved coordination of work ??? Improved agility and ability of workflow ??? Improved allocation of efforts and resources ??? Reduced transactional work ??? Improved policy access, management and consistency of application ??? Enhanced operational HR management ??? Service level agreement and metrics ??? Knowledge management capability. This is a Secondary Procurement to invited participants only under the AOG Consultancy Services Agreement.",Awarded,,20201117 Canterbury District Health Board,18971628,Request for Proposals,Closed Competition,ASB Hybrid theatre addendum 5,16PROCIR002,20170908,20170912,20180904,,Sole Agency,No,,Addendum 5 reopens this RFP. The attachments were provided to the respondents on 24 August. Responses are to be lodged through the Gets website.,Awarded,,20201117 Canterbury District Health Board,18976986,Request for Proposals,Open Competition,Supply and storage provision for LPG fuel,17PROCEE007,20170831,20171005,20171030,,Syndicated Opportunity,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","In 2018, West Coast DHB will open a new Grey Base Hospital (GBH) that will provide integrated primary and secondary care, acute, surgical, and allied health services. As part of the GreyBase Hospital redevelopment project, a new boiler house is being built. The LPG supply will be a back up to the coal supply boiler. This RFP relates to the installation of a supplier owned pressure tank and vaporiser for the supply and delivery of LPG fuel the Greybase Hospital Boiler House. The key outcomes that we want to achieve are as follows: ??? On time installation to meet our construction schedule ??? Reliable and uninterrupted supply of LPG ??? The quality of the fuel to match or exceed our Requirements ??? A supplier that can be flexible during this period of constant change in the DHB. We will not make any commitment about the volume. ??? A supplier that is capable of delivering LPG fuel on a regular, and on demand basis.",Not Awarded,Change of strategic direction.,20201117 Canterbury District Health Board,18987441,Request for Proposals,Open Competition,Supply and installation of video endoscopy systems,17PROCIR002,20170905,20170928,20180530,,Sole Agency,No,See section 1.5 of the RFP,"This Request for Proposal (RFP) is to identify suitably qualified suppliers to submit a proposal to supply and install video endoscopy systems. Fourteen systems are required over the next three years with 9 replacement units for existing systems in Christchurch Hospital Parkside and Christchurch Women's Hospital. Five new systemsd are required for the Acute Services Building, which is currently under construciton. Potential respondents are invited to a briefing session at a date and time shown in clause 1.2 of the RFP. Attendance is not mandatory but recommended. At the briefing respondents will meet key team members and have the opportunity to ask questions. Respondents are to register via Gets to attend the briefing. Upon registration, respondents will be notified of the location of the briefing.",Awarded,,20201117 Canterbury District Health Board,19012405,Request for Proposals,Open Competition,Request for Proposal for Hard Surface & Equipment Disinfectant Products - Panel Opportunity,17PROCDT003,20171003,20171108,20181221,,Cluster,No,,"We are looking for wipes, solutions, and other technologies for disinfecting hard surface areas within a hospital i.e. benches, railings, desks, as well as disinfection of all pieces of clinical equipment including but not limited to beds, monitoring equipment, patient moving equipment. The objectives of the Panel (Objectives) are to: (a) improve performance, efficiency and significantly add value, and to minimise the costs to DHBs in relation to the Products; (b) provide a list of Products available for purchase which are identifiable as clinically fit for purpose or which are available to be tested by DHBs; (c) achieve consistency of terms of trade with suppliers to enable DHBs to make an informed choice between suppliers; (d) create long term sustainable lowest cost options (including cost savings as measured against current spend); (e) minimise procurement costs including the costs and time involved for DHBs in engaging with suppliers; (f) achieve total cost advantages while forming mutually beneficial supplier(s) agreements; and (g) ensure secure supply of Products as and when needed.",Awarded,"Procurement: 17PROCDT003 Description of goods, services or works: Hard Surface and Clinical Equipment Disinfectant Products Successful Suppliers: Contracts have been awarded to the following suppliers. ??? Diversey New Zealand Limited ??? Global Medics Limited ??? Reynard Health Supplies Ltd ??? Schulke New Zealand Ltd ??? Surgical & Medical Systems Limited ??? W M Bamford & Co Limited ??? Whiteley Corporation NZ Limited Date of contract award: September 2018 Term of contract: 36 month initial term and two renewal options of 24 months each The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: The DHBs participating in this contract as expected to spend approximately $450,000 per annum Type of procurement process used: Request for Proposals David Pauley Procurement Specialist",20201117 Canterbury District Health Board,19060946,Request for Proposals,Open Competition,Supply of Grounds Maintenance and Landscaping Services,17PROCEE004,20170925,20171030,20180517,,Sole Agency,No,"Canterbury District Health Board, Tender Box, Reception, 211 Blenheim Rd, Christchurch","This procurement relates to the delivery of grounds maintenance and landscaping services for various sites owned or leased by the Canterbury District Health Board (CDHB). The Successful Respondent must be aware of the highly visible nature of the amenities covered by this RFP any unsatisfactory work or omission or lateness of work and may result in service reduction or Contract termination. The Successful Respondent must also be aware of the variability of vegetation growth rates through the year due to seasonal and climatic conditions and ensure resources are managed to meet specified levels of service at all times. Previously these services have been provided in an ad hoc fashion. Going forward the Successful Respondent will operate and maintain the facilities in a safe, functional and attractive state at all times to meet the levels of service defined in the Requirements.",Awarded,,20201117 Canterbury District Health Board,19061762,Request for Proposals,Open Competition,Supply of Inter-campus Health Shuttle Services,17PROCTT005,20170926,20171025,20180124,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is looking for a supplier or suppliers (?) with the capability and capacity to provide us with shuttle services on a daily basis for patients, staff and for the safe delivery of small packages including (but not limited to) internal mail, supplies, patient case notes and samples (on occasion) to designated points between our campuses.",Awarded,Awarded to Healthcare Horizons Price band $200k-$300k,20201117 Canterbury District Health Board,19089535,Request for Proposals,Open Competition,Supply and Installation of Television Screens and/ or Domestic Appliances,17PROCAS001,20171002,20171102,20180205,,Sole Agency,No,,"The Ministry of Health (MOH) and the Canterbury District Health Board (CDHB) are working towards major long term investments in two new hospital facilities for Christchurch: + Acute Services Building (ASB) in the Christchurch Hospital campus (CDHB); and + Outpatients Building in the Christchurch Hospital campus (CDHB). You are invited to submit a response to this RFP for the supply and installation (where required) of Domestic Appliances and/ or Television Screens that are required in the two project sites. It is intended that the resulting contract will be a combination of an order for the final, as agreed, Television Screens and/ or Domestic Appliances for each of the two project sites plus a standing offer arrangement for a period of two years (12 months + 12 months) to meet any future ongoing Television Screen and Domestic Appliance needs. In addition, West Coast DHB will be implementing a rebuild project during the proposed contract term and may look to purchase additional domestic appliances/ television screens from those proposed. Depending on the capability of suppliers and the outcome of the evaluation process the CDHB may award a contract to one or more suppliers.",Not Awarded,"CONTRACT AWARDED. 15PROCAS001 Supply and Installation of Television Screens and/or Domestic Appliances. Successful Supplier for Television Screens: Smith City (Southern) Limited. Date of Conditional Award: 20 December 2017. Term of Contract: Commencement Date 15 February 2018. One year initial term (expiring 14 February 2019). One extension of one year (expiring 14 February 2020). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board. Successful Supplier for Domestic Appliances: Fisher & Paykel Appliances Ltd. Date of Conditional Award: 20 December 2017. Term of Contract: Commencement Date 1 March 2018. One year initial term (expiring 28 February 2019). One extension of one year (expiring 28 February 2020). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,19112928,Request for Proposals,Open Competition,Group Programme Services for Adults with Moderate to Severe Alcohol and Other Drug Addictions,,20171009,20171109,20180104,,Sole Agency,No,"Tender Box, Canterbury District Health Board, Level 1, 32 Oxford Terrace, Christchurch","Since 2009 the Alcohol and Other Drug System in Canterbury has been in a process of innovation and redesign, with services working together to provide an integrated continuum of care. Canterbury District Health Board (CDHB, the Buyer, we and/or us) is seeking proposals from organisations that have the capacity and capability to deliver a range of group based programmes for adults with moderate to severe alcohol and other drug (AOD) addictions (the service) that align with the overall Model of Care. The service will form part of the continuum of care of the AOD system and will work in a collaborative way with other providers utilising a single point of entry for referrals. It is envisaged that the service will provide the best value for money with a range of programmes scheduled at times that makes it accessible to a wide audience. We require a provider who has experience in delivering AOD services, has demonstrated experience of being part of a wider collaborative and is responsive to the needs of M??ori and other ethnicities.",Awarded,,20201117 Canterbury District Health Board,19152643,Request for Proposals,Open Competition,Water Treatment Systems,17PROCEE005,20171019,20171206,20181121,,Cluster,No,Canterbury District Health Board Tender Box Reception 211 Blenheim Rd Christchurch,"The Facilities Maintenance departments of Canterbury DHB, West Coast DHB, South Canterbury DHB, Nelson Marlborough DHB, and Southern DHB are looking to source a cost effective and innovative solution for the provision of a Water Treatment Programme. Ideally, we are seeking to enter into a partnership with a suitably qualified Water Treatment Company/s to manage and oversee the treatment and testing of water systems across the South Island region.",Awarded,"DHBs under contract CDHB, WCDHB, SCDHB, SDHB and NMDHB Date of contract award:1/10/2018 Term of contract: 3 years + 2 years (SDHB) + all other DHBs have a further 2 year renewal option",20201117 Canterbury District Health Board,19182555,Request for Proposals,Open Competition,Main Contractor for Asbestos Roof Removal and Roof Replacement on Christchurch Hospital Parkside Building,17PROCEE012,20171030,20171201,20180327,,Sole Agency,No,"Canterbury District Health Board, Tender Box, Reception, 211 Blenheim Rd, Christchurch","The Christchurch Public Hospital Parkside Building roof is currently protected by a Nuralite membrane (Asbestos based product) that is now degrading and allowing water leakage. Canterbury District Health Board (CDHB) is looking for a Contractor to remove the current membrane and rotting attached plywood and replace it with a suitable more robust modern product. The Contract Works are: ??? Start works at Block D; ??? Erect scaffolding, safety netting, and dust protection tents; ??? remove the current metal sheeting in order to remove the entire old membrane containing asbestos any attached plywood from Parkside flat roofs from Block D, B, C and potentially A and the surrounding gutters which also have asbestos content in them; ??? replace with new plywood and a suitable more robust modern product flat roof membrane; ??? replace the metal sheeting; and ??? decontaminate the storm water pipes",Not Awarded,"Canterbury District Health Board (CDHB) has reviewed all responses in regards to the Asbestos Roof Removal and Roof Replacement. Due to budgetary constraints CDHB has made a decision not to proceed with the above Request for Proposal. This Notice to Tenderers is to inform you that a status of ???no award??? will be made to all Respondents who submitted under reference 17PROCEE012. Please see Section 6: RFP Process, Terms and Conditions, Clause 6.23 a. ii. Buyers Additional Rights, ???Despite any other provision in the RFP the Buyer may, on giving due notice to Respondents amend, suspend, cancel and/or re-issue the RFP, or any part of the RFP.??? We would like to thank the Respondents for the time they have taken to work through the process and for the time and effort they put into your submission.",20201117 Canterbury District Health Board,19183519,Request for Proposals,Open Competition,Supply of Furniture for CDHB and WCDHB Business As Usual needs along with the Christchurch and West Coast Hospital Rebuild Projects,17PROCAS002,20171030,20171130,20180517,,Cluster,No,,"The Ministry of Health (MOH), Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) are working towards major long term investments in three new hospital facilities- two in Christchurch and one in the West Coast. The DHBs need to procure various furniture, fittings and equipment items, of which this Request for Proposal (RFP) forms part. The majority of furniture is for the ASB project (75%) with lesser volumes required for Outpatients (15%) and Grey Base (10%). You are invited to submit a response to this RFP for the supply of furniture required in the three project sites, which will require that the preferred supplier(s) provide design services (as required) for various sites. It is intended that the resulting contract will be a combination of orders for the final, as agreed furniture for each of the three project sites, plus a standing offer arrangement for a total period of seven years (24 months + 24 months + 24 months + 12 months) to meet any future business as usual furniture needs for The DHBs. Depending on supplier capability and the outcome of the evaluation process, The DHBs may award a contract to one or more suppliers.",Not Awarded,"CONTRACT AWARDED. 15PROCAS002 Supply of Furniture for CDHB and WCDHB Business As Usual needs along with the Christchurch and West Coast Hospital Rebuild Projects Successful Supplier: Bourneville Furniture Co Limited. Date of Conditional Award: 13 February 2018. Term of Contract: Commencement Date 1 June 2018. Two year initial term (expiring 31 May 2020). 2+2+1 year optional contract extension terms (expiring 31 May 2025). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,19284989,Request for Proposals,Open Competition,Supply of ventilators and transport ventilators,18PROCBW002,20180905,20181001,20190514,,Sole Agency,No,,"This Request for Proposal (RFP) is to identify suitably qualified suppliers to submit a proposal to supply ventilators and transport ventilators. 28 ventilators are required over the next three years with 17 replacement units and 11 new units are required for the Acute Services Building, which is currently under construction. Potential respondents are invited to a briefing session at a date and time shown in clause 1.2 of the RFP. Attendance is not mandatory but recommended. At the briefing respondents will meet key team members and have the opportunity to ask questions. Respondents are to register via Gets to attend the briefing. Upon registration, respondents will be notified of the location of the briefing.",Awarded,"CONTRACT AWARDED. 18PROCBW002 Supply of Ventilators and Transport Ventilators Successful Supplier: Intermed Medical Limited. Date of Conditional Award: 14 May 2019. Contract: Purchases to be made under existing NZ Health Partnerships??? panel contract. Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,19291011,Request for Proposals,Open Competition,Provision of Chillers & Refrigeration Plant Maintenance Services,18PROCEE001,20171204,20180308,20180821,,Syndicated Opportunity,No,"Canterbury DHB, Tender Box: Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","The Facilities Maintenance departments of Canterbury DHB and Nelson Marlborough DHB are looking to source reactive response and planned maintenance upon the Chiller and Refrigeration assets. Maintenance services are targeted at maximising plant and equipment availability and ensuring a rapid response in the advent of any asset failure. The Successful Respondent will have the ability to cover the entire geographic service area [Nelson ??? Canterbury] and attend all the sites within 4 hours of travel from any regional service centre.",Awarded,"CDHB Award to Piersons Refrigeration and Air Conditioning Ltd NMDHB Award to AHI Carrier (NZ) Ltd Start Date: 1 September 2018 Term: 3 years + 2 years",20201117 Canterbury District Health Board,19306840,Request for Proposals,Open Competition,Community Infusion Service,,20171207,20180123,20181112,,Sole Agency,No,"Tender Box - Community Infusions Service, Canterbury District Health Board, Level 1, 32 Oxford Terrace, Christchurch","Canterbury DHB is seeking proposals from Respondents who have the capability and capacity to provide eligible patients with a safe, community-based infusion solution. The community provider/s will work in close collaboration with medical specialists, general practice and other health providers in the delivery of the community service.",Not Awarded,,20201117 Canterbury District Health Board,19348106,Request for Proposals,Open Competition,"Portfolio, Programme & Project Management Software",17PROCAT017,20171221,20180130,20180605,,Syndicated Opportunity,No,,"Canterbury District Health Board (CDHB) requires a Project, Portfolio and Programme Management (P3M) tool to support our portfolio, programme and project management methodology and improve our processes, leading to significant gains in Portfolio, Programme & Project Management Maturity (P3M3) efficiency.",Awarded,Award Notice uploaded,20201117 Canterbury District Health Board,19351559,Request for Proposals,Open Competition,"Development and supply of a Forecasting, Budgeting and Reporting System",17PROCAT014,20171222,20180205,20180911,,Cluster,No,,"The core purpose of the Forecasting, Budgeting and Reporting system is to establish a comprehensive ???fit for purpose??? platform to better inform business in financial management and decision-making processes. The new system will incorporate financial and non-financial information to provide a robust and timely financial budgeting, forecasting and reporting framework supporting the business to seek higher efficiency and effectiveness.",Awarded,"Date of contract award: 27 August 2018 Term of contract: 36 months +12 +12 +12 +12 The expected spend under the contract/s: $350K",20201117 Canterbury District Health Board,19368095,Request for Proposals,Open Competition,Supply and Delivery of Pharmacy Grade Refrigerators and Freezers,17PROCMC004,20180115,20180215,20190213,,Sole Agency,No,,,Awarded,"CONTRACT AWARDED. 17PROCMC004 Supply and Delivery of Pharmacy Grade Refrigerators and Freezers Successful Suppliers: Bell Technology Ltd for the supply and delivery of blood bank refrigerators. Term of Contract: Commencement Date 01 November 2018. Three year initial term (expiring 31 October 2021). 1 + 1 year optional extension terms (expiry 31 October 2023). Rollex Medical NZ Ltd for the supply and delivery of pharmacy grade refrigerators and freezers (excluding blood bank refrigerators). Term of Contract: Commencement Date 01 September 2018. Three year initial term (expiring 31 August 2021). 1 + 1 year optional extension terms (expiry 31 August 2023). Type of Procurement Process Used: Open Request for Proposal. Matthew Cogle, Procurement Specialist, Canterbury District Health Board",20201117 Canterbury District Health Board,19406707,Request for Proposals,Open Competition,Genetic Analyser,17PROCDT004,20180201,20180306,20180816,,Sole Agency,No,,"This RFP relates to the purchase of a replacement capillary-based DNA analysis platform capable of resolving Sanger sequencing reactions and performing DNA fragment analysis (e.g. sizing of short tandem repeats for inheritance profiling, Quantitative Fluorescent-PCR product detection, Fragile X repeat expansion analysis and sizing). This is a core piece of equipment for CHL, being a ???work-horse??? instrument producing results across the majority of molecular testing carried out on site.",Awarded,"Date of Contract Award: 01 August 2018 Term of Contract: 3 +2 +2 years",20201117 Canterbury District Health Board,19422726,Request for Proposals,Open Competition,"Supply, Installation and Commissioning of a Central Dosing System for a Sterile Services Department and Provision of Cleaning Agents",17PROCMC005,20180205,20180307,20190213,,Syndicated Opportunity,No,,"This RFP seeks to solicit proposals for the supply, installation and commissioning of a central dosing system for Christchurch Hospital Sterile Services Department in the new Acute Services Building. Proposals are to include supply of cleaning agents for use by Canterbury and West Coast DHB Sterile Services departments to aid the cleaning of medical instruments and equipment.",Awarded,"CONTRACT AWARDED. 17PROCMC005: Supply, Installation and Commissioning of a Central Dosing System for a Sterile Services Department and Provision of Cleaning Agents Successful Supplier: Getinge Australia Pty Ltd Date of Contract Award: 31 January 2019. Five year (60 months) initial term. Optional extension of two years (24 months) following initial term. Estimated Spend Under the Contract $500,000 - $1,000,000 New Zealand Dollars Type of Procurement Process Used: Open Request for Proposal. Matthew Cogle, Procurement Specialist, Canterbury District Health Board",20201117 Canterbury District Health Board,19438313,Request for Proposals,Open Competition,Provision of Taxis Services to Canterbury DHB,PROCASUM251017,20180210,20180326,20180914,,Sole Agency,No,"Canterbury District Health Board, Tender Box, Reception, 211 Blenheim Road, Christchurch","Canterbury DHB has historically used taxi services to transport CDHB Staff and patients throughout our numerous locations and the wider Canterbury region. We also use a rapid response service to deliver samples from various locations to our labs. The rapid response service is used mainly when it???s more economical and faster than courier services. The purpose of this tender is to obtain detailed proposals from suppliers interested in supplying the CDHB with Taxi services at favourable prices. We are looking for the most cost effective solutions which meet our needs and specification. Canterbury DHB is seeking a solution which provides a reliable point to point Taxi service. We require a fixed price list of journeys which are regularly used. In addition we require a favoured rate for ad hoc destinations and national trips.",Not Awarded,,20201117 Canterbury District Health Board,19454683,Request for Proposals,Open Competition,Building Support Consultant for Canterbury Linen Services Laundry Project,18PROCEE002,20180216,20180320,20180517,,Sole Agency,No,,"The existing laundry, based on the Canterbury District Health Board Hillmorton Hospital site, suffered earthquake damage and will require significant upgrading to meet acceptable earthquake standards within the next 5 years. The Canterbury Linen Services Limited (CSL) wish instead to relocate the Laundry service with a more suitable layout that provides efficiency and allowance for future expansion as a new building. This RFP relates to the purchase of Building Support Consultant Services to help us define and deliver our new Laundry requirements in a design build lease contract with pre-selected developers. The key outcomes that we want to achieve are a fit for purpose code compliant new laundry development on a green field site in Christchurch. We are seeking a solution that defines CLS???s scope of works and technical requirements for the new laundry development. Tender preparation and review, evaluation, developer design review and construction overview are included. From a management perspective we are looking at single line responsibility from the Successful Respondent. Notwithstanding the Respondent should consider the appropriate access and representation from the technical leads at key points of the Project. The Respondent will need to outline their management structure, communication, documentation and reporting in the Submission.",Awarded,,20201117 Canterbury District Health Board,19469349,Request for Proposals,Open Competition,Supply of Examination Couches (Plinths) for the CDHB Christchurch Hospital Rebuild Projects,18PROCAS001,20180222,20180320,20180629,,Sole Agency,No,,"You are invited to submit a response to this RFP for the supply of plinths (exam couches) required in the two project sites. It is intended that the resulting contract will be a combination of orders for the final, as agreed plinths for the project sites, plus a standing offer arrangement for a total period of two years (one single 24 month contract term) to meet any future business as usual furniture needs for the CDHB. Depending on supplier capability and the outcome of the evaluation process, the CDHB may award a contract to one or more suppliers.",Not Awarded,"CONTRACT AWARDED. 15PROCAS001 Supply of Exam Couches (Plinths) for the CDHB Christchurch Hospital Rebuild Projects. Successful Supplier: Ebos Group Limited. Date of Conditional Award: 29 June 2018. Term of Contract: Commencement Date 1 August 2018. Two year initial term (expiring 31 July 2020). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,19486451,Request for Proposals,Open Competition,Ventilator suitable for Hyperbaric Chamber,17PROCDT009,20180227,20180329,20180914,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","This RFP relates to the procurement of a Hyperbaric approved lung ventilator for critically ill/injured patients undergoing hyperbaric treatment. This is to replace the current ventilator equipment that is old, close to end of serviceable life and technically obsolete. The current ventilator is not compatible with the recent upgrade of the Hyperbaric Chamber. We are looking for responses from credible providers who have the capability, capacity and experience to deliver to the above requirements.",Not Awarded,,20201117 Canterbury District Health Board,19533994,Request for Proposals,Open Competition,"Healthcare Simulation, Audio Visual Capture and Information Technology",17PROCTT021,20180314,20180406,20180618,,Sole Agency,No,VIA GETS,"We are looking for a Healthcare simulation, audio visual capture and information technology solution to enable us to innovatively educate health professionals whether they are at home, in a learning institution or at work in a hospital.",Not Awarded,Respondents did not meet the Requirements,20201117 Canterbury District Health Board,19539302,Request for Proposals,Open Competition,Supply and Delivery of Trolleys and Mobile Stands for Hospitals,17PROCMC001,20180315,20180419,20190515,,Syndicated Opportunity,No,,"The Ministry of Health (MOH), Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) are working towards major long term investments in new and improved hospital facilities for Canterbury and West Coast DHBs, known as the Hospitals Redevelopment Project (???the Project???). The Project is being carried out across Christchurch and Greymouth hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, the DHBs need to procure trolleys and mobile stands for the new Acute Services (???ASB???) and Outpatients Buildings (???OPD???) located at the Christchurch campus, and the new Grey Base Hospital located at the West Coast campus. We also require supply and delivery of trolleys and mobile stands for on-going business as usual needs of the DHBs.",Awarded,"CONTRACT AWARDED. 17PROCMC001: Supply and Delivery of Trolleys and Mobile Stands for Hospitals Successful Supplier(s): Cubro Limited for supply and delivery of Instrument/Dressing Trolleys, Multi-Use Trolleys and Multi-Use Modular Trolleys. Device Technologies Australia Pty Ltd for supply and delivery of Multi-Use Modular Trolleys, Enclosed Stainless Steel Trolleys, and Food Services Trolleys. Also listed as a secondary supplier for Instrument/Dressing Trolleys and Multi-Use Trolleys. Autobend Limited for supply and delivery of Rubbish Removal Trolleys. Date of Contract Award: 01 March 2019 Term of Contract: Two year initial term (expiring 28 February 2021). 1 + 1 year optional extension terms (expiry 28 February 2022 and 28 February 2023 respectively). Estimated Spend Under the Contract(s): Contract 1: $350,000 - $400,000; Contract 2: $150,000 - $175,000; Contract 3: $10,000 ??? $15,000 Type of Procurement Process Used: Open Request for Proposal. Matthew Cogle, Procurement Specialist, Canterbury District Health Board",20201117 Canterbury District Health Board,19564994,Request for Proposals,Open Competition,Purchase of Replacement Linen for Hospital Laundry Services,PROCASUMLINEN2811,20180323,20180427,20190326,,Syndicated Opportunity,No,,This procurement relates to the supply and delivery of new replacement Linen to The Alliance linen purchasing group which is a procurement collaboration between several (initially) of New Zealand???s largest laundry services from north to south. Previously this procurement has been provided by multiple sources and procured individually. We are now consolidating the procurement of linen for the entire Alliance linen purchasing group.,Awarded,"PROCASUMLINEN2811 This procurement relates to the supply and delivery of new replacement Linen to The Alliance linen purchasing group which is a procurement collaboration between several (initially) of New Zealand???s largest laundry services from north to south. Previously this procurement has been provided by multiple sources and procured individually. We are now consolidating the procurement of linen for the entire Alliance linen purchasing group. Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: DC Rosser & Co Ltd Unit B 14 Omega Street Albany Auckland 0751 Date of contract award: 1st March 2019 Term of contract: 3 years, with 24+12+12 month extension options The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $3,170,220 Type of procurement process used: RFP Open Rhys Evans, Procurement Specialist",20201117 Canterbury District Health Board,19593407,Request for Proposals,Open Competition,Canterbury Linen Services New Laundry Project - Boilers,18PROCEE006,20180405,20180523,20180628,,Sole Agency,No,,"Canterbury Linen Services (CLS) are planning a new standalone laundry on a new industrial/commercial site within 15 km of central Christchurch and will quit their existing laundry site in Hillmorton, Christchurch. The new laundry will require a new energy centre including a new wood chip boiler and the transfer of an existing diesel boiler from the existing laundry for use as a standby boiler. Allied with this ancillary boiler facilities including emission control, stack, fuel received and storage and laundry plant services including steam, condensate, hot and cold water and compressed air are also required for the new laundry.",Awarded,Award for the first phase of this project has been awarded. The second phase is dependent on the successful negotiations with a developer for a new laundry. site to be determined.,20201117 Canterbury District Health Board,19659514,Request for Proposals,Open Competition,Supply of an MRI Compatible Patient Monitor,18PROCTT002,20180424,20180524,20190212,,Sole Agency,No,"ATTN: 18PROCTT002, Reception, 211 Blenheim Road, Riccarton, Christchurch, New Zealand","This procurement relates to the supply, installation and commissioning of an MRI Compatible Patient Monitor for our Anaesthetic Department. We need a suitably qualified and experienced supplier to provide us with the monitor as well as coordinate and install/commission the new machine for use. We want suppliers who can train our staff (if applicable) and carry out the entire coordination of installation with as little interruption to the department and staff as possible.",Not Awarded,"None of the proposals received have been accepted as none offered an acceptable package of equipment, support and pricing. We thank all respondents for their time and effort in participating in this process.",20201117 Canterbury District Health Board,19660338,Request for Proposals,Open Competition,PROCASUMVEND0118 - Supply of managed vending machines,PROCASUMVEND0118,20180423,20180530,20190218,,Sole Agency,No,,"Canterbury DHB are looking for a supplier to provide a number of vending machines throughout our hospitals. We are looking for the service to be fully merchandised. The overall service will need to be managed by the supplier with an agreed profit share system in place. We are looking for credible Suppliers who have the capability, experience and financial stability to supply free on loan vending machines in the required quantities to the hospital sites within the CDHB. We are also looking for a supplier who may also be able to supply the West Coast DHB if called upon to do so. Any supplier must be able to fully manage and merchandise the machines keeping them sufficiently stocked at all times. The successful supplier will need to have a good cleaning and maintenance schedule in order to keep the machines looking pristine and appealing at all times.",Awarded,"PROCASUMVEND0118 Description of goods, services or works: Supply of Vending Services to CDHB Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Name: Coca-Cola Amatil (N.Z,) Limited Address 1: 19 Carbine Road Address 2: Mt Wellington Address 3: Auckland 1060 Date of contract award: 1st January 2019 Term of contract: 2 years with the options to extend for 1 + 1 + 1 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: N/A ??? Expected income $30,000 annually Type of procurement process used: RFx Open Rhys Evans Procurement Specialist",20201117 Canterbury District Health Board,19768363,Request for Proposals,Open Competition,Community Acute Residential Service,PF1802,20180528,20180704,20181112,,Sole Agency,No,"Tender Box, Community Acute Residential Service, Canterbury District Health Board, Reception, Level 1, 32 Oxford Terrace, Christchurch","Canterbury District Health Board (CDHB) is seeking proposals from organisations that have the capacity and capability to provide a community based acute residential service for adults with acute mental health needs to offer an alternative experience to a hospital admission. Ideally the service will be peer led with nursing staff included in a team that can work in partnership with CDHB clinicians and demonstrate the efficacy of a new model for Canterbury people. We require a provider or group of providers who have experience and/or expertise in delivering such a model of intensive mental health services for people with acute needs. The provider/s will need to demonstrate experience of implementing innovative approaches, collaborative work and responsiveness to the needs of M??ori and other ethnicities.",Not Awarded,,20201117 Canterbury District Health Board,19775527,Request for Proposals,Open Competition,"Provision of Coffee, Sundry products, specialist barista training and Equipment",PROCCOFFEE300518,20180531,20180727,20181213,,Sole Agency,No,,"Provision of Coffee, Sundry products, specialist barista training and Equipment to Canterbury DHB",Awarded,"General Cafes - Suntory Coffee High Street Cafes - Allpress Espresso Both contracts awarded for 2 years from 1st December 2018 with the option to extend for 2+2+1 years",20201117 Canterbury District Health Board,19788079,Request for Proposals,Open Competition,Relocation Services,18PROCEE011,20180605,20180705,20181121,,Sole Agency,No,,"Canterbury and West Coast DHB have known large Rebuild project relocation services opportunities coming up over the next 2 years. These are for Christchurch Outpatients, Christchurch Hospital Hagley Building (Acute Services Building) and Greybase Hospital. There will be planned relocation events and potential unplanned moves as required. We are seeking a Relocation Services Supplier for: ??? Commercial Relocation Services in a functional Hospital environment; ??? Projects that will range in size from a relocation of a Hospital to the relocation of a few office items; ??? All such works must be undertaken following the requirements of the Health and Safety at Work Act 2015, all other Regulations, guidelines and Approved Codes of Practice. The Supplier will be suitably qualified, experienced and capable of providing Relocations services for large complex removal projects. We are expecting that these activities will first occur with Christchurch Outpatients in October/ November 2018, however there is a possibility of a later move and the Respondents will need to have capacity to allow for a changing timetable. The Migrations Manager will be doing a review of the Awarded Supplier after the Outpatients move. If they did not perform to our expectations, the DHB???s have the right to investigate other supply solutions.",Awarded,"Contract date: 1/9/2018 Term: 24 months + 12 months",20201117 Canterbury District Health Board,19836314,Request for Proposals,Open Competition,Telephony software solution and associated services,18PROCAT010,20180621,20180724,20181123,,Syndicated Opportunity,No,,Canterbury District Health Board (CDHB) requires a telephony software solution and associated services to enable our Telephony Operators to provide a fast and efficient service to external and internal users.,Awarded,"Date of contract award: 15 November 2018 Term of contract: 5 years",20201117 Canterbury District Health Board,19838553,Request for Proposals,Open Competition,Provision of Self-Service Kiosks,18PROCAS003,20180622,20180726,20180928,,Sole Agency,No,,"CDHB has a vision for an integrated health service which seeks to improve the patient journey. The CDHB wants to promote independence for patients with regards to managing appointments and their information. These kiosks would be a first important step in facilitating this. A new Outpatients Services Block is scheduled to be completed later in 2018. When it opens it will have a dedicated outpatient area (Outpatient Suite) that will be utilised by the proposed outpatient services. The initial plan is to have approximately 20 self-service kiosks in place when the Outpatient Services Block opens (or soon after). Over the next three to five years additional kiosks may be required in other areas of Christchurch campus and other CDHB facilities bringing the possible total to 50 kiosks. For further clarification- this RFP is only for supply of the physical kiosks. CDHB will be utilising Fingermark software in any resulting solution. As such, any proposed kiosk must be compatible with Fingermark software. For avoidance of doubt, despite CDHB continuing to use existing Fingermark software with these kiosks, this will in no be way indicative of the kiosk tender outcome or otherwise.",Not Awarded,"CONTRACT AWARDED. 18PROCAS003 Provision of Self-Service Kiosks for the CDHB Christchurch Hospital Rebuild Projects. Successful Supplier: Fingermark Limited. Term of Contract: Commencement Date 1 November 2018. Three year initial term (expiring 31 October 2021). 2+2 year optional contract extension terms (expiring 31 October 2025). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,19873660,Request for Proposals,Closed Competition,Design and Build Contractor for West Coast DHB Administration Building ??? Cowper Street Greymouth,18PROCEE014a,20180709,20180816,20181224,,Sole Agency,No,,"Four pre-qualified Respondents have been identified in a Registration of Interest (ROI) process in April 2018 as potentially having the capability and capacity, among other criteria to design build and project manage the construction of an office building that will house 100 administration staff members at desks. The intention is that half of the staff members will be hot desking and so will not be in the office full time. It is expected that the office space will be used Monday to Friday during regular office hours, although there are occasions when it will be required to be used over a weekend and out of normal office hours. Note this is a change from the initial brief due to the Schedule of Accommodation having been revised and concluded that the initial proposal for two buildings would not have accommodated the required number of administration staff. Moving this project into one building has reduced the duplication of meeting rooms, toilets and staff kitchens, therefore allowing more space for staff to work. Following the ROI stage the DHB has also removed some of our specific requirements to allow bidders the opportunity to innovate and offer their best available products. As part of this RFP we will assess your specifications against our requirements and these may be negotiated and/ or substituted if they have the same form and function, if required, with the preferred bidder. WCDHB are now seeking to enter into a design build Agreement with a Successful Respondent from the prequalified Respondents in a closed tender process.",Awarded,,20201117 Canterbury District Health Board,19938690,Request for Proposals,Open Competition,Hybrid Cloud Transformation Services,18PROCAT018,20180723,20180817,20181224,,Syndicated Opportunity,No,,"Canterbury District Health Board (CDHB) requires a solution to move our current compute workloads to a hybrid environment of public cloud, private cloud and on-premise so that we can improve business value through enhanced service delivery and control of our operating costs. We want a proposal for a one year transformation project that will move the bulk of our applications from their current environments to hybrid cloud.",Awarded,"Date of award: 18 December 2018 12 month term $1M-$5M",20201117 Canterbury District Health Board,19997681,Request for Proposals,Open Competition,"PROCASUM220618 - Supply of Breads, Dairy Products and Milk",PROCASUM220618,20180808,20180928,20190218,,Syndicated Opportunity,No,N/A,"Our objective is to collaboratively explore the open market with a view to engaging a suitable selection of suppliers in a formal relationship with a new supply agreement for a period of 2 years with 2 + 1 rights of renewal (five years total). This procurement relates to the Supply of Bread and Dairy products. We are requesting proposals from suppliers who can supply: ??? Canterbury DHB ??? Waikato DHB ??? Hawkes Bay DHB This RFP relates to the purchase of: ??? Dairy Products ??? Breads Ideally, suppliers should be able to supply all products, but we will accept responses from suppliers who can do the whole dairy category but not breads and vice versus. In terms of logistics, suppliers should also be able to supply all areas/DHBs.",Awarded,"PROCASUM220618 Description of goods, services or works: Supply of Bread, Dairy Products & Milk to CDHB Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Name: Bidfood Ltd Address 1: PO Box 74-552 Address 2: Greenlane Address 3: Auckland 1546 Date of contract award: 1st March 2019 Term of contract: 2 years with the options to extend for 2 + 1 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $2,042,000 (excl GST) Type of procurement process used: RFx Open Rhys Evans Procurement Specialist",20201117 Canterbury District Health Board,20016878,Request for Proposals,Open Competition,Supply of Mobile Operating Tables,17PROCAS003,20180813,20180913,20190614,,Sole Agency,No,,"The Ministry of Health (MOH) and Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) are working towards major long term investments in three new hospital facilities: Acute Services Building (ASB) in the Christchurch Hospital campus (CDHB); Outpatients Building in the Christchurch Hospital campus (CDHB); and Grey Base Hospital Building in the West Coast Hospital campus (WCDHB). The DHBs are looking to assess the market for the supply, installation and commissioning of mobile operating tables. Depending on affordability of these tables, the CDHB will decide the volume and frequency of the orders placed. As part of the evaluation on price, we require that pricing be given in volumes so that we can informed decision on single or bulk purchases for both the rebuild activity and ongoing business as usual. The CDHB may look to purchase a single more specialised spinal operating table during the resulting contract term.",Not Awarded,"CONTRACT AWARDED. 18PROCAS003 Supply of General Mobile Operating Tables Successful Supplier: Device Technologies New Zealand Limited. Date of Conditional Award: 17th January 2019. Contract: Commencement Date- 1 April 2019. Initial Term- 3 years. Renewal Terms- 2+2 years. Indicative Contract Value- 1m to 2m (initial contract term). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board. 18PROCAS003 Supply of Spinal Operating Tables Successful Supplier: Lifehealthcare Limited. Date of Conditional Award: 21st March 2019. Contract: Commencement Date- 1 July 2019. Initial Term- 3 years. Renewal Terms- 2+2 years. Indicative Contract Value- 500k to 1m (initial contract term). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",20201117 Canterbury District Health Board,20168078,Request for Proposals,Closed Competition,Supply and maintenance of diagnostic ultrasound machines,18PROCBW003,20180917,20180926,20181227,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) requires three diagnostic ultrasound machines for the Outpatients and Acute Services Building (ASB) projects and two machines to replace existing equipment at Christchurch Women???s and Burwood hospitals. The purpose of this RFP is to invite suppliers from the NZ Health Partnerships??? (NZHPL) ultrasound panel to submit a proposal for this contract opportunity. The invited firms are: + Canon Medical Systems + Cass Medical + GE Healthcare + Philips Healthcare + Siemens Healthineers. Proposals from any other supplier will not be considered. Diagnostic ultrasound machines from these suppliers have been clinically trialled by the CDHB. This RFP seeks to confirm the required configuration, pricing, maintenance services, and other information. The purchase of the equipment will be through the NZHPL panel. As previously advised, the Outpatient ultrasound is required, if possible, by 26 October 2018.",Awarded,"Siemens Healthineers was successful to supply three diagnostic ultrasound machines for the rebuild projects, one machine for Outpatients and two for the Acute Services Building. GE Healthcare was successful to supply two diagnostic ultrasound machines at Ashburton and Burwood Hospitals.",20201117 Canterbury District Health Board,20191588,Request for Proposals,Open Competition,Radiation Dose Monitoring Solution,18PROCDP003,20180920,20181019,20190502,,Sole Agency,No,,"Radiation Dose Monitoring Solution Canterbury District Health Board (CDHB) is seeking Radiation Dose Monitoring Solution for measuring and recording patient and staff exposure to radiation as a result of medical procedures.",Not Awarded,This RFP has closed without a contract being awarded as the proposals received did not satisfy the requirements.,20201117 Canterbury District Health Board,20238786,Request for Proposals,Open Competition,Provision of Labour and Materials for Electrical Services,18PROCEE005,20181003,20181107,20190313,,Syndicated Opportunity,No,,"This procurement relates to the delivery of planned, reactive and minor project electrical services. Previously these have been provided by a South Island wide Agreement with one supplier. Going forward we wish to continue to have one supplier for Canterbury; South Canterbury; West Coast; and Nelson Marlborough. The objective for this RFP is to explore the open market with a view to engage a supplier into a formal relationship with participating South Island DHB???s, based on the following criteria: ??? The delivery of professional, competent electrical services that complies with the applicable specifications for the duration of the contract period and ensure robust (and consistent) contractual terms and conditions are implemented; and ??? Provide a high standard electrical services that meet all DHB sites requirements. The Successful Respondent will be asked to complete various electrical services tasks for the DHB sites that fit into the following job categories. 1. Planned Preventative Maintenance 2. Reactive Jobs 3. Minor Capital projects (no drawings required) 4. Minor Capital projects (documentation required)",Awarded,"Separate contracts awarded for CDHB/WCDHB, SCDHB and NMDHB.",20201117 Canterbury District Health Board,20288890,Request for Proposals,Open Competition,Main Contractor for Christchurch Hospital Parkside Building Roof Safety and Remediation,18PROCEE015,20181015,20181129,20190130,,Sole Agency,No,,"Canterbury District Health Board (CDHB) is looking for a capable and competent Contractor to install a height safety system on the roof and then repair, remediate and encapsulate the current roof. The Contractor will be be able to manage working with asbestos materials and be able to work while the Hospital building remains fully operational. The Contract Works are: ??? Lichen Treatment for height safety system and potentially an asbestos decontamination area; ??? Installation of height safety system; ??? Application of Lichen Treatment to Roof and Gutters; ??? Cleaning of roof and gutters; ??? Cleaning and repairs to air intake zones; ??? Repair of main membrane roofing; and ??? Application of priming and encapsulation to membrane",Awarded,"Date of contract award: 15 Jan 19 Term of contract: The Contract will commence January 2019 and will continue until the end of the construction programme requirement. The Contract will include a defects notification period of at least 12 months and warranties.",20201117 Canterbury District Health Board,20330239,Request for Proposals,Open Competition,Ashburton Hospital Maternity/ Outpatients Building Re-Wire,18PROCEE019,20181025,20181130,20190313,,Sole Agency,No,,"The CDHB are upgrading the electrical components and wiring in the Maternity/Outpatients building from the sub main to all electrical fittings, light switches, plugs and GPOs. There are also room panels and switchboards. The CDHB require an electrical contractor to complete the electrical installation involving the work stated below. Scope of Work: ??? This scope is for the Maternity, Oak Grove, Outpatients, Endoscopy building rooms G001 to G085 (89 rooms) as per the attached drawing and the basement cabinet is in room B010. ??? Supply and Install new sub Boards (4 of) ??? Supply and install new sub main cables from main board in basement ??? Run cables from each sub board to electrical fittings in each room ??? Rewire and replace all lighting points and fixtures with new ??? Re-wire and replace all existing power socket outlets ??? New cables to be run in wall cavity where possible but otherwise in white capping. ??? All sockets to be engraved or permanently labelled ??? Electrical installation and testing as per AS/NZS 3003:2011, AS/NZS 3000/2007 ??? Test and certify all work ??? Provide as-built plans",Awarded,,20201117 Canterbury District Health Board,20537366,Request for Proposals,Open Competition,Supply and Delivery of Mobile Recliners and Treatment Chairs,18PROCMC003,20181212,20190116,20190614,,Sole Agency,No,,"We require supply and delivery of mobile recliner chairs and treatment chairs, or a single chair design capable of satisfying the dual requirements of a recliner and treatment chair. It is anticipated initial purchases will be for the new Acute Services Building being constructed at the Christchurch Hospital campus, and subsequent purchases for the on-going business as usual needs of CDHB",Awarded,"CONTRACT AWARDED. 18PROCMC003: Supply and Delivery of Mobile Recliner and Treatment Chairs Successful Supplier(s): Cubro Limited Date of Contract Award: Commencement Date 01 May 2019. Three year initial term (expiring 30 April 2022). A single renewal option, two year term (expiry 30 April 2024). Estimated Spend Under the Contract: $250,000 - $500,000 Type of Procurement Process Used: Open Request for Proposal. Matthew Cogle, Procurement Specialist, Canterbury District Health Board",20201117 Canterbury District Health Board,20616726,Request for Proposals,Open Competition,"Design Consultant Services - Transfer of Specialist Mental Health Services from the Princess Margaret Hospital to Hillmorton Hospital, Christchurch (SMHS 100)",19PROSRU001,20190118,20190222,20190527,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Design Consultant Services in relation to the transfer of Specialist Mental Health Services (SMHS) from the Princess Margaret Hospital (TPMH), Christchurch to Hillmorton Hospital, Christchurch. The buildings at TPMH occupied by the SMHS are no longer fit for purpose for hospital use. The SMHS at TPMH (approximately 50 beds) provide inpatient services for Mothers and Babies, Child, Adolescent and Family, Eating Disorders, and the Seager Clinic (long term rehabilitation). There are also some outpatient services (that are associated with the transferring inpatient services) located at TPMH that will also need to relocate to the Hillmorton Hospital site. Proposals are sought from the following design consultant disciplines: ??? Mechanical Engineering; ??? Electrical Engineering; ??? Fire Engineering; ??? Structural (including Geo Tech, Contaminated Land and Civil) Engineering; ??? Traffic Engineering; and ??? Acoustic Engineering. Respondents are invited to submit a Proposal for one or more of the above design disciplines. A separate RFP process will be run for Quantity Surveying, Programming and Resource Management/Planning services (reference SMHS 101). A separate RFP process will be run for Project Management services (reference SMHS 102).",Awarded,,20201117 Canterbury District Health Board,20617639,Request for Proposals,Open Competition,"Non - Design Consultant Services - Transfer of Specialist Mental Health Services from the Princess Margaret Hospital to Hillmorton Hospital, Christchurch (SMHS 101)",19PROSRU002,20190118,20190222,20190527,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Non-Design Consultant Services in relation to the transfer of Specialist Mental Health Services (SMHS) from the Princess Margaret Hospital (TPMH), Christchurch to Hillmorton Hospital, Christchurch. The buildings at TPMH occupied by the SMHS are no longer fit for purpose for hospital use. The SMHS at TPMH (approximately 50 beds) provide inpatient services for Mothers and Babies, Child, Adolescent and Family, Eating Disorders, and the Seager Clinic (long term rehabilitation). There are also some outpatient services (that are associated with the transferring inpatient services) located at TPMH that will also need to relocate to the Hillmorton Hospital site. Proposals are sought from the following non-design consultant disciplines: ??? Quantity Surveying; ??? Programming; and ??? Resource Management. Respondents are invited to submit a Proposal for one or more of the above disciplines. A separate RFP process will be run for Mechanical Engineering; Electrical Engineering; Fire Engineering; Structural (including Geo Tech, Contaminated Land and Civil) Engineering; Traffic Engineering; and Acoustic Engineering consultant design services. (reference SMHS 100). A separate RFP process will be run for Project Management consultant services (reference SMHS 102).",Awarded,,20201117 Canterbury District Health Board,20617728,Request for Proposals,Open Competition,"Project Management Consultant Services ??? Transfer of Specialist Mental Health Services from the Princess Margaret Hospital to Hillmorton Hospital, Christchurch (SMHS 102)",19PROSRU003,20190118,20190222,20190527,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Project Management Consultant Services in relation to the transfer of Specialist Mental Health Services (SMHS) from the Princess Margaret Hospital (TPMH), Christchurch to Hillmorton Hospital, Christchurch. The buildings at TPMH occupied by the SMHS are no longer fit for purpose for hospital use. The SMHS at TPMH (approximately 50 beds) provide inpatient services for Mothers and Babies, Child, Adolescent and Family, Eating Disorders, and the Seager Clinic (long term rehabilitation). There are also some outpatient services (that are associated with the transferring inpatient services) located at TPMH that will also need to relocate to the Hillmorton Hospital site. Proposals are sought from the following consultant disciplines: ??? Project Management A separate RFP process will be run for Mechanical Engineering; Electrical Engineering; Fire Engineering; Structural (including Geo Tech, Contaminated Land and Civil) Engineering; Traffic Engineering; and Acoustic Engineering design services. (reference SMHS 100). A separate RFP process will be run for Quantity Surveying; Programming; and Resource Management non-design services (reference SMHS 101).",Awarded,,20201117 Canterbury District Health Board,20751668,Request for Proposals,Open Competition,Purchase of Replacement Scrubs for Hospital Laundry Services,PROCRE18001,20190226,20190329,20190610,,Cluster,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Christchurch","What we need This RFP is for the purchase of hospital scrubs replenishment and replacement products for Canterbury Linen Services and Allied Laundry Services. What we don???t want ??? Proposals for Scrubs rental and laundering services ??? We do not want proposals from companies without the warehousing or the capital backing to hold at least three months stock What???s important to us ??? We are looking to form an agreement and long term working relationship with a credible supplier who can provide our specification, best pricing, and the complete range of scrubs requirements. ??? We are looking for either manufacturers, wholesalers, or suppliers that can source products from the global markets. ??? The supplier should have the ability to hold stock within their own warehousing until the demand is called upon. ??? The supplier will be expected to work with agreed stock levels of key sizes. ??? Once stock is ordered, the supplier must be able to deliver to the required laundry addresses within a reasonable and agreed time frame. ??? Suppliers will be expected to hold stock until consumed. The various laundries within the alliance intend to pay for stock ???when and as??? ordered from the supplier. ??? You should also be a credible and experienced company in the provision of bulk linen supply with proven track records. Why should you bid? Canterbury Linen Services and Allied Laundry are two of the largest hospital laundry services in New Zealand. This is a unique opportunity to establish a good working partnership and agreement with these organisations, and possibly the wider Linen Alliance Purchasing Group.",Awarded,"PROCRE18001 Supply of Replacement Scrubs for Hospital Laundry Services Canterbury Linen Services (Canterbury District Health Board) Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: BL Stringer & Co Ltd PO Box 11-098 Sockburn Christchurch Date of contract award: 1st July 2019 Term of contract: 3 years with the option to extend for 2+1+1 years Type of procurement process used: Open RFP Rhys Evans, Procurement Specialist",20201117 Canterbury Earthquake Recovery Authority,463921,Request for Proposals,Open Competition,Artesian & Bore Well Services Panel - Old GETS ref# 42829,,20140714,20140814,20141119,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER CERA is seeking to establish an open panel of providers (???Panel???), to provide artisan and bore well inspection, capping, sealing and repair works. CERA invites submissions from Respondents with at least five years previous experience in providing these services.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,1240800,Request for Proposals,Open Competition,Principal Procurement Advisor Services,1240800,20140729,20140829,20141021,,Sole Agency,No,"Tender Box, CERA, Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8140","CERA is requesting companies or individuals with relevant experience and expertise to submit proposals to provide Principal Procurement Advisor (PPA) Services. CCDU is seeking to appoint a PPA who displays the following skills and experience: * able to provide strategic procurement advice and support to the wider CCDU team that is involved in procuring professional services, design, engineering and construction services from the private sector market place; * have a thorough understanding of the MBIE Government Rules of Sourcing, Treasury and OAG guidelines and other government published procurement policies and processes and ensure that these are complied with during all CCDU-led procurement activity; * responsible for ensuring that good procurement governance is complied with during all stages of all CCDU-led market and supplier engagements; * capable of supporting, advising and assisting the Development Directors and their Project Directors and Project Managers in all procurement matters related to their respective anchor projects; and * responsible for ensuring that the five Principles of government procurement are complied with at all times.",Not Awarded,,20201117 Canterbury Earthquake Recovery Authority,2566761,Request for Proposals,Open Competition,Canterbury Rebuild Market Intelligence Services,,20140501,20140530,20140811,,Sole Agency,No,,,Awarded,"Supplier Address: 50 Hazeldean Road, Christchurch 8024 Date Contract was Awarded: July 2014 Duration of the Contract: 12 Months There were no Exemptions Justifications used on the Tender.",20201117 Canterbury Earthquake Recovery Authority,3432616,Request for Proposals,Open Competition,Video and Photography Services Panel,,20140819,20140918,20150204,,Sole Agency,No,"Photography and Video Services Panel, Canterbury Earthquake Recovery Authority Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8140","CERA has identified the need to establish a list of video and photography suppliers that can provide services to support a range of projects for the life of CERA. Because of the varied nature of the types of video and photography CERA needs and the short time frames it often works to, CERA will establish a list of video and photography suppliers rather than a single supplier to provide the services. The final number of suppliers on the Panel(s) will be confirmed after the RFP evaluation and selection process has been completed. It is anticipated that CERA will enter into an Agreement with each Panel member on the terms and conditions set out in the attached draft Agreement (see Appendix 3).",Awarded,"Note: Total value of the panel contract is $250,000.",20201117 Canterbury Earthquake Recovery Authority,3432735,Request for Proposals,Open Competition,Market Research Services Panel,3432735,20140825,20140930,20150212,,Sole Agency,No,"Canterbury Earthquake Recovery Authority, Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8014","CERA is seeking to establish an open panel of providers (Panel) to provide market research services for various events, research, information campaigns, policies and processes that CERA undertakes. The Panel is intended to continue in operation until at least April 2016.",Awarded,"Total Panel Value: $500,000",20201117 Canterbury Earthquake Recovery Authority,3432748,Request for Tenders,Open Competition,Mobile Security & Reassurance Patrol Services,3432748,20140825,20140930,20150114,,Sole Agency,No,"Canterbury Earthquake Recovery Authority, Level 8, HSBC Tower, 62 Worcesyer Boulevard, Christchurch 8014","CERA is seeking Mobile Security & Reassurance Patrol Services to monitor security and provide reassurance to the community across the greater Christchurch Residential Red Zone (RRZ) (Services). The successful Contractor will be responsible for the provision of two mobile security patrols and ad-hoc security services to patrol the RRZ and will be required to provide security services for twenty four (24) hours a day, seven (7) days a week.",Awarded,"Please note: $250,000 is the maximum value of the contract.",20201117 Canterbury Earthquake Recovery Authority,3661159,Request for Proposals,Open Competition,Programme Support Office for Christchurch Central Delivery Programme,,20140820,20140915,20150114,,Sole Agency,No,,"The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking proposals for services for a Programme Support Office (PSO) for the Christchurch Central Delivery Programme within the Christchurch Central Development Unit (CCDU). The Christchurch Central Development Unit (CCDU) is a unit within CERA, the purpose of which is to drive the rebuild and revitalisation of the central city as part of Canterbury???s recovery from the earthquakes. The CCDU delivery team is responsible for leading and ensuring clear coordination, facilitation and delivery of the Anchor Projects allocated to them between the respective parties and that key deliverables and project objectives are achieved. The PSO function will be to support CCDU in the delivery of the Anchor Projects within the Christchurch Central Delivery Programme (CCDP). To support this significant capital works programme, there is a need to establish a team with the appropriate skills, processes, systems and experience to enable best-practice programme and project management for these construction projects. The Supplier will have expertise in project and programme management in order to provide the following services: ??? Leading the process to establish a PSO; ??? Establishing and maintaining the Project and Programme Baseline???s; ??? Defining the business processes to support efficient project and programme delivery with a particular focus on establishing the programme scheduling, risk management and change management as priorities; ??? Establishing and implementing a repeatable, mature and effective reporting framework meeting the needs of the type of projects in the CCDP; ??? Mentoring and training the Buyer's key staff in the management of the programme framework; and ??? The IT tools required to establish and operate the services.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,4998937,Request for Proposals,Open Competition,Advisory Services for Land Acquisition,,20141001,20141022,20150113,,Sole Agency,No,"Level 8 HSBC Tower, 62 Worcester Boulevard, Christchurch, New Zealand","The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking proposal for the provision of advisory services to assist with the acquisition of properties in Christhcurch. CERA is seeking to acquire land for the implementation of the Anchor Projects. There are a total of 10 Anchor Projects that have negotiations with landowners currently underway. Advice is required in respect of claims received by the Crown for property interests in land being acquired.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,5196204,Request for Proposals,Open Competition,Residential Advisory Service - Independent Advisory Services,5196204,20141022,20141120,20150121,,Sole Agency,No,,"The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking proposals for independent advisory services that will support the Residential Advisory Service (RAS) to assist Christchurch homeowners make positive progress in their individual repair, rebuild or resettlement progress. The RAS provides information, advice, and help for those whose homes and lives have been directly affected by the Canterbury earthquakes. For some navigating their way through the many different services can be daunting. The service helps home owners recover from the effects of the earthquakes by working with them.",Awarded,Note: The state value is a maximum for the contract.,20201117 Canterbury Earthquake Recovery Authority,5835350,Request for Proposals,Open Competition,Planning Services,5835350,20141030,20141125,20150302,,Sole Agency,No,,"CERA is seeking proposals for planning services for a variety of programmes developed to implement the Recovery Strategy for Greater Christchurch Mahere Haumanutanga o Waitaha identify suppliers to provide services for an 18 month period. The Recovery Strategy for Greater Christchurch Mahere Haumanutanga o Waitaha sets out a shared vision and the Government???s overall approach to recovery. The Strategy guides and coordinates the work of all central government agencies involved in recovery activities, and the strategic partners. Currently, nineteen recovery programmes run under the Strategy, and planning services are needed on an as required basis.",Awarded,"The combined potential value of all Panel work is $1,500,000.",20201117 Canterbury Earthquake Recovery Authority,6022017,Request for Proposals,Open Competition,Temporary Fencing and Temporary Traffic Barrier Services Panel,Old GETS Ref: 42748,20140714,20140814,20141107,,Sole Agency,No,,"CERA is seeking to establish an open panel of suppliers (Panel) for an approximate two year period for suitably qualified temporary fencing and traffic barrier suppliers to supply and install temporary fencing and traffic barriers on an as-required basis. Approximately 10,000 metres (10km) of temporary fencing (and on occasion traffic barriers) will be required over the next two years and the fencing and traffic barriers will be supplied on an as needed basis often at short notice. Accordingly, Respondents may find timeframes to organise the supply of materials and install the fences and barriers may be shorter than they are accustomed to. The majority of CERA???s fencing requirements will be free standing steel/wire mesh perimeter fencing for construction and demolition sites but it will on occasion require a range of different types of temporary fencing.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,6277241,Request for Proposals,Open Competition,"Supply of Software as Service Solution for Anchor Projects, Project Information Management System",,20140729,20140826,20141113,,Sole Agency,No,,,Awarded,,20201117 Canterbury Earthquake Recovery Authority,6588890,Request for Tenders,Open Competition,"TE PAPA ??T??KARO/AVON RIVER PRECINCT, NORTH AND EAST FRAMES: Supply of Concrete Pavers",,20141121,20141216,20150330,,Sole Agency,No,,"This Request for Tender (RFT) is for the supply of concrete pavers for the Te Papa ??t??karo/Avon River Precinct, North and East Frames (Project). The concrete pavers will form an integral part of the hard landscaping activities central to the overall development of the Project. This RFT will be used to select a supplier initially for the Family Park project. The successful tenderer(s) (if any) will be named as nominated suppliers of concrete pavers to the Main Contractor for the Family Park project. The successful tenderer(s) (if any) may be further named as nominated suppliers of concrete pavers to all other work packages within the Project, subject to the conditions of this RFT.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,7352383,Request for Tenders,Open Competition,"Te Papa ??t??karo/Avon River Precinct, North and East Frame: Supply of Proprietary Street Furniture",,20141212,20150121,20160502,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8014","This request for tender (RFT) is for the supply of proprietary street furniture for the Te Papa ??t??karo/Avon River Precinct, North and East Frames (Project). The proprietary street furniture will form an integral part of the overall development of the Project, forming an integral part of the experience of the Avon River Precinct, connecting people to the river and the river to the city in a way which will make it an outstanding and world-class attraction. The successful tenderer(s) (if any) may be further named as nominated suppliers of proprietary street furniture to the An Accessible City Project (AAC). AAC is a CERA Project that physically links into the Avon River Precinct, North and East Frames in a number of locations throughout the Christchurch CBD. CERA wish continuity of the street furniture across both projects.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,7611201,Request for Proposals,Open Competition,Design Services for South Frame Public Realm Development,RFx ID: 7611201,20150105,20150209,20160503,,Sole Agency,No,,"CERA is seeking proposals or responses from suitably experienced and qualified contractors (each a Respondent) to provide design services for the South Frame Public Realm. The South Frame public realm development will provide attractive, safe, inviting and accessible public spaces in what have historically been large and inaccessible city blocks and will establish a foundation for private sector redevelopment in the area. The resulting South Frame will be a vibrant place with a range of businesses and activities, containing places for people to interact and connect, as well as providing a ???green??? urban environment for residents and businesses alike. PLEASE NOTE: In order to access the additional documentation associated with this tender, a completed NOTICE OF INTENT AND CONFIDENTIALITY DECLARATION is required to be submitted via email to gabrielle.bettany@cera.govt.nz. This can be found in APPENDIX 7 on pages 92/93 of the RFP document.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,8518696,Request for Proposals,Open Competition,Port Hills Interim Land Treatment Services Panel,8518696,20150309,20150414,20150624,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to establish an open panel of suppliers (Panel) to provide interim land treatment and supporting services for Crown-owned sites in Christchurch's Port Hill???s Residential Red Zone (RRZ). A range of land treatment and supporting services will be required and CERA is looking to engage with suppliers to form a Panel that has the ability and capacity to provide the required materials and services. Suppliers need to have a good track record in providing the required services and experience in providing treatment services to sites with difficult access and/or steep slopes.",Awarded,"Note: The maximum value of work for this panel is $1,000,000.",20201117 Canterbury Earthquake Recovery Authority,10518187,Request for Proposals,Open Competition,Stakeholder Engagement Services Panel,,20150407,20150505,20150817,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch","CERA is seeking to establish a panel of suppliers to provide Stakeholder Engagement Services on an as-needed basis and will specifically include support the Anchor Project Programme. The Panel is intended to continue in operation until at least April 2016. CERA invites submissions from Respondents who have at least ten (10) years previous experience in providing stakeholder engagement services including but not limited to; experience in the supply of stakeholder engagement services in relation to any single public realm, infrastructure and construction related projects valued over $35 million (NZ). CERA???s Communications Group provides stakeholder engagement planning and implementation support to the Anchor Project Programme and other CERA recovery programmes. The Communications Group has been resourced to provide communications base level account management for the life of each project/programme. As each project/programme progresses further through its development stages and different communications, stakeholder engagement resource may be required to ensure success",Awarded,"This is a panel contract, the total value of the contract is $1,000,000",20201117 Canterbury Earthquake Recovery Authority,11062758,Request for Proposals,Open Competition,Request for Proposal for a Physical Model for Anchor Projects,,20150417,20150515,20160503,,Sole Agency,No,,"The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking proposals or responses from suitably experienced and qualified contractors to engage a supplier for the creation of 3-D printed models of specific Christchurch Central City Anchor Projects. This request for proposal (RFP) sets out CERA???s detailed requirements for the creation of 3-D printed models of specified Christchurch Central City Anchor Projects, together with the terms and conditions on which Respondents are invited to submit a response. Background relevant to this RFP The Recovery Plan provides a framework for developing the city centre. The design concept for the Recovery Plan is the development of a greener, more accessible city with a compact core and a stronger built identity. It will also be a city for all people and cultures recognising, in particular, Ng??i Tahu???s heritage and places of significance and colonial settler heritage. The Blueprint, within the Recovery Plan, lays out precincts and anchor projects to catalyse investment, growth and social energy (Anchor Projects), and so bring people back into the central city. CERA proposes to engage a supplier for the creation of 3-D printed models of the Christchurch Central City Anchor Projects. Why a Physical Model? The visual perspective of a building or built precinct that can be achieved with a physical model is a unique experience and when combined with its physical presence creates a tangible experience for the viewer. In this context a physical model will assist the general public to observe, understand, measure and engage with Anchor Projects as well as providing a point of interest and opportunity to gain knowledge for visitors. A physical model will also invite and inform exploration and visualisation of opportunities for built development and activities by developers and investors. It may also provide a tool for planners, urban designers and architects who require an overview of a Precinct or wish to articulate or understand the building mass and form, or activation of the public realm. Over time a model will also contribute to a visual record of the recovery of Christchurch Central City. For more information please download and review the RFP document.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,11564898,Request for Proposals,Open Competition,Policy Consultant Services Panel,11564898,20150508,20150605,20150817,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","CERA requires policy consultants to provide strategic and/or operational policy advice services to CERA, through the selection of an open panel of suppliers. Tenders are sought from organisations and individuals that have previous experience in providing policy advice at a senior level. Panel members when selected can nominate either the CERA Wellington or Christchurch office as their normal place of work when engaged on an assignment. They must be prepared to travel to work at the other location for unspecified periods of time when required. CERA was established as a government department in March 2011 to lead and coordinate the on-going recovery effort following the Canterbury earthquakes of September 2010 and February 2011. CERA's role is to ensure that the economic, social, environmental, and cultural wellbeing of greater Christchurch are restored. On 1 February 2015, CERA became a Departmental Agency hosted by the Department of the Prime Minister and Cabinet. As a Departmental Agency, CERA has its own chief executive and reports to the Minister for Canterbury Earthquake Recovery. The Canterbury Earthquake Recovery Act 2011 provides extensive powers to the Minister for Canterbury Earthquake Recovery and the chief executive of CERA to enable recovery. QUESTIONS MUST BE RECEIVED BEFORE 5PM, THURSDAY 21 MAY 2015.",Awarded,"This is a panel contract, the total value of the contract is $1,500,000. Note: additional panel member is Liardet Advisory Limited.",20201117 Canterbury Earthquake Recovery Authority,12232554,Request for Proposals,Open Competition,"TE PAPA ??T??KARO/AVON RIVER PRECINCT, NORTH & EAST FRAMES: The Provision of Design, Manufacture, Supply, Installation and Certification of Bespoke and Commercially Available Playground Equipment for the Family Park",,20150522,20150616,20160503,,Sole Agency,No,gabrielle.bettany@cera.govt.nz,"The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to establish a closed panel of suppliers (Panel) to provide design, manufacture and installation supervision services for bespoke playground equipment and the possible supply of commercially available playground equipment for the Family Park Playground which is a component of the Te Papa Otakaro/Avon River project.",Not Awarded,"Further procurement in relation to this work has been transferred to ??t??karo Limited, who will post the final outcome when a contract is awarded.",20201117 Canterbury Earthquake Recovery Authority,12804146,Request for Proposals,Open Competition,Metro Sports Facility Design Services for Site Infrastructure Enablement (Services Diversion and New Access Way),12804146,20150612,20150710,20150827,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard","CERA is seeking to obtain design services for site infrastructure enablement (the Services) for the Metro Sports Facility from a suitably qualified supplier. One consequence of the development of the Metro Sports Facility site will mean that the properties located at 1, 3, and 5 Balfour Terrace will become landlocked following the road stopping of Balfour Terrace which currently services these properties. Primarily the Services consist of the design and construction monitoring of the diversion of the existing infrastructure services and the design and construction monitoring of a new access way to provide vehicular access to those properties that will become landlocked following the road stopping of Balfour Terrace which then will become accessible from Stewart Street. CERA wishes to inform Respondents to this RFP that there will be a future release of a RFP for significant Metro Sports Facility Design Works and that by responding to this RFP Respondents will not be precluded from engaging in subsequent RFP???s. Respondents are advised that currently other consultants are undertaking a DSI process on the MSF site which may identify specific remediation strategies that could impact on the design solutions for the site. The Successful Respondent will be updated on such strategies if any form of environmental contamination is uncovered. NOTE: THE FINAL DAY FOR QUESTIONS TO BE SUBMITTED IS 12PM, FRIDAY 26 JUNE 2015.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,14937257,Request for Tenders,Open Competition,"TE PAPA ??T??KARO/AVON RIVER PRECINCT, NORTH AND EAST FRAMES: Design, Supply and Installation of Light Poles, Luminaires and Ancillary Electrical Equipment",14937257,20150810,20150909,20160503,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","The request for tender (RFT) is for the design, supply and installation of light poles, luminaires and ancillary electrical equipment for the Te Papa ??t??karo/Avon River Precinct, North and East Frames (Project). The light poles and luminaires will form an integral part of the experience of Te Papa ??t??karo /Avon River Precinct, North and East Frames, connecting people to the river and the river to the city in a way which will make it an outstanding and world-class attraction. Light poles, luminaires and ancillary electrical equipment is intended to cover street lighting, feature lighting, multi-function poles and ancillary equipment such as events power as specified in the contracts drawings and specifications. CERA seeks offers from a supplier able to design, supply and install all of the light poles, luminaires and electrical equipment or from consortia of suppliers (JV) that are able to design, supply and install all of the light poles, luminaires and electrical equipment.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,16143459,Request for Tenders,Open Competition,"TE PAPA ??T??KARO/AVON RIVER PRECINCT, NORTH AND EAST FRAMES DESIGN AND SUPPLY OF BESPOKE FURNITURE",,20150904,20150930,20160503,,Sole Agency,No,,"The request for tender (RFT) is for the design and supply of bespoke street furniture for the Te Papa ??t??karo/Avon River Precinct, North and East Frames (Project). The bespoke street furniture will form an integral part of the overall development of the Project, forming an integral part of the experience of Te Papa ??t??karo / Avon River Precinct, connecting people to the river and the river to the city in a way which will make it an outstanding and world-class attraction. CERA in this RFT seeks offers from a supplier able to design and supply all of the bespoke street furniture or from consortia of companies (JV) that are able to design and supply all of the bespoke street furniture.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,16347596,Request for Tenders,Open Competition,"Avon River Precinct Supply, Installation and Maintenance of Trees and Plants",,20150909,20151009,20160503,,Sole Agency,No,,"This request for tender (RFT) is for the supply, installation and maintenance of Trees and Plants for the Te Papa ??t??karo/Avon River Precinct. The Trees and Plants will form an integral part of the soft landscaping activities central to the overall development of the Project. This RFT will be used to select a supplier, initially for The Terraces - Work Package 0 Project, currently under construction with a Management Contractor. The successful tenderer(s) (if any) will be named as nominated supplier of Trees and Plants for the Terraces Work Package 0. The successful tenderer(s) (if any) will be named as nominated supplier, assigned or novated for Trees and Plants to the main contractors for the balance of all other work packages within the Project, subject to the conditions of this RFT.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,16498310,Request for Proposals,Open Competition,Metro Sports Facility Multi-Disciplinary Engineering Design Services,16498310,20150911,20151030,20160107,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013",The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to obtain Multi-Disciplinary Engineering Design Services (the Services) for the Metro Sports Facility (MSF) from a suitably qualified supplier. Please see the attached overview for further information.,Awarded,,20201117 Canterbury Earthquake Recovery Authority,16498314,Request for Proposals,Open Competition,Metro Sports Facility Architectural Design Services,16498314,20150911,20151030,20160107,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013",The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to obtain Architectural Design Services (the Services) for the Metro Sports Facility (MSF) from a suitably qualified supplier. Please see the attached overview for further information.,Awarded,,20201117 Canterbury Earthquake Recovery Authority,17068250,Request for Proposals,Open Competition,Metro Sports Facility Project Management and Design Management Services,17068250,20151211,20160203,20160407,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to obtain Project Management and Design Management services (the Services) for the Metro Sports Facility (MSF) from a suitably qualified supplier. The Metro Sports Facility will be a top-class venue and centre of excellence, accessible to people of all ages, abilities and sports skills. Providing aquatic and indoor sport facilities, it will cater for the day-to-day needs of the recreational, educational and high-performance sporting communities, and also host national and international events. MSF will comprise a scale and scope that includes but is not limited to the following (areas are approximate): ??? Site area 70,000m2 ??? Gross floor area 30,000m2 ??? Building footprint 24,000m2 ??? A 79m, 10 lane pool with minimum spectator seating for 1,000 spectators ??? A 10m diving tower and dry diving facilities ??? Two hydroslides ??? Learn to swim pool ??? Warm water programme pool ??? Leisure water area ??? Outdoor hot pools ??? Nine indoor courts including retractable seating for 2,500 (minimum) spectators ??? Health, fitness and wellness centre ??? Movement centre with four flat floor studio areas ??? Sports house for administration ??? High performance centre ??? Health facilities The Services contained in this RFP are sought from a project management company that can demonstrate it has the capability and capacity along with the Personnel skills to deliver the requirements detailed below (the Services). It would be advantageous that the Project Management Team includes professionals with suitable expertise in the successful delivery of large scale aquatic and indoor sports facilities.",Awarded,,20201117 Canterbury Earthquake Recovery Authority,17068254,Request for Proposals,Open Competition,Metro Sports Facility Quantity Surveyor Services,17068254,20151211,20160203,20160407,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","The Chief Executive of the Canterbury Earthquake Recovery Authority (CERA) is seeking to obtain Quantity Surveying services (the Services) for the Metro Sports Facility (MSF) from a suitably qualified supplier. The Metro Sports Facility will be a top-class venue and centre of excellence, accessible to people of all ages, abilities and sports skills. Providing aquatic and indoor sport facilities, it will cater for the day-to-day needs of the recreational, educational and high-performance sporting communities, and also host national and international events. MSF will comprise a scale and scope that includes but is not limited to the following (areas are approximate): ??? Site area 70,000m2 ??? Gross floor area 30,000m2 ??? Building footprint 24,000m2 ??? A 79m, 10 lane pool with minimum spectator seating for 1,000 spectators ??? A 10m diving tower and dry diving facilities ??? Two hydroslides ??? Learn to swim pool ??? Warm water programme pool ??? Leisure water area ??? Outdoor hot pools ??? Nine indoor courts including retractable seating for 2,500 (minimum) spectators ??? Health, fitness and wellness centre ??? Movement centre with four flat floor studio areas ??? Sports house for administration ??? High performance centre ??? Health facilities The Services contained in this RFP are sought from a quantity surveying company that can demonstrate it has the capability and capacity along with personnel skills to deliver the requirements detailed below (the Services). It would be advantageous that the quantity surveying team includes professionals with suitable expertise in the successful delivery of large scale aquatic and indoor sports facilities.",Awarded,,20201117 Capital and Coast District Health Board,6964115,Request for Tenders,Open Competition,Task Management System,ICT 1,20141201,20150130,20180220,,Sole Agency,No,Procurement - Clinical & Corporate Support Services,A Task Management system for the Orderlies (24/7) and Registered Medical Officers (after hours) that can be scaled to additional service providers within the DHB if required,Awarded,,20201117 Capital and Coast District Health Board,13946795,Request for Proposals,Open Competition,Provision of Day Activity Support for Older People - Porirua,15-14,20150713,20150724,20160506,,Sole Agency,No,"SIDU, Level 12 Grace Neill Block, Wellington Hospital, Riddiford St, Newtown, Wellington 6021","Capital & Coast DHB (CCDHB) invites proposals for the Provision of Day Activity Support for Older People in the community. This is a mainstream service for provision of a day activity support service in the Porirua area in order to assist with the support needs of the local older population and their wh??nau, aiga, family and carers. This service is part of a suite of services designed to support informal carers of older people in CCDHB.",Not Awarded,No tenderers met the requirements of the service as detailed in the tender document.,20201117 Capital and Coast District Health Board,15807570,Request for Proposals,Open Competition,Provision of Orthopaedic Procedures for C&C DHB,,20150831,20150924,20170622,,Sole Agency,No,Refer Request for Proposal Section B: lodging of proposals,"C&C DHB is going to release up to 213 procedures, for which we don't have capacity in-house, over the next 12 months to one or more Orthopaedic Surgical Service Provider(s). It is important to note C&C DHB may use its discretion to apportion these procedures across one or more service providers. Please note: Responses are not to be provided directly to GETS. Please provide responses to Capital & Caost DHB as instructed and detailed in the RFP document",Awarded,,20201117 Capital and Coast District Health Board,16900139,Request for Proposals,Open Competition,Home & Community Support Services,15-15,20151019,20151120,20160629,,Sole Agency,No,"Service Integration Development Unit, Grace Neil Block, Level 12, Wellington Regional Hospital, Riddiford Street, Wellington South 6021",The purpose of this RFP is to invite detailed responses for the delivery of all aspects of long term home and community support services (HCSS) for older persons for Capital & Coast and Hutt DHB's.,Awarded,"Agency: Hutt Valley District Health Board, Hutt Valley DHB | Private Bag 31907, Lower Hutt 5040 Capital & Coast District Health Board, Capital & Coast DHB | Private Bag 7902, Wellington South Wellington Hospital, Riddiford Street, Newtown, Wellington 6021 Successful Supplier: Access Homehealth Level 4, 106 - 110 Jackson Street, Petone, Lower Hutt 5012 P.O. Box 38139, Wellington Mail Centre, Lower Hutt 5045 Description of Services: Delivery of Home and Community Support Services for older people in the Wellington and Hutt Valley districts. Date Awarded: 15th April 2016 Term of Contract: 1 September 2016 to 31 August 2019 Highest and Lowest offers: $65,994,588 $46,014,220 Type of procurement process: Registration of Interest (ROI) followed by an open Request for Proposal (RFP).",20201117 Capital and Coast District Health Board,16944667,Request for Proposals,Open Competition,"High Voltage Generator, Switch Gear and Transformer Installation Servicing & Operation",,20151102,20151207,20170622,,Sole Agency,No,"Procurement, Ward Support Block, Level 4, Riddiford Street, Newtown, Wellington 6021","We need a service and maintenance plan for our high voltage generator, transformer and switch gear installations, incorporating routine examinations, a preventative maintenance schedule and safety checks. There will also be a requirement to participate in electrical generator testing. Maintenance and operation of our generator engines and ancillaries is included in the RFP but you may opt out of this.",Awarded,,20201117 Capital and Coast District Health Board,17023640,Request for Proposals,Open Competition,Project Energize - CCDHB,15-16,20151124,20160115,20160506,,Sole Agency,No,"Level 12, Grace Neill Block, Wellington Hospital, Riddiford St, Wellington 6021","Project Energize is an evidence-based approach to improving the nutrition and levels of physical activity of children. Project Energize is to be implemented in a range of Wellington schools. In principle, the focus of the service will be on the identified needs of schools and their students, including the acuteness of need and the capacity to benefit. It is expected that key messages will be extended to the home and the school???s broader community through community development and social marketing. However, it is expected that the level of intensity of service provision will be higher to those schools with the lowest decile rating. The service will be complementary to any service provided by other health providers in schools, or by the education and welfare sectors. It is expected that the preferred provider will be based within the wider Wellington region.",Awarded,"Heart Foundation National Office, 9 Kalmia Street, Ellerslie PO Box 17160, Greenlane, Auckland 1546 Awarded 1 April 2016 for a contract effective 1 April 2016-30 June 2019 A request for proposal (RFP) was issued on 24 November 2015. Project Energize is an evidence-based approach to improving the nutrition and levels of physical activity of Waikato children. Project Energize is to be implemented in a range of Wellington schools.",20201117 Capital and Coast District Health Board,17071482,Request for Proposals,Open Competition,Provision of a Service to Support the Implementation of the Wellington Regions Suicide Prevention & Postvention Plan 2015/17,15-17,20151214,20160219,20161031,,Sole Agency,No,"SIDU - Level 12, Grace Neill Block, Wellington Regional Hospital, Riddiford St, Newtown, Wellington 6021","Progress has been made in the prevention and reduction of suicide across Wairarapa, Hutt Valley and Capital Coast District Health Boards populations and localities. In 2014 the Ministry of Health asked all DHB's to lead the planning and implementation of the New Zealand Suicide Prevention and Action Plan for all District Health Boards to deliver. The Wairarapa, Hutt Valley and Capital Coast District Health Boards decided to develop and implement a two year (2015/17) Wellington Regions Suicide Prevention and Postvention Plan. Therefore, Capital Coast District Health Board (on behalf of the Wairarapa, Hutt Valley and Capital Coast District Health Boards) wish to contract a provider(s) to support the implementation and delivery of the Wellington Regions Suicide Prevention and Postvention Plan 2015/17 across the Wairarapa, Hutt Valley and Capital Coast populations and localities. The intent of this service is to prevent suicide and to reduce the impact of suicide on individuals, families / whanau & others impacted parties including their communities. We welcome all proposals. NB: The DHB will be unavailable to respond to supplier questions from 24th December 2015 - 11th January 2016 (exclusive).",Awarded,"Lifeline Aotearoa P O Box 74-010 95 Great South Rd Remuera Auckland Awarded March 2016 for a contract effective 01/05/2016 - 30/04/2018 A Request for Proposal (RFP) was issued on 14/12/2015 This procurement supports the implementation and delivery of the Wellington Regions Suicide Prevention and Postvention Plan 2015/17 across the Wairarapa, Hutt Valley and Capital Coast District Health Boards populations and localities.",20201117 Capital and Coast District Health Board,17451748,Request for Proposals,Open Competition,Provision of Total Parenteral Nutrition (TPN) & Antibiotic Infusors,,20160426,20160520,20170622,,Sole Agency,No,Please provide the electronic copy of your proposal to dave.anderson@ccdhb.org.nz For instructions regarding the provision of hardcopies of your proposal - please refer to page 4 & 5 of the RFP document,"Since 2014 the majority of cytotoxic / compounded pharmaceutical products have been provided from our own facility, with the exception of Total Parenetral Nutrition (TPN), antibiotic Infusors, and other aseptic products. In summary this RFP is primarilty for the balance of compounded pharmaceutical products not provided from C&C DHB's own facility - i.e. TPN, and Antibiotic Infusors",Awarded,,20201117 Capital and Coast District Health Board,17490958,Request for Proposals,Open Competition,Campus Master Planning Consultancy Services,,20160506,20160607,20170622,,Sole Agency,No,Proposals must be provided directly to CCDHB as per the instructions on page 4 and page 5 of the RFP document,"Capital & Coast District Health Board is seeking proposals from qualified professional Health Campus Planner / Designer practitioners for the development of a comprehensive campus master plan. CCDHB therefore invites proposals for the Provision of Campus Master Planning Consultancy Services. The purpose of the RFP is to select one or more providers of Campus Master Planning consultancy services",Awarded,,20201117 Capital and Coast District Health Board,17569817,Request for Tenders,Open Competition,Services to Improve Nutrition and Physical Activity,15-18,20160601,20160701,20160706,,Sole Agency,No,"Wellington Regional Hospital, Grace Neill Block - Level 12, Riddiford Street, Newtown, Wellington South 6021",,Not Awarded,RFP closing date extended to 15/07/2016. Refer RFx ID 17671181,20201117 Capital and Coast District Health Board,17631732,Request for Proposals,Open Competition,Post Implementation Review of Integrated Laboratory Project,15-19,20160628,20160729,20160928,,Sole Agency,No,"Service Integration & Development Unit - SIDU, Level 12 - Grace Neill Block, Wellington Hospital, Riddiford St, Newtown, Wellington 6021","In November 2015 the three DHBs (Wairarapa, Hutt Valley and Capital & Coast) contracted all their laboratory services to an external provider. The outcome is a single integrated laboratory service covering hospital and community sectors for the 3DHBs. This was the conclusion of a process that ran from strategic review via procurement to implementation. The 3DHBs are now seeking an external person or company to perform a Post Implementation Review (PIR) with the end product being a report which identifies any ???learnings??? that the DHBs can take away from the process.",Awarded,"CCDHB Private Bag 7902 Wellington South Awarded to: KPMG Level 9, 10 Customhouse Quay Wellington The CEs of the 3DHBs (CCDHB, HVDHB, WDHB) wish to have a PIR performed with respect to the process to establish a single integrated hospital and community laboratory service across the 3 DHBs in 2015. The PIR will cover all phases of the project from strategy through to implementation and business as usual. Contract awarded 26/09/2016. For service from 12/09/2016 - 16/12/2016. An open RFP process was conducted.",20201117 Capital and Coast District Health Board,17671181,Request for Tenders,Open Competition,Services to Improve Nutrition and Physical Activity,15-18,20160706,20160715,20160928,,Sole Agency,No,"Wellington Regional Hospital, Grace Neill Block - Level 12, Riddiford St, Newtown, Wellington South 6021","NB: This RFP was GETS RFx ID 17569817. The timeline to receive proposals has been extended until 15th July 2016. This RFP encompasses a suite of interventions projected across the continuum of maternity, early childhood, childhood and adult life. The services described align not only with the 2015 New Zealand Childhood Obesity Plan (NZCOP), including supporting the Before School Check (B4SC) referral health target, but also the 2014 Diabetes in Pregnancy Guidelines. The services Hutt Valley DHB are purchasing include; 1. Maternal Green Prescription (MGRx) 2. Pre School Active Families (PSAF) 3. Active Families (AF) 4. Adult Green Prescription (GRx and GRxPlus) A Green Prescription (GRx) is a health professional???s written advice to a patient to be physically active, as part of the patient???s health management. It is a smart and cost-effective way to help people stay healthy. ??? Research published in the New Zealand Medical Journal indicates that a Green Prescription is an inexpensive way of increasing activity. ??? Research published in the British Medical Journal found that a Green Prescription can improve a patient???s quality of life over 12 months, with no evidence of adverse effects. ??? Research published in the British Medical Journal on the cost-effectiveness of physical activity in primary care stated that ???community walking, exercise and nutrition, and brief advise with exercise on prescription (Green Prescription) were the most cost-effective with respect to cost-utility.??? The Hutt Valley DHB is seeking to appoint a lead provider/s across the Wairarapa, Hutt Valley and Capital & Coast DHBs (the 3DHBs) who will be responsible for the day-to-day oversight of the programme/s and delivery within their local communities. The lead provider/s must be able to deliver the programme across all 3 DHBs. You may submit proposals for between 1 to 4 of the programmes listed which must be provided across all 3 DHB regions. The lead provider may submit proposals that incorporate sub-contracting arrangements. The Hutt Valley DHB will provide contractual oversight including performance monitoring of all the programmes.",Awarded,"Hutt Valley DHB Private Bag 31907 Lower Hutt 5040 The Wellington Regional Sports Education Trust Level 1, 223 Thorndon Quay, Wellington P O Box 24142, Manners St, Wellington This RFP encompasses a suite of interventions projected across the continuum of maternity, early childhood, childhood and adult life. The services described align not only with the 2015 New Zealand Childhood Obesity Plan (NZCOP), including supporting the Before School Check (B4SC) referral health target, but also the 2014 Diabetes in Pregnancy Guidelines. The services Hutt Valley DHB are purchasing include; 1. Maternal Green Prescription (MGRx) 2. Pre School Active Families (PSAF) 3. Active Families (AF) 4. Adult Green Prescription (GRx and GRxPlus) Awarded 26/09/2016 for a contract effective 01/01/2017 - 31/12/2017 A RFT was issued on 06/07/2016",20201117 Capital and Coast District Health Board,18104799,Request for Proposals,Open Competition,Provision of Cataract Procedures,,20161104,20161130,20170622,,Sole Agency,No,All RFP responses and lodging of proposals to be provided directly to CCDHB as per instuctions p4 & p5 of the RFP document,Provision of Cataract Procedures for C&C DHB: The provision of Surgical treatment and post-operative care of up to 270 patients requiring Cataract procedures during the remaining FY16/17 period to 30 June 2017,Awarded,,20201117 Capital and Coast District Health Board,18153621,Request for Proposals,Open Competition,Provision of Tonsillectomy +/- Adenoidectomy (T&A) procedures +/- Grommets,,20161117,20161213,20170622,,Sole Agency,No,All RFP responses and lodging of proposals to be provided directly to CCDHB as per instuctions p4 & p5 of the RFP document,Provision of Tonsillectomy +/- Adenoidectomy (T&A) procedures +/- Grommets for C&C DHB: The provision of Surgical treatment and post-operative care of up to 74 patients requiring T&A procedures +/- Grommets during the remaining FY16/17 period to 30 June 2017,Awarded,,20201117 Capital and Coast District Health Board,18878399,Request for Tenders,Open Competition,Operations Building Seismic Upgrade for Capital & Coast DHB,OBSU0817,20170731,20170904,20171101,,Sole Agency,No,Please refer to delivery instructions within the Request for Tender documents,"Capital & Coast District Health Board has a requirement to source a building contractor to carry out building works to seismically upgrade the Operations Building located on Mein street, Newtown, Wellington. The upgrading involves the strengthening of end walls and stairs including site establishment, site protection, health & safety requirements and compliance with local authority and building regulations where required.",Not Awarded,Project deferred,20201117 Capital and Coast District Health Board,18914708,Request for Tenders,Open Competition,Invitation to tender CCDHB RMO Works - ICU Extension,ICU0817,20170814,20170908,20171101,,Sole Agency,No,Delivery of documents as per RFT document,"Capital and Coast District Heath Board (CCDHB) is calling for tender submissions from main contractors for the above mentioned construction located at their Wellington campus, Newtown.",Not Awarded,Price band $400-500K,20201117 Capital and Coast District Health Board,18964553,Request for Tenders,Open Competition,"C&C DHB DEMOLITION ??? RIDDIFORD HOUSE, SPORTS COMPLEX AND RENAL OFFICE",CCDEM0817,20170828,20170925,20180530,,Sole Agency,No,see Invitation to Tender Letter,"Capital & Coast District Heath Board (CCDHB) is calling for tender submissions from main contractors for the above mentioned demolition works located at their Wellington campus, Newtown.",Not Awarded,Awarded to Naylor-Love,20201117 Capital and Coast District Health Board,19448230,Request for Proposals,Open Competition,Supply of a Netapp Storage Solution,,20180214,20180228,20180530,,Sole Agency,No,NA,Capital & Coast District Heath Board (C&C DHB) is releasing this Request for Quotation (RFQ) for the provision of NetApp storage and support. C&C DHB is inviting quotations for the provision of a NetApp solution from suitably qualified and experienced agencies that can offer a high quality service whilst maintaining value for money,Awarded,,20201117 Capital and Coast District Health Board,20433929,Request for Tenders,Open Competition,Operations Building - Roof Overlay System,LIMB1118B,20181120,20181218,20190612,,Sole Agency,No,,"CCDHB wish to procure the services of a suitably qualified contractor to install a new reroofing overlay system to the existing building. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for a roof overlay system and associated roof drainage repair work, to a 2-storey building at 42-46 Mein St for CCDHB. The Target completion date for all stages is May 2019. A full tender package of documentation is included as part of this tender package (RFT). CCDHB is seeking submissions from Building Contractors for the roof overlay works. A full and complete tender is requested from each responding tenderer.",Not Awarded,Awarded to SWP Commercial Limited,20201117 Capital and Coast District Health Board,20433940,Request for Tenders,Open Competition,Operations Building Renovation,LIMB1118A,20181116,20181212,20190325,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) and design team have lodged consent to allow internal and external renovation works to the existing Operations Building located at 42-46 Mein St, Wellington. The Target completion date for all stages is April 2019. A full tender package of documentation is included as part of this tender package (RFT). CCDHB is seeking submissions from Building Contractors for the refurbishment works. A full and complete tender is requested from each responding tenderer.",Awarded,Awarded to Choice Commercial Interiors on 21 March 2019,20201117 Capital and Coast District Health Board,21067273,Request for Quotations,Open Competition,Citrix NetScaler,ICT20190522,20190522,20190605,20190606,,Sole Agency,No,,Request for quotes for Citrix ADC and support,Awarded,,20201117 Careerforce,14852000,Request for Quotations,Open Competition,Laptop Refresh,,20150807,20150821,20170622,,Sole Agency,No,,"Careerforce is looking to upgrade its suite of laptop computers and our preferred models are listed below. We are seeking quotations for 50 units. HP Elitebook 1040 14"" i5-5300U 8GB 256GB SSD 4G W8.1P DG W7P (model M0D70PA) HP UltraSlim 2013 Side Docking Station (model D9Y32AA) Toshiba Portege Z30B I5 8GB 128SSD 4G 13.3 W7 / 8P (model 2882984) Toshiba Hi-Speed Port Replicator III (model 2500503) The models must be as per the specification above. If work is required to configure the device to meet specification, then please include this in the quotation as a service item.",Awarded,Contract was awarded to Datacom,20201117 Careerforce,17499272,Request for Quotations,Open Competition,Desktop and Monitor Refresh,,20160512,20160531,20170622,,Sole Agency,No,,"Careerforce is looking to upgrade its suite of desktop computers and monitors. We invite hardware providers to provide pricing for our chosen models and volumes as per below: ??? 53 Desktops, HP Product number: T5K37PA with the following specifications: HP EliteDesk 800 G2 Desktop Mini PC i5-6500T, 8GB RAM, 256GB SSD, 2 DisplayPort ports ??? 53 Integrated Work Centers, HP Product number: G1V61AA with the following specifications: HP Integrated Work Center for Desktop Mini and Thin Client ??? 35 Dell Monitors model: Dell P2314H monitor Please provide up to three quotes (those who can provide quotes for all specified equipment please provide all three quotes as per below): 1. Both the HP products and Dell monitors 2. HP products only (both desktops and Work Centers) 3. Dell monitors only The models must be as per the specification above. Please itemise any other service costs in the quotation as service items. The quote\s should include split shipment to both Christchurch and Wellington Offices (approximately two thirds for our Christchurch office and one third for our Wellington office). Please use the attached template spreadsheet to supplement your quotation.",Awarded,,20201117 Careerforce,17706481,Request for Proposals,Open Competition,Careerforce Printing Services Request for Pricing Proposal,,20160720,20160812,20170622,,Sole Agency,No,"Level 1, Magix House, 189 Willis Street, Wellington 6011","Careerforce is the Industry training Organisation (ITO) for the growing health and wellbeing sectors, Careerforce supports organisations of all sizes to implement workforce training which enables employees to achieve recognised New Zealand qualifications. Careerforce has three facilities in Wellington, Christchurch and Auckland. The purpose of this RFP is to invite suitably experienced parties to submit their proposals to Careerforce with information on their skills, services and experience in providing printing services.",Awarded,,20201117 Careerforce,20359728,Request for Quotations,Open Competition,Device refresh,,20181105,20181123,20181211,,Sole Agency,No,,"Careerforce is looking to upgrade its suite of laptop computers and our preferred model is listed below. We are seeking a quotation for 50 units. HP Elitebook x360 1030 G3 notebook i5-8350U 8GB/256 HSPA (4G) (model 4WW24PA) Specifications: - Intel Core i5 1.7GHz (3.6GHz) 6MB Cache - 13.3"" Touchscreen (1920 x 1080) IPS Display - 8GB RAM, - At least 256GB SSD Hard Drive - Must have HSPA (4G) - Lightweight (Less than 1.8 kilograms) - 36 mths Limited Parts and Labour Warranty The model must be as per this specification or higher.",Awarded,,20201117 Careerforce,20359863,Request for Quotations,Open Competition,Monitor and Docking Solution,,20181105,20181123,20181211,,Sole Agency,No,,"Careerforce is looking to upgrade 50 (Fifty) of its Monitors and 50 (Fifty) Docking Stations. The below is the preferred configuration. 50 x USB-C ???docking??? capable monitors which includes connectivity components for a full solution. AND an additional 50 USB-C docking stations. Example: ???50 x LENOVO TV P24H-10 -23.8"" WLED IPS QHD 16:9, HDMIx2+DP+USB-C With USB-A 3.0/1 RJ-45 connector and capacity for 4 USB-A connected devices. Plus an additional 50 x HP Universal USB-C docking stations??? These devices must meet the following minimum specifications: MONITOR: 23 INCH MONITOR (16:9) - 1920 x 1080 (16.9) IPS LCD Display - Brightness - 250 cd/m2, Response Time - 6ms - USB-C Connectivity (Docking USB-C to USB-C/Thunderbolt) - USB-A port capacity - Stand Features - Tilt, Swivel, Pivot, Adjustable Height - 36 mths Service Warranty DOCKING STATION: - USB-C Docking station - Powered/ Charging docking - 4 x USB-A 3.0/1 ports (Or combination of 3.x and 2.x USB) - 2 x Display port - 1 x Audio/mic jack - At least 24 mths Service Warranty - Known reliability The above docking station solution must support the following models: HP Elitebook Folio 1040 G3 (PN: V6E47PA#ABG) HP Elitebook 1030 X360 G2 (PN: 1GY11PA#ABG) HP Elitebook 1030 X360 G3 (PN: 4WW24PA#ABG)",Awarded,,20201117 Careers New Zealand,18027393,Request for Proposals,Open Competition,CNZ CRM Upgrade 2016,18027393,20161012,20161108,20170308,,All of Government,No,,"At Careers New Zealand (CNZ), we improve connections between education and employment, by using our expertise to support organisations and New Zealanders so they are making informed choices about their future employment. We need to provide our operational staff with effective business enablement tools. The current CRM solution is no longer on a supported version (v4) and has been designed as a reporting tool. Going forward we wish to upgrade CRM v4 so that it is on a supported version and migrate to CRM Online. We also wish to transform the use of CRM as a reporting tool to being a business enablement tool.",Awarded,"This response was awarded to Sable37, 337 Rosedale Road, Albany, Auckland Upgrade of CRM4 to Microsoft Dynamics365 Contract Term 27/1/17-31/7/17 Contract Value $207,620",20201117 Central Hawkes Bay District Council,19585388,Request for Proposals,Open Competition,Central Hawkes Bay District Council - Community Facilities and Infrastructure Maintenance Services Contract 551,Ref 551,20180329,20180426,20190516,,Sole Agency,No,"Tenders Box, Central Hawkes Bay District Council, 28 - 32 Ruataniwha Street, WAIPAWA","Dear Participant, We are pleased to invite suppliers of Community Facilities and Infrastructure Maintenance Services for 3 waters, rural vegetation control and open spaces management to prepare and submit a response to Stage 1 of this Request for Proposal (RFP). This is the first of a two stage procurement process where: ??? Stage 1 is an open invitation to all suitably qualified contractors to submit details of their relevant experience and understanding of Council???s requirements. Evaluation of Stage 1 will result in a shortlist of suppliers being invited to participate in Stage 2. ??? Stage 2 is a competitive dialogue. This involves shortlisted Participants working with us through an interactive programme of meetings and workshops to develop their team, operational and pricing methodology, and Price List for submission and evaluation. In 2017 as part of project Thrive, Council and the Central Hawkes Bay Community came together to create a bold and ambitious vision to successfully lead our community into the future. The successful service provider will play a critical role working alongside Council and the Central Hawke???s Bay Community, to achieve our mission that ???Together we Thrive???. We look forward to hearing from service providers how you will contribute to seeing our community Thrive. Council is also managing a Registration of Interest process for locally based suppliers of goods and services who may be able to supplement Participants service offering or provide support services for their operation. We will pass on details of these suppliers to shortlisted Participants. The scope of this RFP is broad and Council encourages Participants to supplement their core service offering with appropriate partners or sub-contracted niche service providers. You will note that there is an early opportunity in the programme for you to meet with us to discuss any queries you may have. We encourage you to use this opportunity to help ensure you understand what we are trying to achieve with this procurement of our Facilities Maintenance Contracts. Thank you in advance for the time and effort you will invest in this process.",Not Awarded,Awarded to JV of Recreational Services and Veolia (RSV),20201117 Central Hawkes Bay District Council,19738437,Request for Tenders,Open Competition,C-527 Central Hawke's Bay - Pavement Marking 2018-2023,C-527,20180518,20180629,20190516,,Sole Agency,No,"Central Hawke's Bay District Council, PO Box 127, Waipawa 4240","This Contract is a 2 + 1 + 1 + 1 year contract to: - maintain pavement marking on the sealed roads within the Central Hawke???s Bay District???s roading network; - Supply and install new pavement markings where specified. Contract commencement date is 1 July 2018. Tenders must be placed in the Council's tender box located at the above address before 3.30pm on Friday 29 June 2018.",Not Awarded,Orsborn Road Markers,20201117 Central Hawkes Bay District Council,19748765,Request for Tenders,Open Competition,Street Lighting Maintenance Contract 528,C528,20180530,20180716,20190516,,Sole Agency,No,24-32 Ruataniwha Street Waipawa 4210,"This a Street Lighting Maintenance Contract Contract Period is a 2 + 1 + 1 + 1 year contract Maintenance of Street Lighting within the Central Hawke???s Bay District. Supply and install new lighting installations where specified.",Not Awarded,Pope Electrical,20201117 Central Hawkes Bay District Council,19748769,Request for Tenders,Open Competition,C-546 Central Hawke's Bay - Otane Wastewater Treatment Plant Construction,,20180522,20180622,20190516,,Sole Agency,No,"Chief Executive, Central Hawke's Bay District Council, PO Box 127, Waipawa 4240","The project for which Request for Tenders (RFTs) are sought is Contract Number 546 ""Otane Wastewater Treatment Plant Upgrade"". Central Hawke's Bay District Council collects and treats wastewater for the township of Otane. A treatment plant upgrade (mainly tertiary treatment) is to be built on the site of the existing oxidation pond adjacent to the pond. This Contract is for the design, construction, installation and commissioning of the treatment plant upgrade including but not limited to: Preliminary screening system / inlet works. Oxidation pond transfer pump station. Chemical dosing systems. Clarifiers. Disc filters. UV systems. Geotextile bags. Electricity supply, control & telemetry. Potable water supply. Plant lighting. Plant access road. The services shall include, but not be limited to: Surveying and setting out of works. Detailed design of the works. Construction of the works. Installation of the works. Commissioning of the works. As built documentation. Handover of the works to the Council. The wastewater treatment plant upgrade shall be capable of treating 600m3/d, with two 'containerised/ skid mounted' trains at 300m3/d each, operating in a duty/assist configuration.",Not Awarded,"Removed contract from market, as project re-evaluated to meet future compliance requirements",20201117 Central Hawkes Bay District Council,20001019,Request for Proposals,Open Competition,C-556 557 Central Hawkes Bay - Environmental Management Services,,20180808,20180912,20190516,,Sole Agency,No,"28-32 Ruataniwha Street, Waipawa, Central Hawkes Bay",A proposal for the provision of landfill management and/or environmental waste and recycling management services to the Central Hawkes Bay District Council.,Not Awarded,"Awarded to ; 556 to Higgins (Landfill) 557 to Smart Environmental (EWM)",20201117 Central Hawkes Bay District Council,20007131,Request for Proposals,Open Competition,C- 530 Central Hawkes Bay - Professional Engineering Services,C530,20180809,20180912,20190516,,Sole Agency,No,,Request for proposal for the provision of professional engineering services to the CHB District Council.,Not Awarded,Awarded to Stantec,20201117 Central Hawkes Bay District Council,20572955,Request for Proposals,Open Competition,Takapau and Porangahau Water Treatment Upgrade Project - Request for Proposal,C-1004,20181221,20190221,20190515,,Sole Agency,No,,"Central Hawke???s Bay District Council wishes to notify prospective suppliers of a Request for Proposal (RFP) for the Design/Build contract to deliver upgrades to the Takapau and Porangahau water treatment plants, expected to commence April 2019 for contract completion by the end of September 2019. The project activities will include (but not be restricted to): ??? Site visits and assessments ??? Community liaison ??? Development of concept design options, including Safety in Design ??? Peer review ??? Development of detailed design ??? Construction of solution ??? (if applicable) Demolition/ removal/ disposal of existing plant ??? Reinstatement of the site. Council expects tenderers to present a proposal on how best to design and build (upgrade) the two operational water treatment plants in the timeframe specified and within a budget specified to achieve improvements in water treatment to remove manganese, iron and hardness in these water supplies. The upgrades will also look to improve storage, security of supply and meet firefighting requirements. We also welcome any additional community benefits we may be able to achieve through these upgrades.",Awarded,,20201117 Central Hawkes Bay District Council,20600445,Request for Tenders,Closed Competition,Waipukurau Stormwater Helicoil Upgrade Project - Request for Tender,C-1003,20190115,20190221,20190401,,Sole Agency,No,,"Central Hawke???s Bay District Council wishes to now notify prospective selected suppliers of a Request for Tender for a build contract to deliver upgrades to two sections of failing stormwater helicoil network in Waipukurau, Central Hawkes Bay. Council expects tenderers to present a price and methodology on how best to rectify two sections of failing Helicoil network. The sections are; - Jellicoe St through to Tavistock Road, Waipukurau ??? 750mm dia. Helicoil Pipe of approx. 112m in length in 3 sections (Reline only) - Francis Drake St, Waipukurau and into the Bowling Club ??? 900mm dia. Helicoil Pipe of approx. 106m in length in 2 sections (one section of reline, and the second as concrete replacement) - A Small section of watermain requiring replacement to cater for a manhole to be installed as part of the stormwater upgrades on Francis Drake Numerous sections of the Waipukurau Stormwater Network have been identified as Aluminum Spiral Wound (Helicoil) Pipe that has failed in various sections, and has been confirmed is in need of renewal or to be lined to provide a robust Stormwater Network Pipe.",Awarded,Tender responses evaluated using the price/ quality evaluation method.,20201117 Central Hawkes Bay District Council,20680175,Request for Tenders,Open Competition,Waipukurau Water Main Renewal (Mackie St & McLean Tce) - Request for Tender,C-1005,20190204,20190307,20190426,,Sole Agency,No,,"Central Hawkes Bay District Council is pleased to release a tender to renew approx 900m of water main in Mackie Street and Mclean Terrace, Waipukurau. Currently both sections of 100mm AC Water Main are located within the grass berm besides the kerb and channel. Water Service Connections (laterals) to properties come off these mains. These existing locations prevent a new water main been installed besides the existing due to the close proximity which is likely to cause issues with the AC water main. The proposal for this Project is to lay new 100mm ID water pipes of either uPVC or PE material within a corridor approximately 1m off the kerb and channel on the same side as the existing AC water mains. Properties located on the same side of the road will be connected to these new water mains. We have identified two priority projects in Mackie Street and Mclean Terrace to renew. The scope involves laying new pipe, replacing service laterals, installing new valves, fire hydrants and cross connecting the new network to the existing network in a number of positions. The project timeline identifies the following key milestones; Deadline for clarifications/ site visits: Friday 1 March 2019 Deadline for tender submissions Thursday 7th March 2019 Contract Award Friday 5 April 2019 Start Date Tuesday 23 April 2019",Awarded,,20201117 Central Hawkes Bay District Council,20733076,Request for Tenders,Open Competition,"C-1026 Wimbledon Road, Porangahau AWPT",C-1026,20190214,20190228,20190320,,Sole Agency,No,,"This contract is for the construction of one AWPT site within the Central Hawke???s Bay District Council???s (CHBDC) Road Network. - Wimbledon Road RP 09466 to 10180 Stabilise existing basecourse with 100mm overlay The works primarily comprise culvert installation, with associated sump and ancillary work, and excavation of existing pavement, pavement and overlay construction including cement stabilisation. Shoulder profiling and reshaping the roadside water channels, concrete work including, kerb and channel, and a 2 coat ???wet lock??? first coat chip seal",Not Awarded,"Two conforming tenders were received and assessed using the PQM method. Higgins Contractors HB Ltd was awarded the contract for the sum of $591,271.85 Regards Kerryn",20201117 Central Hawkes Bay District Council,20733442,Request for Tenders,Open Competition,"C-533 Wimbledon Road, Porangahau AWPT",C-533,20190214,20190228,20190320,,Sole Agency,No,,"This contract is for the construction of one AWPT sites within the Central Hawke???s Bay District Council???s (CHBDC) Road Network. ??? Wimbledon Road RP 01125-01785 Stabilise existing basecourse with 100mm overlay The works primarily comprise culvert installation, with associated sump and ancillary work, and excavation of existing pavement, pavement and overlay construction including cement stabilisation. Shoulder profiling and reshaping the roadside water channels, concrete work including, kerb and channel, and a 2 coat ???wet lock??? first coat chip seal",Not Awarded,"Two conforming tenders were received and assessed using the PQM method. Higgins Contractors HB Ltd was awarded the contract for the sum of $503203.32 Regards Kerryn",20201117 Central Technical Advisory Services Ltd (TAS),9506747,Request for Proposals,Closed Competition,CPSA 2012 Evaluation,Eval 2,20150304,20150325,20150410,,Sole Agency,No,,"The Community Pharmacy Services Programme (CPSP) at Central Regions Technical Advisory Services (TAS) requires a process and outcome evaluation to be undertaken of the Community Pharmacy Services Agreement (CPSA) 2012. We require an evaluation that provides an understanding of whether the original objectives or intent of the CPSA have been met, the outcome evaluation, and whether the stages and changes implemented throughout the life of the CPSA went ahead as planned and the actions that were taken to achieve the planned changes, the process evaluation.",Awarded,,20201117 Christchurch City Council,5571105,Request for Proposals,Open Competition,RFP 14/15-134 For the Provision of Operational Efficency Review Consultancy Services,,20141021,20141110,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite appropriately qualified Prospective Suppliers to submit their Proposals for the provision of consultancy services working with Council staff to optimise the effectiveness and efficiency of its business operations and processes and to seek continuous cost efficiencies. The opportunity is focused on [but not limited to] operational expenditure efficiencies and productivity gains. The RFP tender documents can be downloaded from Council Tenderlink Portal at www.tenderlink.com/ccc",Not Awarded,.,20201117 Christchurch City Council,5867458,Request for Proposals,Open Competition,14/15-141 Provision of Business Strategy and Planning Services,,20141031,20141203,20180817,,Sole Agency,No,,"Christchurch City Council are seeking to engage a qualified and experienced consulting supplier to work with Council business units to analyse, facilitate, prepare and support the implementation of business strategies and plans. The RFP Documents can be downloaded from the Council TenderLink portal at https://www.tenderlink.com/ccc/",Not Awarded,.,20201117 Christchurch City Council,8039380,Request for Proposals,Open Competition,14/15-179 Provision of a Mobile Request for Service App for Citizens,,20150115,20150211,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for a Mobile Request for Service App. The tender documentss can be downloaded from https://www.tenderlink.com/ccc",Not Awarded,.,20201117 Christchurch City Council,8041743,Request for Proposals,Open Competition,14/15-149 For the Provision of Customer Bookings and Online Services,,20150115,20150211,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their proposals to be the Councils technology partner for the supply and implementation of a Customer and Bookings system and to provide a digital services platform to support the provision of online services to Council residents and ratepayers. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of their ability to provide services as outlined above and about their respective organisations. This enables the Council to select and appoint a Supplier to provide these services. The tender documents can be downloaded from www.tenderlink.com/ccc",Not Awarded,.,20201117 Christchurch City Council,9508374,Request for Proposals,Open Competition,14/15-224 RFP for Provision of Conservation and Heritage Architectural Panel Services,,20150304,20150408,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Conservation and Heritage Architectural Services to the Christchurch City Council The Tender documents can be downloaded from TenderLink using the Link below https://www.tenderlink.com/ccc/ All questions and answers will be via the TenderLink forum Thank you Colin",Not Awarded,.,20201117 Christchurch City Council,10149334,Request for Proposals,Open Competition,"14/15-214 RFP for Supply and Maintenance of Parking Meters, including Supply of Consumables for Pay and Display Parking Meter's,Tariff Updates and the Adminstration of Electronic Payment Options",,20150320,20150422,20180817,,Sole Agency,No,,"The Christchurch City has a requirement for the following services 1. RFP 14/15-214 for Maintenance and supply of Parking Meters - including supply of consummables for Pay and Display parking meters, tariff updates and the administration of electronic payment options. 2. RFP 14/15-215 for Parking Meter Cash Management Services The documents for the 2 RFP's referenced above can be downloaded from Tenderlink by using the link referenced below. https://www.tenderlink.com/ccc/ All questions and answers for the RFP's will be via the Tenderlink Forum.",Not Awarded,.,20201117 Christchurch City Council,12552332,Request for Proposals,Open Competition,15/16-004 RFP For the provision of a Library Automated Material Handling and Sorting System,,20150603,20150708,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for an automated materials handling and sorting system for the new Christchurch Central Library. Christchurch City Libraries is currently in the design phase for a new build Central Library to replace the original building, which was damaged in the February 2011 Canterbury earthquake. The new library will span five levels and the lower level will feature an Automated Materials Handling and Sorting (AMH&S) system aimed at the facilitation of fast and efficient item returns for library users and an improved productivity output in the management of returned library materials. Please download the Tender documents from TenderLink at https://www.tenderlink.com/ccc",Not Awarded,.,20201117 Christchurch City Council,12578787,Request for Proposals,Open Competition,15/16-5 RFP for the Provision of Infill Housing Design & Build Contrators Developer Panel. Stage 2,,20150604,20150708,20180817,,Syndicated Opportunity,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of Design & Build development works and services specifically for Infill Housing developments within the Council Social Housing portfolio. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Design & Build [D&B] Services and Works. This enables the Council to select and appoint a D&B Contractor to provide the Contract Works. In awarding the contract to a panel of Contractors [4 ??? 6], the Council intends to achieve: ??? Best value for Christchurch ratepayers and the wider community; ??? Alignment with its strategic objectives; ??? Efficiency and effectiveness in the delivery of the Contract Works; and ??? A panel of pre-qualified D&B contractors who meet all of Councils criteria. Tender documents can be downloaded from TenderLink at https://www.tenderlink.com/ccc/",Not Awarded,.,20201117 Christchurch City Council,15859007,Request for Proposals,Open Competition,15/16-70 RFP for Design and Build Lichfield Carpark,,20150831,20151104,20180817,,Sole Agency,No,,"Christchurch City Council wishes to invite Respondents to submit their Proposals for the Lichfield Street Car Park Rebuild Project (the Project). Council wishes to consider alternative delivery options for the Project and has therefore issued two separate RFP's to address possible options ??? a Design ??? Build ??? Own - Operate and Transfer (DBOOT) option and a Design & Build option. Council cannot confirm at this stage which (if any) of the two options will be utilised but wishes to ensure respondents are clear that the RFP's present alternative options for the Project. RFP 15/16-70 focuses on a Design & Build option only. The second RFP 15/16-71 has been issued for the full Design - Build - Operate & Transfer delivery option. You can respond to either or both RFP's. Both sets of Tender documents can be downloaded from TenderLink using the Link below https://www.tenderlink.com/ccc/ All questions regarding theses RFPs will be issued through TenderLink using the forum",Not Awarded,.,20201117 Christchurch City Council,16821585,Request for Proposals,Open Competition,15/16-13 Provision of Exhibition and Display Lighting for the Christchurch City Art Gallery,,20150921,20151014,20180817,,Sole Agency,No,,"The Christchurch City Art Gallery is wishing to replace and upgrade its exhibition and display lighting. It is the desire of the Council to ensure the design specifications for all replacement exhibition and display lighting is consistent and compliant with all NZ and International Standards, cost effective, and enables compatibility and flexibility of maintenance and replacement of the lighting across all of the Christchurch Art Gallery exhibition and display areas. The RFP documents must be downloaded from https://www.tenderlink.com/ccc/ Please note all questions regarding this RFP must be made through the TenderLink forum",Not Awarded,.,20201117 Christchurch City Council,16845194,Request for Proposals,Open Competition,15/16-014 Provision of Exhibition Build and Installation at the Akaroa Museum,,20150930,20151023,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Provision of the exhibition build and installation: Inclusive of exhibition furniture manufacture; mounting and installation of collection objects; production and installation of graphic design components and media; gallery paint and decoration; and associated project management within the Temporary, Upper, Steel, Lower galleries, and the Green Room at the Akaroa Museum. The RFP documents can be downloaded from TenderLink at www.tenderlink.com/ccc All question regarding this RFP must be asked by using the TendrLink forum.",Not Awarded,.,20201117 Christchurch City Council,16921240,Request for Proposals,Open Competition,15/16-123 RFP for Bridge Inspection Programme 2016 to 2018,,20151023,20151118,20180817,,Sole Agency,No,,"The Christchurch City Council has a requirement for a qualified supplier/consultant to undertake their Bridge Inspection Programme for the years 2016, 2017 and 2018. The tender documents can be downloaded from https://www.tenderlink.com/ccc/ All question and answers will be via the TenderLink forum",Not Awarded,.,20201117 Christchurch City Council,16936672,Request for Proposals,Open Competition,15/16-20 RFP for Provision of Resouce Efficiency Consultancy Service,,20151029,20151125,20180817,,Sole Agency,No,,"The Christchurch City Council provides a range of resource efficiency (energy efficiency, waste reduction and water efficiency) and renewable energy consultancy services to assist selected Christchurch organisations to implement resource efficiency and renewable energy initiatives. The 2015 Christchurch Energy Action Plan builds on the Christchurch energy initiatives implemented to date and responds to the new opportunities that are available to Council through the recovery and rebuild of the City. The Council's role is to facilitate and implement action on energy efficiency, renewable energy, transport energy efficiency and security of energy supply. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers about their respective organisations and their ability to provide the Services (having regard to several factors including the quality of the Services, the Prospective Supplier???s ability to deliver on a timely basis, and price). This enables the Council to select and appoint a Supplier (or Suppliers) to provide the Services. The tender documents can only be downloaded from TenderLink at www.tenderlink.com/ccc All question and answers will be through the TenderLink forum",Not Awarded,.,20201117 Christchurch City Council,16940886,Request for Tenders,Open Competition,15/16-84 RFT for the Provision of Geotechnical Risk Mitigation Works-Wakefield Avenue,,20151030,20151130,20180817,,Sole Agency,No,,"The Sumner-Lyttelton Road corridor has been affected by rockfall, cliff collapse and mass movement hazards as a result of the 2010-2011 Canterbury earthquakes. The Sumner Road section of the corridor is closed to all traffic, and sections of the city side of the route (Wakefield Avenue, Clifton Hill, Deans Head and Moa Bone Point) have shipping containers in place to act as interim rockfall protection structures. NZTA and CCC have initiated a programme of works to remediate the geohazards affecting this road corridor with the aim of returning the road to its pre-quake level of service. The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: Construction of risk mitigation works for the remediation of Geohazards that affect the Wakefield Avenue road corridor will include: ??? Securing the safety for workers, visitors and the public ??? Temporary traffic management ??? Construction of rockfall protection bunds ??? Benching in rock ??? Scaling of boulders and fissured rock ??? Clearing of talus rockfall material ??? Fencing and gates The tender documents can only be downloaded via TenderLink at www.tenderlink.com/ccc",Not Awarded,.,20201117 Christchurch City Council,16960651,Request for Tenders,Open Competition,15/16-85 For the Provision of Geotechnical Risk Mitigation Works-Cliftom Hill & Moa Bone,,20151105,20151204,20180817,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for geotechnical risk mitigation works at Clifton Hill and Moa Bone. The Sumner-Lyttelton Road corridor has been affected by rockfall, cliff collapse and mass movement hazards as a result of the 2010-2011 Canterbury earthquakes. The Sumner Road section of the corridor is closed to all traffic, and sections of the city side of the route (Wakefield Avenue, Clifton Hill, Deans Head and Moa Bone Point) have shipping containers in place to act as interim rockfall protection structures. NZTA and CCC have initiated a programme of works to remediate the geohazards affecting this road corridor with the aim of returning the road to its pre-quake level of service. The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: Construction of risk mitigation works for the remediation of Geohazards, which affect the road corridor and will include: ??? Securing the safety for workers, visitors and the public ??? Temporary traffic management ??? Fencing and gates and at: Clifton Hill ??? Scaling and local rockbolting areas of the cliff ??? Placement of a double twist mesh drape over a length of the cliff ??? Removal of rockfall debris and regrading of the toe of the cliff ??? Placement of a 0.9 m high segmental concrete barrier along the kerb alignment ??? Construction of a stormwater diversion drain behind the crest of the cliff Moa Bone ??? Scaling areas of the cliff ??? Benching of a portion of the cliff face ??? Construction of a rock bund ??? Placing a row of large boulders as a rockfall protection barrier Removal of the existing rockfall debris at Moa Point will be carried out by others separate to the award of this contract. The RFT documents can only be obtained for TenderLink at https://www.tenderlink.com/ccc/ All question and answers will be via the TenderLink Forum",Not Awarded,.,20201117 Christchurch City Council,16980717,Request for Tenders,Open Competition,15/16-140 RFT for the Provision of EQ Repairs & Maintenance Works at Veronica Place Social Housing Complex,,20151111,20151223,20180817,,Sole Agency,No,,"PRO0317 Veronica Place ""The Site"" built in 1978 is a social housing complex, Blocks A - D featuring 36 one bedroom housing units. The physical address of Veronica Place is 92 Breen Road with Block A comprising of 10 units, Block B - 8 units, Block C - 6 units and Block D 12 units. The complex sits in the suburb of Bishopdale, in the Fendalton / Waimairi Ward. Property Construction ??? Block A - Units 1 - 10 (unit 6 closed) ??? Block B - Units 11 - 19 (there is no unit 13) ??? Block C - Units 20 - 25 ??? Block D - Units 26 - 37 The residential units are timber-framed buildings with diagonal timber braces and some 7.5mm plywood faced panels. The roof structure comprises timber roof framing supporting light-weight metal roofs. The walls and ceilings are lined with plasterboard. External walls are clad with brick a veneer and Hardies cement sheet. Foundations are strip footings under fire walls and around the perimeter of reinforced concrete slabs. The units are separated by 190mm block masonry fire walls which are filled with 12mm rods at 600mm centres and two 12mm to its perimeter. A reinforced bond beam is located at ceiling height within the block fire wall. It us noted that the end wing walls are likely to be wythes of veneer tied together Please note the Tender documents can only be obtained fro TenderLink at https://www.tenderlink.com/ccc/ registration is free using this link All question and answers will via the TenderLink forum.",Not Awarded,.,20201117 Christchurch City Council,16982110,Request for Proposals,Open Competition,"15/16-154 For the provision of Professional Services (Architectural Design, Engineering Design, QS and Project Management) for up to two Recreation & Sport Centre EQ Repairs, Strengthening and Improvements Projects",,20151111,20151216,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Professional Services (Architectural Design, Engineering Design, QS and Project Management) for up to two Recreation & Sport Centre EQ Repairs, Strengthening and Improvements Projects, namely Jellie Park Stages 1a, 2, 3 and 4 (confirmed, the scope of which forms the basis of this RFP) and Pioneer (yet to be confirmed). Responses will be scored and a preferred supplier identified based on the information supplied for the Jellie Park Project. Council may elect to use this information, including the schedule of rates contained in Appendix 5, as a measure and consideration for the Pioneer Project. The awarding contract will include a provision for including the Pioneer Project, subject to 1/ Council approval, 2/ the preferred supplier's satisfactory performance on the Jellie Park Project, 3/ Pioneer Project-specific methodology agreement, and 4/ price negotiation. The tender documents can only be obtained from TenderLink at https://www.tenderlink.com/ccc/ Question and answers will only be answered via the TenderLink forum.",Not Awarded,.,20201117 Christchurch City Council,17008821,Request for Proposals,Open Competition,15/16-127 For the provision of a Combined Community Facility at No 10 Shirley Road Christchurch,,20151119,20160120,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their proposals for a new Combined Community Facility to be located at 10 Shirley Road (the ""Site""). The historic Shirley Community Centre was previously located at 10 Shirley Road but suffered significant damage in the Canterbury earthquake series and was subsequently demolished. The Council now requests proposals to establish a new, long term (>20 years) community focused facility on the Site. The objective of this RFP process is to obtain sufficiently detailed information from Respondents as to their proposed design, funding and operation for a facility. The enables the Council staff and the Shirley/Papanui Community Board to select a proposal to allow further discussions with a Respondent. The RFP documents can only be obtained from https://www.tenderlink.com/ccc/ registration is free All question and answers will though the TenderLink forum",Not Awarded,.,20201117 Christchurch City Council,17202582,Request for Proposals,Open Competition,15/16-189 RFP for Inspection of Retaining Walls,,20160212,20160309,20180817,,Sole Agency,No,,"*********************************************The tender documents can be downloaded from https://www.tenderlink.com/ccc/ ******************************** ******** All questions and answers will be via the TenderLink forum. RFP for Inspection of Retaining Walls There are a total of 2873 transport corridors ground retaining structures in Christchurch City and the Banks Peninsula, of which 1473 structures are Council-owned. These Council-owned ground retaining structures include non-engineered stone facing walls, and engineered structural retaining walls of various structural forms including cantilevered walls, gravity walls and tied-back (anchored) walls. The purpose of this RFP is to engage a Supplier/Consultant to perform inspections of the 1473 Council-owned retaining walls. For the purpose of the RFP all these retaining structures shall be referred to as retaining walls.",Not Awarded,.,20201117 Christchurch City Council,17274175,Request for Proposals,Open Competition,15/16-222 RFP for Sports Field Design Consultancy Services,,20160303,20160323,20180918,,Sole Agency,No,,"******************* The documents can only download at https://www.tenderlink.com/ccc/ registration is free ******************************* RFP 15/16-222 for Sports Field Design Consultancy Services The Council is intending to select and appoint a Sports Field design specific service provider. Other Prospective Suppliers are welcome to tender but will need to clearly identify the benefits to Council in regard to a working relationship where the client is one step removed from the technical expertise. The successful Prospective Supplier will be responsible for provision of all services required to support the successful assessment, design, and consenting, tendering support and construction management of the Sports Field development programme. ******************* The documents can only download at https://www.tenderlink.com/ccc/ registration is free *******************************",Not Awarded,..............................,20201117 Christchurch City Council,17306654,Request for Proposals,Open Competition,Tender for Water Supply Network Leakage Reduction,,20160311,20160406,20180917,,Sole Agency,No,,"============================================== RFP is to be downloaded from Council web site tenderlink.com/ccc ++++++++++++++++++ Supplying potable water is a core Council function and associated with statutory requirements and customer expectations r",Not Awarded,Closing out this Tender on GETS,20201117 Christchurch City Council,17330573,Request for Proposals,Open Competition,RFP 15/16-224 for the provision of Major Cycle Routes - Physical Works Panel,,20160321,20160422,20180809,,Sole Agency,No,,"XXXXXXXXXXXXXXXXXXXX documents are to be downloaded from https://www.tenderlink.com/ccc/ xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of physical construction works. The works encompass the construction of Major Cycle Routes across the Council jurisdiction. The works will be procured through a Framework Panel model whereby two panels will be established.",Not Awarded,N/A,20201117 Christchurch City Council,17591837,Request for Proposals,Open Competition,RFP for Cleaning & Caretaking at Coastal Regional Parks,16/17-3,20160613,20160722,20160908,,Sole Agency,No,,"================================ RFP is to be downloaded from Council tendering portal https://tenderlink.com/ccc ================================ Christchurch City Council (the Council) is seeking The RFP tender documents can be downloaded from htt",Not Awarded,This tender was put through tenderlink,20201117 Christchurch City Council,17653919,Request for Proposals,Open Competition,LDRP 512 No 1 Drain Design and Construction Management,TD16/17-17,20160704,20160727,20180810,,Sole Agency,No,Tender box ground floor 53 Hereford Street Christchurch 8154 NZ,"Design and Construction Management of the naturalisation of No 1 Drain The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals to provide the professional services to complete the detailed design, construction management and quality assurance services (subject to meeting the requirements of this RFP) of LDRP 512 No 1 Drain Design and Construction Management. No. 1 Drain is a 480 m long concrete lined drain located in Christchurch Golf Club???s Shirley Links Golf Course between Marshland Road and Waik??k??riki/Horseshoe Lake. A condition assessment of No. 1 Drain was carried out under the LDRP in 2015 and it was found that it had suffered extensive earthquake damage, with emergency repairs undertaken on the worst affected parts of the drain. The investigation concluded that: Replacement or significant repair is required over 205 m (43%); and Patch repairs required over the remaining length of 275 m (57%). Based on the above considerations the preferred option for the repair of No 1 Drain (480m) is to: Remove the existing concrete channel; Regrade the banks and naturalise the channel with planted and grassed slopes; and Install treatment facility in the area of the Golf Course between fairways adjacent to No 1 Drain. The purpose of such works is to repair the earthquake damage to the drain, restore the hydraulic capacity, improve the drain habitat and improve water quality in the drain and Waik??k??riki/Horseshoe Lake. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services.",Not Awarded,..,20201117 Christchurch City Council,17655036,Request for Tenders,Closed Competition,RFT for New Brighton Pier (Physical Works Repairs),16/17-22,20160726,20160907,20170112,,Sole Agency,No,,"Christchurch City Council (the Council) is seeking Request for Tender from suitably qualified suppliers who are interested in making an offer for the supply of remedial construction works upon the New Brighton Pier, which was damaged in the 2010/2011 earthquakes. The 'purpose' of the work is to restore the pier to pre-earthquake condition by repairing its structure (fixing or moving the 'plastic hinge' in the column structure), and durability (protecting the rebar against corrosion).",Not Awarded,,20201117 Christchurch City Council,17656726,Request for Tenders,Open Competition,LDRP 507 Temporary Stopbanks Sandbag Replacement,TD16/17-11,20160704,20160803,20180810,,Sole Agency,No,Tender box 53 Hereford Street Christchurch 8140,Replacement of the sandbag sections of the temporary stopbanks with a more robust construction.,Not Awarded,...,20201117 Christchurch City Council,17670395,Request for Proposals,Open Competition,RFP for the Lease of Christchurch Art Gallery ??? Restaurant Premises,16/17-2,20160711,20160817,20181016,,Sole Agency,No,,"================================ RFP is to be downloaded from Council tendering portal https://tenderlink.com/ccc ================================ The RFP tender documents can be downloaded from https://www.tenderlink.com/ccc. Please use the Tenderlin",Not Awarded,,20201117 Christchurch City Council,17680892,Request for Tenders,Open Competition,RFT for Scarborough Breakwater Reinstatement Works,16/17-24,20160720,20160817,20180824,,Sole Agency,No,"Tender Box, 53 Hereford Street, Christchurch","The purpose of this RFT is to invite Tenderers to submit their Tenders for CP502121 (16/17 ??? 24) ??? Scarborough breakwater reinstatement. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ??? Best value for Christchurch ratepayers and the wider community; ??? Alignment with its strategic objectives; ??? Efficiency and effectiveness in the delivery of the Contract Works; ??? Minimal disruption to residents and the neighbouring facilities of the Sumner Lifeboat Institution and Sumner Boating and Fishing Club during construction. The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: ??? Repair and upgrade of the existing rock rubble mound breakwater by partial demolition, re-profiling and placement of approximately 2,500 tonnes of supplementary graded armourstone. ??? Construction of a new mechanically stabilised earth access ramp on the leeward side of the breakwater for maintenance dredging plant access. ??? Granular re-paving of the breakwater crown roadway. ??? Provision of new street furniture including precast concrete barriers and signage.",Not Awarded,"Successful Supplier: Paul Smith Earthmoving 2002 Limited Description of Goods or Services: Scarborough breakwater reinstatement Contract Award Date: September 2016 Approx Spend: $360,000 Procurement Process: Open market RFT",20201117 Christchurch City Council,17683694,Request for Proposals,Open Competition,For the provision of Land Drainage Recovery Programme (LDRP) ??? Estuary Drain (LDRP 515) Design and Construction Management,16/17-21,20160711,20160803,20190129,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals to provide the professional services to undertake the detailed design, construction administration and quality management services (subject to meeting the requirements of this RFP) of the Land Drainage Recovery Programme (LDRP) Estuary Drain project (LDRP 515).",Not Awarded,,20201117 Christchurch City Council,17695948,Request for Tenders,Closed Competition,Major Cycleway Route Little River City End Maryland???s Reserve,,20160822,20160831,20161214,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This work involved the reconstruction of approximately 3,400 m2 of cycle path, 340 m of new kerb and channel and associated other drainage improvements Maximum online response upload is 50MB.",Awarded,This work involved the reconstruction of approx. 3400 m2 of cycle path 340m of new kerb & channel and associated other drainage improvements,20201117 Christchurch City Council,17695970,Request for Tenders,Closed Competition,Major Cycle Route Papanui Parallel Sawyers Arms to Grassmere Street,,20160822,20160831,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This Work package involves the upgrading of one existing traffic signal intersection, the installation of one new sets of new traffic signals, 1,200 m of new concrete cycle separator, 600m of new drainage piping, the construction of 1,800 m2 of new cycleway and 1,000 m2 of new footpaths. Maximum online response size is 50MB",Awarded,,20201117 Christchurch City Council,17696319,Request for Tenders,Closed Competition,Major Cycleway Route Papanui Parallel Rutland Street to Bealey Ave,,20160822,20160831,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This Work package invlves two separate portions, this is due to the requirement for Orion to carry out undergrounding in the area of Separable Portion 2. This work is expected to take a four months period Separable Portion 1 ??? Bealey Ave to the intersection of Trafalgar Street and ??? Shepard Place and Rutland Street between Innes Road and Tomes Road Separable Portion 2 ??? Trafalgar Street/Shepard Place intersection to Rutland Street and ??? Rutland Street from St Albans Street to Innes Road The work involves the upgrading of one existing traffic signal intersection, the installation of one new sets of new traffic signals, 1,200 m of new concrete cycle separator, 600m of new drainage piping, the construction of 1,800 m2 of new cycleway and 1,000 m2 of new footpaths. Maximum online Response Size is 50MB.",Awarded,,20201117 Christchurch City Council,17696451,Request for Quotations,Closed Competition,Major Cycleway Route Little River City End Wrights Road to Moorhouse,,20160815,20160824,20170622,,Sole Agency,No,,"This Work package involves the upgrading of two existing traffic signal intersections, the installation of two new sets of new traffic signals, 1,300 m of new kerb, 400 m of new low profile kerb and channel, the construction of 5,500 m2 of new cycleway along with associated storm water and carriageway alterations. Max upload of response is 50MB.",Awarded,,20201117 Christchurch City Council,17707891,Request for Proposals,Closed Competition,RFP for Jellie Park - Pioneer Recreation Sports Centre,15/16-299,20160722,20160831,20190129,,Sole Agency,No,,"Christchurch City Council is looking to engage a Supplier to provide Lead Consultant Services (project management, architecture, and engineering) for earthquake repairs and refurbishment of both the Jellie Park and Pioneer Recreation and Sports Centres. This RFP is the second part of Councils two-staged approach to select and appoint a Lead Consultant for this project. During the first-stage, Prospective Suppliers responded to an Expression of Interest (EOI) for Lead Consultant Services. As a result of this EOI a shortlist of 4 consultant teams have been selected to proceed to the RFP stage. While the focus of the project is on the repair of earthquake damage and deferred maintenance, a significant opportunity with this project is the refurbishment of the facilities to improve the overall appearance, user experience and functioning of these facilities. An overall vision for each facility has been developed by Council???s Recreation and Sport Unit and in consideration of the fact that once the programme of works for new recreation centre???s across the City is realised (Metro Sports, Eastern Recreation and Sport Centre etc), both Jellie Park and Pioneer will once again operate as community-focused recreation centres, not city-wide recreation centres as has been required post-earthquake. The vision for each facility includes: Jellie Park ??? All earthquake repairs and maintenance upgrades be complete, target 67% National Building Standard or better ??? The facility is reliable and economical to operate ??? Improvements ensure the facility meets and exceeds accessibility requirements ??? Upgrades include consideration of Council???s 2015 Energy Action Plan with a focus on reduction of total energy used ??? Focus on the summer outdoor pool area (existing outdoor pool, hydro slides, new aqua play area) that appeals to a number of user groups and demographics ??? Continue to cater to large school groups Pioneer ??? All earthquake repairs and maintenance upgrades be complete, target 67% National Building Standard or better ??? The facility is reliable and economical to operate ??? Improvements ensure the facility meets and exceeds accessibility requirements ??? Upgrades include consideration of Council???s 2015 Energy Action Plan with a focus on reduction of total energy used ??? Provide an exceptional indoor pool experience that compliments the wave machine (only one in Christchurch) ??? Improve the overall flow of the building connection pool area, fitness and stadium",Not Awarded,"Three conforming bids Est spend of $1.5M Two stage EOI/RFP process",20201117 Christchurch City Council,17710734,Request for Tenders,Open Competition,Highsted Road Biofilter,15/16-138,20160722,20160810,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",The construction of a new biofilter at 266 Highsted Road and the associated works.,Awarded,,20201117 Christchurch City Council,17715735,Request for Tenders,Closed Competition,Clare Park Planting,15/16-314,20160803,20160817,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Planting trees, shrubs & wetland plants. Please note maximum document size is 50 MB.",Awarded,,20201117 Christchurch City Council,17718441,Request for Proposals,Closed Competition,LDRP110 Heathcote River Floodplain Management Strategies,,20160802,20160824,20180810,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for an investigation into the options for the lower and middle Heathcote River post-earthquake Floodplain Management Strategies.,Not Awarded,...,20201117 Christchurch City Council,17719704,Request for Proposals,Open Competition,RFP for the Provision of Professional Services - Lead Consultant: Design & Project Management (Riccarton Community Centre),15/16-304,20160722,20160824,20190131,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Lead Consultant Services for the delivery of the new Riccarton Community Centre, to be established at 201 Clarence Street, Riccarton. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. This RFP requires the submission of proposals for Professional Services for a single Lead Consultant, (or consultant consortia, but led by one party) for the supply of professional services for design management, tender and construction monitoring and contract administration of the following project: the Riccarton Community Centre (new build).",Not Awarded,"Successful Supplier: Beca Description of Goods or Services: Lead Design & Project Management Consultant for Riccarton Community Centre",20201117 Christchurch City Council,17726992,Request for Tenders,Closed Competition,"Bridge Superstructure Renewals - Banks Peninsular Bridges A27, A39, A100, W12 and W12A",,20160908,20160928,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","The removal of decayed timber bridge beams and decking at 5 single span bridges on Banks Peninsula and the installation of either new precast concrete deck units, new steel beams with timber decking or a new concrete pipe culvert. New works in the waterway are required at 3 sites.",Awarded,,20201117 Christchurch City Council,17735375,Request for Quotations,Closed Competition,MCR Rapanui - Shag Rock Cycleway Section 1A,,20160829,20160916,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Cycleway construction between Fitzgerald Avenue and Hereford Street Max Online Response upload size is 50MB.",Awarded,,20201117 Christchurch City Council,17735431,Request for Quotations,Closed Competition,MCR Rapanui - Shag Rock Cycleway Section 1B,,20160829,20160916,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Cycleway construction between Hereford Street and Linwood Park Max online response upload size is 50 MBs",Awarded,,20201117 Christchurch City Council,17743455,Request for Quotations,Closed Competition,'Christchurch Art Gallery ??? Dehumidification Upgrade. AHU Coil Replacement Project. August 2016:,,20160801,20160822,20180815,,Sole Agency,No,Tender Box ground floor Christchurch City Council 53 Hereford Street,"Council are releasing a closed RFQ for the provision of these key requirements: 1. The upgrade of the dehumidification provided to the existing fresh air, air handling unit AHU-OA1, by the installation of a new coil unit, OA1 which has been ordered and paid direct by Council; 2. Alterations to the level 3 chilled water pipework involving the installation of two new headers and associated pipework; 3. The replacement of the CLINT Chiller with a new CLIVET chiller (purchased by Council) and associated alterations to pipework, electrical and controls.",Not Awarded,...,20201117 Christchurch City Council,17758689,Request for Proposals,Closed Competition,For the provision of implementation services for SAP SuccessFactors,,20160809,20160902,20180815,,Sole Agency,No,,"The Christchurch City Council has a requirement for a HRIS solution which will enable consolidation of employee/workforce data records to provide a single source of truth that can be leveraged across Council systems and functionality. To support this effort, the Council has selected SAP SuccessFactors as the HRIS solution. The Council has chosen to leverage the DIA HRIS Common Capability ICT (Cloud) agreement (as executed between the Department of Internal Affairs and SAP New Zealand Limited in March 2016). The purpose of this RFP is to invite Prospective Suppliers to submit their proposals for the implementation of the SAP SuccessFactors solution.",Not Awarded,..........,20201117 Christchurch City Council,17791038,Request for Tenders,Closed Competition,Waitikiri Square Playground,,20160831,20160921,20170622,,Sole Agency,No,Christchurch City Council 53 Hereford Street - PO Box 73011 - Christchurch,"Complete site works for a new playground, installation of playground equipment and landscaping.",Awarded,,20201117 Christchurch City Council,17801010,Request for Tenders,Open Competition,Submain Renewals - Package D,,20160825,20160921,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Open LPC tender for water supply sub main renewal. Note: Maximum document size is 50MB.",Awarded,,20201117 Christchurch City Council,17806690,Request for Tenders,Open Competition,CWTP Buildings Restoration Project- Stage 1,,20160916,20161019,20180328,,Sole Agency,No,"Christchurch City Council, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Partial demolition of existing building. Strengthen existing & replace demolished section. Reclad, reroof and fitout for water & wastewater network operations including new SCADA server room, 30m communications tower, technicians workshop, temporary control room, & an education/training room.",Not Awarded,Watts and Hughes,20201117 Christchurch City Council,17812904,Request for Proposals,Open Competition,Wastewater Flow and Overflow Monitoring and Alarming,15/16-212,20160819,20160928,20180323,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Wastewater Flow and Overflow Monitoring and Alarming of sites in Christchurch City and Akaroa. The Council has had a long term wastewater flow monitoring contract in place since 2004, with 13 flow sites currently monitored. Resource Consent for the ???wet weather??? operation of specially constructed sewer overflows has been in place since 2003, with the Council currently monitoring 23 overflow sites. The consent conditions require all overflows to be continuously monitored and alarmed. The Council has previously procured these services through the open market, with the current supplier having held the monitoring contract since early 2010. Given the extended term of the existing contract monitoring equipment is nearing the end of its useable lifespan. With the new contract including five additional flow monitoring sites and the requirement for more frequent data uploading from both flow and overflow monitoring sites, new equipment and upgrading of the power supply at many of the existing ??? non-mains power supplied ??? sites is required. As such, the Council is seeking competitive proposals for the Supplier to supply, install, calibrate and monitor new equipment to monitor flow and overflow sites over a 5-year contract term with 1 additional year at the discretion of the Council.",Not Awarded,Mott McDonald Ltd,20201117 Christchurch City Council,17813522,Request for Tenders,Open Competition,Clent Lane Repairs and Strengthening RFT,,20160819,20160921,20180212,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Clent Lane is a Social Housing Complex located at 62 Cobham St Spreydon. It contains 36 residential bedsit units and a residents??? lounge which was converted from two residential units. Clent Lane has a TC2 rating and suffered minor cosmetic damage in the recent earthquake sequence. During post-earthquake inspections by Opus International the complex was identified as having inadequate structural bracing capacity in the longitudinal direction of the units. It was also identified when scoping that the exterior bedroom, stable styled door was not safe in the event of a fire as most were wedged shut from moisture ingress and Eq movement. They were also cold and draughty on the tenants, so it was agreed that these doors should be replaced complex wide. The intended works will involve cosmetic repairs as defined in the scope. Also to install a new full height bracing wall to all units which will replace an existing mid-height wall. By undertaking these works we will be bring the NBS up to a safer level, increasing the safety of the tenants as well as adding value to the asset.",Not Awarded,.,20201117 Christchurch City Council,17817890,Request for Proposals,Open Competition,Provision of Audio and Visual Services at Vbase owned or managed venues,,20170607,20170712,20180824,,Sole Agency,No,,"Provision of Audio, Visual, Sound Equipment and support services at Vbase owned or managed venues. The purpose of the RFP is to invite prospective suppliers to become members to a Panel Agreement for the supply of Audio Visual Services. This RFP is for, but not limited to: - Supporting all Vbase owned and managed venues and Vbase unique specific events with the appropriate Audio and Visual services and resources; - Provide Audio, Visual, Sound Equipment and support expertise and staff as required; - Monitor the progress against the Audio and Visual Services strategy, operations and plan.",Not Awarded,"Successful Suppliers: Panel: AC Lighting; Shipleys; Bounce NZ Description of Goods and Services: Audio and Visual Services at Vbase owned or managed venues Contract Award Date: December 2017 Contract Term: 3 + 1 + 1 Procurement Process: Open market RFP",20201117 Christchurch City Council,17818866,Request for Tenders,Closed Competition,Botanic Gardens Kiosk Paving and Drainage Enhancement,,20160929,20161012,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Removal of existing asphalt surface and concrete pavers, and addition of new concrete pavers, asphalt, supply and installation of new picnic tables, drainage and preparation of new plant beds.",Not Awarded,City Care Limited,20201117 Christchurch City Council,17822890,Request for Tenders,Closed Competition,Northern Access - Main North Road Bus Lane,,20161128,20161214,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This Contract is for the construction of kerbs and channels, drainage, paths, berms, asphaltic concrete road shoulders, traffic islands, traffic signals tree felling, road marking and signage for Main North Road Bus Lane from Chaneys off ramp to just north of March Construction.",Awarded,,20201117 Christchurch City Council,17827536,Request for Tenders,Closed Competition,Transport Minor Works Packages FY 16/17,16/17-27,20160916,20161005,20180503,,Sole Agency,No,,"This Contract will consist of a series of small packages of ???safety improvement??? works over the 2016/2017 financial period ending by June 2017. Each package will be treated as a Separable Portion to the base NZS3910 contract. The annual value of these combined packages (Separable Portions) is estimated to be approximately $1,000,000.00 for the 2016/2017 period. Each Separable Portion will have an individual schedule and construction plans issued. The majority of each separable proportion is expected to be approximately $50,000 per project. Please note this will not be full time work through to June 2017as there will be periods when the Council will be working on designs for the next separable portions. In addition, as this is an election year delays may be caused as a result of local elections and reappointment of community groups. A large number of the work packages will require sign off by the Community Boards and it is anticipated that there will be a 3???4 month delay while the new community boards become established in their roles. However, the Council will endeavour to make work packages available as soon as practical so works can be entered into the contractors forward works programme and delivered within the calendar year. Once awarded the council???s intention is to provide construction drawings and a schedule of prices for each new package of works through the contract duration (up to June 2017). It is expected that the works, where applicable, will be valued from this contracts schedules of prices and only items not included or which vary considerably will be re-priced.",Not Awarded,,20201117 Christchurch City Council,17827555,Request for Proposals,Open Competition,AC Resurfacing Works FY16/17,16/17-28,20160926,20161026,20180820,,Sole Agency,No,,The purpose of this RFT is to invite Tenderers to submit their Tenders for AC Resurfacing Works Programme - Inside and Outside the Central Business District (CBD) of Christchurch.,Not Awarded,Award,20201117 Christchurch City Council,17827731,Request for Proposals,Open Competition,Wastewater Treatment Plant Physical Works Panel,15/16-172,20160916,20161012,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their credentials with the objective of becoming a pre-qualified contractor to be included in a panel of contractors to tender for physical works at the Christchurch Wastewater Treatment Plant (CWTP). Generally the works to be tendered are for the purpose of ???Renewals??? and ???Earthquake Restoration??? and will generally be packaged to form contracts in the range $50K to $500K, but major works up to a value of $15m will also be tendered to the panel members. Trades involved in these works include: ??? Concrete ??? Demolition ??? Excavation, sheet piling & dewatering ??? Structural Steel ??? Building Trades ??? Metalwork ??? Pipe (stainless steel, PE, PVC,)",Not Awarded,Award,20201117 Christchurch City Council,17827782,Request for Proposals,Open Competition,Wastewater Treatment Plant Electrical Controls Contractor Panel,15/16-246,20160916,20161012,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their credentials to be included in a panel of contractors to tender for electrical & controls works at the Christchurch Wastewater Treatment Plant (CWTP). Generally the works to be tendered are for the purpose of Electrical Renewals or a component of general renewals and Earthquake restoration works and will generally be packaged to form contracts in the range $50K to $500K. Trades involved in these works include: ??? Electrical (LV & HV) ??? Instrumentation ??? Network communications ??? PLC installation & programming SCADA integration",Not Awarded,Award,20201117 Christchurch City Council,17836883,Request for Tenders,Open Competition,LDRP 501 Bells Creek Upstream Works,,20160906,20160928,20180917,,Sole Agency,No,,"The purpose of this RFT is to invite Tenders to submit their tenders for LDRP 501 bells Creek Upstream works. This includes upgrade works of: Edmonds Park Basin, Lower Linwood Fields Detention Wetland and Urban Forest, Woolston park screen, and Woolston Park Access Manhole Upgrades",Awarded,"Tender awarded 25/10/2016 CN 4600001931",20201117 Christchurch City Council,17841009,Request for Proposals,Closed Competition,LDRP 41 For the provision of Land Drainage Recovery Programme Lower Styx River Repair Options,,20160829,20160921,20180917,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for an investigation into the options and concept design for the lower Styx River Repair options project.,Awarded,CN4600001921 Awarded 17/10/2016,20201117 Christchurch City Council,17851743,Request for Tenders,Closed Competition,Lower Riccarton Interceptor,15/16-306,20160902,20161005,20170622,,Sole Agency,No,,The Lower Riccarton Interceptor Wastewater project involves a major upgrade to the Council Wastewater network within Riccarton.,Awarded,,20201117 Christchurch City Council,17869172,Request for Tenders,Open Competition,"Heath, Malta and Quarry Reservior - Watermain Renewals",,20161017,20161109,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor Civic Offices, 53 Hereford Street, Christchurch",Renewal of various watermains in Christchurch.,Awarded,,20201117 Christchurch City Council,17880432,Request for Tenders,Open Competition,Slit Removal - Pipes and Open Channels - Christchurch Urban,,20161118,20161214,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Work involves removal, haulage and disposal of earthquake silt from a number of open waterways and culverts throughout Christchurch. NOTE: Maximum document size is 50MB",Awarded,,20201117 Christchurch City Council,17881517,Request for Proposals,Open Competition,Supply of Mulch,16/17-17881517,20160919,20161005,20180503,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the supply and delivery of amenity garden mulch to Park locations within Christchurch City (excluding Banks Peninsula). Mulch has historically been supplied through the Park and Street Tree Maintenance Contract. The Council has recently directed the Parks Department to implement significant reduction of glyphosate use and as part of this changeover to non-glyphosate weed control products and supporting methodologies that reduce chemical usage, Council has allocated capital funding to implement a parks mulching programme.",Not Awarded,Awarded,20201117 Christchurch City Council,17882067,Request for Tenders,Open Competition,Mary Mclean Place Housing Complex Repairs and Strengthening RFT,,20161011,20161109,20180820,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Mary Mclean Place Housing Complex (Mary Mclean Place) is a social housing complex located at 202a Opawa Road, Woolston, Christchurch 8023. It contains 40 residential units which were constructed in 1969. There are 10 blocks on site with each block containing 4 units. The roof structure comprises timber roof beams supporting light-weight metal roofs. Internal walls and ceilings are lined with plasterboard and external walls are clad with a brick veneer with small portions on the external walls of the bathroom and above and below the windows clad with light-weight Harditex-type cladding. Each block has a perimeter foundation with ordinary concrete piles supporting a timber floor. The units are separated by 190mm concrete block fire walls which (based on information available) have reinforcement to the perimeter. There are two precast concrete double chimneys in each block of four units, these are connected to the fire wall and shared between neighbouring units. Mary Mclean Place has suffered minor damage to non-structural elements and cracking to perimeter foundations as a result of the earthquakes that have occurred in Christchurch over recent years. As a high level summary, the effective reinstatement of the complex requires the following works: ??? Strengthening works to increase the seismic capacity of all buildings; ??? Checking the veneer ties of veneer at height (gable ends); ??? Re-levelling Block E and straightening the timber framing to relieve the residual stresses induced by the stretching action of the floor structure; ??? Replacement of the existing fire walls in Block???s E & F (between units 17-18 and units 23-24) with lightweight replacements and the complete removal of the existing chimneys; ??? Removing of chimneys to at least ceiling level; and ??? Cosmetic repairs.",Not Awarded,,20201117 Christchurch City Council,17882196,Request for Quotations,Closed Competition,CETG Infrastructure Repair and Renewal Stormwater Drainage ??? Stormwater Drainage Package (Minor Piping Projects),,20160909,20160923,20180917,,Sole Agency,No,,CETG Infrastructure Repair and Renewal Stormwater Drainage ??? Stormwater Drainage Package (Minor Piping Projects),Awarded,CN4600001930 Awarded 21/10/2016,20201117 Christchurch City Council,17888267,Request for Proposals,Open Competition,Ng?? Puna Wai Sports Hub Stage 1 Athletics Track,,20161027,20161207,20170329,,Sole Agency,No,"Christchurch City Council , Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Christchurch City Council (the Council) is seeking proposals from suitably qualified Contractors who are interested in the design and build of the Athletic Track and Field facilities, part of the Nga Puna Wai Sports Hub Stage 1 Project to the Council. Nga Puna Wai comprises 83 hectares of recreation and esplanade reserves and other park land beside Canterbury Agricultural Park in southwest Christchurch. Council staff and other stakeholders identified it as the preferred site for a new athletics track to place the one lost at Queen Elizabeth II Park (QEII). Following strong support from the wide Christchurch recreational and sporting community, the Council called for a report on the possibility of establishing a sporting hub at Nga Puna Wai, using the athletics track as a key development. The Council decided to proceed came after a two month public consultation in 2014, with 4724 submissions received on the proposal. Ninety percent of those submissions were in favour of a sports hub at Nga Puna Wai. Nga Puna Wai Sports Hub will cover 32 hectares of Nga Puna Wai . The Nga Puna Wai Sports Hub Stage 1 Project will provide facilities and services for four major sporting codes within Christchurch City that lost facilities during the Christchurch Earthquakes including Athletics, Hockey, Rugby League and Tennis. It will also provide community sporting infrastructure for the developing and expanding South Western part of Christchurch City. This project is Stage 1 of the Nga Puna Wai Sports Hub Masterplan.",Not Awarded,,20201117 Christchurch City Council,17896092,Request for Proposals,Open Competition,Large Account Reseller (LAR) and Licensing Service Provider (LSP),,20160927,20161019,20180820,,Sole Agency,No,,We are seeking proposals for Licensing Services (LSP) across a range of vendors including Large Account Reseller Services (LAR).,Not Awarded,.....,20201117 Christchurch City Council,17896174,Request for Proposals,Open Competition,Provision of Temporary Hospitality Staff Services,,20161102,20161130,20180810,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of temporary hospitality staff services. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a panel of two Suppliers to provide the Services.",Not Awarded,....,20201117 Christchurch City Council,17896937,Request for Proposals,Closed Competition,Wastewater Laterals Repairs and Renewals Panel,RFP 15/16-206,20160916,20161012,20180820,,Sole Agency,No,,RFP for Wastewater Laterals Repairs and Renewals -Panel,Not Awarded,Award,20201117 Christchurch City Council,17899975,Request for Quotations,Closed Competition,MCR Uni-Cycle Section 3,,20160921,20161005,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This work package involves construction of the Uni-Cycle Major Cycle Route from Ngahere St to Dovedale Ave. This includes the following works: ??? Improvements to one signalised crossing (Clyde Road Crossing at Hinau). ??? Improvements to two crossings to make combined pedestrian and cyclist crossing (Ilam Road Crossings). ??? Development of a greenway from Nghere Street to Clyde Road by the installation of traffic calming devices. ??? Development of a shared path through the University, Ilam Fields and Dovedale Avenue. ??? Development of separated cycleways on Ilam Road. ??? Installation of rain gardens in Dovedale Avenue. Please note that the total MAX online response size is 50MB",Awarded,,20201117 Christchurch City Council,17921090,Request for Tenders,Closed Competition,"London Street, Lyttelton - Retaining Wall Stone Facing",,20160928,20161026,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Refacing existing concrete retaining wall with a heritage stone cladding.,Awarded,,20201117 Christchurch City Council,17921103,Request for Tenders,Closed Competition,Diamond Harbour Wharf Maintenance,,20160921,20161012,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Maintenance to Diamond Harbour Wharf including the replacement of some beams, steel jacketing of some piles and fixing some poor connections.",Not Awarded,Sub Aqua Solutions Limited,20201117 Christchurch City Council,17944122,Request for Tenders,Open Competition,Social Housing Unit Repairs Package 2: East (GF Allan Courts + Bridgewater + Fred Price Plc),,20161014,20161116,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Social Housing Repairs,Not Awarded,Watts and Hughs,20201117 Christchurch City Council,17953481,Request for Proposals,Open Competition,Supply and Delivery of Fatty Acid (Plant-Derived) Herbicide,16/17-17953481,20160930,20161019,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the supply and delivery of Fatty Acid (Plant-Derived) Herbicide for the control of weeds in Park locations within Christchurch City. The Council has recently directed the Parks Department to implement significant reduction of glyphosate use and as part of this changeover to non-glyphosate (Fatty acid) weed control products and supporting methodologies that reduce chemical usage.",Not Awarded,Award,20201117 Christchurch City Council,17972482,Request for Proposals,Open Competition,Road Maintenance,16/17-17972482,20170502,20170614,20180323,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the Provision of a wide range of road maintenance activities on assets such as carriageways, footpaths and Cycleways (on road and off road) the Contract Works.",Not Awarded,,20201117 Christchurch City Council,17976921,Request for Tenders,Open Competition,Repair of Retaining Walls,16/17-17976921,20161003,20161031,20180820,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the Repair and Reconstruction of Retaining Walls Programme The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. The Contract Works for this RFT shall include, but are not limited to: ??? Deconstruction and/or removal of the existing damaged walls ??? Retention of stone facing if required ??? Construction of retaining wall to specification and drawings ??? Replacement road surface where required",Not Awarded,Award,20201117 Christchurch City Council,17984001,Request for Tenders,Open Competition,Bradshaw Terrace - Sewer and Watermain renewals and Highstead - Pressure Sewer,,20161110,20161130,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Renewal of Sewer and water supply pipes. A new collector pressure sewer.,Awarded,,20201117 Christchurch City Council,17984012,Request for Tenders,Open Competition,Aranui - Watermain Renewals,,20170223,20170322,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Renewal of watermains in a number of streets in Aranui.,Not Awarded,Westroads Limited trading as Trenching Dynamix,20201117 Christchurch City Council,17984016,Request for Tenders,Open Competition,Wastewater Renewals - Cranford / Sherbourne Streets,,20170203,20170301,20170629,,Sole Agency,No,"Christchurch City Coucil, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Renewal of the wastewater pipes in Cranford Street and Sherbourne Street.,Awarded,,20201117 Christchurch City Council,18013604,Request for Proposals,Open Competition,Professional Consultants,15/16-266,20170315,20170419,20180820,,Sole Agency,No,,"This RFP is for the procurement of professional consultancy services to two Panel Agreements, i.e. Consenting & Compliance which includes, but are not limited to Structural, Civil, Building Services – Mechanical, Fire and Geotechnical Engineering, RMA Planner – Resource Consent Processing & Specialist Expert Advice and Contaminated Land Services; and Strategy & Transformation which includes Policy Planning, Urban Design, City Planning, Environmental Consulting, Heritage Engineering and Acoustic Noise Engineering. These are more specifically described in Section B – Scope and Specification below. Although the Services will predominantly be supplied to Consenting & Compliance and Strategy & Transformation, all other departments of the Council will be allowed to procure professional consultancy services from these Panel agreements.",Not Awarded,............,20201117 Christchurch City Council,18020209,Request for Proposals,Open Competition,For the Provision of Debt Collection Services,,20161021,20161123,20180815,,Sole Agency,No,,"The Council invites Prospective Suppliers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP shall include, but are not limited to: Debt Recovery Services Legal Action as a Debt Recovery tool Field Services Debtor Default Loading",Not Awarded,......................,20201117 Christchurch City Council,18024883,Request for Proposals,Open Competition,"Provision of Event Security Services at the AMI Stadium, Addington, Christchurch.",16/17,20161027,20161123,20180820,,Sole Agency,No,,"The purpose of this RFP is to identify a preferred supplier for the Provision of Event Security Services at the AMI Stadium, Addington Christchurch. This will include, but is not limited to, Event Security planning, provision of static guards, Venue Operations Control (V.O.C) management, V.O.C support staff and venue mobile patrols.",Not Awarded,,20201117 Christchurch City Council,18025269,Request for Proposals,Open Competition,"Provision of Water Supply, Storm Water and Marine Structure Assets Valuation Services",,20161031,20161205,20180817,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of water supply, storm water, and marine structures asset revaluation services. The Services for this RFP shall include, but are not limited to the provision of water supply, storm water, and marine structure asset valuation services for insurance and financial reporting purposes consistent with NAMS Infrastructure Asset Valuation Guidelines and the Public Benefit Entity International Public Sector Accounting Standard 17 Property, Plant and Equipment (PBE IPSAS 17).",Not Awarded,,20201117 Christchurch City Council,18029782,Request for Proposals,Open Competition,Provision of IT Professional Consultancy Services,,20170112,20170215,20181016,,Sole Agency,No,,"The Council has an ongoing requirement for IT professional consultancy services to provide support to the Council's IT operations. These Services have historically been procured from a variety of suppliers on an as needed case by case basis and over the past few years with a value of $300k to $500k per annum. The Council has a significant work program planned for the three years and recognises the need to invest in IT processes and systems to keep pace with technology advances and allow the Council to deliver quality services to Christchurch ratepayers and residents. The majority of this work will be resourced by internal staff however there is a recognised need for the Council to engage suppliers to support the programme delivery. The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of IT professional consultancy services. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a panel of Suppliers (two per discipline) to provide the Services. In establishing a panel of Suppliers to provide the Services, the Council intends to achieve: - Best value for Christchurch ratepayers and the wider community; - Alignment with its strategic objectives; and - Efficiency and effectiveness in the delivery of the Services. The Council invites Prospective Suppliers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP shall include the following disciplines, but are not limited to: - Deployment Services - Testing Services - Data Analysis Services - Business Analysis Services",Not Awarded,.,20201117 Christchurch City Council,18030546,Request for Tenders,Closed Competition,Roto Kohatu Reserve Entrance,,20170216,20170308,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch",Upgrade of entrance at Roto Kohatu Reserve (including gabion feature wall and gate). Chip seal existing car park and construct new car park areas. Hard and soft landscaping.,Not Awarded,Pidgeon Contracting Ltd,20201117 Christchurch City Council,18053336,Request for Tenders,Closed Competition,Diamond Harbour Memorial Gardens Cemetery Development,,20170207,20170222,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Development within Diamond Harbour Memorial Gardens Cemetery including new burial areas (concrete beams), drainage improvements, new footpath and steps and planting.",Awarded,,20201117 Christchurch City Council,18053354,Request for Tenders,Closed Competition,Belfast Cemetery Extension,,20170207,20170222,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","New extension to Belfast Cemetery including roads, stormwater and the preparation of a new burial area including concrete beams.",Awarded,,20201117 Christchurch City Council,18061484,Request for Proposals,Open Competition,"Provision of Cleaning and Hygiene Services at the AMI Stadium, Addington, Christchurch.",16/17,20161110,20161207,20180820,,Sole Agency,No,,"The purpose of this RFP is to identify a preferred supplier for the Provision of Cleaning and Hygiene Services at the AMI Stadium, Addington, Christchurch, this will include, but not limited to, Cleaning and Hygiene planning, provision of cleaning staff, support staff, venue mobile staff and the supply of all consumables to support the cleaning and hygiene services.",Not Awarded,,20201117 Christchurch City Council,18072252,Request for Proposals,Closed Competition,LDRP97 Multi-Hazard Analysis,,20161121,20161216,20180917,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite Prospective Suppliers to submit their Proposals for Land Drainage Recovery Programme (LDRP) 97 Multi-Hazard Analysis. These Services are procured from the group of consultants pre-qualified for the Downstream Rivers category under the LDRP Procurement Plan. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services.",Awarded,"Tender Awarded 14/02/2017 CN4600002031",20201117 Christchurch City Council,18072402,Request for Quotations,Closed Competition,LDRP518 Upper to Mid Heathcote Bank Stabilisation,,20161116,20161215,20180917,,Sole Agency,No,,"The purpose of this Request for Quote (RFQ) is to invite Prospective Suppliers to submit their Proposals for providing professional services to complete the detailed design, construction management and quality assurance services for the Land Drainage Recovery Programme (LDRP) LDRP518 Upper to Mid Heathcote River bank stabilisation project. Christchurch City Council (CCC) has been undertaking the LDRP to assess and identify remedial options for waterways that were affected by the 2010 and 2011 earthquakes. As part of the LDRP, investigations into earthquake damage in the Upper and Mid Heathcote River/Ōpawaho have been undertaken. The type of instability observed related to both earthquake damage and other naturally occurring processes. A number of areas were identified that were considered to require repair or remediation within 5 years to ensure long-term bank stability. Concept design options for these areas have been developed, prioritised and approved for implementation",Awarded,"Tender Awarded 18/01/2017 CN 4600002008 Design and Construction Management",20201117 Christchurch City Council,18072405,Request for Proposals,Closed Competition,LDRP45 Effects of Earthquake on Groundwater levels,,20161121,20161215,20180917,,Sole Agency,No,,"This RFQ seeks information from Consultants who are subject matters experts in this area to investigate shallow groundwater levels across the city (i.e. above Aquifer 1) that are pertinent to urban land uses and drainage network design / operation. The scope and specification of the services required are as described in the Project Charter included in Appendix 11: LDRP45 Project Charter – Effects of Earthquakes on Groundwater Levels.",Awarded,"Tender awarded Aqualinc CN 4600002028",20201117 Christchurch City Council,18086513,Request for Proposals,Open Competition,Inspection of Footpaths,16/17-18086513,20161116,20161207,20180323,,Sole Agency,No,,"The Christchurch City Council's Transport Asset Management Team is required to conduct a footpath condition survey for footpaths and off road Cycleways and walkways managed by City Services Group of Christchurch City Council The survey information is required to: Identify the footpath sections to be validated in the field for maintenance, renewal and rehabilitation Provide Network Reporting and Input to Asset Management Plan and Activity Management Plans Set out Key Performance Indicators (KPI) and Level of Service (LOS); and Provide key input for the Council LTP. The purpose of this RFP is to invite Prospective Consultants/Suppliers to perform this work.",Awarded,,20201117 Christchurch City Council,18089476,Request for Proposals,Open Competition,"1. LDRP507 Temporary Stop Bank Management",,20161201,20170118,20180914,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the construction of the Land Drainage Recovery Programme – Temporary Stopbank Management (LDRP 507) Construction project. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.",Awarded,"Tender awarded 10/03/2017 CN4600002052",20201117 Christchurch City Council,18089529,Request for Tenders,Open Competition,Construction of Quaifes Murphys Wetland,,20170221,20170308,20170616,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The construction of a constructed wetland and its associated landscaping works. Works related to this tender are related to bulk earthworks, construction of access tracks, scour protections, culverts, fencing and gates, timber boardwalk, plantings and its establishment.",Awarded,,20201117 Christchurch City Council,18091204,Request for Tenders,Open Competition,Avon River Loop - Silt Removal - Salibury Street to Fitzgerald Avenue,,20161221,20170208,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Removal of sediment from the Avon River Loop.,Awarded,,20201117 Christchurch City Council,18095794,Request for Tenders,Open Competition,Tulett Park #1 Sports Field Remediation Works,,20161109,20161109,20181016,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor Civic Offices, 53 Hereford Street, Christchurch",Sports Field remediation. Civil Works. Drainage - Irrigation - new sports field surfaces.,Not Awarded,Hunter Civil Limited,20201117 Christchurch City Council,18101097,Request for Proposals,Closed Competition,For the provision of Shared Fleet Services for a 100% Battery Electric Compact Car Fleet,,20161103,20161130,20171110,,Sole Agency,No,,"Christchurch City Council (the Council) has shortlisted suitably qualified suppliers (Prospective Suppliers) who are interested in supplying a 100% battery electric compact car fleet with zero tail pipe emissions for the Christchurch City Council and other potential partner organisations (together referred to as the Shared Fleet Partners) to participate in a closed, interactive Request for Proposals (RFP) process. The shared fleet will be established in Christchurch and used for work related travel and depending on market demand expand into a battery electric car sharing service for use by other organisations and the public.",Awarded,Yoogo has been successful in wining the tender to provide a fully electric battery electric vehicle fleet,20201117 Christchurch City Council,18104527,Request for Proposals,Open Competition,Professional Services Panel for the 3 Waters Hybrid Delivery Model (HDM),16/17-18104527,20161222,20170215,20180326,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Professional Services Panel to support the delivery for the 3 Waters Hybrid Delivery Model (HDM). The 3 Waters (Potable Drinking Water – Storm Water and Waste Water) programme is expected to spend between $140M - $160M per annum for the next 5 years. This magnitude of asset renewal and replacement is unprecedented for the Council. Post-earthquake Capital Programmes are much larger and more complex than the programmes delivered by Council prior to the earthquakes. Effective delivery of the Capital Programmes is required to meet the commitments set out in the Council’s Long-Term Plan (LTP). The HDM is expected to provide an effective delivery structure for the ‘Execute’ phase within the Capital Delivery Process , with primary focus upon efficient delivery of the design – tender – construct – handover sub phases, with secondary support to Investigations – Consultation – Option Selection where required.",Not Awarded,,20201117 Christchurch City Council,18105159,Request for Tenders,Closed Competition,LDRP 501 Richardson Terrace Stormwater Pump Station and Stormfilter,,20161212,20170209,20180914,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the Richardson Terrace Stormwater Pump Station and Stormfilter project being constructed as part of the wider Christchurch City Council’s land drainage recovery programme (LDRP 501).",Awarded,"Tender awarded 09/03/2017 CN4600002050",20201117 Christchurch City Council,18107363,Request for Tenders,Open Competition,Huggins Place Housing Complex Repairs and Strengthening RFT,,20161110,20161207,20180820,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Huggins Place Housing Complex (Huggins Place) is a social housing complex located at Huggins Place (off Hills Road), Edgeware, Christchurch, 8013. It consists of 30 residential studio units (numbered 1 to 37, as there is no number 13 or even numbers from 26 to 36) which were constructed in 1958 and remodelled in 1988. The units are grouped together to form eight blocks of either three or four units. The residential units are timber-framed buildings with diagonal timber braces. The roof structure comprises of timber roof framing supporting light-weight metal roofs with timber sarking. The walls and ceilings are lined with plasterboard. External walls are clad with a light timber veneer. Foundations consist of ordinary concrete piles with a concrete perimeter wall. The extension, constructed in 1988, is also founded on concrete piles with a concrete perimeter wall. The units are separated by 190mm block masonry fire walls which (based on information available for other similar blocks of the same era) is potentially filled with reinforcement to its perimeter. A reinforced bond beam is assumed to be located at ceiling height within the block fire wall. Huggins Place has suffered moderate damage to structural and non-structural elements as a result of the earthquakes that have occurred in Christchurch over recent years. This included cracking of the weatherboard veneer cladding due to settlement of the perimeter wall and shear cracking. There is also cracking to both the render and the concrete of the perimeter footing in all residential unit blocks. Cracking was severe in the extension perimeter walls of block F and G. This damage was deemed low enough to not affect the capacities of the buildings. The intended Contract Works will involve repairs and strengthening works as detailed in the Tender Documents.",Not Awarded,,20201117 Christchurch City Council,18126028,Request for Tenders,Closed Competition,Tulett Sports Park # 1 Remeadiation Physical Works,,20161110,20161207,20170622,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Sports park remediation Physical works including drainage and irrigation works.,Awarded,,20201117 Christchurch City Council,18127334,Request for Tenders,Closed Competition,Aldwins Road/Buckleys Road/Linwood Avenue Intersection,,20161202,20170111,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Traffic signal alterations, with minor Traffic island and footpath adjustments and associated paint markings at the intersection of Aldwins/Buckleys/Linwood.",Awarded,,20201117 Christchurch City Council,18136602,Request for Tenders,Closed Competition,Wainoni Park - Sports Park Remediation,,20161123,20161216,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Sports Park remediation. - Sand Carpet - irrigation - turf",Not Awarded,Recreational Services,20201117 Christchurch City Council,18163707,Request for Tenders,Closed Competition,Halswell Domain Carpark,,20170215,20170301,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Halswell Domain Carpark, extension of existing carpark, new swale and berm, footpath, landscape and short boardwalk over new swale.",Awarded,,20201117 Christchurch City Council,18167494,Request for Quotations,Closed Competition,CP502813/34 Buller Stream Stormwater Facility ??? RFQ ???,,20170125,20170222,20180914,,Sole Agency,No,,"Buller’s Stream is in the Avon River catchment and flows from Cranford Basin at QEII drive, through Ellington Estates to Walter Park, where it enters the 2100mm diameter Lower Dudley Creek Diversion. The drain is adjacent to Council-owned land at 218 Queen Elizabeth II Drive. During major storms some flow from the Styx catchment on the north side of QEII Drive can discharge south to the Avon River via Buller’s Stream. The Buller’s stormwater mitigation facility has been planned for the land at 218 QEII Drive. This facility would provide water quality treatment and stormwater detention services for approximately 20 hectares of Residential Suburban and Residential New Neighbourhood land that drains to Buller’s Stream via Topps Drain. Some of this land has been subdivided previously, and has implemented temporary treatment and detention areas which may be decommissioned once the Buller’s Facility is completed. The purpose of this RFQ is to invite Prospective Suppliers to submit their Proposals to provide the professional services to complete the detailed design, construction management and quality assurance services (subject to meeting the requirements of this RFQ) of Buller’s Stream Stormwater Facility Design and Construction Management.",Awarded,"Tender awarded 10/04/2017 CN4600002083",20201117 Christchurch City Council,18173596,Request for Proposals,Open Competition,RFP - Ng?? Puna Wai Sports Hub Stage 1 - for the provision of an Early Earthworks Contractor,,20161216,20170201,20170329,,Sole Agency,No,,Christchurch City Council (the Council) is seeking proposals from suitably qualified Contractors for the Early Earthworks Package at Ngā Puna Wai Sports Hub and Wigram Basin Enlargement. It is essential that respondents demonstrate an appropriately qualified and experienced team with a proven track record on delivering earthworks packages.,Not Awarded,,20201117 Christchurch City Council,18174887,Request for Proposals,Closed Competition,For the provision of the Alcohol Licensing Workspace Solution,,20161124,20161212,20180918,,Sole Agency,No,,"The purpose of this RFP is to invite shortlisted Suppliers who responded to EOI 17992767 to submit their Proposals for development of the Alcohol Licensing Workspace Solution. The Goods and/or Services for this RFP shall include, but are not limited to, development and implementation of the Alcohol Licensing Workspace Solution, according to the detailed requirements in Section B.",Not Awarded,......................,20201117 Christchurch City Council,18176106,Request for Tenders,Open Competition,LDRP 503 Tay Street Drain Network Upgrade,,20161214,20170131,20180914,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for LDRP 503 Tay Street Drain Network Upgrades works, including; 1. Separable Portion 1 (SP1) · New pipe network along Thames and Norah Street · New pipe work through St Francis of Assisi School 2. Separable Portion 2 (SP2) · Tay Street Drain widening between 35 and 37 Kensignton Ave",Awarded,"Tender Awarded 07/03/2017 CN 4600002046",20201117 Christchurch City Council,18182831,Request for Tenders,Closed Competition,Daly's Wharf Maintenance,,20161201,20170125,20170623,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Maintenance to Daly's Wharf including replacement of some piles, steel jacketing of some somes and fixing some poor connections.",Awarded,,20201117 Christchurch City Council,18200840,Request for Proposals,Open Competition,"RFP for Streetlight Supply, Installation and Maintenance",,20180406,20180516,20180903,,Sole Agency,No,,"This Contract includes two main work types: (1) Maintenance Works (2) Ordered Works Maintenance Works includes two further work types: (1) Routine Maintenance (2) Unscheduled Maintenance Routine Maintenance involves: ??? controlling the Affected Assets using the Central Management System; ??? a Luminaire cleaning & Lamp replacement programme (including maintenance tasks); and ??? asset management (including asset inspections and Asset Register management and analysis). Unscheduled Maintenance includes the rectification of Faults and Damage that are either uncovered by inspections of the Affected Assets, patrols, etc., or where instructed via a RAMM Dispatch. Routine Maintenance and all Unscheduled Maintenance pertaining to Faults is paid for under a monthly lump sum (calculated based on the number of Affected Assets). Unscheduled Maintenance caused by Damage is paid for on a measure and value basis. Ordered Works includes three further work types: (1) supply and installation of Street Lighting; (2) installation of Street Lighting; and (3) design and project management in respect of Street Lighting. The following activities are specially not included in the Contract Works and may be undertaken by Separate Contractors: ??? removal of graffiti; ??? work on the Network up to the Network Connection Point (other than reporting and managing faults in a timely manner to ensure lights remain operational); ??? replacement/installation of ripple relays and meters; ??? the supply of energy; and/or ??? capital works or other upgrading works not undertaken through this Contract. A Tender Briefing will be held, 09:00am to 10:00am Monday 16/04/18 at Civic Offices, 53 Hereford Street, ??tautahi | Christchurch 8154 Any questions, please subscribe and submit via the Question and Answer portal.",Awarded,"Successful Supplier: Connetics Limited Description of Goods or Services: Streetlight Maintenance, Supply & Installation Contract Award Date: July 2018 Contract Term: 3 + 1 + 1 Approx Value: $33M Procurement Process: Open market RFP Exemption: No",20201117 Christchurch City Council,18200848,Request for Proposals,Closed Competition,RFP for Supply and Installation of LED Lighting at the Christchurch Botanic Gardens,,20171009,20171108,20180817,,Sole Agency,No,"Civic Office, 53 Hereford Street, Christchurch, 8013 - Tender Box","Dear Prospective Supplier, The Christchurch City Council is seeking proposals from a select number of local providers for supply and installation of LED Lighting at the Christchurch Botanic Gardens as detailed in the attached documentation.",Not Awarded,Contract awarded to City Care Limited,20201117 Christchurch City Council,18203102,Request for Tenders,Closed Competition,High street ANZ Entrance Pavement restoration,,20161214,20170125,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Lift and relay eartquake damaged pavers in city mall.,Not Awarded,City Care Limited,20201117 Christchurch City Council,18207425,Request for Tenders,Closed Competition,New Sports Pavilion at Knights Stream Park,,20170222,20170315,20170629,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construct a New Sports Pavilion on Christchurch City Council's Knights Stream Park Halswell,Awarded,,20201117 Christchurch City Council,18209014,Request for Tenders,Closed Competition,RFT - Canterbury Provincial Council Buildings Stage 1,,20161213,20170712,20180820,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The purpose of this RFT is to invite successful pre-qualified tenderers to submit their proposals for the delivery of Canterbury Provincial Council Buildings Stage 1 works. The objective of this RFT process is to obtain sufficiently detailed information from tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. Please note: The draft NZS:3910:2013 and the excel version of the SOQ will follow as an addendum shortly.",Not Awarded,.............,20201117 Christchurch City Council,18210178,Request for Tenders,Closed Competition,CWTP Road & Landscape Renewal,,20170331,20170503,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Site wide tidy up of roading and landscape after significant EQ repairs completed.,Not Awarded,G and T Construction Limited,20201117 Christchurch City Council,18230379,Request for Tenders,Open Competition,Sydenham Park Sports Field Remediation,,20170126,20170301,20170619,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","SPORTS GROUND REMEDIATION. Installation of three full sand carpet sports fields including the installation 4 cricket blocks, together with a fully automatic irrigation system. Please Note: Only hardcopy submissions are permitted.",Not Awarded,Awarded to Recreational Services,20201117 Christchurch City Council,18242102,Request for Tenders,Open Competition,Gardiners Rd Pump Station Build & Reticulation,,20161215,20170222,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch",New build Gardiners Rd Water Supply Pump Station & Reticulation,Not Awarded,Fulton Hogan Limited,20201117 Christchurch City Council,18246220,Request for Proposals,Open Competition,Health and Safety Management System,,20161219,20170208,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of a Health and Safety Management System (HSMS) which will support consistent management of health, safety and wellbeing information across the organisation. The new solution will provide a framework for planning, organising, implementing and the review and monitoring of health and safety practices, to achieve the strategic objectives of the Council and align with the requirements of the Health and Safety at Work Act 2015 and ACC accreditation.",Not Awarded,.....,20201117 Christchurch City Council,18254985,Request for Proposals,Open Competition,3 Waters Hybrid Delivery Model (HDM) Physical Works and Design and Build Panel,16/17-18254985,20170601,20170712,20180503,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of physical construction works and major repairs, via a framework Panel Agreement to the Council's 3 Waters Group. Section B explains the asset mix and demand profile in greater detail. As Council moves from an earthquake recovery to growth mode, so too does the Capital Works Programme, shifting from a repair focus to a growth and asset management (condition and service life) driven replacement programme. The FY17 ??? FY20 entire capital programmes combined delivery total equals $1.8B. Within the capital programme delivery sphere, the Hybrid Delivery Model (HDM) panels primarily encompass Design, Response, Construct, Defects and Handover.",Not Awarded,,20201117 Christchurch City Council,18280846,Request for Proposals,Open Competition,Document Collaboration and Management Tool,,20170116,20170208,20180820,,Sole Agency,No,,RFP for Document Collaboration and Management Tool for Vertical Capital Projects,Not Awarded,...........,20201117 Christchurch City Council,18291951,Request for Tenders,Open Competition,LDRP 512 No 1 Drain Naturalisation,,20170524,20170614,20180917,,Sole Agency,No,,The purpose of this RFT is to invite Tenderers to submit their Tenders for construction (subject to meeting the requirements of this RFT) of the Land Drainage Recovery Programme (LDRP 512) No 1 Drain Naturalisation located in Christchurch Golf Club- Shirley.,Awarded,"Tender awarded 04/10/2017 CN 4600002260",20201117 Christchurch City Council,18293409,Request for Tenders,Closed Competition,YWCA Earthquake and Maintenance Repair,,20170126,20170215,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Repair of earthquake damaged buildings and outstanding maintenance items.,Not Awarded,City Care Limited,20201117 Christchurch City Council,18293434,Request for Tenders,Open Competition,Carlton Mill Corner Field Remediation Works,18293434,20170208,20170308,20180327,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Upgrade of the soil based sports fields at Carlton Mill Corner, North Hagley Park together with the installation of a fully automatic irrigation system.",Not Awarded,Grounds and Services Limited,20201117 Christchurch City Council,18294318,Request for Tenders,Closed Competition,Marriner Street West (Nayland St - Bend) & Wakefield Ave (Bend-Nayland St),,20180627,20180725,20181016,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","New kerb and channel with associated footpaths, landscape, drainage and road reconstruction.",Awarded,,20201117 Christchurch City Council,18314548,Request for Tenders,Open Competition,Palmers Road - Wastewater Renewal,,20170321,20170412,20170629,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",The renewal of 720 meters of wastewater reticulation complete with manholes and laterals in Palmers Road New Brighton.,Awarded,,20201117 Christchurch City Council,18314596,Request for Tenders,Open Competition,Watermain Renewals - Godley Quay,,20170601,20170628,20170728,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Renewal of watermains in Wrights Road, Cashmere Road and several Streets around Godley Quay in Lyttelton.",Awarded,,20201117 Christchurch City Council,18314642,Request for Tenders,Open Competition,Submain Renewals - Package F,,20170208,20170301,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Renewal of submains and some toby boxes in New Brighton,Not Awarded,Brent Cook Contracting Limited,20201117 Christchurch City Council,18315353,Request for Tenders,Closed Competition,CWTP - Polymer Make-up System Replacement,,20170317,20170412,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Design, fabricate, install & Commission complete biosolids dewatering polymer makeup and dosing system, Includes: polymer storage and handling, polymer mixing, day tank, and polymer dosing system. Complete with automated control of mixing and dosing linked to sludge management system and dewatering belt press system.",Awarded,,20201117 Christchurch City Council,18317518,Request for Proposals,Closed Competition,Sutherlands Basin Stormwater Treatment,,20171115,20171206,20180917,,Sole Agency,No,,RFT for bulk earthworks of the Sutherlands Basin Storm Water Treatment facility,Awarded,"Tender Awarded 08/03/2018 CN4600002392",20201117 Christchurch City Council,18326356,Request for Tenders,Closed Competition,South New Brighton Jetty,,20170209,20170301,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Replacing existing damaged jetty with new jetty.,Not Awarded,Solutions 2 Access,20201117 Christchurch City Council,18331044,Request for Proposals,Open Competition,Road Landscape Maintenance,16/17-18331044,20170614,20170719,20180323,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of a wide range of road landscape maintenance activities. Road landscapes covers vegetation within the road corridor including gardens, hedges, grass berms, traffic islands (median strips and roundabouts), walkways (street to street), natural areas, bedding displays, plant containers. The Council???s strategy for the City's Road Landscapes is to create one citywide contract",Not Awarded,,20201117 Christchurch City Council,18331073,Request for Proposals,Open Competition,Mulch Collection and Placement in Parks Gardens,16/17-18331073,20170131,20170222,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the loading and placement of stockpiled mulch from specified storage locations to nominated Park locations within Christchurch City. The Council has recently directed the Parks Department to implement significant reduction of glyphosate use and as part of this changeover to a non-glyphosate (plant-derived fatty acid) weed control product, a garden mulching programme is being implemented as part of an integrated strategy to reduce chemical usage. The Services for this RFP shall include: a) Preparation of garden areas for mulching. b) Loading of mulch stockpiled at nominated sites within each parks maintenance contract area (Appendix 11) and transport to listed parks mulching locations (Appendix 10). c) Placement of mulch on parks garden areas at listed park mulching locations (Appendix 11).",Not Awarded,Award,20201117 Christchurch City Council,18331095,Request for Proposals,Closed Competition,Landscape Maintenance at the CWTP,16/17-18331095,20170221,20170322,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the maintenance of the grounds and oxidation pond embankments associated with the Christchurch Wastewater Treatment Plant (CWTP), Shuttle Drive Bromley, Christchurch. These Services have been performed under contract since 2006 with the initial contract expiring in 2016. The Council is looking to appoint a proactive, safety conscious and cost effective contractor to undertake these works on an on-going basis. The CWTP is the Council’s largest single asset and is essential to the provision of services to our community. The successful contractor will play an important role in presenting the site in a clean and tidy condition at all times.",Not Awarded,Award,20201117 Christchurch City Council,18331131,Request for Proposals,Open Competition,Water Meter Reading Services,,20170502,20170531,20180815,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Water Meter Reading Services,Not Awarded,..............,20201117 Christchurch City Council,18331222,Request for Tenders,Closed Competition,Road Maintenance - Bealey Avenue and Montreal Street Rehabilitation,16/17-18331222,20170227,20170327,20180503,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the rebuild works for Montreal Street, Bealey Avenue and the Traffic Lights associated with Bealey Avenue. This consists of three separable portions. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works.",Not Awarded,,20201117 Christchurch City Council,18346468,Request for Quotations,Closed Competition,Quarryman???s Major Cycleway Route Moorhouse to Roker Street Construction,,20170530,20170621,20180221,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This Work package involves the upgrading of three existing traffic signal intersections, the installation of two new sets of new traffic signals, the construction of 1,300 m of new kerb & channel, 2200m of new cycle separator , 3200 m2 of new footpaths snd 4,500 m2 of new cycleway along with associated storm water footpath and carriageway alterations.",Awarded,,20201117 Christchurch City Council,18346471,Request for Quotations,Closed Competition,Quarryman???s Major Cycleway Route Strickland Street to Hoon Hay Street Construction,,20170531,20170621,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This Work package involves the installation of four new sets of new traffic signals, 1,100 m of new kerb & channel, the construction of 2,000 m of cycleway separator, 2200 m2 of new cycleway and 3,100 m2 of new path along with associated storm water and carriageway alterations.",Awarded,,20201117 Christchurch City Council,18369055,Request for Tenders,Closed Competition,Awa-iti Domain Memorial Gates Restoration,,20170220,20170308,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Restoration of stonemasonry war memorial. Restoration of iron gates and lights.,Not Awarded,Stonelay,20201117 Christchurch City Council,18381785,Request for Tenders,Open Competition,WS Pump Station Electrical Upgrade Package 1,,20170308,20170405,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Upgrade Water Pump Station switchboards and componentry. Supply and install - commission specified equipment. Package 1 is for 6 Pump Stations in CHCH. (2 More Packages Planned).",Not Awarded,City Care Limited,20201117 Christchurch City Council,18391671,Request for Tenders,Closed Competition,The Sign of the Bellbird new Roof & Drainage System,,20170302,20170322,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Construct a new roof for the Sign of the Bellbird includind spouting, downpipoes & storm water drainage system",Not Awarded,RJSJ Building Ltd,20201117 Christchurch City Council,18392768,Request for Tenders,Open Competition,LDRP515 Estuary Drain,,20170413,20170517,20180917,,Sole Agency,No,,Tender for construction of storm water drainage pipe network and open earth channel LDRP515,Not Awarded,Not awarded. Councillors to decide on priority 3 and 4- detailed design for the new options to be completed- new tender will be raised once detailed design complete,20201117 Christchurch City Council,18407136,Request for Tenders,Closed Competition,"KaWahine House, Earthquake Repairs and Garage Replacement",,20170322,20170419,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","The extent of the works encompasses the supply of all labour, materials, plant, temporary works and equipment for construction work of PRO2538 KaWahine House Earthquake Repair and Garage Demolition Purpose of the works is to undertake cosmetic earthquake repair of damaged internal linings and exterior elements. Address items of delayed maintenance and remove and reinstate the structurally compromised garage. An application for Building Consent Exemption will be made by the Christchurch City Council Project Manager. The work can be summarised into the following tasks: Removal of asbestos stipple in the kitchen, bedroom 2, hall and garage gables. Cosmetic repair of internal linings and fixtures Removal and replacement of aged carpet Repointing of exterior brick work Preparation and painting of timber windows Repair of the concrete tile roof Preparation and painting of fascia and soffit Removal and replacement of masonry garage Removal and reinstatement of hard surfaces",Awarded,,20201117 Christchurch City Council,18414879,Request for Tenders,Closed Competition,Lyttelton Retaining Wall Redstone Refacing,,20170307,20170329,20170629,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Lyttelton Retaining Wall Redstone Refacing.,Awarded,,20201117 Christchurch City Council,18418843,Request for Proposals,Open Competition,Provision of Resettlement and Relocation and Corporate Relocation Services,,20170508,20170608,20180824,,Sole Agency,No,,"The Christchurch City Council is seeking proposal from the market for the following services: 1) Candidate relocation and resettlement services; and 2) Corporate relocation services.",Not Awarded,"Successful Supplier: Crown Worldwide Ltd Description of Goods or Services: Resettlement and relocation and corporate relocation services Contract Award Date: Aug 2017 Contract Term: 3 + 1 + 1 Approx Spend per annum: $100,000 Procurement Process: Open market RFP",20201117 Christchurch City Council,18429849,Request for Tenders,Open Competition,Pump Station Electrical Upgrade Package 3,,20170823,20170927,20171113,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","CCPw Pump Station Switchboard/Communication Renewals CCPWPS1107 - HALSWELL 1 CCPWPS1108 - HALSWELL 2 CCPWPS1112 - SUTHERLANDS 1 CCPWPS1113 - SUTHERLANDS 2",Not Awarded,Melray Electric Limited,20201117 Christchurch City Council,18432773,Request for Tenders,Open Competition,Jellie Park Hydro Slide Design Build,,20170322,20170426,20171121,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch","Supply & installation of a Hydroslide tower. Includes some deisgn requirement. Project may be novated to a Head Contractor as repair works occur on this site.",Not Awarded,Whitewater New Zealand Limited,20201117 Christchurch City Council,18440361,Request for Proposals,Closed Competition,Worsleys Spur Stormwater Pipe,,20171124,20171220,20180917,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for Worsleys Spur Stormwater Upgrade. This comprises the construction of: ?? Installation of a new stormwater pipe along a 410m section of Worsley's Road ?? Installation of manholes and sumps along the new pipe ?? Installation of asphalt bunding to channel surface stormwater into the new pipe ?? Installation of a 500m long stormwater pipe off the east side of Worsleys Spur down to the Worsleys Valley floor The project will channel surface stormwater into a piped system, which will reduce flows into residential properties and mitigate erosion of the hillside slopes",Awarded,"Tender awarded 20/03/2018 CN 4600002398",20201117 Christchurch City Council,18473916,Request for Proposals,Open Competition,Design and Construction Rebuild of Bryndwr Courts Social Housing Complex Unit 8,,20170413,20170524,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Design and construction rebuild one bedroom Social Housing unit whilst retaining elements of the existing building fabric.,Not Awarded,A J Scott Construction,20201117 Christchurch City Council,18473959,Request for Tenders,Closed Competition,Peacock's Gallop: Waste Water and Roading Repairs,,20170505,20170524,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Placement and connection of 530m of 475mm PVC waste water pipe and six manholes at "Peacock's Gallop" on Main Rd, Sumner, Christchurch. Rehabilitation of 350m of road way at "Peacock's Gallop on Main Rd, Sumner, Christchurch.",Not Awarded,Fulton Hogan Ltd,20201117 Christchurch City Council,18486035,Request for Tenders,Closed Competition,Sumner Lyttelton Corridor Landscape Works,,20170420,20170503,20170616,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Preparation, planting and 3 years establishment/maintenance 5 sites along Sumner Lyttelton Corridor.",Awarded,,20201117 Christchurch City Council,18486038,Request for Tenders,Open Competition,Avebury Exterior Paint and Timber Repairs,,20170407,20170426,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Exterior Painting and Timber Repairs of Avebury House.,Not Awarded,City Care Limited,20201117 Christchurch City Council,18487335,Request for Tenders,Closed Competition,NAYLAND STREET CARPARK,,20170411,20170426,20170616,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construction of asphaltic concrete carpark in Nayland Street (*no. 31/33 Nayland Street),Awarded,,20201117 Christchurch City Council,18499274,Request for Tenders,Closed Competition,RFT for Risingholme Hall Earthquake Repair and Strengtheing Project,,20170807,20170908,20180820,,Sole Agency,No,,"The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: ??? Prestart meeting with Principle and Consultants. ??? Site establishment, installation of safety fencing, Health and safety compliance with SSSP and inductions. ??? Removal of the existing tree to the West side of the building and levelling of the ground between the building and the stream. ??? Installation of new Rammed Aggregate Piers to stabilise the ground between building and stream. ??? Provide temporary propping and bracing of the West end of the building and deconstruction of the existing, weather boards, timber framing and ring foundation / piles. ??? Installation of a new concrete foundation pads to the West end together with the alignment vertical and horizontal of the existing walls with the surrounding structure. ??? Timber framing is to be installed to existing framing and new foundation pads clad with plywood and is to incorporate inspection hatches before being painted. ??? New steel channel strengthening to the existing intermediate bearers under the West end of the building. ??? Additional fixings to be installed between existing timber framing and concrete foundation walls around auditorium and stage. ??? Install new reinforcing bars to the existing concrete footings. ??? All existing cracks within the existing concrete ring beam are to be filled with epoxy using a standard crack injection procedure. ??? Remove existing ceiling within the auditorium and replace with new Gib ceiling diaphragm. ??? Install new steel columns within the auditorium which are to be fixed to the existing floor, walls and roof. New steel columns are to be boxed and finished. ??? Plywood bracing wall panels are to be installed to auditorium and above stage. ??? Install new braceline wall linings to other areas as indicated on the plans. ??? Finish and decorate all internal areas affected by the works including new floor finishes to all areas. ??? Replace all areas of external weather board affected by the works and all deteriorated external materials and allow for stripping back and paint finish to all exterior surfaces. ??? Install a new accessible ramp including handrails to the North-East elevation of the building. ??? Allow to deconstruct and reconstruct the existing toilets to comply with the accessibility requirements of the NZ Building Code. Including replacement of all",Not Awarded,,20201117 Christchurch City Council,18520955,Request for Tenders,Open Competition,Marine Parade - Sewer Renewal,,20170413,20170517,20171101,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch",Lining of wastewater pipe along Marine Parade. Relay of wastewater laterals from main to property boundary.,Awarded,,20201117 Christchurch City Council,18520963,Request for Tenders,Closed Competition,"Cashel Street "" The Crossing "" Frontage - Pavement Restoration",,20170421,20170510,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Restoration of paving and site furnature on cashel street in front of The Crossing.,Awarded,,20201117 Christchurch City Council,18533036,Request for Proposals,Open Competition,Architectual and Lead Consultancy Services for the Construction of the Woolston Facility,TD16-17 18533036,20170407,20170503,20181016,,Sole Agency,No,,,Not Awarded,"Successful Supplier: Ignite Architects Description of Goods or Services: Provision of lead consultancy and architectural services Contract Award Date: 27/06/2017 Approx Spend: $67,000 Procurement Process: Open Market tender",20201117 Christchurch City Council,18543220,Request for Tenders,Closed Competition,RFT for Risingholme Homestead Earthquake Repair and Strengtheing Project,,20170807,20170915,20180820,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for construction services for the EQ Repair and Strengthening, Fire Damage Repair and Building Upgrade. The building has sustained damage due to the Canterbury Earthquakes and requires strengthening to bring it up to code. In 2016 it also suffered a fire that has badly damaged the roof and first floor area. The Heritage listed building consists of two floors, offices meeting rooms, kitchen and toilet facilities. The project format is to be split into three areas of repair, strengthening and upgrade and although the various building elements cross over and rely on construction sequencing it is important from a cost, programme and trade methodology that the contractor understands the project format. Separate pricing breakdowns as part of your T5 Trade Summary submission will be required as part of the overall tender price for the following works. 1. EQ Repair and Strengthening. 2. Fire / Water Damage Repair. 3. Building Change of Use and Building Upgrade Works.",Not Awarded,,20201117 Christchurch City Council,18555534,Request for Tenders,Closed Competition,Combined Jellie Park & Pioneer Recreation & Sport Repairs,,20170622,20170816,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The repair and upgrade of Jellie Park and Pioneer Recreation and Sports Centres has been merged as one project to create cost and operational efficiencies in design and construction and so that the works to both facilities can be staged to minimise impacts on the levels of recreation services. The construction works are estimated to be staged across both facilities and construction will extend between years 2017 to 2020 in order to minimise customer impact and the cost to Council through shutdowns. An EOI for these works was completed in December 2016 and a short list of 4 Contractors were chosen to respond to this closed RFT. In forming the scope and specification of this RFT, the 4 Contractors participated in 2 ???pre-tender??? ECI workshops that directly shaped the RFT repair methodology. The scope of work is extensive for both facilities, combining a large schedule of repairs plus some ???betterment??? whilst access to the site is available.",Not Awarded,Armitage Williams Construction Ltd,20201117 Christchurch City Council,18558109,Request for Proposals,Closed Competition,Christchurch City Council Chambers Audio & Visual Technology Refresh,,20170412,20170503,20180820,,Sole Agency,No,"Christchurch City Council, 53 Hereford Street, Christchurch","CCC is seeking proposals from Prospective Suppliers to examine the existing design of the audio and visual technology structure of the CCC Chambers and the two Committee rooms and to create a detailed design concept that includes recommendations for enhancements, modifications and additions to the existing system to create a cohesive, dependable and updated system. The selected vendor will also be responsible for the purchase, installation, commissioning and operational support of the Solution.",Not Awarded,.....,20201117 Christchurch City Council,18568265,Request for Proposals,Open Competition,Lease of Former Akaroa Plunket Rooms - Cafe,,20170503,20170531,20180830,,Sole Agency,No,"Tender Box (Ground Floor Reception) Civic Offices, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the lease of the former Akaroa Plunket Rooms located on the Akaroa waterfront in order to operate a cafe/restaurant/food and beverage establishment.,Not Awarded,Harbar Limited,20201117 Christchurch City Council,18574468,Request for Tenders,Closed Competition,"Banks Peninsula Bridge Renewals at A07, A26, A69, A80 and A103",,20170428,20170524,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","The removal of decayed timber bridge beams and decking at 5 single span bridges on Banks Peninsula and the installation of either new precast concrete deck units or a new concrete pipe culvert. New abutments are required at 3 sites and gabion basket retaining walls are required at the pipe culvert.",Not Awarded,Higgins Contractor Limited,20201117 Christchurch City Council,18574650,Request for Tenders,Open Competition,PS Electrical Upgrades Package 2,,20170510,20170607,20171101,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch",Electrical and control systems upgrades for Water Pump Stations (x10),Not Awarded,Melray Electric Limited,20201117 Christchurch City Council,18578403,Request for Proposals,Open Competition,LDRP 509 Knights Drain Flood and Water Quality Ponds - Design and Construction Management,,20170515,20170607,20180914,,Sole Agency,No,,"LDRP 509 Knights Drain Ponds Design and Construction Management Design and construction management of Knights Drain Ponds.",Awarded,"Tender awarded 12/07/2017 CN4600002186",20201117 Christchurch City Council,18582346,Request for Proposals,Open Competition,Provision of Published Monographs and Publications,,20170524,20170621,20170920,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Supply of New Zealand Published Monographs and Publications.,Awarded,,20201117 Christchurch City Council,18585908,Request for Proposals,Open Competition,Licence for Occupation of Akaroa Weighbridge Building - Retail,,20170503,20170531,20180830,,Sole Agency,No,"Tender Box (Ground Floor Reception) Civic Offices, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Licence for Occupation of the Akaroa Weighbride building adjacent to the Akaroa waterfront in order to operate a retail business or service complementing use of the main Akaroa Wharf.,Not Awarded,Akaroa Dolphins Ltd.,20201117 Christchurch City Council,18593485,Request for Proposals,Closed Competition,RFP - Ng?? Puna Wai Sports Hub Stage 1-Civil Package,,20170512,20170703,20180820,,Sole Agency,No,,Christchurch City Council is seeking Proposals from suitably qualified Civil Contractors who are interested in delivering the Ng?? Puna Wai Sports Hub Stage 1 Project to the Council.,Not Awarded,,20201117 Christchurch City Council,18593895,Request for Proposals,Open Competition,"For the operation of the Visitor Centre Caf??, Playground Food Kiosk and Conference Facilities",16-17,20170518,20170714,20190110,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the operation of various functions located within the Christchurch Botanic Gardens. Three opportunities exist for interested parties, specifically; 1. Operation of the main restaurant/caf??, located within the Botanic Gardens Visitor Centre (Compulsory inclusion) 2. Operation of the Playground Food Kiosk, located within the Botanic Gardens Tea Kiosk Building (Preferred inclusion) 3. Management of the Visitor Centre Function Room, providing bookings for community groups, businesses, weddings including catering opportunities (Optional inclusion)",Not Awarded,....................................,20201117 Christchurch City Council,18601007,Request for Tenders,Open Competition,RFT for LDRP 516 Wainoni Park Stormwater Basin,,20170627,20170719,20180917,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for LDRP 516 Wainoni Park Stormwater Basin. This includes works to build a stormwater detention basin in Wainoni Park including pipework, earthworks, ground stabilisation and upgrades to existing stormwater pipe in Hampshire Street. This project forms part of the wider Land Drainage Recovery Programme (LDRP) project which seeks to restore the flooding risk in Christchurch to ???pre-earthquake levels??? (where this relates to the earthquake events beginning in September 2010). The Aranui catchment has experienced a greater flood risk since the earthquakes due to subsidence of the ground. The proposed Wainoni Park Basin would receive high stormwater flow from the stormwater network, attenuate peak flows, and discharge back to the pipe network. The Hampshire Street pipe upgrade will remove a restriction and improve the efficiency of the surrounding pipe networks. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.",Awarded,"Tender Awarded 14/09/2017 CN 4600002230",20201117 Christchurch City Council,18628180,Request for Tenders,Closed Competition,Repairs / Rebuild of Retaining Walls,,20170505,20170529,20171101,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","The Contract Works shall include, but are not limited to: • Deconstruction and/or removal of the existing damaged walls • Retention of stone facing if required • Construction of retaining wall to specification and drawings • Replacement road surface where required • Contractor will be responsible for their own traffic management and obtaining approvals through CTOC",Not Awarded,Hunter Civil Limited,20201117 Christchurch City Council,18674470,Request for Proposals,Closed Competition,RFP Environmental & Compliance Project Support for Lancaster Park Demolition,,20170606,20170621,20180820,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for ???Environmental & Compliance project support??? Council and its partner Vbase are looking to secure the services of an external professional services provider to support the project team in the successful delivery of a complex and large deconstruction/demolition and salvage project ???former Lancaster park stadium??? The most severe shaking at Lancaster Park Stadium occurred during the 22 February 2011 earthquake. The earthquake epicentre was shallow and very close ??? approximately 6 km south-east of the stadium. The recorded ground motions exceeded the 1 in 2,500 year acceleration expectations. Th Surveys showed that substantial earthquake induced settlements occurred and the structures are no longer vertical. Extensive liquefaction occurred under the buildings and liquefaction material was ejected from the ground surface around the foundations. The stone column ground improvement constructed beneath the two major stand structures suffered damage due to bulging, loosening and contamination with silty sand. This damage was investigated using physical investigations and theoretical assessment. It was concluded that the ground improvement was no longer effective or reliable under strong earthquake shaking.",Not Awarded,,20201117 Christchurch City Council,18674494,Request for Tenders,Closed Competition,RFT for Nurses Memorial Chapel Earthquake Repair and Strengthening,,20170706,20170804,20180301,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for construction services as the main contractor for the repair and strengthening of the Nurses Memorial Chapel Riccarton Avenue. The Contract Works for this RFT shall include, but are not limited to: ?? Prestart meeting with Heritage Team and Consultants. ?? Site establishment and installation of the temporary protection to the heritage fabric throughout the building. ?? Careful removal of all stain glass windows and transport the windows off site for cleaning and storage during the repair and strengthening works. ?? Installation of 200mm reinforced concrete overlay slab to the basement area. ?? Installation of a 200 series masonry block walls to the basement to support the existing ground floor slab and foundation walls. ?? Sections of the existing interior timber panelling will be deconstructed and stored on site for reinstallation. Part of the inner brick walls will then be removed and replaced with new reinforced masonry block. ?? The existing parquet flooring will be carefully removed and stored on site for re-installation. The ground floor slab will then be checked for cracks and repairs completed where necessary. ?? The existing brick buttresses will be partly deconstructed from the inside and a concrete core will be added to connect with the inner blockwork walls and new ring beam. ?? The two gable ends, Sanctuary arch will be deconstructed and new reinforced concrete walls will be built which will then be clad with the existing cut down limestone and existing brick to the outer skin. ?? A new reinforced ring beam will be constructed between the top wall of the building and the roof structure. This will link the walls with the newly formed gable ends. ?? A portion of the ground floor slab will be removed and replaced with a new slab. ?? The slate tiles to the roof will be will be carefully removed, stored on site and a new plywood diaphragm will be installed before the tile are relayed. ?? The installation of a new fire protection sprinkler system, upgrade of the heating system and emergency lighting will be completed. ?? All the internal timber panelling, parquet flooring, limestone and associated interior fittings will then be re-instated. ?? Plastering, painting and decoration of the chapel where required will be completed. ?? Finishing to the parquet flooring applied. ?? Re-installation of the stain glass windows. ?? Site works",Not Awarded,,20201117 Christchurch City Council,18675801,Request for Tenders,Closed Competition,Maffey Road Bund Landscape Works,,20170606,20170614,20170721,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Site preparation, irrigation deign and installation, planting and 2 years establishment/ maintenance.",Awarded,,20201117 Christchurch City Council,18680612,Request for Tenders,Open Competition,Spencer Park Amenities Block. New Build Facility,,20170612,20170705,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Council are seeking a Main Contractor to undertake all physical works associated with this project post removal of existing trees. This encompasses: 1. Construction of the Kitchen/Laundry/BBQ building. 2. Construction of the Toilet/Shower building. 3. All associated landscaping. 4. Provision of all services as required for the respective buildings. 5. Attainment of Code of Compliance and provision of O & M Manuals as required",Not Awarded,Watts & Hughes Limited,20201117 Christchurch City Council,18681883,Request for Tenders,Closed Competition,Wainui Wharf Maintenance,,20170713,20170726,20171101,,Sole Agency,No,Christchurch City Council Tender Box Ground Floor Civic Offices 53 Hereford Street Christchurch,"Maintenance to Wainui's Wharf including replacement of some beams, wrapping of some piles and fixing some poor connections and stairs.",Awarded,,20201117 Christchurch City Council,18716888,Request for Tenders,Closed Competition,R704 Durham St. Overbridge Lamppost Maintenance,,20170705,20170726,20171101,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor , Civic Offices, 53 Hereford Street, Christchurch",Welding steel 'sleeves' to the base of lamp posts along Durham St. overbridge.,Awarded,,20201117 Christchurch City Council,18725339,Request for Proposals,Open Competition,Design and Construct Rebuild of Bruce Terrace Social Housing Complex,,20170607,20170719,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Design and construction, demolition and rebuild of Bruce Terrace Social Housing Complex.",Not Awarded,Watts and Hughs,20201117 Christchurch City Council,18730338,Request for Proposals,Open Competition,RFP for Provision of Road Roughness Survey (NAASRA) Services,16/17-18730338,20170717,20170816,20180820,,Sole Agency,No,,"The Council???s Asset and Network Planning Unit is required to conduct a road roughness survey every year for the entire sealed road network owned by Christchurch City Council. These Services were last procured by an open market RFP in 2014. The Council is again seeking competitive proposals for this work and will appoint a contractor to provide a yearly Road Roughness survey until 2020. The successful Supplier will be required to provide the following information: a. Identify the road section to be validated in the field for maintenance, renewal and rehabilitation. b. Run Treatment Selection Algorithm (TSA) analysis in Road Asset Maintenance Management (RAMM) c. Provide Network Reporting and Input to Asset Management Plan and Activity Management Plans. d. Set out Key Performance Indicators (KPI) and Level of Service (LOS). e. Provide key inputs for dTIMS (Pavement Deterioration Model)",Not Awarded,Award,20201117 Christchurch City Council,18749397,Request for Tenders,Closed Competition,Papanui Domain Playground Renewal,,20170720,20170816,20170926,,Sole Agency,No,Christchurch City Council Tender Box Ground Floor Civic Offices 53 Hereford Street Christchurch,"Complete site works for two new playgrounds, including equipment removals, equipment installation, and landscaping.",Awarded,,20201117 Christchurch City Council,18774263,Request for Proposals,Closed Competition,General Services Satisfaction Survey,,20170627,20170719,20180815,,Sole Agency,No,,"1.1. Christchurch City Council (???the Council???) began surveying residents on a regular basis in 1991 with the introduction of an Annual Survey of Residents. Over the last decade, the annual survey has included a mix of questions focusing on customer satisfaction and resident perceptions of city issues.",Not Awarded,..................,20201117 Christchurch City Council,18824370,Request for Proposals,Open Competition,Lease of Rolleston House - Guest Accommodation,,20170830,20171115,20180830,,Sole Agency,No,"53 Hereford Street, Christchurch","The Christchurch City Council invites proposals for the lease of Rolleston House at 5 Worcester Street Christchurch. Proposals are sought from interested parties who wish to provide guest accommodation for visitors to Christchurch and Canterbury. Rolleston House is listed as a Group 3 heritage item in the Christchurch District Plan. The building is located within the heart of the Cultural Precinct in Christchurch located near attractions such as The Arts Centre, Canterbury Museum, Botanic Gardens and Hagley Park. The building is currently tenanted by Youth Hostel Association and the lease has a final expiry date of 30 April 2018.",Not Awarded,Youth Hostel Association New Zealand,20201117 Christchurch City Council,18840368,Request for Tenders,Open Competition,Forest Drive - Wastewater Renewals,,20170816,20170906,20180312,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",Renew a section of wastewater along Forest Drive and Courtfield Close including some laterals and manholes.,Awarded,,20201117 Christchurch City Council,18845104,Request for Proposals,Closed Competition,LDRP 17 Curletts and Haytons Catchment Investigation Project,,20170920,20171011,20180917,,Sole Agency,No,,Investigation of Upstream Rivers and Tributaries in Curlett and Hayton Catchments for Earthquake Repairs,Awarded,"Tender awarded 13/11/2017 CN 4600002291 Contract now cancelled",20201117 Christchurch City Council,18845131,Request for Proposals,Closed Competition,Heathcote Hill Catchment Investigation Project,,20170823,20170913,20180917,,Sole Agency,No,,The purpose of this RFP is to invite prospective suppliers to submit their proposals or the investigation of Upstream Rivers and Tributaries in the Heathcote Hill catchments for earthquake repairs,Awarded,"Tender Awarded 29/09/2017 CN 4600002255",20201117 Christchurch City Council,18852046,Request for Proposals,Open Competition,Midge Control at the Christchurch Wastewater Treatment Plant,17/18-18852046,20170807,20170818,20180820,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for midge control at Christchurch Wastewater Treatment Plant (CWTP).,Not Awarded,Award,20201117 Christchurch City Council,18857665,Request for Tenders,Closed Competition,Wastewater Lyttelton Project - Work Package #2 - Governors Bay and Diamond Harbour submarine pipelines and Lyttelton onshore pipelines,,20170817,20170920,20180312,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",Construction of marine wastewater pipelines from Governors Bay and Diamond Harbour to Naval Point and onshore pipelines from Naval Point to Lyttelton WWTP,Not Awarded,McConnell Dowell Constructors Ltd,20201117 Christchurch City Council,18857674,Request for Tenders,Closed Competition,Woolston Cut - Silt Removal,,20171106,20171129,20180312,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",Remove sediment from the Woolston Cut waterway and transport the sediment to a landfill.,Awarded,,20201117 Christchurch City Council,18861957,Request for Tenders,Open Competition,Woolston Community Facility New Build Physical Works,,20170928,20171030,20180309,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","New Build Physical Works Construction 1. Land preparation back to RL 2. Site preparation and foundations, including fencing, security, site utilities. 3. Building floors/walls/ceilings/glazing, etc 4. HVAC 5. Plumbing 6. Electrical 7. Finishing???s and painting 8. FFE 9. Landscaping, paving and external brick works",Not Awarded,City Care,20201117 Christchurch City Council,18872616,Request for Proposals,Open Competition,Bruce Terrace Social Housing Complex Rebuild Design and Construct,,20170727,20170809,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Design and construction, demolition and rebuild of Bruce Terrace Social Housing complex. Please note the original GETS listing for this tender (1872533) closed prematurely 19 July 2017, and this (18872616) should be considered a continuation of the original listing. Respondents may use either the original GETS number or the number from this new listing (18872616) on their submissions, and all NTTs will be reissued under this new listing for consistency. We have now extended this exercise until 12:00 midday Wednesday 9 August 2017. We apologise for any inconvenience and please do not hesitate to contact us if you have any queries.",Not Awarded,Watts and Hughs,20201117 Christchurch City Council,18878116,Request for Quotations,Open Competition,Transport of Biosolids,,20170912,20171011,20171113,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Transport of Bio Solids at the Christchurch Waste Treatment Plant (CWTP),Not Awarded,Hydrotech,20201117 Christchurch City Council,18880105,Request for Proposals,Open Competition,Consultants Panel ??? Bridges-Culverts ??? Walls & Marine Structures: CONSULTANCY ADVISORY (Design),,20170831,20170927,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Via an open RFT, procure a Consultancy panel (Design & Advisory) to undertake the range of standard Design & Advisory services within this asset category. Council require a Panel of Design & Advisory Consultants (3 -4) able to design and advise on small - medium size: ??? Walls ??? Culverts ??? Bridges ??? Guard Rails ??? Marine structures (jetty???s, wharfs, ramps, walkways, etc.) The need for a Panel is driven by the consistent annual programme of repair and minor new build works, whereby an agile Panel arrangement enabling call-offs, via an RFQ for work",Not Awarded,CCC,20201117 Christchurch City Council,18880511,Request for Proposals,Open Competition,Sealed Road Condition Rating Services,16/17-18880511,20170929,20171101,20180315,,Sole Agency,No,,"The Council???s City Services Group is required to conduct a condition rating survey for the sealed road network owned by Christchurch City Council. The survey information is required to: ??? Identify the road sections to be validated in the field for maintenance, renewal and rehabilitation ??? Run Treatment Selection Algorithm (TSA) analysis in Road Asset Maintenances Management (RAMM) ??? Provide Network Reporting and Input to Asset Management Plan and Activity Management Plans. ??? Set out Key Performance Indicators (KPI) and Level of Service (LOS) ??? Provide key input for the dTIMS (Pavement Deterioration Model) The Successful Consultant will be required to organise access to RAMM database via the RAMM Software Ltd Hosting Service as the database provides the information about the fields necessary to identify sections The survey will be performed in two consecutive years at the same time/season of the year.",Not Awarded,,20201117 Christchurch City Council,18889183,Request for Proposals,Open Competition,Provision of External Recruitment Services (Specialist and Trades),18889183,20170828,20170927,20180430,,Sole Agency,No,"Civic Offices, Tender Box (Group Floor Reception), 53 Hereford Street, Christchurch, 8013","The Council has a wide range of External Recruitment Services requirement. The Council fulfills the majority of its requirements from the Ministry of Business Innovation and Employment???s (MBIE) All of Government (AoG) External Recruitment Services Agreement. This AoG agreement focuses on ???Common Administration and Corporate??? and ???Common IT??? job families. The ???Specialist Specific to a Sector (non-primary)??? job family is not in-scope. The purpose of this Request for Proposals (RFP) is to establish supply arrangements for a number of roles that fall within the ???Specialist Specific to a Sector??? job family.",Not Awarded,"Contract awarded to: Hudson Global Resources (Specialists Portion) The Talent Hive (Specialist Portion) Enterprise Recruitment Limited (Trades Portion)",20201117 Christchurch City Council,18889734,Request for Tenders,Open Competition,LDRP 503 Cranford Basin Bunding and SCADA System,,20170904,20170927,20180917,,Sole Agency,No,,"RFT LDRP 503 Cranford Basin Bund and SCADA System Description: Construction of earth bunds, control gate and water level record and installation of SCADA system",Awarded,"Tender awarded 15/11/2017 CN 4600002324",20201117 Christchurch City Council,18921708,Request for Proposals,Open Competition,"RFP for the Operation of the the Caf?? / Bistro Facility and Espresso Bar within the New Central Library, Christchurch.",,20170830,20171129,20180815,,Sole Agency,No,,"The purpose of this Request for Proposal (???RFP???) is to invite Prospective Suppliers to submit their Proposals for the operation of two separate functions at the new Christchurch Central Library (???Central Library???) at 66 Cathedral Square, Christchurch. One lease opportunity comprising two service locations within the Central Library exists for interested parties, specifically: 1. Operation of the Ground-Floor Caf?? (by way of Agreement to Lease), located on the Ground-Floor???s north-west corner, with frontage on Gloucester and Colombo streets (compulsory inclusion) 2. Operation of the First-Floor Espresso Bar (by way of Agreement to Lease), located in the central-west area of the First-Floor (compulsory inclusion) Note: All of the above operations need to be considered by the Respondent",Not Awarded,...................................,20201117 Christchurch City Council,18942352,Request for Proposals,Open Competition,Inner City Rubbish Bag Collection,,20170905,20171011,20180816,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Inner City Red Rubbish Bag Collection.,Not Awarded,city care,20201117 Christchurch City Council,18951079,Request for Tenders,Closed Competition,Avonhead and Grampian Wells Headworks Build,,20170901,20171004,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","- Supply, installation and testing of headworks and associated pipeworks - Supply and installation of wellhead enclosures - Site restoration work - Minor electrical works",Not Awarded,Not awarded. Contract cancelled.,20201117 Christchurch City Council,18954172,Request for Proposals,Open Competition,"EQ Repairs at lancewood Courts, Beckenham, Christchruch",,20170911,20170927,20180327,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",EQ Repair based of dirived scope and consent drawings,Not Awarded,Watts & Hughes Limited,20201117 Christchurch City Council,18957242,Request for Tenders,Open Competition,"Demolition Block A Airedale Courts, Christchurch",,20170907,20170927,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Demolition of Block A Airedale Courts, capping of services and make good with ground levelled and grass sown.",Not Awarded,Southern Demolition and Salvage,20201117 Christchurch City Council,18966493,Request for Proposals,Open Competition,Provision of a Digital Heritage Repository,,20170829,20171004,20180816,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for a Digital Heritage Repository and Presentation solution for the Christchurch City Libraries Digital Heritage Collections. This solution will provide three components to meet the requirements of providing curated, engaging and searchable digital access to the Digital Heritage Collections that are collected, managed, preserved and delivered to customers of the Christchurch City Library: ??? Digital Repository ??? Presentation layers ??? Archive Management System",Not Awarded,..................,20201117 Christchurch City Council,18978953,Request for Quotations,Closed Competition,Flooring Repair Services at Pioneer Recreation and Sport Centre,,20170911,20170927,20180220,,Sole Agency,No,"Please, submit electronic proposals only through GETS.","The Christchurch City Council is looking for suppliers to provide proposals for flooring repair services at the Pioneer Recreation & Sport Centre. Please, refer to the documents attached on this RFQ for more information. Also if you interest on doing a site view, please contact Mr. Christopher Palmer to arrange a technical visit. This is not a mandatory requirement. Suppliers will have 2 weeks to prepare and submit electronically their proposals via GETS (no physical copies needed). No late tenders will be accepted.",Awarded,,20201117 Christchurch City Council,18979092,Request for Proposals,Open Competition,"Supply of Fitness Equipment, Fitness Equipment Maintenance, Fitness Equipment Support Services",,20171012,20171108,20180220,,Sole Agency,No,"Civic Office, 52 Hereford Street, Christchurch, 8013 - Tender Box","The Christchurch City Council is looking for Prospective Suppliers capable of providing Fitness Equipment, Fitness Equipment maintenance and Fitness Equipment Support Services to its Recreation and Sport Facilities (Jellie Park, Graham Condon, QEII and Pioneer) as outlined in this RFP. Purchasing and Leasing options will be considered for this tender.",Awarded,,20201117 Christchurch City Council,18982823,Request for Proposals,Open Competition,Christchurch Wastewater Treatment Plant Effective Operations & Maintenance Plan (EO&M),17/18-18982823,20170921,20171011,20180323,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the establishment of supply arrangements to support the implementation of an ???Effective Operations & Maintenance (EO&M) Plan??? at the Christchurch Wastewater Treatment Plant (CWTP). This is a two-part process; initially documenting all assets followed by a structured assessment to optimise the operation and maintenance of the assets and treatment processes. This includes articulation of knowledge held by CWTP maintenance and operations staff, formalised into the site manual, SOP???s & SAP. A tender briefing will be held at the Christchurch Wastewater Treatment Plant (CWTP), Shuttle Drive (off Pages Road), Bromley, Christchurch Date/Time: Wednesday 27 September 2017 from 2.30 p.m. to 3.30 p.m.",Not Awarded,,20201117 Christchurch City Council,18987643,Request for Tenders,Closed Competition,Robinsons Bay Wharf Pile Replacement,,20170920,20171011,20180817,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",Driving new piles at Robinsons Bay Wharf,Awarded,,20201117 Christchurch City Council,19004331,Request for Tenders,Closed Competition,Bexley - Ben Rarere Wells & Headworks Works,,20171201,20180117,20180309,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","The purpose of this closed RFT is for Council to select a contractor to undertake works that will replace the damaged Bexley Pump Station with a new one, which is proposed to be located at 5-7 Ben Rarere Ave (1087 sq m) Wainoni (the ???Site???). The proposed Contract Works for Stage One (of Two) is focused on the drilling of two water supply bores on the Site with capacity to deliver approximately 100 l/s to the surrounding suburbs supplied by the possible Rawhiti Zone. Stage One work will be undertaken by a Head Contractor from the HDM Pump Stations and Structures Panel using subcontractors from the HDM Wells Panel (Clemence??? ??? Macmillan & Texco). The high level scope of Contract Works encompasses: 1. Drill 2 x Wells 2. Scour Line 3. Site restoration work Stage Two will concentrate on the structures and Pump Station build (anticipated to be let 2018/19).",Not Awarded,City Care,20201117 Christchurch City Council,19009790,Request for Tenders,Closed Competition,Prestons Road ??? Foodstuffs Entrance Upgrade,,20170913,20170927,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Roading Upgrade - Prestons Road Foodstuffs Entrance Way,Awarded,,20201117 Christchurch City Council,19016494,Request for Tenders,Open Competition,St Albans Park Sports Field Drainage Works,,20171030,20171122,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Works include - Large sand carpet sports field platform including installation of sump pump + 2 cricket blocks + fully automated irrigation system + drainage works.,Awarded,,20201117 Christchurch City Council,19023866,Request for Proposals,Open Competition,Vacuum sewer monitoring system (design - build - install),,20171019,20171213,20180426,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","The scope encompasses - design of the monitoring electronic system - prototype - UAT - install trial sample - test/review. The objectives of this project are to allow CCC to efficiently manage their vacuum sewer system; minimising the time required to identify the location and type of fault, reducing staff time required to find faults and allowing planned repairs and improvements to maintain efficient energy use and asset utilisation",Awarded,,20201117 Christchurch City Council,19044041,Request for Quotations,Closed Competition,Heathcote Expressway MCR Section 1b,,20170922,20171011,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construction of cycleway between Wilsons Road and The Tannery,Awarded,,20201117 Christchurch City Council,19048521,Request for Tenders,Open Competition,North Avon Road (Hills Road to North Parade),,20171103,20171129,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","For the construction of kerbs and channels, drainage, paths, planting, berms, pressed concrete surfacing line marking ,signage, road reconstruction including road shoulders, trenching and concrete protection and signals for North Avon Road from Hills Road to North Parade",Awarded,,20201117 Christchurch City Council,19049021,Request for Tenders,Closed Competition,Colombo Street & Beckenham Street Wastewater Construction Project,,20171214,20180207,20180426,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","The purpose of this RFT is to invite Tenderers to submit their Tenders for the provision of physical works to duplicate the wastewater mains on Colombo Street and install a wastewater cross-connection on Beckenham Street in Christchurch. The purpose of the project is to alleviate wastewater overflows from the catchment during peak storm events. The Contract includes the supply of all Materials, labour and equipment to complete the Contract Works described in the Specifications and Drawings. In summary, the Colombo Street and Beckenham Street Wastewater works tentatively comprise: ??? Submit programme and plans required by the Contract and Specifications, ??? Traffic control, ??? Temporary Works, ??? Liaison with affected residents, shops, commercial residents and road users to minimise impact of the works, ??? Compliance with health, safety and environmental laws, including erosion and sediment control, noise and dust control, ??? PCBU who controls the place of work, pursuant to the Health and Safety at Work Act 2015, ??? Obtain licences for the works as per the Contract, ??? Supply, install and connect new pipework, control device and manhole access, including: o 145 m of DN225 PVC-U SN16 Pipe on Colombo Street o 320 m of DN475 PVC-U SN8 Pipe on Colombo Street o 546 m of DN600 PVC-U SN8 Pipe on Colombo Street o 222 m of DN600 PVC-U SN8 Pipe on Beckenham Street o 31 m of DN560 PE100 SDR17 Pipe for an Inverted Siphon on Colombo Street (underneath the Heathcote River) o 33 m of DN630 PE100 SDR17 Pipe o 6 DN100 PVC-U Laterals relayed to the property boundary between Wherstead Road and Malcolm Avenue o 1 Steinhardt Hydro-Slide Flow Control Device installed in DN1500 Precast Concrete Manhole o 3 DN1050 Circular Precast Concrete Manholes (to SD303/1) o 7 DN1400 Circular Precast Concrete Manholes o 15 Standard Square Precast Concrete Manholes with Circular Risers (to SD303/3) ??? Commission and test the new installation, ??? Supply as-built drawing mark-ups and O&M manuals, ??? Rectify defects during Defects Notification Period.",Not Awarded,Seipp Construction Limited,20201117 Christchurch City Council,19056045,Request for Tenders,Closed Competition,CWTP Process Structures EQ Repairs,,20171107,20171122,20181017,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",,Not Awarded,G&T Construction,20201117 Christchurch City Council,19056059,Request for Proposals,Closed Competition,AoG External Recruitment Services - Secondary Selection Process,,20170928,20171011,20180430,,Sole Agency,No,,"Dear Prospective Suppliers, The Christchurch City Council is seeking proposals from a select number of AoG External Recruitment Services panel providers for supply of Common Corporate & Administration and IT services, as detailed in the attached documentation. This RFP is a secondary selection process to the procurement process carried out by the Ministry of Business, Innovation and Employment in the establishment of the External Recruitment Services AoG Agreement. Its purpose is to determine the best fit supplier for the Council???s requirements.",Awarded,"Panel Suppliers are: Hudson Global Resources (Portion 1 - Common Admin) Ryan Recruitment Limited (Portion 1 - Common Admin) The Talent Hive (Portion 2 - Common IT) OCG Consulting (Portion 2 - Common IT)",20201117 Christchurch City Council,19071024,Request for Proposals,Open Competition,Building Consent Application Processing,,20171108,20171213,20180820,,Sole Agency,No,,"The current volume of building consents applications requires the Council to engage external resources to assist with the processing of building consent applications. You are invited to submit a Proposals for Building Consent Application processing services to the Christchurch City Council. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint Suppliers to provide the Services.",Not Awarded,........,20201117 Christchurch City Council,19071464,Request for Quotations,Closed Competition,MCR Rapanui Shag Rock Section 2,,20171024,20171115,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construction of Rapanui Shag Rock Section 2,Awarded,,20201117 Christchurch City Council,19073701,Request for Proposals,Open Competition,Supply of Internet Services,,20170928,20171101,20180816,,Sole Agency,No,"Civic Offices, 53 Hereford Street, Christchurch 8011","Christchurch City Council is going to market to select a provider for Internet Services to it's main office in Christchurch City Centre. Our daily user base is above 5000 and traffic exceeds 1Tb of data this is due to operating three separate connections for commercial and public use. The selected provider will need to understand that a high speed connection is the back bone to an efficiently operating Council, and provide a high-speed reliable connection, with back up options to ensure the Council operates in its 24/7/365 environment.",Awarded,,20201117 Christchurch City Council,19077331,Request for Proposals,Closed Competition,Sparks Road Wetland,,20171123,20171220,20180917,,Sole Agency,No,,"The purpose of this closed RFT is to invite selected Tenderers to submit their Tenders for the construction of the Sparks Road Wetland. This comprises the construction of: ?? 3 No. ponds; ?? 2 No. wetland cells; ?? Naturalisation of approx. 600m of Henderson Drain; ?? Landscaping; and ?? Shared walking/biking pathway. This project will provide secondary treatment of stormwater runoff from Halswell Commons Subdivision and other existing catchments before discharging back into Cashmere Stream via the remaining Hendersons Drain (yet to be naturalised).",Awarded,"Tender awarded 16/02/2018 CN 4600002387",20201117 Christchurch City Council,19088536,Request for Tenders,Closed Competition,Ng?? Puna Wai Sports Hub Stage 1 Building Works,,20171006,20171115,20180820,,Sole Agency,No,,The purpose of this RFT is to invite a closed list of prospective suppliers (Tenderers) to submit their tenders for the Ng?? Puna Wai Sports Hub Stage 1 - Building Works (Tenders). This closed list was sourced through the initial EOI for these services (18538913).,Not Awarded,,20201117 Christchurch City Council,19098397,Request for Proposals,Open Competition,Supply of Grass Seed for Council Sports Fields,17/18-19098397,20171206,20180131,20180815,,Sole Agency,No,,The purpose of this RFQ is to invite Prospective Suppliers to submit their Proposals for the Supply of Grass Seed for Council Sports Fields.,Not Awarded,.....................,20201117 Christchurch City Council,19099687,Request for Tenders,Closed Competition,New CCC Sports Pavilion at St Albans Park Edward Ave,,20171205,20171220,20180312,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011",Construct a new Sports Pavilion & hard landscaping at St Albans Park Edward Ave,Awarded,,20201117 Christchurch City Council,19113357,Request for Proposals,Closed Competition,"RFP for the Provision of Insurance Broking, Risk Advice and Claims Processing Services",,20171009,20171110,20180817,,Sole Agency,No,"Civic Office, 53 Hereford Street, Christchurch Central, 8013 - Tender Box","Dear Prospective Supplier, The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of insurance broking, risk advice and claims processing services. These Services have historically been procured through sole supplier Services Agreements as a result of competitive market engagements. The Council last engaged the market for these services in 2014. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services, about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier(s) to provide insurance broking, risk advice and claims processing services.",Not Awarded,Awarded to Marsh,20201117 Christchurch City Council,19116601,Request for Tenders,Closed Competition,Halswell Road-Augustine Drive Intersection Improvements,,20171122,20171213,20180312,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","Widening and reshaping of Halswell/Augustine intersection including signalisation, lane markings, Traffic islands, paths and cycleways, with minor drainage works.",Awarded,,20201117 Christchurch City Council,19125943,Request for Tenders,Open Competition,RFT for the Soft Strip Preparation of Lancaster Park,,20171221,20180212,20180323,,Sole Agency,No,,"Lancaster Park Stadium was irreparably damaged by the earthquakes sustained by Canterbury region in September 2010 and February 2011. The purpose of this RFT is to invite Tenderers to submit their Tenders for the soft strip in preparation for the main demolition of Lancaster Park.",Not Awarded,,20201117 Christchurch City Council,19172824,Request for Tenders,Closed Competition,F205 Ford Road Footbridge Pile Strengthening,,20171102,20171115,20180328,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The timber piles below Ford road footbridge are decaying. However, below the riverbed level they are in excellent condition. We intend to overlap a fibreglass sleeve with the excellent portion of the pile.",Not Awarded,Sub Aqua Solutions,20201117 Christchurch City Council,19179666,Request for Tenders,Closed Competition,A New Gabion Terramessh Retaining wall 289 Marine Drive Church Bay,,20171106,20171115,20180312,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construct a new Gabion Terramesh Retaining Wall and repair road at 289 Marine Drive Church Bay,Awarded,,20201117 Christchurch City Council,19185464,Request for Tenders,Closed Competition,Inlet Arrangement Improvement Package.,,20171123,20171220,20180914,,Sole Agency,No,,Request for Tender (RFT) to improve and renew existing stormwater infrastructure throughout Christchurch that has reached its end of life and/or is proven to be inadequate in providing the required level of service (LoS).,Not Awarded,BPC awarded 02/01/2018,20201117 Christchurch City Council,19195465,Request for Tenders,Closed Competition,Highfield Development Area Trunk Wastewater and Water Supply Services,,20180118,20180221,20180507,,Sole Agency,No,,Closed tender to the 3-waters panel for drainage and water as per CCC requirements.,Not Awarded,John Fillmore Construction,20201117 Christchurch City Council,19201158,Request for Tenders,Closed Competition,Mid Heathcote Bank Stabilisation,,20171116,20171208,20180917,,Sole Agency,No,,"Christchurch City Council (CCC) has been undertaking the Land Drainage Recovery Programme (LDRP) to reduce the risk of flooding and to fix waterways that were affected by the earthquakes. Investigations into earthquake damage along the ??p??waho / Heathcote River identified a number of areas where the banks are unstable and eroding. While slumping and other instabilities have been a feature of the river for a long time, the earthquakes have accelerated this process and caused more widespread instability than would usually be present. A number of areas were identified as high priority, requiring work to maintain waterway capacity or prevent further bank failure",Awarded,"Tender awarded 25/01/2018 CN 4600002375",20201117 Christchurch City Council,19215309,Request for Tenders,Closed Competition,Halswell Domain Skate Park,,20171115,20171211,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Skate Park facility Landscaping Fitness equipment Storm water basin",Awarded,,20201117 Christchurch City Council,19215313,Request for Tenders,Closed Competition,Knights Stream Sports Park,,20171116,20171211,20180327,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Skate Bowl Street skate area Sun shelter Paths Tree planting",Not Awarded,Hunter Civil Limited,20201117 Christchurch City Council,19220125,Request for Tenders,Open Competition,"The Provision of Earthquake Repairs and Maintenance work at St Johns Courts, Woolston, Christchurch and Vincent Courts, Opawa, Christchurch.",17/18,20171128,20171220,20181017,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","The Provision of Earthquake Repairs and maintenance work to thirteen (13) Singled Storied one bedroom units at St Johns Courts, Woolston, Christchurch and The Provision of Earthquake Repairs and maintenance work to Twelve (12) Single Storied One bedroom units and six (6) Two Storied one bedroom units at Vincent Courts, Opawa, Christchurch.",Not Awarded,Watts and Hughs,20201117 Christchurch City Council,19235998,Request for Proposals,Closed Competition,Buller???s Stream SW Facility Construction,,20171130,20171220,20180817,,Sole Agency,No,,,Not Awarded,No information,20201117 Christchurch City Council,19242842,Request for Tenders,Closed Competition,Ruru Lawn Cemetery Burial Beams,,20180118,20180207,20180426,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Concrete burial beams,Awarded,,20201117 Christchurch City Council,19242893,Request for Tenders,Closed Competition,Akaroa Foreshore - Wastewater Renewals,,20171221,20180207,20190328,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",,Awarded,,20201117 Christchurch City Council,19242896,Request for Tenders,Closed Competition,CWTP Biosolids Holding Tank & Sludge Lagoons Remediation,,20180911,20181010,20190314,,Sole Agency,No,,"Demolish unrepairable sections of existing structures, New Lagoon reinforced concrete floor. Stabilise existing retained retaining walls, backfill Biosolids Holding Tank up to ground level.",Not Awarded,Awarded to G&T Construction Limited,20201117 Christchurch City Council,19246728,Request for Proposals,Open Competition,The supply of a new Trade Waste Management System,,20171204,20180117,20180921,,Sole Agency,No,,"Christchurch City Council is looking to replace the existing custom built Trade Waste system with a new system/s. The new system will need to be user friendly, integrated in to various applications and assist in the management of consents and customers. Supplier presentations will be occurring at the end of January/beginning of February 2018.",Awarded,,20201117 Christchurch City Council,19251245,Request for Tenders,Closed Competition,Curletts Stream Stormwater and Flood Storage Basin,,20180118,20180214,20180917,,Sole Agency,No,,"This is notification of a Request for Tender (RFT) for earthworks to construct a flood storage and stormwater basin at 201 Annex Road, Christchurch. The RFT will be issued to all of the contractors on the HDM Panel for Drainage The contract works within this package are for earthworks to construct a first flush basin, wetland and bypass channel across 9 hectares of Council-owned land at 201 Annex Road plus 3 control structures. The earthworks include approximately 115,000m3 of cut material which will need to be removed off site. Detailed design for the control structures will be completed after contract award, however indicative quantities are included in this tender",Awarded,"Tender awarded 29/03/2018 CN 4600002424",20201117 Christchurch City Council,19252090,Request for Proposals,Open Competition,Property Valuation Services,,20171208,20180131,20180820,,Sole Agency,No,,"This open RFP invites proposals from the market of property valuation providers to allow the Council to select a number of suitable qualified Preferred Suppliers to a Panel for Property Valuation Services to the Council???s Property and Leasing Consultancy Team, Development Support Team (Resource Consents Unit), the Asset Planning & Management (Parks) Unit and other businesses in the Council.",Not Awarded,.........,20201117 Christchurch City Council,19268281,Request for Tenders,Closed Competition,32 & 34 Cressy Terrace Lyttelton New Retaing Wall,,20180228,20180321,20180426,,Sole Agency,No,"Chrictchurch City Council, Tende Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Build Two new Retaining Walls in Cressy Tce Lyttleton,Awarded,,20201117 Christchurch City Council,19268505,Request for Quotations,Closed Competition,LDRP513 PS205 Tide gate replacement,,20180215,20180307,20181016,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. The purpose of this RFQ is to invite panellists to submit their tenders for design, supply and installation (subject to meeting the requirements of this RFQ) of the Land Drainage Recovery Programme (LDRP) Pump station 205 - Tide Gate Replacement project (LDRP 513). This project forms part of the wider Land Drainage Recovery Programme (LDRP) project which seeks to repair earthquake damage and restore the flooding risk in Christchurch to ???pre-earthquake levels??? (where this relates to the earthquake events beginning in September 2010). The scope of services the Council is seeking from this tender is for the replacement of 5 timber gravity gates at PS205. The project consists of the detailed design, supply and installation of new gravity gates and all temporary works required to enable the replacement. A fish friendly gate is required on one of the 5 apertures in the concrete structure.",Not Awarded,"??? The successful tenderer: Seipp Construction Ltd. ??? Description of the works: Design and construct to replace five existing tide gates at Pump Station 205 including one fish friendly tide gate. ??? Date the contract was awarded: 3 September 2018. ??? Contract term: 81 Working days from the date of commencement of the contract. ??? Estimated value $210k ??? Procurement Process: Selected tender via Panel",20201117 Christchurch City Council,19268831,Request for Tenders,Open Competition,Medway Street Renewal (Bend - Flesher Ave),,20171212,20180131,20180309,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","New kerbs and channels, asphaltic concrete paths, berm and landscape areas, drainage work, line markings and signage, minor road shoulder and full carriageway reconstruction",Awarded,,20201117 Christchurch City Council,19301634,Request for Proposals,Closed Competition,Manuka Cottage Design & Build Project,,20171220,20180207,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Stage 2 post EOI. Design Build Manuka Cottage community dwelling.",Not Awarded,Watts and Hughs,20201117 Christchurch City Council,19314091,Request for Proposals,Open Competition,Christchurch City Council Subsidiary Valuation Services,,20171222,20180207,20180817,,Sole Agency,No,,"The Christchurch City Council is seeking proposals from suitably qualified firms to provide valuations for subsidiary companies. Updated valuations of the Council controlled companies will be incorporated into the Council???s financial statements prepared in accordance with Tier 1 Public Benefit Accounting Standards. The updated valuation of the Christchurch City Holdings Limited (CCHL) controlled companies will be incorporated into CCHL???s parent financial statements prepared in accordance with Tier 1 of the For ??? Profit Accounting Standards. Christchurch City Council welcomes proposals from prospective suppliers for the delivery of the services as further described in the attached RFP document.",Not Awarded,,20201117 Christchurch City Council,19322599,Request for Proposals,Open Competition,RFP for Graffiti Vandalism Removal Services,,20180228,20180404,20180710,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of Graffiti Vandalism removal services (the Contract Works). The Contract Works for this RFP shall include, but are not limited to Routine Services comprising: ??? ongoing inspections ??? receiving, processing, and responding to Customer Service Requests ??? routine Graffiti Vandalism removal ??? reporting and communication ??? temporary traffic management provision ??? further routine Graffiti Vandalism removal work Any questions, please subscribe and submit via the Question and Answer portal.",Awarded,"Successful Supplier: City Care Limited Description of Goods or Services: Graffiti Vandalism Removal Services Contract Award Date: May 2018 Contract Term: 3 + 1 + 1 Approx Spend: $2.1M Procurement Process: Open market RFP Exemption: No",20201117 Christchurch City Council,19330590,Request for Proposals,Open Competition,Loose furniture for new Christchurch Central Library (Turanga),,20171215,20180131,20180817,,Sole Agency,No,"Civic Offices, 53 Hereford Street, Christchurch, New Zealand",The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Loose Furniture for the New Central Library (T??ranga).,Not Awarded,"Award to two providers. UFL and Aspect furniture.",20201117 Christchurch City Council,19347398,Request for Tenders,Open Competition,Coastal Pathway from Shag Rock to Esplanade,,20180703,20180815,20181016,,Sole Agency,No,,"Shared path construction with associated stormwater drainage and landscape planting. Rock revetment construction, concrete steps and wooden board walks.",Awarded,,20201117 Christchurch City Council,19347582,Request for Tenders,Closed Competition,Little Akaloa Seawall Repairs,,20180926,20181017,20181102,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Repair of Little Akaroa Seawall involving rebuilding a stone wall and concrete filling voids.,Not Awarded,McLenaghan Contracting Ltd,20201117 Christchurch City Council,19363184,Request for Tenders,Closed Competition,30 Richmond Hill Road Drain,,20180117,20180131,20180309,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Construction of new concrete culvert at 30 Richmond Hill Road.,Not Awarded,City Care,20201117 Christchurch City Council,19367426,Request for Tenders,Closed Competition,Barrington Park Playground Renewal,,20180129,20180216,20180309,,Sole Agency,No,"Christchucrh City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford St",This contract is for the construction of a new playground and associated landscape works.,Awarded,,20201117 Christchurch City Council,19372274,Request for Proposals,Closed Competition,Spencer Park Camp Buildings Repair Package,,20180302,20180328,20180510,,Sole Agency,No,"Christchurch City Council Tender Box, (Ground Floor Reception), Civic Offices, 53 Hereford St, Christchurch 8011","The Holiday Park Asset owners wish to improve the condition of the on- site assets to increase revenue take and make the facility an attractive place to visit. The general scope of the project is to undertake remedial design and then upgrade the following buildings. 1) Main reception and shop 2) Workshop 3) Kitchen Units K1-K4 4) Main Amenity Block 5) Cabins C5 ???C14 6) Tourist Flats 1-16 7) Lodge 8) Octagon 9) Homestead Work will include carpentry/building repairs, painting, electrical, plumbing and weatherproofing.",Not Awarded,Higgs Construction,20201117 Christchurch City Council,19375100,Request for Tenders,Closed Competition,Red Rock Refacing Stage 3,,20180201,20180221,20180327,,Sole Agency,No,"Christchurch City Council, Tender Box (Groun Floor Reception0, Civic Offices, 53 Hereford St, Christchurch 8011",Facing existing concrete retaining walls with heritage stone cladding,Awarded,,20201117 Christchurch City Council,19385141,Request for Tenders,Closed Competition,Groundworks for Relocation Community building to MacFarlane Park,,20180205,20180221,20180327,,Sole Agency,No,"Christchurch City Council, tender Box (Ground floor Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Groundworks and services installation for Relocation Community Building MacFarlane Park,Awarded,,20201117 Christchurch City Council,19400275,Request for Quotations,Closed Competition,RFQ for Non-return Valve Renewals,,20180405,20180425,20180914,,Sole Agency,No,,The purpose of this closed RFQ is to invite selected Contractors to submit their quotes for the renewal of 17 stormwater non-return valves located in chambers upstream of pipe outfalls to the Lower Heathcote River,Awarded,CN4600002311 Awarded 16/05/2018,20201117 Christchurch City Council,19402183,Request for Tenders,Closed Competition,Red Rock Refacing Stage 4,,20180502,20180516,20180817,,Sole Agency,No,"Christchurch City Council, Ground floor tender box (reception), 53 Hereford St, Christchurch.",Refacing of new concrete retaining walls with salvaged heritage stone.,Awarded,,20201117 Christchurch City Council,19402996,Request for Tenders,Open Competition,HP Smith Courts Earthquake Repair Work,17/18-19402996,20180502,20180530,20180820,,Sole Agency,No,,"HP Smith Courts complex requires structural strengthening and cosmetic earthquake repairs including deferred general maintenance. HP Smith Courts consists of 18 one-bedroom units and 2 two-bedroom owner occupied units. All units estimated to have been built in 1985 (approx.). The complex comprises Block A, B, C, 2 owner occupied units located in Perth Street and a communal residential lounge; ??? Block A ??? Units 1 - 8 ( units 1,3,5,7 downstairs and units 2,4,6,8 upstairs) ??? Block B ??? Units 9 - 16 ( units 9,11,13,15 downstairs and units 10,12,14,16 upstairs) ??? Block C ??? Units 17 - 18 ??? Owner occupied ??? Units 1 - 2 Perth Street Works are to include: ??? Engineered design structural strengthening repairs; ??? Cosmetic repairs; and, ??? Deferred general maintenance work.",Not Awarded,Award,20201117 Christchurch City Council,19442393,Request for Quotations,Open Competition,A Security Training Solution,,20180212,20180228,20180816,,Sole Agency,No,,The Christchurch City Council is looking to increase the level of knowledge and skill amongst its staff about the threats and how to appropriately respond to cyber security incidents. We are therefore looking for a service that can increase the adoption of good cyber security practice within the Christchurch City Council.,Not Awarded,.............,20201117 Christchurch City Council,19455965,Request for Tenders,Open Competition,Scarborough Park Playground Renewal,,20180409,20180427,20180524,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Removal and disposal of old play equipment. Construction of new playground area including installation of play items, park furniture and softfall surfacing. Construction of a new path, and re-seal of some existing path areas. Tree and landscape planting.",Awarded,,20201117 Christchurch City Council,19467230,Request for Quotations,Closed Competition,Eastman Wetland Bund Phase 1,,20181106,20181128,20190110,,Sole Agency,No,"Christchurch City Council, Te Hononga Civic Offices 53 Hereford Street, Christchurch New Zealand","Construction of the Eastman Wetland Bund and Milns Drain Realignment, in south west Christchurch, prior to winter 2019. This involves the construction of a low bund and spillway approximately 800m long with a core of imported engineered fill with local material used to form landscaped batters. In addition the current Milns Drain is to be realigned around the bund into a new naturalised and landscaped waterway approximately 770m long. This waterway realignment will be constructed offline. A key challenge on this site is the soft ground conditions and high ground water levels, that will need to be well managed in order to complete the works in a timely fashion.",Awarded,,20201117 Christchurch City Council,19473305,Request for Tenders,Closed Competition,Worcester Boulevard Tree Pits,,20180307,20180328,20180426,,Sole Agency,No,"Christhcurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford St, Christhcurch 8011",Refurbishing existing tree pits,Awarded,,20201117 Christchurch City Council,19473348,Request for Tenders,Closed Competition,Wastewater Lyttelton - RFT Work Package #3 - Pump Stations & Storage Facilities,,20180223,20180424,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Construction of wastewater pump stations and storage facilities at Governors Bay, Diamond Harbour, and Lyttelton",Not Awarded,Fulton Hogan,20201117 Christchurch City Council,19492621,Request for Proposals,Open Competition,For the Lease and Operation of Caf?? Premises QE2 Recreation & Sports Centre,,20180302,20180404,20180809,,Sole Agency,No,,"The purpose of this Request for Proposal (???RFP???) is to invite Prospective suppliers to submit their Proposals for the operation of two Separate Functions at the New QE2 Recreational and sports Centre (QE2) at 193 Travis Road, Christchurch One lease opportunity Comprising two service locations within The QE2 Recreation and sports centre exists for interested parties, specifically: 1. Operation of the Caf?? premises , by way of agreement to lease ( Compulsory inclusion ) 2. The lease of an area for one (1) Vending Machine. (Optional Inclusion) Note: Proposals for The lease of an area for one (1) Vending Machine only will not be considered without the Compulsory inclusion of the Caf?? premises",Not Awarded,,20201117 Christchurch City Council,19517565,Request for Quotations,Closed Competition,LDRP 524 ??? Earthquake Lined Waterway Renewals.,,20180313,20180328,20180824,,Sole Agency,No,,Renewal of earthquake damaged timber waterway linings at 8 locations across the city.,Not Awarded,"Successful Supplier: City Care Limited Description of Goods or Services: Renewal of earthquake damaged timber waterway linings at 8 locations across the city. Contract Award Date: May 2018 Approx Spend: $320k Procurement Process: Selected via panel",20201117 Christchurch City Council,19532569,Request for Proposals,Open Competition,Lead Consultant Multi-Disciplinary Design and Construction Monitoring Services to Woolston/Linwood Pool,,20180716,20180810,20181114,,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011","The purpose of this RFP is to request Proposals from a single ???Lead Consultant??? for the supply of multi-disciplinary design team (MDT) services for design development (Concept Design, Principal???s Requirements, tender documentation and Resource Consent application), design management, tender evaluation and construction monitoring for the design and construction of the Woolston/Linwood Pool project",Not Awarded,,20201117 Christchurch City Council,19532574,Request for Proposals,Open Competition,Quantity Surveying Services to Woolston/Linwood Pool Project,,20180709,20180803,20181114,,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to request Proposals from suitably qualified quantity surveyors to provide client side quantity surveying services in respect of the design and construction of the Woolston/Linwood Pool project.,Not Awarded,...........,20201117 Christchurch City Council,19555455,Request for Tenders,Open Competition,RFT for Light Tower and Roof Removal at Lancaster Park,17/18-19555455,20180328,20180424,20180607,,Sole Agency,No,,"Request for Tender for Removal of Light Towers, Roof Panels, Roof Support Structures, Tui Stand Score Board and Turn Signs at Lancaster Park Stadium in Christchurch.",Not Awarded,Awarded to Clearwater Construction Limited,20201117 Christchurch City Council,19567317,Request for Proposals,Closed Competition,Hill Suburbs - Watermain Renewal,,20180502,20180530,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor, reception), 53 Hereford St, Civic Offices, Christchurch 8011",Renew Watermain in Hill Suburbs around Christchurch,Awarded,,20201117 Christchurch City Council,19567334,Request for Quotations,Closed Competition,Christchurch City - Watermain Renewals,,20180523,20180627,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of watermains in several streets around Christchurch,Awarded,,20201117 Christchurch City Council,19567524,Request for Proposals,Open Competition,Trading in Public Places - Registrations of Interest to Operate at Various Christchurch City Council Locations,,20180331,20180516,20180830,,Sole Agency,No,Email response only to jeff.woodham@ccc.govt.nz,"Christchurch City Council is calling for Registrations of Interest to operate mobile Food Truck / Trailers or similar apparatus at allocated sites throughout the greater Christchurch and Banks Peninsula areas. Vendors must be capable of being self-sufficient in power, water and waste provisioning and hold a current Mobile Vendors Licence and Food Safety and Health Certificate as applicable. All trading operations are subject to the Council???s Trading and Events in Public Places Policy 2010. The mobile stall areas available are: ??? Margaret Mahy Family Playground (4 sites) ??? Cathedral Square (7-9 sites) ??? Cathedral Square Friday Street Food Market (up to 25) ??? Cashmere Road (6 sites) ??? Scott Park (1 site temporary) ??? Halswell Quarry (1 site temporary) ??? New Brighton Beach South Ramp (1 site) ??? Bottle Lake Forest (1 site) ??? Taylors Mistake (1 site) ??? North Beach Surf Club (1 site) ??? Broad Park (1 site) ??? Humphreys Drive (1 site) ??? North Hagley Park (1 site) ??? South Hagley Park (1 site) ??? Evans Pass (1 site) ??? Akaroa (2 sites) ??? Corsair Bay (1 site) ??? Summit Road at Rapaki Track (1 site) ??? South New Brighton Park (1 site) ??? South Brighton Surf Club (1 site) The Licence will be valid for a period of up to 5 years (site specific) with no right of renewal. The allocation of all Council-administered sites will be decided by a weighted attribute method of evaluation. Council reserves the right to withdraw permission/approval at any time. All registrations are to be sent in electronic form to: jeff.woodham@ccc.govt.nz quoting ???Trading in Public Places???. Registrations will close at 12pm on Wednesday 16 May 2018.",Not Awarded,...............,20201117 Christchurch City Council,19593727,Request for Tenders,Closed Competition,Scarborough Sea Wall Steps Repairs,,20180411,20180504,20181017,,Sole Agency,No,"Christchurch City Council, tender Box (Ground floor Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Repair and refurbish the sea wall steps at Scarborough. Requires concrete and specialist stone work.",Not Awarded,Hunter Civil,20201117 Christchurch City Council,19594628,Request for Proposals,Open Competition,RFP for the Provision of Tax Advisory and Compliance Services,,20180416,20180516,20180809,,Sole Agency,No,"Civic Offices, Tender Box (Group Floor Reception), 53 Hereford Street, Christchurch, 8013","The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Tax Advisory and Compliance Services. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. This RFP is for the provision of the Services to the Council and to a number of the Council's subsidiaries, where those subsidiaries obtain their accounting and tax services from or in conjunction with Council. These subsidiaries include Christchurch City Holdings Limited (CCHL), Vbase Limited, Civic Building Limited and Tuam Limited.",Not Awarded,Contract awarded to Deloitte NZ Limited,20201117 Christchurch City Council,19595540,Request for Quotations,Closed Competition,Akaroa Wastewater Scheme Trial Boreholes,,20180423,20180516,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground floor, Reception), Civic Offices, 53 Hereford St, Christchurch","Provision of drilling services to drill two investigative boreholes near Akaroa and carry out testing. Drillers to be sub-contracted shall be Clemence, McMillan orTexco.",Awarded,,20201117 Christchurch City Council,19602175,Request for Proposals,Closed Competition,Riccarton Road Upgrade Harakeke to Matipo Street: Roading and 3 Waters Works,,20180620,20180907,20190312,,Sole Agency,No,,Integrated approach to Stages 3 and 4 of the Riccarton Road Bus Priority project (Harakeke Street to Matipo Street) and the Three Waters Upgrade project to replace the underground infrastructure as two combined projects through to the end of construction.,Awarded,,20201117 Christchurch City Council,19634281,Request for Tenders,Closed Competition,Kilmore Street between Colombo and Durham Street Reconstruction,,20180611,20180704,20181016,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","This contract is for the construction of carriageway and footpath, new kerbs and channels and stormwater pipes This Contract has 2 Separable Portions: Separable Portion1: Durham Street North/Kilmore Street Intersection ??? generally night work Separable Portion 2: Kilmore Street ??? generally day work",Awarded,,20201117 Christchurch City Council,19639045,Request for Tenders,Closed Competition,Belfast Cemetery Planting and Childrens Area,,20180516,20180530,20180817,,Sole Agency,No,"Tender Box, Ground Floor, Civic Offices, 53 Hereford Street","The preparation of a new childrens area, including concrete burial beams, planting and general landscaping",Awarded,,20201117 Christchurch City Council,19677305,Request for Tenders,Closed Competition,New Exeloo installation at Harrington Park,,20180523,20180530,20180817,,Sole Agency,No,"Tender Box, Ground Floor, Civic Offices, 53 Hereford Street",Construct foundation and install services along with landscaping for new Exeloo building at Harrington Park,Not Awarded,RJSJ Building Ltd,20201117 Christchurch City Council,19684659,Request for Tenders,Closed Competition,F204 Sheldon St Footbridge Pile Strenghtening,,20180504,20180523,20180817,,Sole Agency,No,"Christchurch City Council, Tendex Box (ground Florr, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Installing fibreglass sleeves over existing timber piles.,Not Awarded,Sub Aqua Solutions,20201117 Christchurch City Council,19710197,Request for Proposals,Closed Competition,Project Director Services to Well Head Security Programme,,20180516,20180606,20180820,,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",The Well Head Security Programme is driven out the risk to Council around contamination of the water supply and also the need to cease the temporary chlorination from the water supply as quickly as possible. There has been a report received that details risk to Council around the contamination of the public water supply and the need for an urgent programme of work for the remediation of all the well heads to ensure the residents of Christchurch are supplied secure and safe water at all times. The purpose of this RFP is to engage a consultant for the provision of a Project Director whose primary function will be to provide leadership and implement effective management processes to ensure that the wellhead remediation strategies are employed and achieve full compliance with the Drinking Water standards.,Not Awarded,..........,20201117 Christchurch City Council,19725690,Request for Quotations,Closed Competition,Grampian and Farrington Well Headworks and Site Restoration Project,,20180524,20180711,20180925,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Wellheadworks, Pipework, Testing & Commissioning, Site Restoration Works",Awarded,"Successful Supplier: City Care Limited Description of Goods or Services: Wellhead works, Pipework, Testing & Commissioning, Site Restoration Works Contract Award Date: August 2018 Approx Value: $645k Procurement Process: Closed market via Panel Exemption: No",20201117 Christchurch City Council,19730455,Request for Quotations,Closed Competition,LDRP 527 Heathcote Dredging Stage 1,,20180723,20180822,20190110,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011.","Christchurch City Council is progressing dredging of the Lower Heathcote River to reduce the severity of flooding along the river. Over the next 2 years dredging between Beckford Road bridge and the Woolston Tidal Barrage (Connal Street) will be progressed as 2 main packages of physical works. ??? First package of dredging works (this RFQ) - Stage 1 Dredging Reach between Radley Street and the Woolston Tidal Barrage (Connal Street) comprising approx. 11,000 m3 of sediment removal and significant landscaping - ???quick-win??? sections (4) of Stage 2 between Opawa Road and Radley Street totalling approximately 7,000 m3. ??? The second RFQ (expected Jan 2019) will include: - Part Stage 2 Dredging Reach Opawa Rd to Radley St- Remaining sediment removal (est. 10,000 m3) and bank stabilisation works - Stage 3 Dredging Reach Beckford Rd to Opawa Rd- Sediment removal (est. 15,000m3) and bank stabilisation works. The in-river dredging works will be executed under global dredging consent CRC121582 and associated supporting consents. Additional consents to support Stage 1 works are being obtained by Council for disturbance of potentially contaminated land (bank works), tree removals, structures and construction phase stormwater discharges. The dredging work will involve elements of vegetation clearance, sediment control, silt removal, bank works including bank stabilisation rock placement, structures and landscaping. Important constraints impacting the works include: ??? Requirement to manage sediment within the work site including for in-river works ??? Management of potentially contaminated sediment and on going testing ??? Impacts on and interface with the public and adjacent landowners ??? Programming physical works around Inanga Spawning Season and considering the timing of impacts on spawning habitat (affects Stage 2 Dredging Reach) ??? Ensuring fish passage at all times for migration of fish up and down the river ??? Optimising sub-staging and works programming to deliver in the timeframes available Completing the Stage 1 works within (or faster than) the timeframes is required to enable completion of all dredging within the 2 year funding timeframe for the project. This is expected to be challenging, given the nature and extent of the works. Council is seeking contractors who can work with Council to ensure successful completion of the project packages within the timeframes available.",Awarded,,20201117 Christchurch City Council,19744572,Request for Tenders,Closed Competition,"The Reconstruction of Petrie St, Randall St & Stapletons St",,20180827,20180912,20181025,,Sole Agency,No,,"Construction of kerbs and channels, drainage works, paths, vehicle crossings, lawns and landscape areas; carriageway pavement, road marking and signage, water supply submains, traffic and environmental management etc.",Not Awarded,Mike Downs Contracting Limited,20201117 Christchurch City Council,19746716,Request for Tenders,Closed Competition,Wainoni Park Stormwater Basin Landscaping,,20180723,20180808,20180914,,Sole Agency,No,,Landscaping of recently constructed Wainoni Park Stormwater Basin,Awarded,Tender awarded 15/08/2018,20201117 Christchurch City Council,19763623,Request for Quotations,Closed Competition,Submain Renewals - Package G - SP1,,20180612,20180704,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",renewal of submains in north new brighton,Not Awarded,Utilities Infrastructure NZ,20201117 Christchurch City Council,19763631,Request for Quotations,Closed Competition,Submain Renewals - Package G - SP2,,20180612,20180704,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of submains in North Brighton,Not Awarded,Trenching Dynamics,20201117 Christchurch City Council,19763638,Request for Quotations,Closed Competition,Submain Renewals - Package G - SP3,,20180612,20180704,20180817,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of submains in north new brighton.,Not Awarded,John Filmore Contracting Ltd,20201117 Christchurch City Council,19770471,Request for Quotations,Closed Competition,"Wrights Road Pump Station Well Drilling, Headworks & Scour Line Project",,20180703,20180808,20181017,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Wrights Road Pump Station Well Drilling, Headworks & Scour Line Project",Awarded,,20201117 Christchurch City Council,19779128,Request for Proposals,Open Competition,Project Management Services to Woolston/Linwood Pool,,20180719,20180815,20181114,,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to request Proposals from suitably qualified project managers to provide Client side project management services in respect of the design and construction of the Woolston/Linwood Pool project,Not Awarded,.....,20201117 Christchurch City Council,19808687,Request for Tenders,Closed Competition,Wastewater Lyttelton - Work Package #4 Heathcote Valley Pipeline,,20181026,20181219,20190227,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","??? The supply installation, testing and handover of the gravity pressure main between the interface point at the North Portal of the Lyttelton Road Tunnel and the designated connection point with Council???s Pump Station PS15 located in Alport Place, Woolston. It includes crossings under the Heathcote River and under KiwiRail tracks on Scruttons Road. ??? The gravity pressure pipeline comprises approximately 40m of DN DN375 DI PN20 SP-SO pipe with Calcium Aluminate Cement, 760m of DN450 PE100 PN12.5 pipe and 3835m DN355 PE100 PN12.5 pipe. Sections of the DN355 pipeline that are directionally drilled beneath the Heathcote River and its approaches may require a higher pressure rated pipe, subject to Contractor???s design. Additional features include: - Connections to the inlet manhole in Alport Place outside of PS15 and to the pipeline installed in the Lyttelton Road Tunnel under Work Package #1 where it terminates at the northern tunnel portal - A flow control chamber and valving near the intersection of Gould Crescent and Ferry Road. - A valve chamber on Port Hills Road - Crossings under the Heathcote River and under KiwiRail tracks on Scruttons Road - Crossing under an existing 1350 diameter stormwater pipe on Mauger Drive - Crossing under 1200x800mm stormwater culvert on Port Hills Road - Working in close proximity to the fuel supply pipeline in Bridle Path Road and the Gondola access road - Biofilter to the north of the tunnel portal",Not Awarded,Fulton Hogan Ltd,20201117 Christchurch City Council,19869747,Request for Proposals,Open Competition,GROUND LEASE OF THE FORMER CHRISTCHURCH WEST RADIO CLUB BUILDING SITE,,20180705,20180801,20181101,,Sole Agency,No,53 Hereford Street Christchurch,"The purpose of this RFP is to invite Respondents to submit Proposals for a ground lease at Auburn Reserve, Christchurch. The successful Respondent will be required to negotiate the purchase of the Building owned by Christchurch West Amateur Radio Club directly with them on conclusion of this process. Any sale and purchase of the Building should be conditional on receiving the Council's approval to grant a ground lease to the successful Respondent.",Not Awarded,.....,20201117 Christchurch City Council,19875062,Request for Quotations,Closed Competition,Water Supply Pump Station Electrical Upgrade,,20181009,20181105,20190104,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Water supply electrical upgrades at the following pump stations: - Addington - Montreal - Sydenham - Rocky Point",Awarded,,20201117 Christchurch City Council,19877485,Request for Proposals,Open Competition,Panel for SAP Consultancy Support Services,19877485,20180718,20180814,20190110,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception) Civic Offices, 53 Hereford Street, Christchurch, 8011","To provide appropriately skilled and qualified dedicated resource(s) to provide software development and technical advisory services in the SAP space. Successful Respondents will be a key partner in evolving SAP-based software assets over the next few years. As such, we are seeking partners who are able to provide: ??? Guidance regarding robust solution design ??? Advice and suggestions for alternatives and opportunities ??? Efficient and high-quality delivery of work ??? Successive degrees of depth in a very broad range of relevant technical skills ??? Flexibility to accommodate shifting priorities and workload ??? Engagement in and commitment to achieving Council objectives",Not Awarded,,20201117 Christchurch City Council,19898223,Request for Quotations,Closed Competition,North West Suburbs - Watermain Renewals,,20180726,20180822,20181016,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Renewal of watermains in various streets including Momorangi Cresent, Trafford Street, Dulice Place, Le Roi Way, Wayside Avenue, Guildford Street and Jocelyn Street.",Awarded,,20201117 Christchurch City Council,19920522,Request for Tenders,Closed Competition,Parklands Library Facilities Architectural Works,18/19-19920522,20180824,20181003,20190110,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the Upgrade of the Architectural Features at the Parklands Library as specified below as specified in the documents attached. The works cover the following main areas of work; ??? New floor coverings ??? New LED light fittings ??? Decorating of all rooms ??? Removal of Sliding doors ??? Window treatments ??? Tile repairs and replacement ??? External courtyard works",Not Awarded,,20201117 Christchurch City Council,19920539,Request for Tenders,Open Competition,Supply and Installation of Heating and Ventilation Equipment at the Parklands Library,18/19-19920539,20180824,20181003,20190110,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",The purpose of this RFT is to invite Tenderers to submit their Tenders for the supply and installation of heating and ventilation equipment (HVAC) at Parklands Library as specified in the Powell Fenwick documents attached. Existing HVAC equipment will be removed and disposed of according to M.1.13 of Annexure 1.,Not Awarded,,20201117 Christchurch City Council,19933414,Request for Proposals,Closed Competition,Election Services,18/19 - 19933414,20180921,20181017,20190114,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for a contract to support the election of the mayor and members of the Christchurch City Council and its community boards, members of the Canterbury Regional Council and members of the Canterbury District Health Board to be held in October 2019 and any required by-elections and polls during the term of the contact pursuant to the Local Electoral Act 2001 and the Local Electoral Regulations 2001.",Not Awarded,........................,20201117 Christchurch City Council,19938993,Request for Tenders,Closed Competition,Tikao Bay Jetty and Duvauchelles Bay Jetty Maintenance,,20180725,20180815,20181016,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Maintenance to Tikao Bay Jetty and Duvauchelles Bay Jetty,Not Awarded,Maintenance Management Services Limited,20201117 Christchurch City Council,19939015,Request for Tenders,Closed Competition,Akaroa Wharf Dive Survey,,20180725,20180815,20181204,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Scuba diving survey of Akaroa Wharf piles,Not Awarded,Sub Aqua Solutions Limited,20201117 Christchurch City Council,19940703,Request for Tenders,Open Competition,Construction of Riccarton Community Centre,,20180910,20181012,20190418,,Sole Agency,No,,"The purpose of this RFT is to find a suitable main contractor to deliver the construction of the Riccarton Community Centre. The Contract Works for this RFT shall include, but are not limited to: (i) Construction of the Riccarton Community Centre Building. (ii) All associated landscaping. (iii) Provision of all services as required for the Facility. (iv) Attainment of Code of Compliance and provision of O & M Manuals and Producer Statements as required.",Awarded,,20201117 Christchurch City Council,19945189,Request for Tenders,Closed Competition,"R208, R209, R217, R401, R402, R404 & R406 Bridge joint maintenance",,20180725,20180815,20181204,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Maintenance to bridge joints at bridges R208, R209, R217, R401, R402, R404 & R406",Awarded,,20201117 Christchurch City Council,19945692,Request for Proposals,Open Competition,Opawa Volunteer Library Design and Build,19945692,20180808,20181003,20190308,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Office, 53 Hereford Street, Christchurch, 8011","The purpose of this open RFP is to invite Respondents to submit their Proposals for the Design & Build of the new Opawa Volunteer Library (OVL) owned by Council at 192 Richardson Terrace. The Opawa Volunteer Library provides: 1. A community attraction point for volunteer library operations and informal gathering place; 2. A public meeting space for the Opawa population, utilising the designated meeting room for formal meetings; and 3. A bookable venue for local associations and committees to hold their regular meetings.",Not Awarded,...................,20201117 Christchurch City Council,19955151,Request for Tenders,Closed Competition,Reinforced Root Zone Turf Playing Surface (Christchurch Stadium),,20180809,20180831,20180927,,Sole Agency,No,,"The Christchurch City Council is seeking a new international-standard reinforced root zone turf playing surface for Christchurch Stadium, to be installed following the last event of the 2018 season (Mitre 10 Cup rugby). The current reinforced root zone turf playing surface is a combination of new turf and the reinforced root zone product relocated from the earthquake-damaged Lancaster Park. The field has been renovated since installation but is now approaching end of life. The decision has been taken that it ought to be completely replaced to be fit for purpose of the Stadium event calendar in 2019 and beyond.",Awarded,,20201117 Christchurch City Council,19964719,Request for Proposals,Open Competition,Supply of Coffee Machines and Consumables and Servicing,,20181009,20181107,20190211,,Sole Agency,No,"Christchurch City Council, 53 Hereford Street, Christchurch 8013","The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the supply of coffee machines and consumables as a service to the Council???s main office in Hereford Street and several other Council sites in Christchurch. The Goods and/or Services for this RFP shall include, but are not limited to: a) Supply of coffee machines b) Maintenance and replacement of the machines c) Supply of consumables ??? coffee beans, tea, hot chocolate, sugar and powdered milk. d) Training on the use of the machines e) Periodic reviews for quality control and value enhancement",Not Awarded,Coca Cola Amatil,20201117 Christchurch City Council,20000865,Request for Proposals,Open Competition,RFP for Christchurch Civic Offices Lighting Refurbishment,,20180823,20181011,20190208,,Sole Agency,No,"Civic Office, 53 Hereford Street, Christchurch, 8013 - Tender Box","Dear Prospective Supplier, The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Christchurch Civic Offices Lighting Refurbishment (Design and Supply). This RFP is for the supply of new LED lighting modules to integrate into the existing T5 linear fluorescent based suspended extrusion within the Christchurch Civic Offices for the Christchurch City Council. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Goods and Services about their respective organisations and their ability to provide the Goods and Services. This enables the Council to select and appoint a Supplier to provide the Goods and Services.",Not Awarded,The contract has been awarded to Energy Light Limited (NZBN 9429034409183),20201117 Christchurch City Council,20021966,Request for Proposals,Open Competition,Wastewater Renewal - Tuam St Brickbarrel Livingstone St to Mathesons Rd,,20181102,20181212,20190418,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","This project is to renew a section of the Tuam Street trunk main from Livingstone to Mathersons Road which has come to the end of its life. New collector sewers will be installed to service local residents, businesses and well as laterals to the property boundaries. A section of water main will be relayed on a different alignment to allow for the installation of a new collector sewer between Nursery Road and Suffolk road, on the northern side of Tuam Street.",Awarded,,20201117 Christchurch City Council,20030636,Request for Tenders,Closed Competition,Ferrymead Park Drive Carpark,,20190208,20190227,20190314,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Construction of carpark - earthworks, flush perimeter kerb, metalcourses, chip seal surfacing, road marking, preparation of landscape planting areas, grass berms.",Awarded,Contract awarded,20201117 Christchurch City Council,20053015,Request for Tenders,Closed Competition,"Northern Toe Drain Pump Station - Civil, Electrical and Control Works",,20180928,20181026,20190328,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","The construction of a new concrete weir structure, DN100 PVC rising main and GMS pipework, refurbishment of the existing Northern Toe Drain Pump Station including replacement of controls systems with a new control cabinet and pump drives.",Not Awarded,G&T Construction Limited,20201117 Christchurch City Council,20059004,Request for Tenders,Closed Competition,Main Road Roading Improvements at Moa Cave,,20180907,20181003,20181108,,Sole Agency,No,,Construction of a new footpath and carriageway renewal,Awarded,Awarded to Higgins Contractors Ltd,20201117 Christchurch City Council,20059043,Request for Tenders,Closed Competition,MCR Quarryman???s Trail Sparks Road from Henderson Road to Victors Road,,20180924,20181010,20181127,,Sole Agency,No,,"The work involves the upgrading of one existing traffic signal intersection, the installation of two new sets of new traffic signals, and 3,800m of off road cycleway.",Awarded,Awarded to Fulton Hogan Ltd,20201117 Christchurch City Council,20066184,Request for Quotations,Closed Competition,Jeffreys Pump Station Suction Tank Design Phase,,20180919,20181024,20190131,,Sole Agency,No,,Design of a replacement suction tank at Jeffreys Pump Station,Awarded,"Successful supplier: Stantec NZ Ltd Description of Goods, services or works: Professional Services for Jeffreys PS Suction Tank design phase Date awarded: 22/11/18 Procurement process: Selected via Panel Value: $285k",20201117 Christchurch City Council,20144861,Request for Proposals,Closed Competition,"P1 Well Head Upgrade Works - Brooklands, Lake Terrace, Trafalgar, Denton & Dunbars",,20180926,20181105,20190131,,Sole Agency,No,,"Request for quotation for the provision of Well Head Upgrade Works - Brooklands, Lake Terrace, Trafalgar, Denton & Dunbars",Not Awarded,"Successful supplier: The Fletcher Construction Company (trading as Brian Perry Civil) Description of Goods or Services: Provision of well head upgrade works - Package 1 Contract Award Date: November 2018 Approx Value: $2.1M Procurement Process: Panel",20201117 Christchurch City Council,20144868,Request for Quotations,Closed Competition,"P2 Well Head Upgrade Works - Grassmere, Auburn, St John, Mays, Hillmorton",,20181024,20181128,20190423,,Sole Agency,No,,"Request for quotation for the provision of Well Head Upgrade Works at Pump Stations: Grassmere, Auburn, St John, Mays, Hillmorton",Awarded,,20201117 Christchurch City Council,20154360,Request for Tenders,Closed Competition,Lyttelton Rock Refacing Stage 5,,20180928,20181024,20181120,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Facing of recently constructed reinforced concrete walls, in Lyttelton, with stonework to provide a heritage link to original walls. Walls are in Sumner Road and St Davids Street.",Awarded,Awarded to Fulton Hogan Civil,20201117 Christchurch City Council,20162356,Request for Tenders,Closed Competition,Little River Railway Shed ??? Heritage,18/19-20162356,20181026,20181128,20190326,,Sole Agency,No,,"The Little River Railway Station (1886) is one of the oldest surviving station buildings and is a rare example of the diminishing number of branch line railway terminals in New Zealand. The adjacent goods shed of the same date adds to the place's significance. The branch line closed in 1962 and the station was used as the Wairewa District Council's Service Center. Today it has a new use as the headquarters and shop of the Little River Craft Co-operative whose members assist in operating the Information Center, the joint occupant of the building. The station, goods shed and station master's residence were designed by the Public Works Department circa 1884. Across the line from the station only the original goods shed and loading bank remain. Like the station it was completed in 1886 from a standard plan prepared by the Public Works Department. It is an example of numerous railway sheds that were built around the country with its rectangular form, corrugated iron covered pitched roof and weather board cladding. Sited on poorly drained ground it now has rotting foundations and is in need of maintenance. Long gone are the original station master's house, stockyards and engine shed. The Council is required to make provision for repairs and strengthening of Heritage assets to bring them up to the building code as defined in the LTP and is seeking Tenders for the Restoration of the Railway Goods Shed.",Not Awarded,Awarded,20201117 Christchurch City Council,20178629,Request for Tenders,Closed Competition,Akaroa Recreation Ground Jetty South - Pile Replacements,,20180926,20181017,20190124,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Replacement of 2 timber piles at Akaroa Recreation Ground Jetty South,Not Awarded,Maintenance Management Services,20201117 Christchurch City Council,20181715,Request for Proposals,Closed Competition,Supply of Lighting equipment to the Town Hall,,20180920,20181003,20190107,,Sole Agency,No,,"RFP for the supply of lighting equipment to the Town Hall. Drawings will be available in a couple of days and added as appendices.",Awarded,,20201117 Christchurch City Council,20181743,Request for Proposals,Closed Competition,RFP for supply and install of Sound equipment,,20180920,20181005,20190107,,Sole Agency,No,,"RFP for the supply and install of Sound equipment. Drawings and CAD files will be uploaded within a couple of days.",Awarded,,20201117 Christchurch City Council,20193448,Request for Proposals,Closed Competition,Christchurch Town Hall Wayfinding,,20181009,20181107,20190107,,Sole Agency,No,,,Awarded,,20201117 Christchurch City Council,20197871,Request for Quotations,Closed Competition,Repair and Rebuild of Retaining Walls part 3,,20180928,20181017,20181204,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Retaining wall repairs and rebuild.,Awarded,,20201117 Christchurch City Council,20197881,Request for Tenders,Closed Competition,New Retaining Walls: Salmon Sheds And 22a Reserve Terrace,,20190213,20190306,20190328,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","New retaining walls - Salmon sheds and 22a Reserve Terrace. Please note: Environmental Risk assessment and Management Plan will be provided with an NTT at a later stage.",Awarded,,20201117 Christchurch City Council,20206606,Request for Quotations,Closed Competition,Christchurch City Part 2 - Watermain Renewals,,20181018,20181114,20190124,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of watermains and submains in various streets around Christchurch,Awarded,27/11/2018,20201117 Christchurch City Council,20206616,Request for Quotations,Closed Competition,Linwood - Wastewater Renewals - Lining,,20181031,20181128,20190219,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Works involved includes lining of sewer mains 225mm and 150mm diameter and relaying of sewer laterals,Awarded,,20201117 Christchurch City Council,20206632,Request for Quotations,Closed Competition,Linwood - Wastewater Renewals - Package 1,,20181114,20181212,20190115,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Replacement of sewer mains online, manholes and sewer laterals to property boundary. In addition sewer overpumping and road reinstatement.",Awarded,,20201117 Christchurch City Council,20206643,Request for Quotations,Closed Competition,Linwood - Wastewater Renewals - Package 2,,20181114,20181212,20190124,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Replace of sewer mains online, manholes and laterals to boundary. Other works include over pumping the sewer and road reinstatement.",Awarded,,20201117 Christchurch City Council,20209320,Request for Quotations,Closed Competition,PS 1024 Main Pumps Colombo Street: UV Disinfection,,20181101,20181206,20190423,,Sole Agency,No,,Installaiton of UV Treatment and Standby Generator into PS 1024 Main Pumps,Awarded,,20201117 Christchurch City Council,20223061,Request for Quotations,Closed Competition,"Cashmere Valley Dam Design, Consenting and Construction Supervision/Contract Management",,20181029,20181123,20190110,,Sole Agency,No,,"This work package is part of the Upper Heathcote Storage Scheme which Council have approved to provide flood storage benefits and reduce flood risk downstream on the Heathcote River corridor back to pre-earthquake levels as soon as possible. Cashmere-Worsleys Valley has been identified as a favourable location to provide flood storage over a number of years due to its natural tendency to retain water and restricted outlet. The original concept was to raise the level of Worsleys Road and install control structures on the Cashmere Valley Drain and Worsleys Drain in order to dam the valley and increase the potential storage available. Due to the potential risk to homes in close proximity downstream of Worsleys Road an alternative scheme has been adopted. This alternative ???cascade??? option provides for storage in the lower part of the valley maintaining Worsleys Road at the existing height and installing a control structure in Cashmere Valley Drain. This is to be complemented by a higher dam in the upper part of the Cashmere Valley with excavation behind the dam to maximise storage capacity upstream. A subdivision is currently being constructed around the edges of the valley with Stage 1 to the south side of Shalamar Drive well underway. This has involved significant excavation within the lower part of the valley to provide compensatory storage and fill for the subdivision, and construction of first flush basins and wetland swales to treat stormwater run off from the new development and also existing development from the hills catchment to the north east. The Cashmere Valley Dam will complement the storage provided in the lower valley and is expected to operate in conjunction with controls in the lower valley. Purpose of this Statement of Work Council wish to procure a consultant to deliver the following to enable full valley storage to be achieved: 1. Concept review and preliminary design 2. Apply for Resource Consents 3. Detailed design, Building Consent and construction of the Cashmere Valley Dam including control structure and earthworks. 4. Construction supervision and contract management",Awarded,,20201117 Christchurch City Council,20251425,Request for Proposals,Open Competition,"Main Demolition/Deconstruction of Lancaster Park Stadium, Christchurch",,20181005,20181114,20190213,,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch, 8011","The purpose of this RFP is to invite Respondents to submit Proposals for the hard demolition of the Paul Kelly and Deans Stands at Lancaster Park. For clarity this RFP does not include the removal of the floor slabs, substructure or backfilling with engineered fill. However, it does include the removal of all demolition waste from site. The Contract Works associated with this RFP is as follows; demolish the Paul Kelly and Deans Stands at Lancaster Park using an appropriate methodology, the Contract also includes the removal and disposal of the resulting waste (concrete, steel and other items). Respondents to this RFP must provide sufficiently detailed information regarding their respective organisations and their ability to provide the Contract Works. In awarding the Contract to a Contractor, the Council intends to achieve: ??? Best value for Christchurch ratepayers and the wider community; ??? Alignment with its strategic objectives; ??? Efficiency and effectiveness in the delivery of the Contract Works; ??? Engagement of a competent contractor to meet our core objectives and obligations; ??? Compliance with the necessary guidelines for public entities (i.e. OAG) ??? Safe delivery of the project ??? Consideration to sustainable outcomes and Environmental protection",Awarded,Contract awarded to Yakka Demolition,20201117 Christchurch City Council,20254629,Request for Tenders,Closed Competition,Diamond Harbour wharf SSBA dive survey,,20181010,20181024,20181114,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Dive survey of Diamond Harbour wharf using surface-supplied breathing apparatus (SSBA) as opposed to scuba diving equipment.,Not Awarded,Sub Aqua Solutions,20201117 Christchurch City Council,20255528,Request for Quotations,Closed Competition,"P3 Well Head Upgrade Works - Crosbie, Wilmers, Picton, Carters, Worcester",,20181130,20190121,20190604,,Sole Agency,No,,"Request for quotation for the provision of Well Head Upgrade Works at Pump Stations: Crosbie, Wilmers, Picton, Carters, Worcester",Not Awarded,,20201117 Christchurch City Council,20255534,Request for Quotations,Closed Competition,"P4 Well Head Upgrade Works - Sockburn, Wilmers, Tara, Marshland",,20190221,20190320,20190604,,Sole Agency,No,,"Request for quotation for the provision of Well Head Upgrade Works at Pump Stations: Sockburn, Wilmers, Tara, Marshland",Not Awarded,,20201117 Christchurch City Council,20273871,Request for Proposals,Closed Competition,Project Management Services to Investment Case for the Canterbury Multi-Use Arena,,20181019,20181102,20190211,,Sole Agency,No,Tender Box 53 Hereford Street Christchurch 8011,Project Management Services to Investment Case for the Canterbury Multi-Use Arena,Not Awarded,..........................,20201117 Christchurch City Council,20273882,Request for Proposals,Closed Competition,Stadia and Master Planning Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181019,20181102,20190121,,Sole Agency,No,"Tender Box, Civic Building 53 Hereford Street Christchurch 8011",Stadia and Master Planning Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,..,20201117 Christchurch City Council,20273890,Request for Proposals,Closed Competition,Cost Consultancy Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181019,20181102,20190211,,Sole Agency,No,Tender Box Civic Building 53 Hereford Street Christchurch 8011,Cost Consultancy Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,..............................,20201117 Christchurch City Council,20273897,Request for Proposals,Closed Competition,Planning Consultancy Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181019,20181102,20190211,,Sole Agency,No,Tender Box Civic Building 53 Hereford Street Christchurch 8011,Planning Consultancy Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,..............................,20201117 Christchurch City Council,20273908,Request for Proposals,Closed Competition,"Geotechnical, Contamination Investigation and Site Services and Infrastructure Identification to inform the Investment Case for the Canterbury Multi-Use Arena",,20181019,20181102,20190211,,Sole Agency,No,"Tender Box, Civic Building , 53 Hereford Street, Christchurch 8011","Geotechnical, Contamination Investigation and Site Services and Infrastructure Identification to inform the Investment Case for the Canterbury Multi-Use Arena",Not Awarded,................................,20201117 Christchurch City Council,20273911,Request for Proposals,Closed Competition,Archaeological Reporting to inform the Investment Case for the Canterbury Multi-Use Arena,,20181023,20181102,20190211,,Sole Agency,No,Tender Box 53 Hereford Street Christchurch 8011,Archaeological Reporting to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,...................,20201117 Christchurch City Council,20273916,Request for Proposals,Closed Competition,Acoustics Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181023,20181102,20190211,,Sole Agency,No,"Tender Box 53 Civic Building, Hereford Street, Christchurch 8011",Acoustics Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,.......................,20201117 Christchurch City Council,20273925,Request for Proposals,Closed Competition,"Structural and Civil Engineering, Services Engineering and Traffic Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena",,20181019,20181102,20190211,,Sole Agency,No,"Tender Box, Civic Building 53 Hereford Street Christchurch 8011","Structural and Civil Engineering, Services Engineering and Traffic Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena",Not Awarded,......................,20201117 Christchurch City Council,20273932,Request for Proposals,Closed Competition,Fire Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181023,20181102,20190211,,Sole Agency,No,"tender Box Civic Building 53 Hereford Street, Christchurch 8011",Fire Engineering Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,............................,20201117 Christchurch City Council,20273935,Request for Proposals,Closed Competition,Hydrology Assessment to inform the Investment Case for the Canterbury Multi-Use Arena,,20181019,20181102,20190211,,Sole Agency,No,Tenderbox Civic Building 53 Hereford Street Christchurch 8011,Hydrology Assessment to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,.....................,20201117 Christchurch City Council,20273943,Request for Proposals,Closed Competition,Turf and Pitch Specialist Services to inform the Investment Case for the Canterbury Multi-Use Arena,,20181023,20181102,20190211,,Sole Agency,No,"tender Box Civic Building 53 Hereford Street, Christchurch 8011",Turf and Pitch Specialist Services to inform the Investment Case for the Canterbury Multi-Use Arena,Not Awarded,..........................,20201117 Christchurch City Council,20295159,Request for Quotations,Closed Competition,"Water Supply Pump Station (Averill, Effingham, Hills) Electric Upgrade",,20190130,20190222,20190321,,Sole Agency,No,,"Water supply electrical upgrades at the following pump stations: - Averill - Effingham - Hills",Awarded,,20201117 Christchurch City Council,20298968,Request for Tenders,Closed Competition,Supply and Installation of Mechanical Services (HVAC) at Parklands Library,,20181026,20181114,20190530,,Sole Agency,No,Tender Box 53 Hereford Street,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the supply and installation of heating and ventilation equipment (HVAC) as specified in the Powell Fenwick documents attached. Existing HVAC equipment will be removed and disposed of according to M.1.13 of Annexure 1. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ??? Best value for Christchurch ratepayers and the wider community; ??? Alignment with its strategic objectives; ??? Efficiency and effectiveness in the delivery of the Contract Works; and ??? Provide service for a minimum of 15 years The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: ??? Removal of existing air handling units, split systems and associated hardware and electrical items. ??? Supply and installation of new hair handling units and split systems including ancillary equipment and associated electrical works.",Not Awarded,Future Air Solutions Ltd,20201117 Christchurch City Council,20302270,Request for Proposals,Open Competition,Christchurch Stadium Rust Remediation & Re-Paint of Canopied Metal Structures,CST 18/19-001,20181023,20181114,20190111,,Sole Agency,No,Electronic responses only,"Christchurch Stadium is owned and operated by the Christchurch Stadium Trust, and is managed by Vbase Limited. The Council owns the land on which the Stadium is sited at 95 Jack Hinton Drive, Christchurch. This project and contract is a Christchurch Stadium Trust initiative and will be managed by the Trust. It has been noted during regular maintenance inspections that the Stand Metal that forms the primary Structures of the Stadium???s North and South stands, as well as the entry canopies at Gates A & B and the canopied Players Tunnel, all have varying degrees of paintwork failure. This failure has resulted in rust developing on aspects of the Structures and in order to ensure the viability of these Structures for the long-term future of the Stadium it is necessary to remove all rust and re-paint these Canopied Metal Structures. After receiving professional engineering advice the Trust is seeking tender responses for the following scope of work. The scope of work includes the removal of all rust and then the complete re-paint to stated specifications on five Canopied Metal Structures. The Structures are: ??? North Stand (including stairwells) ??? South Stand ??? Gate A Entry Canopy ??? Gate B Entry Canopy ??? Players Tunnel The works also involves rust remediation of identified shear keys and base plates supporting the scaffold structures of the North, East and South stands.",Awarded,,20201117 Christchurch City Council,20303571,Request for Quotations,Closed Competition,Wastewater Pump Station Electric Upgrade FY18/19 - 9 PS,,20190211,20190315,20190614,,Sole Agency,No,,"Wastewater Pump Station FY18/19 (PS83 Rempstone, PS18 Clarendon, PS59 Scott Park, PS82 Produce, PS87 Marshs, PS29 Springvale Gardens, PS35 Keyes, PS89 Mcsavenys, PS32 Travis) Electric Upgrade",Awarded,"Successful supplier: Millennium Electrical Description of Work: Upgrading electrical in pump stations Value: $588,864 Procurement Process: Closed market via panel",20201117 Christchurch City Council,20330847,Request for Tenders,Closed Competition,"Major Cycleway Route, Heathcote Expressway, Section 1a",,20181101,20181128,20190123,,Sole Agency,No,,"??? Upgrade of two existing signalized intersections, Fitzgerald Avenue/Ferry Road and Ferry Road/Moorhouse Avenue/Wilson Road. ??? Installation of a new signalized crossing for pedestrians and cyclist on Wilsons Road ??? Shared path, both sides of the side, along Ferry Road and on. ??? Installation of an on road separated cycleway along Wilsons Road to Charles Street. ??? Establishment of the ???neighbourhood greenway??? around Charles Street from Wilsons Road. ??? Installation of Orion ducts at on Ferry Road west of Fitzgerald Avenue; Ferry Road/Moorhouse Avenue/Wilsons Road intersection. ??? Extension of existing Orion ducts on Fitzgerald Avenue, Phillips Street and Nursey Road.",Awarded,,20201117 Christchurch City Council,20343596,Request for Tenders,Closed Competition,Refurbishment of the Ground Floor Toilets at the Christchurch Art Gallery,18/19-20343596,20181122,20181205,20190530,,Sole Agency,No,,"The Council has a requirement for Refurbishment of the ground floor toilets at the Christchurch Art Gallery. The scope of the work includes: ??? Demolition works including removal of existing flooring tiles, selected walls, ceiling tiles, lights and fixtures. ??? Construction of new partition walls, making good to floors and walls, tiling to floors and walls, carpeting to floors, new sanitary fixtures, new cabinetry, new lighting, and amendments or extensions to associated services.",Not Awarded,Contract Holdings Ltd,20201117 Christchurch City Council,20346899,Request for Proposals,Closed Competition,The Provision of Earthworks & Landscaping for Stage 2 Wigram Basin Project,,20181109,20181130,20190308,,Sole Agency,No,,The purpose of this RFT is to invite Tenderers to submit their Tenders for the Provision of Earthworks & Landscaping of Stage 2 Wigram Basin Project.,Not Awarded,........................,20201117 Christchurch City Council,20348186,Request for Quotations,Closed Competition,Christchurch Town Hall AV equipment,,20181030,20181130,20190111,,Sole Agency,No,,For site visits/meeting with Council/Vbase please contact Alana to arrange.,Awarded,,20201117 Christchurch City Council,20361206,Request for Proposals,Open Competition,Investment Case for the Canterbury Multi-Use Arena,,20181123,20181214,20190315,,Sole Agency,No,"Christchurch City Council Tender Box, 53 Hereford Street, Christchurch 8011","Christchurch City Council and its Government partners require an Investment Case to be completed prior to finalising and committing to the delivery scope for the Canterbury Multi-Use Arena. The Prospective Consultants should be able to compile and write the entire Investment Case or any of the ???Cases??? which comprise the Investment Case for the Canterbury Multi-Use Arena. The Services and associated deliverables that are necessary for the development of the Investment Case and which the Council is seeking under this RFP are generally as follows: a) Drafting the Strategic, Economic, Commercial, Financial and Management Cases, based initially on historical information and other research material undertaken by Case Writers. b) Incorporating the Concept Design Options produced by the Council's key technical advisors into the Investment Case and its subsidiary components. c) Presenting the Investment Case to the Council and its Government partners d) Finalising the Investment Case following feedback from the Council and its Government partners",Not Awarded,............................,20201117 Christchurch City Council,20396281,Request for Tenders,Open Competition,Supply & Installation of Heating Ventilation Equipment (HVAC) Plus Building Upgrades & Refurbishment at the Fendalton Library,18/19-203966281,20181113,20181207,20190530,,Sole Agency,No,,"Supply and Installation of Heating Ventilation Equipment (HVAC), plus Building Upgrades and Refurbishment at the Fendalton Library. The revised scope of works for supply and installation of heating ventilation equipment (HVAC) plus building upgrades and refurbishment at the Fendalton Library is detailed in the RFT. The previous scope of work was for supply and installation of the heating ventilation only. However, the scope of work has been updated to include building works and refurbishment. The Council requires tender submissions from the main Contractor, all subcontractors will remain the responsibility of the main Contractor. The main contractor may be either the HVAC Contractor or the Construction Contractor. Note ??? the closure of the library to the public has been scheduled to be between Monday 11th of March 2019 and Sunday 28th July 2019. Works MUST be completed by Sunday 14th July 2019 to hand back over to Council to re-stock the library prior to re-opening to the public on Monday 29th July 2019. These dates must be factored in respect of ordering and installing any equipment that is likely to experience long lead times.",Not Awarded,City Care Limited,20201117 Christchurch City Council,20404171,Request for Tenders,Closed Competition,Thomson Park Carpark Upgrade,,20190130,20190213,20190306,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Thomson park upgrade and Basketball court,Awarded,,20201117 Christchurch City Council,20407827,Request for Tenders,Closed Competition,Submain renewal Pine Avenue North,,20190115,20190207,20190219,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renew submain in Pine Ave North in New Brighton,Awarded,,20201117 Christchurch City Council,20411196,Request for Tenders,Closed Competition,Akaroa Recreation Ground Jetty South - Pile Replacements,,20181114,20181205,20190110,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Replacement of 2 timber piles at Akaroa Recreation Ground Jetty South,Awarded,,20201117 Christchurch City Council,20424639,Request for Tenders,Closed Competition,Yaldhurst Cemetery Burial Beams and Landscaping,,20190213,20190227,20190320,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Concrete Beams and Landcaping at Yaldhurst Cemetery,Awarded,,20201117 Christchurch City Council,20426679,Request for Quotations,Closed Competition,WS Prestons - Additional Well Development and Welllhead Construction,,20190122,20190123,20190208,,Sole Agency,No,,"This project is required to bring Wells 2 and 4 into operation. The proposed Contract Works Package as summarised: ??? Re-develop the two existing wells with new wellheads ??? Install pipework from the two wells to the suction tank inlet valve chamber ??? Install cabling and ducting from the pump station to the two wells (we understand that ducting is already installed for Well 2) ??? Install VSDs and cabling within the pump station for the new bore pumps ??? Software update potentially required to integrate the additional well pumps with the existing suction tank and reticulation pumps ??? All other associated works to ensure the wellheads passes the ???secure??? status??? Please see attached the Three Waters HDM panel RFQ and SOP for Prestons Additional well development and wellhead construction, also attached is a document with tracked changes showing variations from the 3910 contract made for the Christchurch City Council???s HDM 3910 contract for your reference.",Awarded,,20201117 Christchurch City Council,20450264,Request for Tenders,Open Competition,"Refurbish Existing Hard Services, Install Toilet and Connect Services at Donnell Park",18/19-20450264,20190218,20190313,20190529,,Sole Agency,No,,"As a result of the earthquakes, Donnell Sports Park sustained significant damage to the existing assets, and there was a directive through Council???s Residential Red Zone Program to bring this asset back to the Council Parks standard by providing a safe environment for ???play??? and general public access to the park. The purpose of this RFT is to invite Tenderers to submit their Tenders for Refurbishment of Existing Hard Surfaces, Installation of a Toilet and Connection of Services at Donnell Park",Not Awarded,,20201117 Christchurch City Council,20487340,Request for Tenders,Closed Competition,Purau Bay jetty and Pigeon Bay wharf maintenance,,20190116,20190207,20190219,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Purau Bay jetty and Pigeon Bay wharf maintenance,Awarded,,20201117 Christchurch City Council,20502004,Request for Proposals,Closed Competition,Services for Tanker Delivery of Potable Drinking Water for Banks Peninsula and Urban Christchurch,18/19-20502004,20190205,20190306,20190530,,Sole Agency,No,,"The Council has a requirement for the delivery of potable drinking water for Banks Peninsula and Urban Christchurch. The requirement can occur due to weather events, low reservoir levels, or civil defence emergencies that put the water treatment infrastructure under pressure to the extent that the infrastructure cannot meet demand. Transporting of Potable water must meet Ministry of Health ???Guidelines for the Safe Carriage and Delivery of Drinking-water???.",Not Awarded,Protranz Earthmoving Limited,20201117 Christchurch City Council,20502020,Request for Tenders,Closed Competition,Renewal of Sports Surfaces for the Tennis Courts & Skate Bowl at Templeton Domain,18/19-20502020,20190313,20190403,20190529,,Sole Agency,No,,"The tennis court at Templeton Domain has reached the end of its life and now requires renewal. The following work shall be performed: (a) The poplar tree beside the court has created root damage to the court and requires a new court level 100mm above existing to avoid tree roots. (b) Cut top surface, compact base, lay asphalt and paint tennis court lines. (c) Provide new tennis net. (d) Repair the perimeter fence, re-using existing posts where possible. Other work includes the following upgrades/renewals: (a) Repair concrete area around the skate bowl??? (b) Repair and replacement works to footpath??? (c) Re-grass the berm",Not Awarded,Partridge Contracting Ltd,20201117 Christchurch City Council,20512835,Request for Proposals,Open Competition,Provision of Transport Asset Revaluation Services,,20181211,20190125,20190402,,Sole Agency,No,"53 Hereford Street, Christchurch","The Council is seeking proposals from independent registered valuers to value the Council's Transport infrastructure assets as well as the supply of listings of valuations for financial reporting statements and for insurance purposes. The valuation for financial reporting is to be performed in accordance with NZ Infrastructure Asset Valuation and Depreciation Guidelines (NZ IAV) and Public Entity International Public Sector Accounting Standard 17 Property, Plant and Equipment (PBE IPSAS 17).",Not Awarded,,20201117 Christchurch City Council,20536486,Request for Quotations,Closed Competition,Akaroa Foreshore - Wastewater Renewals,,20181218,20190213,20190321,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Relay of gravity wastewater renewal pipe and some gravity sewer laterals,Awarded,,20201117 Christchurch City Council,20577015,Request for Proposals,Open Competition,RFP for Provision of Partnership to deliver the Elite and U23 Road National Championships 2020-2023,,20190109,20190208,20190305,,Sole Agency,No,"Tender Box, Christchurch Civic Offices, 53 Hereford Street, Christchurch 8013","The objective of this proposal is to: ??? Identify an experienced event organiser who can successfully deliver the Elite & U23 Road National Championships to a high standard ensuring all Council, Cycling NZ and other stakeholder requirements are met. ??? Secure an event organiser with creative an innovative ideas to enhance the event and make it unique to Christchurch. ??? Partner with an event organiser who has sound financial management event experience in order to create a sustainable event including the identification of third party income. ??? Ensure that all Health & Safety requirements are exceeded and risk registers implemented to a high standard. ??? Create a course that not only showcases Christchurch but provides for a vibrant spectator experience along with leverage and legacy opportunities. ??? Secure an event organiser that will work in partnership with the Christchurch City Council to deliver a comprehensive and enticing bid to Cycling New Zealand.",Not Awarded,No wining responses/contract award as a result of this procurement exercise.,20201117 Christchurch City Council,20590067,Request for Tenders,Closed Competition,"RFT for Carpark Construction, Stormwater Reticulation and Landscape Works at Horseshoe Lake and Lake Terrace Road",,20190313,20190410,20190516,,Sole Agency,No,"Civic Offices Tender Box, 53 Hereford Street, Christchurch 8011","The purpose of this RFT is to invite Tenderers to submit their Tenders for the provision of carpark construction, stormwater reticulation and landscaping at the Horseshoe Lake Reserve and Lake Terrace Road. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ??? Best value for Christchurch ratepayers and the wider community; ??? Alignment with its strategic objectives; ??? Economic benefit; ??? Efficiency and effectiveness in the delivery of the Contract Works; ??? Environmental sustainability; ??? Social responsibility",Awarded,Contract awarded to Isaac Construction Limited,20201117 Christchurch City Council,20597134,Request for Tenders,Closed Competition,City Mall Pavement restoration at 222 High street,,20190117,20190207,20190321,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",lift existing damaged paving and relay new,Awarded,,20201117 Christchurch City Council,20597149,Request for Quotations,Closed Competition,Installation and Commissioning of UV Treatment at Akaroa WWTP,,20190227,20190313,20190604,,Sole Agency,No,,Installation and Commissioning of UV Treatment at Akaroa WWTP,Not Awarded,,20201117 Christchurch City Council,20597161,Request for Tenders,Closed Competition,Ferry Road (FR4) at Te Waka Unua School Signalised Pedestrian crossing,,20190201,20190227,20190321,,Sole Agency,No,,"The contruction of kerbs and channels, drainage works, paths, vehicle and pedestrian crossings, lawns and landscaping, road shoulder reconstruction, road shoulder reconstruction, roadmarking and signage, traffic control, environmental management and the installation of traffic signals.",Awarded,,20201117 Christchurch City Council,20597197,Request for Quotations,Closed Competition,Linwood - Wastewater Renewals - Package 3,,20190226,20190327,20190416,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of the sewer main and lateral pipes in Compton and Frensham by open trenching. Lining of the sewer mains in Hay Street.,Awarded,,20201117 Christchurch City Council,20606889,Request for Quotations,Closed Competition,20606889 Montreal PS Well Head Works,,20190311,20190315,20190604,,Sole Agency,No,,20606889 Montreal PS Well Head Works,Not Awarded,,20201117 Christchurch City Council,20618218,Request for Tenders,Closed Competition,Port Levy Warf and French Farm Jetty SSBA Dive Survey,,20190314,20190327,20190520,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Dive survey of Port Levy wharf and French Farm Jetty using surface-supplied breathing apparatus (SSBA) as opposed to scuba diving equipment.,Not Awarded,Sub Aqua Solutions,20201117 Christchurch City Council,20728782,Request for Tenders,Closed Competition,Diamond Harbour Wharf Maintenance,,20190227,20190313,20190328,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Diamond Harbour wharf maintenance,Awarded,,20201117 Christchurch City Council,20760824,Request for Tenders,Closed Competition,Lyttelton Marina (Naval Point) MAintenance,,20190228,20190320,20190520,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Lyttelton Marina (Naval Point) maintenance to walkway A and main walykway,Not Awarded,,20201117 Christchurch City Council,20769263,Request for Proposals,Open Competition,RFP for Sockburn Service Centre Demolition Works,,20190325,20190417,20190523,,Sole Agency,No,"Civic Offices, 53 Hereford Street, Christchurch 8013",The purpose of this RFP is to invite Respondents to submit their Proposals for the hard demolition of the buildings 001 and 008 located the Sockburn Service Centre in Christchurch. This includes the removal of demolition waste from site.,Awarded,,20201117 Christchurch City Council,20825314,Request for Quotations,Closed Competition,Update and Calibrate the Christchurch City Wastewater Model,,20190405,20190502,20190604,,Sole Agency,No,,"Christchurch City Council (the Council) is seeking a Request for Quotation (RFQ) from Consultants to update and re-calibrate the Christchurch City wastewater network model using recent flow monitoring data. This work is required to reliably inform wastewater planning, capital delivery and operations functions.",Awarded,,20201117 Christchurch City Council,20852384,Request for Quotations,Closed Competition,20606889 Montreal PS Well Head Works,20606889,20190319,20190319,20190604,,Sole Agency,No,,20606889 Montreal PS Well Head Works,Not Awarded,,20201117 Christchurch City Council,20870587,Request for Tenders,Closed Competition,Lyttelton Marina (Naval Point) 2019 Maintenance,,20190325,20190410,20190520,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Lyttelton Marina (Naval Point) maintenance to walkway A and main walkway.,Not Awarded,Maritime Specialist Services Limited,20201117 Christchurch City Council,20914308,Request for Quotations,Closed Competition,The supply and install of electronic meeting room equipment,,20190408,20190415,20190510,,Sole Agency,No,,"Christchurch City Council is undergoing upgrades to their meeting rooms at their premises at 53 Hereford Street, Christchurch. The supplier will be required to supply, deliver and install the products based on the Councils time frames.",Not Awarded,,20201117 Christchurch International Airport Ltd.,19371803,Request for Quotations,Closed Competition,Test RFQ,,20180122,20180122,20180122,,Sole Agency,No,,,Awarded,Test,20201117 Christchurch International Airport Ltd.,19418370,Request for Quotations,Closed Competition,CIAL - RFQ 2017-186 - Mustang Park Development Project Management,2017-186,20180201,20180209,20180226,,Sole Agency,No,Not Required,"As New Zealand???s second largest airport, Christchurch Airport is a major transportation hub and the South Island???s busiest connection to the world???s trade and tourism markets. During the 12-month period to 30 June 2017 over 6.5 million passengers travelled through Christchurch Airport. The commercial property portfolio of Christchurch Airport also continues to grow, with tenants now operating in Spitfire Square (retail precinct), Dakota Park (business park), and Mustang Park (vehicle rental hub). Construction of a 200-room Novotel hotel has commenced and feasibility studies are underway for the development of a $50M trade precinct. Christchurch International Airport Limited (???CIAL???) invites quotations from interested parties (???Respondents???) for the Project Management Services for the development of 4 tenancies and infrastructure extension to Mustang Park. Mustang Park is situated to the north of the airport campus and houses our extensive rental car tenancy base. Strong take-up of land has been achieved in Stage 1 of Mustang Park with only four sites not developed, under development or currently under consideration and negotiation with prospective tenants. CIAL is now looking to begin the process of developing the next stage to open a further 6 ??? 10 development sites to the north. Christchurch Airport is looking for project management services to facilitate the above work.",Awarded,,20201117 Christchurch International Airport Ltd.,19523852,Request for Proposals,Closed Competition,RFP - 2017-68 - Hallifax Distribution Warehouse and Ancillary Office Build,2017-68,20180309,20180413,20180514,,Sole Agency,No,See RFP Instructions,"This scope generally includes the delivery of the civil, architectural, structural elements and electrical, mechanical, hydraulic and fire works associated with the warehouse development (including the hardstanding and associated landscaping), all as described in the drawings and specifications referred to herein (all forming part of the Contract Documents). Please note: There will be no response to RFP queries between 13th - 15th March.",Not Awarded,,20201117 Christchurch International Airport Ltd.,19526071,Request for Proposals,Closed Competition,RFP: 2018-12 - Airfield Road Realignment Construction,,20180312,20180328,20180514,,Sole Agency,No,See RFP Instructions,"As the international gateway for Christchurch and the South Island, Christchurch International Airport is a major hub and a busy and strategic air connection to the world's trade and tourism markets. Over recent years, Christchurch International Airport has been completing several projects with the focus on achieving a ???Code F??? compliant airfield. This programme of work has been cemented with the daily operation of the A380 aircraft. The continued drive for improvement on the airfield is based on a strong desire to enhance safety while always maintaining compliance. As part of this process, CIAL now wishes to construct (already fully designed) approximately 9000m2 of new airside road and 800m of new airside perimeter fence. It also includes the removal of some existing road surface and a range of traffic signage and line marking improvements.",Awarded,,20201117 City Rail Link Ltd,18624727,Request for Proposals,Open Competition,City Rail Link Finance System,,20170504,20170524,20170731,,Sole Agency,No,,"A special purpose entity, City Rail Link Limited (CRLL) is being established to manage City Rail Link (CRL), New Zealand's largest public transport project. City Rail Link Limited have identified a need to source a fully functional Software as a Service (SaaS) based financial management information system (FMIS). CRLL wants to subscribe to a predominately commercial off-the-shelf (“COTS”), Enterprise Class solution delivered As a Service that addresses the requirements with a minimal level of configuration and provides point to point interfaces to key and existing systems. CRLL are looking an intuitive easy-to-use user interface.",Awarded,,20201117 City Rail Link Ltd,19251302,Request for Proposals,Open Competition,RFP for Health and Safety SaaS Solution (CRLL-17-011-PS),CRLL-17-011-PS,20171122,20180126,20180910,,Sole Agency,No,,"- This RFP relates to the purchase of a fully functional health and safety based solution. CRLL???s strategy is to have an ???as a Service??? model for all software, including this health and safety solution. The key outcomes that we want to achieve are",Awarded,,20201117 City Rail Link Ltd,20346018,Request for Tenders,Closed Competition,CRLL-18-046-PS Insurance Broker Services,CRLL-18-046-PS,20181031,20181119,20181221,,All of Government,No,,"CRLL is looking for Insurance Broking Services to provide in respect of the CRL Project, Contracts 3 and 7, both Alliance contracts covering the Civil and Tunnel Scope (C3) and the Railway Systems Scope (C7), The planned duration for the works is from April 2019 to October 2024, with a 12-month defects liability period to October 2024.",Awarded,,20201117 City Rail Link Ltd,20731250,Request for Tenders,Open Competition,120-18-086 PS Infrastructure Construction ??? External Legal Services,120-18-086 PS,20190214,20190304,20190612,,All of Government,No,,The purpose of the Request for Proposal (RFP) for legal services is to invite suitably experienced legal service providers to submit a proposal to provide infrastructure construction and delivery related legal services to City Rail Link Limited (CRLL). The outcome sought is to identify one or more firms to provide the best solution for CRLL.,Awarded,,20201117 City Rail Link Ltd,20739469,Request for Proposals,Closed Competition,110-18-088-PS Cost Management and Advisory Services,110-18-088-PS,20190215,20190226,20190328,,All of Government,No,,The purpose of the Request for Proposal (RFP) for cost management and advisory is to invite experienced providers to submit a proposal to provide cost management and advisory services to City Rail Link Limited (CRLL). The outcome sought is to identify a company that will provide the best solution for CRLL.,Awarded,,20201117 City Rail Link Ltd,20815402,Request for Proposals,Open Competition,110-18-105-PS External Alliance Auditor Services,110-18-105-PS,20190311,20190329,20190605,,All of Government,No,,"CRLL wishes to procure the services of a specialist consultant, who is suitably experienced and qualified to perform the duties of the External Alliance Auditor by reviewing and certifying the monthly claim has been prepared in accordance with the terms of the PAA. This will be documented in a monthly report for CRLL and provided to the Project Alliance Board (PAB). CRLL wishes to invite suitably qualified financial consultants with experience in the provision of Independent Certification services in Alliancing contracts within the horizontal construction sector to submit proposals with information on their skills, services and location.",Awarded,,20201117 City Rail Link Ltd,20990581,Request for Proposals,Open Competition,130-19-55-PS CRL Development Opportunities Programme - Commercial Advisor,,20190506,20190529,20190619,,Sole Agency,No,,"This procurement relates to the CRL Development Opportunities Programme. CRLL is seeking an experienced professional advisor that can demonstrate experience in market assessment, economic and financial analysis and development strategy including procurement for large scale, long term urban development projects.",Awarded,,20201117 Civil Aviation Authority,7907889,Request for Proposals,Open Competition,Sector Risk Profile - Air Transport Part 135,7907889,20150109,20150210,20160822,Civil Aviation Authority,Sole Agency,No,"Civil Aviation Authority of New Zealand, Level 15 Asteron Centre 55 Featherston st , Wellington New Zealand.","The CAA wish to undertake Sector Risk Profile of air transport carried out in small aircraft and Helicopters under Rule Part 135 . At the completion of the risk profiling project the CAA wish to have a document that includes at least the following: ??? The most significant risks to safety in the NZ air transport: Part 135 sector, ranked according to severity, ??? A clear understanding of the risk drivers in the NZ air transport: Part 135 sector, ??? A clear understanding of the risk mitigation(s) currently in place and what risks are not being addressed or not being sufficiently addressed, ??? An assessment of how Part 135 operators understand their obligations to the CAA including reporting and compliance, ??? An assessment of the understanding of the responsibilities of other stakeholders regarding safety in the NZ air transport: Part 135 sector. This should include; ??? A clear characterisation of the NZ air transport: Part 135 sector. This should show an understanding of the fleet of aircraft at use in the sector, an understanding of the activities that are undertaken by operators in the sector, the relative proportion of time spent in those activities, and the number of passengers transported each year in the sector. This will help ensure the CAA???s understanding of the sector is accurate and up to date. As this document may inform future discussion on safety across the entire aviation sector, it should include details of data sources, the nature and extent of stakeholder engagement, the risk assessment methodology and any assumptions which were incorporated in the risk assessment.",Not Awarded,,20201117 Civil Aviation Authority,17087485,Request for Quotations,Open Competition,Regulatory Craft RFQ - Resources to develop standards and learning experiences,15002,20151222,20160121,20160212,,Sole Agency,No,,,Not Awarded,"Hi All, The evaluation process is complete, and the contract awarded to Skills. Thank you for your interest in the RFQ. Geoffrey Henderson.",20201117 Civil Aviation Authority,17304963,Request for Proposals,Open Competition,CAA Aviation Liability Insurance Broking Services,2016-02,20160311,20160407,20160822,Aviation Security Service,Sole Agency,No,,"This RFP relates to the purchase by the Civil Aviation Authority of New Zealand from a suitably qualified broker/provider of advisory, broking, placement and claims management services related specifically (and solely) to the Authority???s aviation liability insurance programme",Not Awarded,,20201117 Civil Aviation Authority,19730922,Request for Proposals,Open Competition,Digital Workforce Technology Implementation,2018/CAADWT,20180516,20180606,20180927,Civil Aviation Authority,Sole Agency,No,,"We are seeking an implementation partner to lead the implementation of SuccessFactors, the Digital Workforce Technology solution we have selected.",Awarded,"Agency: Civil Aviation Authority 55 Featherston St, Wellington Successful Supplier: Presence of IT, Level 33, ANZ Centre, 23-29 Albert Street, Auckland 1010 Description of Goods or Services: Implementation of Digital Workforce Technology Solution Date Contract Awarded: 24/09/2018 Term of the contract: 24 September 2018 - 30 June 2020 Expected spend: $400,000 - $500,000 Type of procurement process: Open Tender (RFP)",20201117 Clutha District Council,2880092,Request for Tenders,Open Competition,Clutha District Council - Contract 717 - Pavement Rehabilitation 2014/15 - West Clutha,,20140808,20140825,20170713,,On behalf of procurement agent,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Contract No. 717 - Pavement Rehabilitation 2014/15 ??? West Clutha The contract is for the rehabilitation treatment of 2.6km of sealed roads within the Clutha District. The work involves excavation and trimming of watertables and shoulders in preparation of base course materials, construction of gabion baskets, construction of granular pavement layers, cement and lime stabilisation. The installation of culverts, the reinstatement of fencing, application of first coat 3/5 seal and application of road marking and placement of signs. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on 25th August 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha",Not Awarded,,20201117 Clutha District Council,4962338,Request for Tenders,Open Competition,Clutha District Council Contract 719 - Pavement Rehabilitation 2014/15 - South Clutha,,20141001,20141020,20170713,,On behalf of procurement agent,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha 9230","CLUTHA DISTRICT COUNCIL Contract No. 719 Pavement Rehabilitation 2014/15 ??? South Clutha The contract is for the rehabilitation treatment of 1.11km of sealed roads within the Clutha District. Along with kerb & channel and footpath construction, minor safety improvement works and carpark construction. The work involves excavation and trimming of watertables and shoulders in preparation of base course materials, construction of gabion baskets, construction of granular pavement layers, construction of kerb & channel and footpath and reinforced concrete pad construction. The installation of culverts, the reinstatement of fencing, application of first coat 3/5 seal and application of road marking and placement of signs. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on 20th October 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,4993605,Request for Tenders,Open Competition,Clutha District Council - Contract No. 721 - Spraying of Roadside Pest Plants 2014/16 - North,,20141001,20141020,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha 9230","CLUTHA DISTRICT COUNCIL Contract No. 721 Spraying of Roadside Pest Plants 2014/16 - North The Contract is for spraying roadside pest plants on 1418km of roads within the Clutha District including State Highways. The Contract period is for two years. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday, 20th October 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,4995174,Request for Tenders,Open Competition,Clutha District Council - Contract No. 722 - Spraying of Roadside Pest Plants 2014/16 - South,,20141001,20141020,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha 9230","CLUTHA DISTRICT COUNCIL Contract No. 722 Spraying of Roadside Pest Plants 2014/16 - South The Contract is for spraying roadside pest plants on 1805km of roads within the Clutha District including State Highways. The Contract period is for two years. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday, 20th October 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,5237177,Request for Tenders,Open Competition,Clutha District Council - Contract No. 718 - Pavement Rehabilitation 2014/15 - North Clutha,,20141009,20141103,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha 9230","Clutha District Council Contract No. 718 Pavement Rehabilitation 2014/15 ??? North Clutha The contract is for the rehabilitation treatment of 3.21km of sealed roads within the Clutha District. Along with metal safety and footpath construction. The work involves excavation and trimming of watertables and shoulders, construction of gabion baskets, construction of granular pavement layers, construction of metal footpath. The installation of culverts, construction of a reinforced concrete headwall, reinstatement of fencing, application of first coat 3/5 seal, application of road marking and placement of signs and associated works. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday 3rd November 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,6717653,Request for Tenders,Open Competition,Clutha District Council - Contract No. 723 - Spraying of Roadside Pest Plants 2014/16 - North,,20141125,20141215,20170713,,Sole Agency,No,,"Clutha District Council - Contract No. 723 - Spraying of Roadside Pest Plants 2014/16 - North The Contract is for spraying roadside pest plants on 1317.4km of roads within the Clutha District including State Highways. The Contract period is for two years. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday, 15th December 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,6717669,Request for Tenders,Open Competition,Clutha District Council - Contract No. 724 - Spraying of Roadside Pest Plants 2014/16 - South,,20141125,20141215,20170713,,Sole Agency,No,,"Clutha District Council - Contract No. 724 - Spraying of Roadside Pest Plants 2014/16 - South The Contract is for spraying roadside pest plants on 1805km of roads within the Clutha District including State Highways. The Contract period is for two years. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday, 15th December 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,7013286,Request for Tenders,Open Competition,Clutha District Council - Contract No. 714 - Bridge Repairs 2014/15,,20141202,20141222,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Clutha District Council Contract No. 714 - Bridge Repairs 2014/15 The contract is for the maintenance and replacement of Bridges in the Clutha District. Contract involves the strengthening of concrete and timber bridges, replacing a timber bridge with concrete box culvert, driving piles, installing steel jackets on pier piles, structural steel work, concrete work, rockfill & gabion work, installation of guardrail, road furniture and traffic sign, cleaning and painting of bridge handrails and reinstating approaches and road surfaces. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Qutaiba Alani 03 904 0093 Tenders close at 4:00pm on Monday 22 December 2014 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,8476455,Request for Tenders,Open Competition,"Clutha District Council - Contract No. 693 - Balclutha Streetscape Upgrade, Construction",,20150202,20150302,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","On behalf of our client, Clutha District Council, we are inviting tenders from suitably experienced contractors for the construction of the above contract. The extent of the work is described in this Request for Tender document and key items of work are: a) Kerb and channel construction. b) Drainage improvements. c) Paver installation. d) Footpath surfacing. e) Installation of street furniture. f) Plantings and Garden Landscaping g) Design and construction (PS1 and PS3) of concrete planters, walls and foundations, steel garden barriers, pedestrian crossing thresholds, Elizabeth Street Precinct foundation and structure for Green wall (Including green wall plant panelling), Elizabeth Street Precinct - timber seating internal framing and foundation, feature timber columns and foundation and Foleys veranda modifications. h) Streetlight upgrade - Installation of street lighting columns footing (columns to be installed by others) i) Streetlight upgrade - The undergrounding of cabling and all electrical connections (To be performed by others). j) Installation or architectural fittings. Any enquiries concerning the documents should be submitted only to the undersigned in writing no later than five (5) working days before the closing date. Replies may be circulated to other prospective tenderers. Tenders for the contract shall be prepared and submitted in accordance with the conditions of tendering. Tenders close at 4:00 pm, Monday 23rd February 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha.",Not Awarded,,20201117 Clutha District Council,9354384,Request for Tenders,Open Competition,Clutha District Council - Contract No. 727 - Cross Recreation Centre Carpark Construction,,20150227,20150309,20170713,,Sole Agency,No,,"The contract is for the construction and sealing of the Cross Recreation Centre carpark in Balclutha. The work involves excavation and trimming of watertables, construction of sumps and drainage pipes and culverts, supply and construction of base course materials, construction of granular pavement layers, and the reinstatement of fencing, application of first coat 3/5 seal and application of road marking and placement of signs. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on 9th March 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,9666185,Request for Tenders,Open Competition,Clutha District Council Contract No. 720 - Bembridge Street & Springfield Road Culvert Renewals,,20150309,20150323,20170713,,Sole Agency,No,,"Contract No. 720 Bembridge Street and Springfield Road Culvert Renewals On behalf of our client, Clutha District Council, we are inviting tenders from suitably experienced contractors for the construction of the above contract. The Contractor shall supply & replace the existing culverts at two locations with new concrete culverts. Other works included are maintaining road levels and the centreline of the road, reinstating approaches, minor bed and bank reshaping and the relocation of the existing services Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Quatiba Alani 03 904 0093 Tenders close at 4:00pm on Monday 23 March 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,14852206,Request for Tenders,Open Competition,Contract No. 732 - Reseals & Pre-Seal Repairs 2015-2018,80506008-000801,20150807,20150907,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, PO Box 25, Balclutha 9240","Contract No. 732 Reseals & Pre-seal Repairs 2015-2018 Suitably experienced Contractors are invited to tender for resealing and pavement repair work within the Clutha District. The contract comprises of pre-seal pavement repairs and chip sealing, slurry surfacing over a contract period of three years. The first year consists of sealing 55km of road in the Clutha District. The following two years are to be approximately 56km per year. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday 31st August 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,16915566,Request for Tenders,Open Competition,Clutha District Council - Contract No. 733 - Bridge Repairs 2015/16,,20151023,20151130,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","The contract is for the maintenance and replacement of Bridges in the Clutha District. Contract involves the strengthening of concrete and timber bridges, replacing a timber bridge with concrete box culvert, installing steel jackets on pier piles, structural steel work, concrete work, rockfill & gabion work, installation of guardrail, road furniture and traffic sign, cleaning and painting of bridge handrails and reinstating approaches and road surfaces. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Qutaiba Alani 03 904 0093 Tenders close at 4:00pm on Monday 16 November 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha",Not Awarded,,20201117 Clutha District Council,16962459,Request for Tenders,Open Competition,Clutha District Council - Contract No. 702 - Pavement Rehabilitation 2015/16 - North Clutha,80506008-000807,20151105,20151123,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Contract No. 702 - Pavement Rehabilitation 2015/16 ??? North Clutha The contract is for the rehabilitation treatment of 1.675km of sealed roads within the Clutha District. The work involves excavation and trimming of watertables and shoulders, construction of concrete kerbing, construction of granular pavement layers. The installation of culverts, application of first coat 3/5 seal and application of road marking and placement of signs and associated works. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday 23rd November 2015 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha",Not Awarded,,20201117 Clutha District Council,17326955,Request for Tenders,Open Competition,Contract No. 737 - The Nuggets Road Seal Extension,80508190-000504,20160318,20160422,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Contract No. 737 The Nuggets Road Seal Extension The contract comprises a seal extension of approximately 6.8km on The Nuggets Road and the rehabilitation of Department of Conservation Carpark. The work involves excavation and trimming of watertables and shoulders, construction of gabions and guardrail, construction of granular pavement layers, the installation of culverts, application of first coat 3/5 seal and application of road marking and placement of signs and associated works. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 13 249, Armagh, Christchurch 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Friday 22nd April 2016 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,17357814,Request for Tenders,Open Competition,Contract No. 736 - Minor Safety Improvements 2016/17,80508190-000301,20160401,20160429,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Contract No. 736 Minor Safety Improvements 2015/17 The contract is for various sites within the Clutha District Council. The work involves kerb and channel construction, road realignments and intersection improvements. The work involves excavation and trimming of watertables and shoulders, construction of concrete kerbing, construction of granular pavement layers, construction of guardrail and fencing, felling trees. The installation of culverts, application of first coat 3/5 seal and application of road marking and placement of signs and associated works. Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 13 249, Armagh, Christchurch 92 Charlotte Street, Balclutha 9230 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Tuesday 26th April 2016 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive",Not Awarded,,20201117 Clutha District Council,17490186,Request for Tenders,Open Competition,Contract 739 - Greenspace Maintenance 2016/2019,,20160506,20160525,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha, 9230","Clutha District Council Contract 739 - Greenspace Maintenance 2016-19 Tenders are invited for Contract 739 - Greenspace Maintenance: 2016-19 This contract is for the operations and maintenance of greenspace areas in the Clutha District. This includes but is not limited to the maintenance and operation of parks & reserves, sportsgrounds, gardens, council housing unit grounds, playgrounds, public toilets and cemeteries. The Tender documents are available from www.gets.govt.nz. Tenders are required to be submitted no later than 4.00 pm on Wednesday 25 May 2016 at Clutha District Council, 1 Rosebank Terrace, Balclutha, 9230. S Hill Chief Executive",Not Awarded,,20201117 Clutha District Council,18029844,Request for Tenders,Open Competition,Contract No. 741 - Bridge Repairs 2016/17,80509023-000104,20161019,20161114,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha","Contract No. 741 Bridge Repairs 2016/17 The contract is for the maintenance and replacement of Bridges in the Clutha District. Contract involves the strengthening of concrete and timber bridges, replacing a timber bridge with concrete box culvert, installing steel jackets on pier piles, structural steel work, concrete work, rockfill & gabion work, installation of guardrail, road furniture and traffic sign, cleaning and painting of bridge handrails and reinstating approaches and road surfaces. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Qutaiba Alani 03 904 0093 Tenders close at 4:00pm on Monday 14 November 2016 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,18136867,Request for Tenders,Open Competition,"Contract No. 742 - Strengthening of Bridge 311, McLennan",80509023-000100,20161117,20161212,20170713,,Sole Agency,No,"Clutha District Council, 1 Rosebank Terrace, Balclutha 9230","Contract No. 742 - Strengthening of Bridge 311, McLennan On behalf of our client, Clutha District Council, we are inviting tenders from suitably experienced contractors for the construction of the above whole contract. Contract involves the strengthening of three bridges with (concrete and timber bridges), installation of steel jackets on pier piles, structural steel work & concrete work, installation of guardrail, road furniture and traffic signs, and reinstatement of approaches & road surface Contract documents can be downloaded from:- www.gets.govt.nz If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Qutaiba Alani 03 904 0091 Tenders close at 4:00pm on 12 December 2016 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,18341550,Request for Tenders,Open Competition,Contract No. 744 - Pavement Rehabilitation 16/17 - West Clutha,80508940-000300,20170130,20170220,20170713,,Sole Agency,No,"1 Rosebank Terrace, Balclutha 9230","Contract No. 744 - Pavement Rehabilitation 2016/17 – West Clutha The contract is for the rehabilitation treatment of 0.945km of sealed roads within the Clutha District. The work involves excavation and trimming of watertables and shoulders, milling to remove existing basecourse construction of new granular pavement layers. The installation of culverts, application of first coat 3/5 seal and application of road marking and placement of signs and associated works. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Ron Scherp 03 904 0094 Tenders close at 4:00pm on Monday 20th February 2017 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Clutha District Council,18445473,Request for Tenders,Open Competition,"Contract No. 743 - Repairs to Bridge 229, Hina Hina",80509023-000100,20170307,20170327,20170713,,Sole Agency,No,"Clutha District Council Office, 1 Rosebank Terrace, Balclutha","On behalf of our client, Clutha District Council, we are inviting tenders from suitably experienced contractors for the construction of the above whole contract. Contract involves the strengthening of Bridge 229, installation of steel jackets on pier piles, structural steel work & concrete work, installation of guardrail, road furniture and traffic signs, and reinstatement of approaches & road surface. If you have any questions or require more information please contact:- MWH New Zealand Ltd PO Box 235, 92 Charlotte Street, Balclutha 9240 Phone: Qutaiba Alani 03 904 0091 Tenders close at 4:00pm on 27 March 2017 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha",Not Awarded,,20201117 Clutha District Council,18571171,Request for Tenders,Open Competition,"Contract No. 747 - Footpath, Kerb & Channel Renewal 2016/17",80508940-000300,20170413,20170508,20170713,,Sole Agency,No,"1 Rosebank Terrace, Balclutha","Contract No. 747 - Footpath, Kerb and Channel Renewal 2016/17 On behalf of our client, Clutha District Council, we are inviting tenders from suitably experienced contractors for the construction of the above works. Contract involves the replacement of footpaths, vehicle and pedestrian access and associated works. Tenders close at 4:00pm on 1 May 2017 at the official tender box located in the foyer of the main office of Clutha District Council, 1 Rosebank Terrace, Balclutha Steve Hill Chief Executive.",Not Awarded,,20201117 Commerce Commission,5339582,Request for Proposals,Open Competition,RFP for review of gas pipeline businesses??? AMPs for NZ Commerce Commission - 13 October 2014,,20141014,20141201,20150312,,Sole Agency,No,"PO Box 2351, Wellington 6011","Request for proposal ??? Review of gas pipeline businesses??? asset management plans for the New Zealand Commerce Commission The purpose of this request for proposals (RFP) is to invite proposals to review the asset management plans (AMPs) disclosed by gas pipeline businesses (GPBs). Proposals are due by 1 December 2014 (8am) Questions regarding this RFP should be directed to: Tim Hewitt, Senior Analyst, Compliance and Performance Analysis, Regulation Branch Email: Tim.Hewitt@comcom.govt.nz Phone: +64 (0)4 924 3650",Awarded,"This tender has been awarded to: MWH New Zealand Limited Further Award Information: Estimated cost: $45,000 excluding GST Award Date: 23 December 2014",20201117 Commerce Commission,18796617,Request for Proposals,Open Competition,Supply of Broadband Testing and Reporting on Behalf of New Zealand Commerce Commission,,20170630,20170811,20180531,,Sole Agency,No,"PO Box 2351, Wellington 6011","The New Zealand Commerce Commission (the Commission) is New Zealand's competition regulator. One of our functions is to actively monitor and promote competition in telecommunications markets; and ensure consumers benefit from better service, prices and choice. We are seeking proposals to implement and undertake nationwide measurement and reporting of the quality of experience for residential broadband services over a three year period. We are looking for credible providers who have the capability, experience and infrastructure to deliver accurate and accessible quality of experience information on a regular basis. You will need to have a proven track record in the management and implementation of broadband quality of experience testing, effective reporting and consumer engagement. We are seeking to maximise the consumer benefits of testing, by making information more accessible to consumers to allow the comparison of actual performance with advertised performance. The testing regime should be able to: ??? Support consumers to make price/quality decisions between access technologies and broadband providers, by providing easily accessible, robust and relevant information. ??? Accurately compare rural and urban broadband quality of experience. ??? Assess and compare current offerings in the broadband market segment, such as fixed wireless. ??? Deliver robust testing consistent with similar overseas regulators. ??? Continue to evolve to remain relevant and consistent with good industry practice.",Awarded,"The Commerce Commission has awarded contract for the three year Broadband testing and reporting programme. The successful tenderer is SamKnows Limited 135 Park Street SE1 9EA London United Kingdom The contract encompasses testing of up to 3,000 probes for a 36 month period, and quarterly public reporting of test results. The project will have a 3 month start-up phase, with formal testing to begin in September 2018. The contract began on 25th May 2018 and will end on 30th September 2021. Provision for a 12 month extension has been included. The total value over the life of the three year and four month contract will be approximately $2.8 million NZD. The Commission would like to thank all the tenderers for their participation in the tender process.",20201117 Commission for Financial Capability,19560708,Request for Proposals,Open Competition,Development of Financial Capability Learning Opportunities,,20180323,20180413,20180703,,Sole Agency,No,,"In 2017 the government chose the Commission for Financial Capability (CFFC) to develop and roll out nationwide Financial Capability programmes in schools to help young people become financially capable. The CFFC and the Ministry of Education agreed to partner to support the development of curriculum materials and supporting tools and resources to integrate financial capability across the curriculum for years 9 ??? 13 in the first instance. The CFFC is looking for a key partner to develop, design and implement Financial Capability digital learning opportunities into New Zealand schools. The purpose of this RFP is to solicit proposals from education consultancy providers for the ???concept phase??? of the ???Sorted in Schools??? Programme. The proof of concept phase consists of the development and implementation of one digital curriculum package (including assessments and exemplar answers), consisting of three unit standards. This package should adopt a problem-based or project based approach. Based on the outcomes of the implementation of the proof of concept phase, a key partner is chosen for the main implementation phase which consists in total of 10 Financial Capability packages consisting of 25 units including a package to be developed and delivered to either years 9/ 10, and other key tasks. Note: The co-constructed and exploratory nature of this programme means that the price range is indicative of the entire programme. However, proposals should be broken into 2 parts; (a) proof of concept phase and price, (b) proposal for all other packages, tasks and indicative pricing. Details for work will be negotiated with the preferred partner for the full implementation phase. In addition, you must be able to deliver the full programme thus you can not provide an response to part of the RFP. Please submit your RFP online (logged in as a supplier) by the specified due date via the 'tender your response' function. Alternatively, send your electronic copy to kelly.gay@cffc.org.nz and cc in tista.lythe@cffc.org.nz.",Awarded,,20201117 Counties Manukau District Health Board,3432673,Request for Tenders,Open Competition,CMDHB Lift Maintenance Contract 2014,SA22,20140822,20140909,20141121,Facilities Management,Sole Agency,No,"Tenders Box Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland",Contract for the maintenance of all lifts at Middlemore Hosptial and Manukau Health Park,Awarded,,20201117 Counties Manukau District Health Board,3549400,Request for Proposals,Open Competition,Market Research Services - Smokefree / Live Kidney Donation Aotearoa,180814,20140818,20140919,20150204,,Sole Agency,No,"Counties Manukau Health Building 34, Western Campus Middlemore Hospital Auckland","Market Research to two distinct programme areas ??? Smokefree and Live Kidney Donation Aotearoa, the output of which will be used to inform future marketing, communications and engagement approaches to populations that access these programmes and to inform the service planning, design and delivery of these programmes.",Awarded,,20201117 Counties Manukau District Health Board,3550243,Request for Proposals,Open Competition,Acute Mental Health Unit Middlemore - Architectural Services,,20140820,20140905,20141121,Facilities Management,Sole Agency,No,"Tenders Box, Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland","Provision of full architectural and health planning services for a new acute mental heatlh in-patient unit at Middlemore Hospital, replacing in stages the existing Taiho Mai facility. The new facility will require linkage into the existing spine of the hospital. The proposed 76 bed development is approximately 6,200m2. Please note: The Request for Proposal are requested only from architectural practices that have senior staff who can demonstrate relevant and proven experience in successfully built acute mental health facilities, that is a gateway requirement, and respondents are referred to item 4.2 of the RFP (page 12).",Awarded,Awarded to Klein Architects,20201117 Counties Manukau District Health Board,3954168,Request for Proposals,Open Competition,Acute Mental Health Unit Middlemore - Building Services Consultant,,20140901,20140919,20141121,Facilities Management,Sole Agency,No,"Tenders Box, Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland","Provision of mechanical, electrical and hydraulic building services for a new acute mental heatlh in-patient unit at Middlemore Hospital, replacing in stages the existing Taiho Mai facility. The new facility will require linkage into the existing spine of the hospital. The proposed 76 bed development is approximately 6,200m2. Please note: The Request for Proposal are requested only from building practices that have senior staff who can demonstrate relevant and proven experience in successfully built acute mental health facilities, that is a gateway requirement, and respondents are referred to item 4.2 of the RFP (page 12).",Awarded,,20201117 Counties Manukau District Health Board,4391897,Request for Proposals,Open Competition,"Counties Manukau Improving Infant Nutrition Project - Public Health Community Initiatives for Maaori, Pacific & South Asian Families",,20140915,20141013,20150401,Planning & Funding,Sole Agency,No,"Suz Lockett, CMDHB, Private Bag 94052, Manukau 2240, Auckland or Suz Lockett, CMDHB, Building 3, 19 Lambie Drive, Papatoetoe, Auckland","Counties Manukau District Health Board (CMDHB) is seeking proposals for services aimed at improving infant and toddler (aged 0-2 years) nutrition, using a public health approach to achieve some or all of the following priorities: ??? Increase knowledge and understanding of parents, grandmothers and other influential family members of 0-2 year olds regarding key issues, beliefs and barriers identified in the needs assessment as impacting on the nutrition and feeding practices of infants in Counties Manukau; ??? Increase family support for breastfeeding and age appropriate introduction of healthy first foods by responding to the beliefs and barriers and identified in the needs assessment, and supporting families and communities to develop/figure out their own solutions to the identified barriers; ??? Develop and improve practical skills in parents of 0-2 year olds and influential family members to make healthy, affordable and culturally appropriate infant foods and meals for the whole family; including preparing meal plans and shopping lists, accessing affordable and healthy food, cooking skills, and storing and freezing food; and ??? Develop and/or increase access to facilitated peer support groups for parents of 0-2 year olds in Counties Manukau to promote mother-to-mother support, increase confidence in new mothers, optimize parenting skills and parent-infant attachment, and improve breastfeeding duration and the timely introduction of first foods. This is a public health contract, for work at a population level with Counties Manukau communities. The priority populations for this work is Maaori, Pacific and South Asian families, particularly parents, grandmothers/nans and other influential family members of infants and toddlers aged 0-2 years in the Counties Manukau DHB region. The contract term for delivery of services in Stage 1 will be for an initial term of 12 months from 1 January 2015 to 31 December 2015.",Not Awarded,,20201117 Counties Manukau District Health Board,4403643,Request for Proposals,Open Competition,Counties Manukau Improving Infant Nutrition Project ??? Health Workforce Development Initiative,,20140915,20141013,20150317,Planning & Funding,Sole Agency,No,"Suz Lockett, CMDHB, Private Bag 94052, Manukau 2240, Auckland or Suz Lockett, CMDHB, Building 3, 19 Lambie Drive, Papatoetoe, Auckland","CMDHB is seeking proposals from providers to develop and implement a workforce development initiative, aimed at enhancing the way health professionals engage and communicate with parents and whaanau/families around infant and toddler nutrition, and improving the consistency of the key messages that are delivered by health professionals around infant and toddler feeding and nutrition. The initiative is expected to achieve the priorities identified below: ??? Improve the responsiveness and sensitivity of the health providers to provide non-judgemental and culturally appropriate care and information to mothers and their whaanau/family with a focus on infant and toddler feeding and nutrition; ??? Improve health providers engagement with the wider whaanau/family when discussing infant and toddler feeding and nutrition; ??? Improve the consistency of the key message delivered by health providers to parents and whaanau/family around breastfeeding, the introduction of first foods and other issues impacting on infant and toddler feeding and nutrition; and ??? Improve health providers understanding of health literacy approaches to build their capability to discuss infant and toddler feeding and nutrition with parents and whaanau/families. This is a contract for workforce development with maternity, child health, primary and secondary care health professionals working in the Counties Manukau DHB region. The contract term for delivery of services in Stage 1 will be for an initial term of 12 months from 1 January 2015 to 31 December 2015.",Awarded,,20201117 Counties Manukau District Health Board,4674902,Request for Proposals,Open Competition,Acute Mental Health Unit Middlemore - Structural Engineering Consultant,,20140922,20141010,20141121,Facilities Management,Sole Agency,No,"Tenders Box, Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland","Provision of structural engineering services for a new acute mental health in-patient unit at Middlemore Hospital, replacing in stages the existing Tiaho Mai facility. The new facility will require linkage into the existing spine of the hospital. The proposed 76 bed development is approximately 6,200m2. Respondents should note this is a 2 envelope process. A hard copy proposal via the tenders box is preferred.",Awarded,,20201117 Counties Manukau District Health Board,4675118,Request for Proposals,Open Competition,Acute Mental Health Unit Middlemore - Fire Engineering Consultant,,20140922,20141010,20141121,Facilities Management,Sole Agency,No,"Tenders Box, Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland","Provision of fire engineering services for a new acute mental health in-patient unit at Middlemore Hospital, replacing in stages the existing Tiaho Mai facility. The new facility will require linkage into the existing spine of the hospital. The proposed 76 bed development is approximately 6,200m2. Respondents should note this is a 2 envelope process. A hard copy proposal via the tenders box is preferred.",Awarded,,20201117 Counties Manukau District Health Board,4854186,Request for Proposals,Open Competition,"Options for Primary Birthing, Postnatal Care Facilities and Services in Counties Manukau DHB",,20140926,20141031,20150512,Planning & Funding,Sole Agency,No,"Counties Manukau District Health Board, 19 Lambie Drive, Manukau City. Attention: Dinah Nicholas","CMDHB wishes to purchase consultancy advice on potential option(s)/ recommendation(s) to improve access and use of primary birthing and postnatal care facilities as part of a programme of work to improve the experience women receive from maternity care, improve the quality of maternity services, and support women to engage in antenatal care by 12 weeks gestation",Awarded,,20201117 Counties Manukau District Health Board,5462994,Request for Proposals,Open Competition,Community Based Respite Services for People with Dementia,,20141016,20141114,20150320,Planning & Funding,Sole Agency,No,"Level 2, Esme Green Building, Middlemore Hospital, Otahuhu, Auckland",,Awarded,,20201117 Counties Manukau District Health Board,14744305,Request for Proposals,Open Competition,Acute Mental Health Unit Middlemore - Civil Engineering Services,,20150806,20150827,20150930,Facilities Management,Sole Agency,No,"Tender Box, Middlemore Hospital, Building 27, 100 Hospital Rd, Otahuhu, Auckland","Provision of Civil Engineering Services for a new 76 bed Acute Mental Hospital at Middlemore Hospital. The Preliminary design has been undertaken and this RFP is for the development of the design and supervision of the civil works. This RFP has been delayed due to the need to adequately scope the civil works that is now defined in the attached document ""VC Civil Preliminary Design Report and Drawings"". The design is to a internal courtyard model to meet a new model of care and is the first of its type in New Zealand. Proponents should note that local knowledge of the expected conditions and services at Middlemore Hospital will be of advantage.",Not Awarded,Awarded to VC Civil who responded via the tnedner box in hard copy,20201117 Counties Manukau District Health Board,14795577,Request for Proposals,Open Competition,CMDHB Grounds Maintenance Contract 2015,,20150807,20150831,20151015,Facilities Management,Sole Agency,No,,"Grounds Maintenance Contract for 10 Counties Manukau District Health Board sites in South Auckland The contract is for approximately 137,000 m2 fine mowing, 43,300 m2 rough mowing, garden and shrub maintenance, leaf and rubbish control, road sweeping, spraying, and arboreal advice.",Awarded,,20201117 Counties Manukau District Health Board,16845820,Request for Proposals,Open Competition,AMHU Provision of Nurse-call and Duress Alarm Systems CMH,,20151001,20151022,20160304,Facilities Management,Sole Agency,No,"Tender Box, CMH - Building 27, 100 Hospital Rd, Otahuhu, Auckland",,Not Awarded,The Austco supplied system is to be documented,20201117 Counties Manukau District Health Board,17592549,Request for Proposals,Closed Competition,Counties Manukau Pregnancy & Parenting Education Services,,20160610,20160708,20161214,,Sole Agency,No,"Counties Manukau Health, Att: Amy Carter, Private Bag 94052, Manukau OR Building 3, 19 Lambie Drive, Papatoetoe","Counties Manukau District Health Board (Counties Manukau Health) is seeking to engage a number of Providers to deliver tailored and targeted Pregnancy and Parenting Education services to the following Counties Manukau Health residents: pregnant women; parents of new babies (including adoptive parents) and the whaanau of these pregnant women and parents. The priority population for the services includes first time parents and groups who have poor engagement with education or health services and have the poorest health and social outcomes - Maaori, Pacific and teen parents. The selected Providers will be expected to focus on engagement, reducing barriers and acceptability of the services and approach to the priority population. The selected Providers will also be required to deliver the services in accordance with the ???Mokopuna Ora ??? Healthy Pregnancy and Baby??? Pregnancy and Parenting Education Curriculum. This Request for Proposal (RFP) is a closed competitive tender process from suppliers who have been shortlisted following the Registration of Interest (ROI).",Awarded,"Contracts for Pregnancy and Parenting Education Services in Counties Manukau have been awarded to Turuki Health Care, Alliance Health Plus via South Seas, and Taonga Education Centre.",20201117 Counties Manukau District Health Board,17630181,Request for Proposals,Open Competition,C M Health - MRI Service Expansion,,20160627,20160718,20160808,Facilities Management,Sole Agency,No,"Tender Box, Building 27, 100 Hospital Rd, Otahuhu, AUCKLAND","Full architectural services for the internal fitout of shell space in the Harley Gray Building to accomodate the MRI service involving two MRI (one new, one relocated).",Not Awarded,Klein Architects,20201117 Counties Manukau District Health Board,17700614,Request for Proposals,Open Competition,Diabetes Retinal Screening Programme,,20160715,20160822,20161012,Planning & Funding,Sole Agency,No,,"CM Health is looking to contract with a provider or providers who will be responsible for screening patients referred by primary care as well as providing opportunistic appointments, ensuring timely screening, recall and treatment and ensuring the Retinal Screening outcomes are reported to the patient, GP team and specialist care in a timely manner.",Not Awarded,,20201117 Counties Manukau District Health Board,17763987,Request for Proposals,Open Competition,Ophthalmology Procedures to Counties Manukau DHB,OPH151602,20160808,20160905,20170816,Provider Arm,Sole Agency,No,,"CMDHB provides secondary-level (hospital and specialist) care and a selected range of community and domiciliary services for the population of Counties Manukau - the area that stretches from Otahuhu to Port Waikato. It also provides niche specialist tertiary services for regional and national consumers in orthopaedic and plastic surgery, burns, spinal injury rehabilitation, renal dialysis, and neonatal intensive care. Middlemore Hospital is a large tertiary teaching hospital and one of the largest teaching hospitals in New Zealand. Annually, CMDHB provider arm services admit more than 100,000 in-patients, and handle in excess of 750,000 day-patients and out-patient attendances. The objective of this request process is to find the most cost-effective overall solution for the supply of Ophthalmology procedures to Counties Manukau District Health Board. All responses must be submitted in HARDCOPY marked ???Confidential RFP Documents??? to: Kelly Dransfield Contract Manager Counties Manukau District Health Board by courier Executive Management Suite Level 5 Galbraith Building Middlemore Hospital Hospital Road Otahuhu 1640 Auckland OR by post Middlemore Hospital Private Bag 93 311 Otahuhu 1640 Auckland NO ELECTRONIC COPY OR FAXED RESPONSES WILL BE ACCEPTED.",Not Awarded,,20201117 Counties Manukau District Health Board,18015638,Request for Proposals,Open Competition,NZ Health Innovation Hub Commercialisation Services,,20161011,20161104,20170703,Planning & Funding,Sole Agency,No,,"Commercialisation Services The NZ Health Innovation Hub is a limited partnership between Auckland, Canterbury and Counties Manukau district health boards. Established in 2013, the hub has recently reviewed its operating model. Due to the diversity of innovation ideas, the NZHIH Board is seeking to change the way it provides its commercialisation and advisory services to partner DHBs. The aim is to marshal the capabilities of an external team/organisation who can provide capability, experience, cost efficiency, networks and deliver results for NZHIH and its partner DHBs. Please refer to the attached document for further information.",Awarded,,20201117 Counties Manukau District Health Board,18040928,Request for Proposals,Closed Competition,Family Based Services to Improve Nutrition and Physical Activity in Counties Manukau,,20161018,20161111,20170324,Planning & Funding,Sole Agency,No,"3/19 Lambie Drive, Papatoetoe","Counties Manukau Health (CM Health) is seeking to appoint Providers to deliver community family based nutrition, activity, lifestyle and parenting skills programmes to overweight, obese or physically inactive children and young people in Counties Manukau and their whaanau/family. These services will support family and whaanau to make, and sustain, a range of lifestyle changes that will have long-lasting benefits to their health and wellbeing. There are two services we wish to purchase: ??? Family Based Services for Pre-School Children who are identified as obese (>98th centile) at their Before School Check (B4SC) and their Family. We are interested in innovative models and approaches to delivering the pre-school service and encourage interested Providers to think beyond existing approaches; and ??? GRx Active Families Service for School-Aged Children/Young People and their Family. This Request for Proposal (RFP) is a closed competitive tender process from suppliers who have been shortlisted following the Registration of Interest (ROI).",Awarded,,20201117 Counties Manukau District Health Board,18445753,Request for Proposals,Closed Competition,CMDHB - Self-management Support Services for people with Long Term Conditions,,20170307,20170412,20170901,Planning & Funding,Sole Agency,No,N/A,"Counties Manukau Health (CM Health) is looking for experienced providers who have the leadership, expertise and networks to integrate and deliver evidence based, innovative Self-management support solutions for locality populations.",Not Awarded,CM Health has cancelled the RFP process.,20201117 Counties Manukau District Health Board,18699264,Request for Quotations,Open Competition,Counties Manukau DHB - Clinical Editing Services,,20170530,20170619,20170726,Planning & Funding,Sole Agency,No,N/A,"Quotes must be submitted by email to Our Point of Contact (Catherine Turner: Catherine.Turner@middlemore.co.nz). Unless otherwise agreed by the Buyer, Quotes sent by post or fax, or hard copy delivered to our office, will not be accepted.",Not Awarded,"This tender is awarded to the following providers: 1. Andre George 2. Helen Liley 3. Karen Chung 4. McIntosh Medical Limited",20201117 Counties Manukau District Health Board,18717308,Request for Quotations,Open Competition,Counties Manukau DHB - Vasectomy Services RFQ,,20170602,20170620,20170726,Planning & Funding,Sole Agency,No,N/A,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the provision of vasectomy services (the Services) for eligible men living in the Counties Manukau District Health Board (CMDHB) catchment area.,Awarded,,20201117 Counties Manukau District Health Board,18815614,Request for Proposals,Open Competition,CMH - The Installation of Metering Services,,20170710,20170807,20190115,Facilities Management,Sole Agency,No,"Tender Box, Middlemore Hospital, Building 27, 100 Hospital Rd, Otahuhu, Auckland","CM Health is seeking to develop a long term relationship with a proven meter service company. The intention is to utilise ""turn-key"" solutions that will enable expansion of the metering points throughout the existing buildings. This RFP covers both the initial installation and commissioning of utility sub meters, and the on-going provision of services associated with data collection, analysis and reporting.",Awarded,,20201117 Counties Manukau District Health Board,20598066,Request for Proposals,Open Competition,CMH EHB Gastro Procedure Room and other projects,,20190114,20190213,20190315,Facilities Management,Sole Agency,No,"Tender Box, Building 27, 100 Hospital Rd, Otahuhu","This RFP seeks to initially establish the Project Manager for the EHB Gastro Procedure room Project, who will manage the design and construction processes under a lump sum contract. The RFP calls for a full service proposal based on a traditional procurement process. This RFP also provides the opportunity to negotiate other similar future works if mutually agreeable based on the agreed rates established for EHB Gastro Procedure rooms, adjusted where appropriate for time and scope. It is proposed the facility be valid for a period of 2 years after which time the arrangement is to be reviewed. A gateway requirement is that the proposed Project Manager has recent (within the last 5 years) relevant experience in a senior role controlling design and construction management for an acute hospital (either private or public).",Not Awarded,Awarded to RCP,20201117 Creative New Zealand,13496916,Request for Proposals,Open Competition,International Market Development Initiatives for Literature 2015 - 2018,,20150701,20150821,20151020,,Sole Agency,No,,"We are seeking proposals from a single provider to manage and deliver initiatives that develop international markets for New Zealand literature. The Required Services would be provided from the commencement of a contract with Creative New Zealand from November 2015 until 30 June 2018. The Required Services are to manage and deliver targeted initiatives to undertake the following objectives: 1. Increase international sales and readership of New Zealand literary titles 2. Increase the international profile of New Zealand literature and authors 3. Develop international networks and relationships to contribute to the above two objectives",Awarded,"Supplier name: Publishers??? Association of New Zealand (PANZ) Supplier address: B3, 72 Apollo Drive, Rosedale, Auckland 0632 Contract term: 1 October 2015 - 15 November 2018 Contract value: TOTAL $539,750 2015/16 $161,750 2016/17 $189,000 2017/18 $189,000",20201117 Creative New Zealand,14794247,Request for Proposals,Open Competition,Regional Arts Pilot - Southland Region,,20150807,20151106,20160222,,Sole Agency,No,,"Creative New Zealand is seeking proposals from groups, individuals or arts organisations to form, or assist in the formation of a strategic regional arts body in Southland that undertakes regional arts development and advocacy work, including developing and delivering capability building programmes for artists and arts organisations. We are open to proposals on how to achieve this either from a group that will be able to form as the regional arts body and deliver the programme themselves, or an individual or arts organisation that is able to spearhead the formation of the regional arts body and sub-contract any additional services that need to be provided. Eligible Respondents will be either resident in Southland or prepared to work from the Southland region. Date for presentations from Shortlisted Respondents is 17 November 2015, with presentations to be held in Invercargill.",Awarded,"Agency Name: Creative New Zealand Agency Address: Level 10 Aorangi House, 85 Molesworth Street, Wellington 6011 Successful Supplier: Community Trust of Southland and Murihiku Arts Incubator Address: 62 Don Street, Invercargill 9810 Description of Services: Regional Arts Development Up to $200,000 ($100,000 in Year One and $100,000 in Year Two) is available for the development of the Arts, and the establishment of a regional arts body which: ??? Revisits and refreshes the existing Project Art Southland blueprint for arts development in Southland (the Blueprint) ??? Undertakes key strategic planning and initiatives ??? Undertakes regional arts development work ??? Establishes a regional advisory/steering group/body ??? Seeks to secure ongoing funding for regional arts development Capability Building Programme Up to $80,000 ($40,000 in Year One and $40,000 in Year Two) is available for capability building programmes for artists and arts organisations to be delivered across the Southland Region which: ??? Respond to priorities identified in the Blueprint ??? Seeks to leverage additional funds ??? Draw on appropriate expertise ??? Target organisations which work with young people, M??ori and Pacific communities and / or are focused on participation ??? Work in partnership with other stakeholders (e.g. Territorial Authorities, Creative New Zealand and other funders). Date Contract was awarded: 25 January 2016 Duration of Contract: 2 years",20201117 Creative New Zealand,14976037,Request for Proposals,Open Competition,Review of Creative New Zealand's multi-year funding / investment programmes,,20150811,20150914,20151020,,Sole Agency,No,,"The purpose of this RFP is to invite proposals from suitably qualified and experienced individuals or organisations to undertake the Required Services stipulated below. REQUIRED SERVICES: The Required Services will deliver an external review of Creative New Zealand???s Investment Programmes (Toi T??tara Haemata and Toi Uru Kahikatea). This external review is a key component of a review of these two programmes that is planned for completion by July 2016. The Required Services would be provided from the commencement of a contract with Creative New Zealand until the completion of the external review by 30 April 2016. What are we seeking to achieve? The review is to provide the Arts Council of Creative New Zealand with an external independent assessment of the effectiveness of the programmes through which makes funding decisions about multi-year investment into arts organisations and meets its legislative requirement to maintain and develop a professional arts infrastructure. The External Review will assess: ??? The degree to which the two investment programmes have achieved their intended purposes. ??? The efficiency and effectiveness of the design of the two investment programmes. ??? The efficiency and effectiveness of the implementation of the two investment programmes. ??? The degree of (a) understanding, and (b) support for the purpose and design, of the two investment programmes in the arts sector, in particular by organisations currently funded by Creative New Zealand. ??? Whether significant changes to the design and implementation of the programmes are recommended and the rationale for any recommended changes. Creative New Zealand has agreed with the Minister for Arts, Culture and Heritage to undertake this review to ensure that these programmes are meeting planned outcomes.",Awarded,,20201117 Creative New Zealand,14977675,Request for Proposals,Open Competition,National Publishing Internships Initiative 2015 - 2018,,20150811,20150828,20151020,,Sole Agency,No,,"Creative New Zealand is seeking proposals from suitably qualified and experienced New Zealand organisations or agencies to manage and deliver the national publishing internships initiative that will develop the national publishing sector. The Required Services would be provided from the commencement of a contract with Creative New Zealand in September 2015 until 30 December 2018. The Required Services are to: ??? develop, deliver and monitor an internship initiative that supports and grows the national publishing sector ??? provide and manage a detailed budget for the internship initiative, inclusive of the Respondent???s fee for managing the initiative ??? develop and manage an application and assessment process (including eligibility and selection criteria) for interns and host publishers ??? promote the internship opportunity to publishers via written materials and communications ??? provide clear guidelines, and develop agreements with both the interns and the host publishers that detail the structure of the internship, the development opportunities and any identified projects that the intern will work on during their placements ??? provide an appropriate mentor, external or internal, who will be a regular point of contact and provide support and guidance for the intern, where required ??? identify and help to resolve any issues that may arise relating to the placements from either the intern or the host publisher ??? provide advice to the intern about ways to use the experience for career development following the internship ??? provide timely and comprehensive reports to Creative New Zealand at agreed intervals about the achievements and challenges of the internship initiative, including financial statements, and reports from the intern and the host publishers ??? provide advice to Creative New Zealand about ways to improve the design and impact of the internship initiative.",Awarded,"Post Award Notice Supplier name: Publishers??? Association of New Zealand (PANZ) Supplier address: B3, 72 Apollo Drive, Rosedale, Auckland 0632 Contract term: 1 October 2015 - 15 November 2018 Contract value: $90,000 2016 - 2018",20201117 Creative New Zealand,17207648,Request for Proposals,Open Competition,Regional Arts Pilot (Waikato Region),,20150629,20150731,20160222,,Sole Agency,No,,,Awarded,"Agency Name: Creative New Zealand Agency Address: Level 10 Aorangi House, 85 Molesworth Street, Wellington 6011 Successful Supplier name: Creative Waikato Successful Supplier address: 131 Alexandra St, Hamilton, 3240 Description of Services: M??ori Arts Discussion Paper contract and manage a sub-contractor to research and draft a discussion paper which captures key data regarding M??ori arts activity (current and planned) and development needs and provides key recommendations. Research and recommendations for the discussion paper are to be based around the question: ???What regional creative infrastructure (both hard and soft) is required to develop M??ori arts across the Waikato???? Capability Building Programme ??? Regional capability building programme for artists and art organisations run across the Waikato region in all districts/centres (excluding Hamilton, but including Taup?? and Ruapehu). Date Contract Awarded: 1 October 2015 Duration of Contract: 2 years Exemption Justification applied: 15.9 (c) (i) ??? Only one supplier: The services can be supplied by only one supplier and there is no reasonable alternative or substitute because for technical reasons there is no real competition.",20201117 Creative New Zealand,17760365,Request for Proposals,Open Competition,Digital Strategy Coaching initiative,,20160808,20160902,20161124,,Sole Agency,No,"1st Floor, Southern Cross Building, 57-61 High Street, Auckland 1010",Creative New Zealand is seeking to appoint a Supplier who will be responsible for the delivery of a customised training programme to selected clients. The Digital Strategy Coaching initiative is a capability building initiative that assists arts organisations to develop a digital strategy so they can manage their creativity and business in an increasingly digital environment. Creative New Zealand will oversee the initiative and provide coordination at a national level.,Awarded,,20201117 Creative New Zealand,17761829,Request for Proposals,Open Competition,Evaluating databases information and management reporting systems initiative,,20160808,20160902,20170119,,Sole Agency,No,"1st Floor, Southern Cross Building, 57-61 High Street, Auckland 1010 PO Box 1425, Auckland 1140","Creative New Zealand is seeking to appoint a Supplier who will be responsible for the delivery of a customised training programme to selected Creative New Zealand investment clients. Evaluating databases, information and management reporting systems initiative is a capability building initiative that aims to improve arts organisational capability in the collection and use of data, databases, information systems and management reporting systems. Creative New Zealand will oversee the initiative and provide coordination at a national level.",Awarded,,20201117 Creative New Zealand,18088549,Request for Proposals,Open Competition,Fundraising initiatives,,20161101,20161129,20170221,,Sole Agency,No,"PO Box 1425, Auckland 1140","This procurement relates to the delivery of two initiatives as part of the capability building programme and a new Arts Philanthropy and Partnerships Programme (APPP): 1. Fundraising coaching for organisations 2. Fundraising for boards These initiatives are part of a broader suite of offerings focused on building the capability of Creative New Zealand investment clients to attract income from non-government sources in order to become more sustainable The initiatives include internally managed contestable funds and other initiatives based on income diversification.",Awarded,,20201117 Creative New Zealand,18627272,Request for Proposals,Open Competition,"New Zealanders and the Arts: Attitudes, attendance and participation in 2017 and Audience Atlas New Zealand research initiatives",,20170505,20170606,20170918,,Sole Agency,No,"Creative New Zealand, Southern Cross Building level 1, 59-67 High street, Auckland 1010","Creative New Zealand is seeking to appoint a Supplier who has the requisite skills, experience and capacity to deliver the following components of Creative New Zealand’s triennial research programme: 1. Design and fieldwork for New Zealanders and the Arts: Attitudes, attendance and participation in the arts tri-annual survey 2. Design and fieldwork for booster surveys for New Zealanders and the Arts for invited agencies and Territorial Authorities 3. Fieldwork for Audience Atlas New Zealand survey 4. Fieldwork for booster surveys for Audience Atlas New Zealand for invited agencies and Territorial Authorities These initiatives provide vital insights and comparative data for Creative New Zealand, selected agencies and arts organisations about the national levels of cultural engagement over a long term. They also provide stories to advocate for the arts and practical up-to-date data that arts organisations can use to develop marketing, programming and income generation strategies. Creative New Zealand will oversee the initiatives and provide input via an internal reference group.",Awarded,,20201117 Creative New Zealand,18748540,Request for Proposals,Open Competition,Pacific Heritage Arts Fono 2017 and 2018,,20170614,20170721,20170815,,Sole Agency,No,,"Creative New Zealand is seeking applications from suitably qualified organisations, groups or individuals to organise and deliver the 2017 and 2018 Pacific Heritage arts fono. The fono are focused on strengthening the practice of Pacific heritage arts in New Zealand by providing an annual opportunity for New Zealand Pacific heritage artists to share knowledge and skills.",Awarded,,20201117 Creative New Zealand,20144854,Request for Proposals,Open Competition,On Board the Arts - Governance recruitment and training initiative,,20180912,20181017,20190116,,Sole Agency,No,"1st Floor, Southern Cross Building, 57-61 High Street, Auckland 1010","Creative New Zealand is seeking to appoint a Supplier who has the requisite skills and knowledge to design and deliver a new governance recruitment and training initiative. The initiative is aimed at a minimum of three new board members who will be mentored and guided on good governance practice. It will also develop the skills of board members across at least three of our investment portfolio of 80 clients. We will accept proposals from a group of Suppliers provided a lead contact is identified who will be responsible for managing and reporting on the initiative. The initiative will grow the pool of available arts governors by targeting individuals with high potential. We are looking to recruit and develop new Board members for arts organisations to ensure a high quality, diversified governing body and a resilient arts sector. The Supplier will work in conjunction with Creative New Zealand to develop and deliver On Board the Arts Governance recruitment and training initiative as part of Creative New Zealand???s capability building programme in the 2018-19 financial year. The initiative has two broad components: 1. Recruitment, training and induction for new governors of arts organisations 2. Match-making and training for boards of the arts organisations receiving the new governors Creative New Zealand will oversee the initiative and provide coordination at a national level. Creative New Zealand is looking for a credible Supplier who has the capability, experience and capacity to deliver the On Board the Arts Governance recruitment and training initiative for selected new board members and New Zealand arts organisations. The Supplier needs to have a good track record of working successfully in governance in an arts environment, expert knowledge of board management, governance, strategies related to diversity and inclusion and helping organisations to remain relevant to the communities they are seeking to serve. The appointed Supplier will have strong coaching, mentoring, facilitation and leadership skills to be able to work with a range of roles within organisations, including senior managers, board chairs and board members as well as highly talented leaders and ???high flyers??? not yet in a board role. The proposal must demonstrate value for money.",Awarded,,20201117 Department of Conservation,463747,Request for Tenders,Open Competition,Aerial 1080 bait sowing and related work - Matemateaonga/Waitotara Operation - Old GETS ref# 42668,,20140630,20140801,20181010,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Aerial 1080 over 51 000ha in Whanganui National Park and adjoining conservation lands from August 2014",Not Awarded,"Agency Name: Department of Conservation Description of the Service or Goods: pest control Please provide all the applicable tender categories. More than one can apply. Please click here for a list of acceptable categories. Environmental services Date Contract was Awarded: 22nd August 2014 Duration of the Contract (Including any extensions): 10 months Estimated cost of the Procurement: $100K- $250K The type of Procurement process:??? Open Tender Exemption Justification ( if selective process is chosen please click here for Exemption Form and reasons for Exemption. N/A",20201117 Department of Conservation,463753,Request for Tenders,Open Competition,"Request for Tender, Buller Road Bridge - Old GETS ref# 42673",116,20140701,20140804,20141104,,Sole Agency,No,"DOC Nelson Office, Private Bag 5, 186 Bridge Street, Nelson 7042.","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Department of Conservation requests tenders for construction of a new road bridge and removal of an old bridge at the source of the Buller River, Lake Rotoiti, Nelson Lakes National Park.",Awarded,"Agency name: Department of Conservation Agency address: Nelson Office, 186 Bridge Street, Nelson Successful supplier???s name: Thelin Construction Ltd Successful supplier???s address: 14 McPherson St, Richmond, Nelson Description of the services or goods: Contract to construct a road bridge across the source of the Buller River Please provide all the applicable tender codes. 72000000 Date the contract was awarded:20/10/2014 Duration of the contract (including any extensions):12 weeks, contract start date: 02/02/2015 Estimated cost of the procurement $500K-$1M Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,463757,Request for Tenders,Open Competition,Hokitika Campsite & Amenity Area Servicing 2014-2017 - Old GETS ref# 42701,NWSI-SV/13/14/17,20140702,20140804,20140903,,Sole Agency,No,Hokitika Services Office - Private Bag 701 - Hokitika,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Cleaning of campsite and amenity area toilets, rubbish collection and collection of camp fees/donations",Awarded,"Agency Name: Department of Conservation Agency Address: Private Bag 701 Hokitika Successful Supplier name:Naomi Te Whata Cleaners Successful Supplier Address: 45 Davie St Hokitia Description of the Service or Goods: Hokitia Campsite and Amenity Area Servicing Please provide all the applicable tender categories.Cleaning equipment and supplies Date Contract was Awarded: 29/08/2014 Duration of the Contract (Including any extensions): 3 Years Estimated cost of the Procurement:$250K -$500K The type of Procurement process: Open Tender Exemption Justification N/A",20201117 Department of Conservation,519253,Request for Tenders,Open Competition,"Styx, Arahura and Taipo stoat trap line service contract June 2014 - Old GETS ref# 42810",,20140714,20140815,20140902,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER This contract is for the servicing of stoat tunnel lines in the Styx, Arahura and Taipo river valley's on the South Islands West Coast for the purpose of blue duck protection.",Awarded,"Agency Name:Department of Conservation Agency Address: 10 Sewell St HokitikaSuccessful Supplier name:Heritage Contracting Ltd Successful Supplier Address:110 Blake Street Greymouth Description of the Service or Goods:Servicing Stoat Traps in Styx, Arahura and Taipo Valleys Please provide all the applicable tender categories. More than one can apply: 70000000 Farming and Fishing and Forestry and wildlife contracting services Date Contract was Awarded:20/08/2014 Duration of the Contract (Including any extensions):1/09/2014 ??? 30/06/2015 Estimated cost of the Procurement: $50K ??? $100K The type of Procurement process: Open Tender Exemption Justification ( if selective process is chosen please click here for Exemption Form and reasons for Exemption.",20201117 Department of Conservation,623615,Request for Proposals,Open Competition,"Antipodes Island Mouse Eradication, Aerial and Transport Services - Old GETS ref# 42867",4587,20140721,20140912,20141205,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Tenders are invited for the aerial and shipping services required to complete the eradication of mice from Antipodes Island. Note that a Suppliers are invited to a Briefing at DOC in Christchurch on the 5th of August to discuss the RFP (see registration form attached) Please direct all Questions through the GETs website.",Not Awarded,This Tender has been cancelled due to the inability to find a suitable provider to meet the requirements stated in the tender.,20201117 Department of Conservation,1915405,Request for Tenders,Open Competition,Bruce Road Thin Asphaltic Surfacing,,20140128,20140304,20140729,,Sole Agency,No,,Mill and replace Asphalt Surfacing,Awarded,"Agency Name: Department of Conservation Agency Address : Private Bag Mount Ruapehu 3951 Successful supplier name: Higgins Contractors Ltd Successful supplier Address: PO Box 5357 Frankton Hamilton Description of the Service or Goods : Mill and Replace Asphalt Surfacing of Bruce Rd at Whakapapa Ski field Date Contract was Awarded: 19 March 2014 Duration of the Contract (Including any extensions) Three Weeks Estimated cost of the Procurement $100K - $250K Exemption Justification ( if selective process is chosen please click here for Exemption Form and reasons for Exemption. N/A",20201117 Department of Conservation,2080262,Request for Tenders,Open Competition,Assessment of cryptic seabird mortality on trawl warps and longlines,,20140204,20140512,20140730,,Sole Agency,No,,,Awarded,"Agency Name: Department of Conservation Agency Address: - 18-31 Manners St, Wellington Successful Supplier Name: Dragonfly Limited Successful Supplier Address: 10 Milne Terrace, Island Bay Wellington Description of the Service: To review available information from international literature and unpublished sources to characterize and inform estimation of Cryptic mortality and live releases for at-risk seabirds in New Zealand trawl and longline fisheries. 2. To identify those species and/or fishery groups for which current uncertainty regarding cryptic mortality contributes most strongly to high risk scores for at-risk seabird species,a nd recommend options to improve estimation of cryptic mortality for those species/fishery group combinations. Date contract was awarded: 14/4/2014 Duration of the Contract - 4 months Estimated cost of the Procurement - $50K - $100K No exemptions justifications were used.",20201117 Department of Conservation,2080321,Request for Tenders,Open Competition,Lake McKenize Hut Toilet Block - Old GETs ref# 42011,,20140404,20140509,20140730,,Sole Agency,No,,,Awarded,"Agency Name: Department of Conservation Agency Address : Lake Front Drive, PO Box 29, Te Anau, 9600 Successful supplier name: John Henderson Construction Ltd Successful supplier Address: 394 Paradise Road, Glenorchy, 9372 Description of the Service or Goods : Demolition of old Toilet Block and construction of new. Decommission and removal of old wastewater system, and construction and installation of new. Date Contract was Awarded: 1st June 2014 Duration of the Contract (Including any extensions) 4.5 months. Construction complete and Code of Compliance Certificate issued by 15th October 2014. Estimated cost of the Procurement $250K to 500K No Exemption was applied.",20201117 Department of Conservation,2080362,Request for Tenders,Open Competition,1 Wasp economic evaluation March 2014 - Old GETs ref# 41943,,20140404,20140509,20140730,,Sole Agency,No,,Old GETS number ref # 41943,Awarded,"Agency Name: Department of Conservation Agency Address : Conservation House, 18 -32 Manners Street Wellington 6143 Successful supplier name:Sapere Research Group Limited Successful supplier Address: Level 9, 1 Willeston Street PO Box 587 Wellington 6140 Description of the Service or Goods : Provide an analysis of the impact of pest wasps Date Contract was Awarded: Wednesday 21st May 2014 Duration of the Contract (Including any extensions) 35 days Estimated cost of the Procurement $50,000",20201117 Department of Conservation,2080419,Request for Tenders,Open Competition,Aerial bait distribution in the Cascade/Hope 2014 - Old GETs ref# 41371,,20140130,20140307,20140730,,Sole Agency,No,,This tender is closed - please refer to Old GETs ref# 41371,Awarded,"Agency Name: Department of Conservation Agency Address: S.H 6 Main Road Fox Glacier Successful Supplier Name: Central South Island Helicopters Limited Successful Supplier Address: 51 Ross Rd, RD 8 Oamaru 9495 Description of Service/ Goods: Aerial Bait Distribution Cascade/Hope Date Contract was Awarded: 01/4/2014 Duration of the Contract: 9/5/2014 8/5/2014 (including any contracts) Estimated Costs of the Procurement - $100K - $250K No exemption justifications were used.",20201117 Department of Conservation,2085692,Request for Tenders,Open Competition,Fiordland District Office and Visitor Centre Cleaning Contract - Old GETs Ref # 41688,,20140310,20140411,20140730,,Sole Agency,No,,,Awarded,"Agency Name: Department of Conservation Agency Address : Lake Front Drive, Te Anau Successful supplier name: Mr Green, Te Anau Successful supplier Address: 42 Westmere Place, Manapouri Description of the Service or Goods : Cleaning Services Date Contract was Awarded: 1st May 2014 Duration of the Contract (Including any extensions) 2yrs plus 1yr. Finish 31st April 2016 and 31st April 2017 Estimated cost of the Procurement $50k - $100K There was not Exemptions Justifications used on the Tender.",20201117 Department of Conservation,2709136,Request for Tenders,Open Competition,Weed Control - Rakaia and Rangitata River Catchments,2709136,20140806,20140910,20141031,,Sole Agency,No,"Department of Conversation, 13-15 North Terrace, Geraldine.",The Department is seeking contractors for ground weed control services in the riverbeds and adjacent Conservation land in the Rakaia and Rangitata river catchments.,Awarded,"Agency name: Department of Conservation Agency address: North Terrace Geraldine 7930 Successful supplier???s name: (list all suppliers if multiple suppliers are awarded.) Landcare Services Ltd Matt Ford Contracting Successful supplier???s address: 203 Orari River Road, RD 22, Peel Forest 7992 274 Glenmark Drive, RD 3, Amberley 7483 Description of the services or goods: Weed control Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 77000000 Date the contract was awarded:17 October 2014 Duration of the contract (including any extensions):9 months Estimated cost of the procurement:$100K-$250K Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,3699183,Request for Proposals,Open Competition,Protected Species Bycatch Newsletter,,20140822,20140929,20141106,,Sole Agency,No,"Tender Box, 18-32 Manners St, Wellington 6011","This proposal is to produce a bimonthly newsletter covering best practises mitigation methods, current relevant events, updates on novel methods or new mitigation trials and information on protected species and the nature of their interactions with commercial fishing. Six newsletters are required per annum, the contractor is reponsible for sourcing and writing all content and images.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, Whare Kaupapa Atawhai, 18-32 Manners Street, Wellington Successful supplier???s name: JPEC Ltd Successful supplier???s address: PO Box 35122, Lower Hutt 5041, New Zealand Description of the services or goods:The objective is to produce a newsletter to communicate protected species-related information to trawl and longline fishermen. Please provide all the applicable tender codes 77000000 Date the contract was awarded: 1 November 2014 Duration of the contract (including any extensions): 2 years Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification n/a",20201117 Department of Conservation,3757320,Request for Proposals,Open Competition,Conservation Services Programme subantarctic seabird and pinniped research,,20140825,20140929,20150210,,Sole Agency,No,Only Electronic submissions will be accepted,To select a panel of suppliers to conduct research services as part of the Conservation Services Programme (see http://www.doc.govt.nz/csp) on seabird and pinniped populations on New Zealand subantarctic islands and the Chatham Islands.,Awarded,"Agency name:Department of Conservation Agency address:18-32 Manners St Wellington Successful supplier???s name:Albatross Research Blue Planet Marine New Zealand Ltd Latitude 42 environmental consultants Pty Ltd National Institute of Water and Atmospheric Research Ltd Parker Conservation Description of the services or goods:The scope of the research will be for albatrosses, burrow-nesting petrels and New Zealand sea lions, using ground survey methods (including mark-recapture techniques) and helicopter or fixed wing aircraft photographic surveys. Projects will include analysis and reporting of results. Please provide all the applicable tender codes. 77000000 Date the contract was awarded: 5 February 2015 Duration of the contract (including any extensions):4 years Estimated cost of the procurement:$250K-500K per annum Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,3841615,Request for Tenders,Open Competition,Kapiti Wellington District Bait Station Servicing,,20140827,20141001,20141215,,Sole Agency,No,"Tender Box - Department of Conservation, 181 Thorndon Quay, Piptea , Wellington 6011","The Kapiti Wellington district has a number of significant lowland coastal kohekohe forests, which are considered rare in the lower North Island region and are particularly susceptible to animal pests such as possums and rats. Three sites within this district are listed as Ecological Management Units (EMU???s) of significance, and one is a private covenant. DOC has a network of bait stations placed throughout the reserves. This tender is to procure a contractor which can service bait stations with toxic bait, targeting both rats and possums. Servicing includes filling bait stations with bait, removing old bait and recording relevant bait station information. Servicing is carried out at quarterly intervals, starting in October 2014.",Awarded,"Agency name: Department of Conservation Agency address: Poneke/Wellington Office 181 Thorndon Quay Pipitea Wellington 6011 Successful supplier???s name: Nga Uruora Conservation Contracting Limited Successful supplier???s address: 11 Haumia Street Paekakariki Paekakariki 5034 Description of the services or goods: Bait Station Servicing Please provide all the applicable tender codes. 70000000 Date the contract was awarded: 10 Dec 2014 Duration of the contract (including any extensions): 10 Dec 2014 to 30 June 2016 Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,4083364,Request for Tenders,Open Competition,Whareorino Goat Control,,20140904,20141009,20141111,,Sole Agency,No,"Whareorino Goat Control, Department of Conservation, Te Kuiti Office, 78 Taupiri St, Te Kuiti 3941","Provide 2000 hours of Goat Hunting in the Whareorino Range, Western King Country.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 38, Te Kuiti Successful supplier???s name:Backcountry Contracting Ltd Successful supplier???s address:698 KAHUTERAWA RD, RD 2 PALMERSTON NORTH 4472 Description of the services or goods: Whareorino goat control Please provide all the applicable tender codes. 70000000 Date the contract was awarded: 8 Nov 2014 Duration of the contract (including any extensions) To June 2015 Estimated cost of the procurement: $50K-$100K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,4083391,Request for Tenders,Open Competition,Rangitoto Goat Control,,20140904,20141009,20141111,,Sole Agency,No,"Rangitoto Goat Range Tender, Department of Conservation, Te Kuiti Office, 78 Taupiri St, Te Kuiti 3941","provide 500 Hours of Goat Hunting in the Rangitoto Range, Pureora Forest Park.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 38, Te Kuiti Successful supplier???s name: Backcountry Contracting Ltd Successful supplier???s address: 698 KAHUTERAWA RD, RD 2 PALMERSTON NORTH 4472 Description of the services or goods: Rangitoto Range Goat control Please provide all the applicable tender codes. 70000000 Date the contract was awarded: 8 Nov 2014 Duration of the contract (including any extensions):To June 2015 Estimated cost of the procurement: $10K-$50K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,4083413,Request for Tenders,Open Competition,Hauhungaroa Goat Control,,20140904,20141009,20141111,,Sole Agency,No,"Hauhungaroa Goat Control Tender, Department of Conservation, Te Kuiti Office, 78 Taupiri St, Te Kuiti 3941","Provide 500 hours of goat hunting in the Hauhungaroa Range, Pureora Forest Park.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 38, Te Kuiti Successful supplier???s name:Backcountry Contracting Ltd Successful supplier???s address: 698 KAHUTERAWA RD, RD 2 PALMERSTON NORTH 4472 Description of the services or goods: Hauhungaroa Range Goat control Please provide all the applicable tender codes. 70000000 Date the contract was awarded: 8 Nov 2014 Duration of the contract (including any extensions): To June 2015 Estimated cost of the procurement: $10K-$50K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,4119981,Request for Tenders,Open Competition,Roberts Point Swing Bridge Construction,,20140908,20141010,20141128,,Sole Agency,No,"Roberts Point Swing Bridge Construction Tender, Department of Conservation, 10 Sewell St, Hokitika 7810.","This tender involves the construction of a 111 metre swing bridge on the Roberts Point Track in the Waiho Valley at Franz Josef Glacier. Construction takes place in what is considered a remote location. Specialist experience in this type of bridge construction and in this remote environment is essential. There are technical elements relating to the construction of the anchors and work at heights. Drilling expertise is a mandatory element.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street Hokitika 7810 Successful supplier???s name: (list all suppliers if multiple suppliers are awarded) Rock Control Successful supplier???s address: PO Box 96 4500 Wanganui Description of the services or goods:Supply and construct 111mtr swing-bridge on the Roberts Point Track, Franz Josef. Please provide all the applicable tender codes. 95000000 Date the contract was awarded: 21/10/2014 Duration of the contract (including any extensions):9 weeks Estimated cost of the procurement:$50K-$100K Type of procurement process:Open tender Exemption justification N/A",20201117 Department of Conservation,4370489,Request for Proposals,Open Competition,Franz Josef Office/VC Build,Old GETs Ref 42194,20140428,20140602,20140912,,Sole Agency,No,,This Tender closed on the 2nd of June 2014.,Awarded,"Agency Name: Department of Conservation Agency Address: 13 State Highway 6 PO Box 14 Franz Josef Glacier 7856 Successful Supplier name:Shout Group and Design + Space Successful Supplier Address: Ericksen Laing Communications Limited 128 Nelson Street Petone Wellington Description of the Service or Goods:Westland Tai Poutini National Park Visitor Centre and Area Office Fit-Out Please provide all the applicable tender categories. Building and facility construction and maintenance services Date Contract was Awarded: 29/8/2014 Duration of the Contract (Including any extensions): 9 months Estimated cost of the Procurement: $250K-$500K The type of Procurement process:Open Tender Exemption Justification ( if selective process is chosen please click here for Exemption Form and reasons for Exemption N/A",20201117 Department of Conservation,4370677,Request for Proposals,Open Competition,Leadership Development,,20150213,20150320,20150818,,Sole Agency,No,"Tender Box - Department of Conservation National Office, 18-32 Manners St Wellington 6011","Design and delivery of systems leadership development workshops and supporting products and services such as online modules, coaching and the facilitation of action learning groups.",Awarded,"Agency name: Department of Conservation Agency address: 18-23 Manners St Te Aro Wellington Successful supplier???s name:Taribon Successful supplier???s address: 53-59 Bowood Rd NSW Australia Description of the services or goods: Design and delivery of systems leadership development workshops and supporting products and services such as online modules, coaching and the facilitation of action learning groups Please provide all the applicable tender codes: 80000000 - Management and Business Professionals and Administrative Services 86000000 - Education and Training Services Date the contract was awarded:14/8/2015 Duration of the contract: 2 years Estimated cost of the procurement: $1M-$5M Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,5127911,Request for Tenders,Open Competition,Survey of New Zealanders,,20141006,20141111,20150126,,Sole Agency,No,"The Tender Box, The Department of Conservation, Conservation House, 18-32 Manners St, Wellington 6011 - Attention Michael Harbrow","The Department of Conservation has commissioned an annual nation-wide population survey every year from 2011-2014. This is called the Survey of New Zealanders. The Department is now seeking to purchase data collection, analysis, and reporting services for the next two iterations of the survey. The successful Participant in this procurement will be offered a two year contract to undertake these services in 2015 and 2016. This contract will include an opportunity for renewal for a further two years, so the successful Participant will also potentially be invited to provide these services in 2017 and 2018. Goods/Service provision includes: ???Data collection services for a nation-wide survey of at least 4,200 people using a combined postal/online method. ???Statistical analysis of the data collected including significance testing, cross tabulations for every question, and netted up open ended responses. ???Delivery of a thorough, well presented, and readable report presenting the results. Goods/Service provision excludes: ???Data collection using telephone polling or online panels.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House 18-32 Manners Street Wellington 6011 Successful supplier???s name: Ipsos Limited Successful supplier???s address: Level 4, James Fletcher House 581 Great South Road Penrose Auckland 1642 Description of the services or goods: Data collection - a survey of at least 4,200 New Zealanders. Tender Codes - 77100000 - Environmental management 80000000 - Management and Business Professionals and Administrative Services Date the contract was awarded: 22/1/2015 Duration of the contract (including any extensions): 2 years Estimated cost of the procurement:$100K-$250K Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,5171033,Request for Tenders,Open Competition,Tasman Valley Road Resurfacing,,20140828,20140828,20141007,,Sole Agency,No,This tender has now closed,"This was a closed Tender, and the exemption was awarded under the under Rule D. Additional goods, services or works Goods, services or works additional to the original requirements that are necessary for complete delivery. This exemption applies where all three of the following conditions are met: i. the original contract was openly advertised, and ii. a change of supplier cannot be made for economic or technical reasons, and iii. a change of supplier would cause significant inconvenience or substantial duplication of costs for DOC",Awarded,"This was a closed tender, please refer to the objective for exemption reasons.",20201117 Department of Conservation,5200009,Request for Tenders,Open Competition,Waikaremoana Oxidation Pond Removal,,20140718,20140718,20141009,,Sole Agency,No,This tender has now closed.,,Not Awarded,"Agency name: Department of Conservation Agency address: P.O. Box 1146 Rotorua 3404 Successful supplier???s name:H. G. LEACH & COMPANY LIMITED Successful supplier???s address: Quarry Road R.d.1 Tirohia Paeroa Description of the services or goods:The contract is for the removal and restoration of the old oxidation pond on Lake Waikaremoana, in Te Urewera, located in the Wairoa District. Please provide all the applicable tender codes. 72000000, 77000000 Date the contract was awarded: 24th September, 2014 Duration of the contract (including any extensions): 8 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,5645961,Request for Tenders,Open Competition,Bulk Fuel Upgrade or Decommissioning at Five Sites in the Central North Island Region,CNI-S-124,20141028,20141202,20150323,,Sole Agency,No,"Department of Conservation, 37 Motutaiko Street, Taupo, 3330","This contract is for the construction and/or remediation of bulk fuel storage facilities at five sites in the Central North Island Region (Pureora, Pipiriki, Waikaremoana, Aniwaniwa and Whakapapa Village). By the end of this work, all sites shall be HSNO compliant or meet certification requirements (where applicable), be compliant to all legislative and Resource Management Act directives for hazardous substances, as well as comply with Department of Conservation best practice measures. The Contract Works include the following elements: supply and installation of diesel and petrol tank; removal and disposal of above ground and below ground fuel tanks; deconstruction and removal of concrete block bund; removal of contaminated soil if required and disposal at an authorised facility; site work for improvement of drainage and insertion of spill containment structures; general minor site improvement measures.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful supplier???s name: Petroleum Services (2001) Ltd Successful supplier???s address: 15 Manchester Place, Hamilton 3241 Description of the services or goods: Upgrade or removal of bulk fuel facilities at 5 sites in the Central North Island region. Please provide all the applicable tender codes. More than one can apply. 15000000,30000000,72000000,95000000 Date the contract was awarded:13 March 2015 Duration of the contract (including any extensions):16 weeks Estimated cost of the procurement:$250K-$500K Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,5985223,Request for Tenders,Open Competition,Lake Sylvan Track Upgrade,SSIR-P01-13/14,20141104,20141209,20150319,,Sole Agency,No,"Wakatipu District Office - Department of Conservation, Southern South Island Region, Cavells Building, 1 Arthurs Point Road, Queenstown","This contract is for the construction/upgrade of the Lake Sylvan walking track. This track is part of the Wakatipu Districts walking track network and the site has high landscape and environmental values, therefore the successful contractor is required to exercise special care to protect these values during construction. The Contract Works include the following elements: ??? Track construction / upgrade of approx 2017meters ??? Construction of boardwalks and bridges ??? Associated establishment, site clearance and other work necessary to complete the works.",Awarded,"Agency Name: Department of Conservation Agency Address: K?? Moana Haehae / Alexandra Office 43 Dunstan Road Alexandra 9320 Successful Supplier name: John Henderson Construction Ltd Successful Supplier Address:PO Box 36 Glenorchy Description of the Service or Goods: Track & Structure Construction Please provide all the applicable tender categories. 72000000 Date Contract was Awarded: 6 March 2015 Duration of the Contract (Including any extensions): 12 months Estimated cost of the Procurement: $250K-$500K The type of Procurement process:Open Tender Exemption Justification ( if selective process is chosen please click here for Exemption Form and reasons for Exemption. N/A",20201117 Department of Conservation,6096118,Request for Tenders,Open Competition,Kauaeranga Valley Campground Maintenance and Fee Collection December 2014 - June 2018,,20141107,20141212,20150114,,Sole Agency,No,"Department of Conservation, Crn of Pahau and Kirkwood Street, Thames, 3500.","The Department of Conservation is the central government organisation charged with promoting conservation of the natural and historic heritage of New Zealand on behalf of, and for the benefits of, present and future New Zealanders. The services required in this contract are to provide for visitors to Public Conservation Land in the Kauaeranga Valley, a continually well operated and maintained network of campgrounds and associated facilities in a cost effective manner and to provide an appropriate level of service. The scope of work types included in the Contract Works is summarised as: (a) Mowing (b) Vegetation and Edge Control (c) Litter Control (d) Graffiti Control (e) Furniture, Fixtures and Structures maintenance (f) Horticultural Maintenance (g) Public Toilet Maintenance and Servicing (h) Site Security (First Response) (i) Campground Fee Collection and Management",Not Awarded,This Tender has been cancelled due to the inability to find a suitable provider to meet the requirements stated in the tender.,20201117 Department of Conservation,6099466,Request for Tenders,Open Competition,Awaroa ??? Hauturu Aerial Possum Control,,20141107,20141212,20150303,,Sole Agency,No,"Awaroa ??? Hauturu possum Tender, Department of Conservation,Te Kuiti Office,78 Taupiri St,Te Kuiti 3941","Management, consultation and delivery of an Aerial 1080 Possum Control Operation in the Waikato in 2015",Awarded,"Agency name: Department of Conservation Agency address: PO Box 38, Te Kuiti Successful supplier???s name: EcoFX Successful supplier???s address: PO Box 248, Otorohanga Description of the services or goods: Possum control operation Please provide all the applicable tender codes.70000000 Date the contract was awarded:1 March Duration of the contract (including any extensions):3 months Estimated cost of the procurement:$100K-$250K Type of procurement process: Open tender Exemption justification n/a",20201117 Department of Conservation,6276530,Request for Tenders,Open Competition,Blue Lakes Track Upgrade,ESIR-AMC01-2015,20141113,20150109,20150319,,Sole Agency,No,"Department of Conservation, Southern South Island Region, Wakatipu District Office,Cavells Building, 1 Arthurs Point Road, Queenstown","This contract is for the construction/upgrade of the Blue Lakes walking track. This track is part of the Aoraki/Mt Cook Districts walking track network and the site has high landscape and environmental values, therefore the successful contractor is required to exercise special care to protect these values during construction. The Contract Works include the following elements: ??? Track construction / upgrade of approx 1033meters ??? Construction of boxed steps ??? Associated establishment, site clearance and other work necessary to complete the works.",Awarded,"Agency Name: Department of Conservation Agency Address:K?? Moana Haehae / Alexandra Office 43 Dunstan Road Alexandra 9320 Successful Supplier name:Recreation Construction Ltd Successful Supplier Address: 254 Hilderthorpe Road 7HRD Oarmaru Description of the Service or Goods: Track Construction Please provide all the applicable tender categories. 72000000 Date Contract was Awarded: 06 March 2015 Duration of the Contract (Including any extensions): 12 months Estimated cost of the Procurement: $250K-$500K The type of Procurement process: Open Tender Exemption Justification N/A",20201117 Department of Conservation,6280802,Request for Tenders,Open Competition,Otago Central Rail Trail Bridge Painting,SSIR-ALEX01-14/17,20141113,20150109,20150319,,Sole Agency,No,"Department of Conservation, Southern South Island Region, Wakatipu District Office,Cavells Building, 1 Arthurs Point Road, Queenstown",This contract is for the painting of a number of steel bridges on the Otago Central Rail Trail (OCRT). The Contract Works require the preparation and repainting of the steelwork on eleven bridges located on the Otago Central Rail Trail as shown on the location map under and generally described in the RFT and specification documents.,Awarded,"Agency Name: Department of Conservation Agency Address: K?? Moana Haehae / Alexandra Office 43 Dunstan Road Alexandra 9320 c) Successful Supplier name: Southern Industrial Coatings Ltd Successful Supplier Address:91 Annan Street Invercargill Description of the Service or Goods: Bridge Painting Please provide all the applicable tender categories. 72000000 Date Contract was Awarded: 19 Feb 2015 Duration of the Contract (Including any extensions):4 years Estimated cost of the Procurement:$1M - $5M The type of Procurement process:Open Tender Exemption Justification N/A",20201117 Department of Conservation,6397625,Request for Tenders,Open Competition,Earthquake Plaster Repairs at Wooden Government Buildings,,20141117,20150109,20150817,,Sole Agency,No,"Department of Conservation, 220 South Road, Masterton 5840",,Awarded,"Agency name: Department of Conservation Agency address: PO Box 5086 Wellington Successful supplier???s name: RAB Contracting Ltd Successful supplier???s address:Te Kohanui Takapu Rd Tawa Description of the services or goods: Plaster repairs Please provide all the applicable tender codes:72000000 - Building and Facility Construction and Maintenance Services Date the contract was awarded:1/8/2015 Duration of the contract: 31/6/2016 Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,6844275,Request for Tenders,Open Competition,Catchpool Campground and Amenity areas,,20141127,20150112,20150519,,Sole Agency,No,"Department of Conservation, 181 Thorndon Quay, Piptea, Wellington 6011",To service Catchpool Campground and Amenity areas,Awarded,"Agency name: Department of Conservation Agency address: 181 Thorndon Quay Pipitea Wellington 6011 Successful supplier???s name: Roger Pope Successful supplier???s address:1039 Coast Rd Wainuiomata Description of the services or goods: To service Catchpool Campground and Amenity areas. Please provide all the applicable tender codes. 72000000 76110000 80160000 83000000 Date the contract was awarded: 10/04/2015 Duration of the contract: 12 months Estimated cost of the procurement:$50K-$100K Type of procurement process:Open tender Exemption justification N/A",20201117 Department of Conservation,6886006,Request for Tenders,Open Competition,Great Barrier Island Workshop,,20141112,20141112,20141128,,Sole Agency,No,N/A,"This was a closed Tender, and the exemption was awarded under the under Rule A A genuine emergency as defined in the Procurement and Supplier Management SOP.",Not Awarded,"This was a closed tender, please refer to the objective for exemption reasons.",20201117 Department of Conservation,7060335,Request for Proposals,Open Competition,Radio Network Helpdesk and Radio Network Support Services,,20141203,20150202,20150917,,Sole Agency,No,"The Tender Box, The Department of Conservation, 18-23 Manners St Wellington 6011",National support for DOC???s analogue radio network. This includes helpdesk services to manage user interaction plus repeater repair and maintenance services,Awarded,"Agency name: Department of Conservation Agency address:18-32 Manners St Te Aro Wellington Successful supplier???s name: Transfield Services (NZ) Ltd Successful supplier???s address: 34 Monokia St Rotorua Description of the services or goods: National support for DOC???s analogue radio network. This includes helpdesk services to manage user interaction plus repeater repair and maintenance services Please provide all the applicable tender codes: 4300000 and 83111900 Date the contract was awarded: 3 September 2015 Duration of the contract: 3 year initial term with two rights of renewal of 24 months each Estimated cost of the procurement:$1M -$5M Type of procurement process:Open tender Exemption justification : n/a",20201117 Department of Conservation,7308700,Request for Tenders,Open Competition,Kaitawa Houses Waste Water Upgrade,CNI-S-144,20141211,20150128,20150414,,Sole Agency,No,"The Department of Conservation, 37 Motutaiko St, Taupo",The Department of Conversation wishes to up grade the sewage systems at 7 houses its owns at Kaitawa(near Tuai). The present systems are inadequate and MWH Consultants have designed systems which will adequately address the present systems failures.,Awarded,"Agency name: Department of Conservation Agency address: 37 Moturaiko Street Taupo 3330 Successful supplier???s name: Aquaholics Successful supplier???s address:P.O Box 6082, Brookfield Tauranga 3146 Description of the services or goods: Decommission and removal of two existing septic tanks and associated drains at the Department of Conservation???s Kaitawa Houses (7X) and the installation and commission of individual septic tank and disposal systems for each house (7X) Please provide all the applicable tender codes. 72000000 Date the contract was awarded: April, 2015 Duration of the contract:6 Weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification : n/a",20201117 Department of Conservation,7410103,Request for Tenders,Open Competition,Management of Whakapapa Holiday park at Whakapapa for the Department Of Conservation,,20141215,20141215,20141215,,Sole Agency,No,This Tender closed on the 18/7/2014,This Tender closed on the 18/7/2014,Awarded,"Agency name: Department of Conservation Agency address: DOC Whakapapa Village Successful supplier???s name: Whakapapa Tourism Holdings Ltd Successful supplier???s address: 51 Ahuriri St , Strathmore Park , Wellington Description of the services or goods: Management of Whakapapa Holiday park at Whakapapa for the Department Of Conservation Please provide all the applicable tender codes. More than one can apply. 83000000 Public Utilities and Public sector related services 80000000 Management and business professional and administration services Date the contract was awarded: 22/11/2014 Duration of the contract (including any extensions): 2 years commencing on 1 st October 2014. One renewal for a further term of one year final expiry 30 September, 2017 Estimated cost of the procurement:$50K-$100K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,8949464,Request for Tenders,Open Competition,Kitchener Avalanche Deflection Bund,,20150216,20150323,20150908,,Sole Agency,No,"The Tender Box, 32 River Rd, Rangiroa 7400","To construct a gravel avalanche deflection bund on Kitchener Fan in Aoraki Mt Cook National Park. 1. Excavate, cart, place and compact approx.45 000 bank cubic metres of sandy gravel 2. Strip footprint and stockpile topsoil - approx. 1 ha ( approx. 3 500 bank cubic metres ) 3. Rehabilitate area of disturbance including the surface of the avalanche bund (approx.1 ha.)",Awarded,"Agency name: Department of Conservation Agency address: 32 River Road Rangiora 7400 Successful supplier???s name:Geotech Ltd Successful supplier???s address: PO Box 76 Charleston Buller 7865 Description of the services or goods:Construction of an avalanche deflection berm on Kitchener Fan, Aoraki Mt Cook National Park Please provide all the applicable tender codes. 95000000 Date the contract was awarded: 07/08/2015 Duration of the contract (including any extensions) 6 months Estimated cost of the procurement:$500k-$1M Type of procurement process:Open tender Exemption justification-N/A",20201117 Department of Conservation,9310140,Request for Proposals,Open Competition,Evaluating the (non-market) impacts of wilding conifers on cultural values,4632,20150226,20150402,20150514,,Sole Agency,No,"Department of Conservation, Conservation House 18-23 Manners St, Wellington 6011","The Department of Conservation is undertaking a case study focusing on current and likely future impacts (20 year horizon) of wilding conifers on cultural values associated with natural and historic heritage in New Zealand through a suite of local level case studies involving local communities. This investigation will complement an economic analysis recently undertaken by the Ministry for Primary Industries (MPI) looking at the current and future impacts of wilding conifer incursion. This investigation will use a participatory approach (using interdisciplinary methods from the social sciences???e.g. surveys, workshops, participatory mapping and interviews using interpretive, deliberative and dialogue-based techniques) for collecting detailed qualitative, quantitative, spatial and aspatial data to assess the impact of wilding conifers on cultural values (relating to natural & historic heritage) for at least three local level case studies in New Zealand. Each of the case studies will consider three scenarios: (1) current wilding conifer incursion (2) a future scenario (20 year horizon) assuming current management levels continue, and (3) a future scenario where wilding conifers are completely removed from the study site",Awarded,"Agency name: Department of Conservation Agency address: 18 -32 Manners Street, PO Box 10 -420, Wellington 6143 Successful supplier???s name:Landcare Research Ltd. Successful supplier???s address:P.O. Box 69040 Lincoln 7640 Description of the services or goods:a. As described in Schedule 3, review literature on the impacts of wilding conifers on cultural values and possible approaches for the assessment of these values. Please provide all the applicable tender codes.77000000 ???Environmental Services 81000000 ??? Engineering and Research and Technology Based Services Date the contract was awarded: 30th of April 2015 Duration of the contract :5.5 months Estimated cost of the procurement:$50K-$100K Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,9372224,Request for Tenders,Open Competition,South Westland Glacier Access Roads Maintenance Contract 2015-2018,NWSI-SV/13/14/12,20150302,20150408,20150716,,Sole Agency,No,Department of Conservation 10 Sewell Street Hokitika,"The contract works include the following: Inspection, programming, reporting and quality assurance; pavement structure maintenance for sealed and unsealed roads; surface maintenance of sealed roads; maintenance grading of unsealed roads; maintenance of unsealed roads including metalling and surface water channel maintenance; shoulder and verge maintenance; traffic services (edge and culvert marker posts, bridge end markers, signs, pavement markings); maintenance of roadside furniture (guardrails, sight rails); removal of debris and detritus; maintenance of storm water structures (including culverts); vegetation control; maintenance of shared use paths for pedestrians and cyclists; emergency works",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 701 Hokitika Successful supplier???s name: Westroads Ltd Successful supplier???s address: 267 Kaniere Road Hokitika Description of the services or goods: Maintenance of the Franz Josef and Fox Glacier Access Roads,, the Glacier View Road, and the Franz and Fox walking & cycling paths. Applicable tender codes: 30000000, 83000000 Date the contract was awarded: 7th May 2015 Duration of the contract (including any extensions): 3+1+1 years Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: Not Applicable",20201117 Department of Conservation,9503690,Request for Tenders,Open Competition,Seismic Strengthening ??? Packhorse Hut,PH-001,20150304,20150410,20150706,,Sole Agency,No,"32 River Road, Rangiora 7400","Complete seismic strengthening work on the Packhorse Hut including the following: 1.Provide new ceiling to work as a diaphragm 2.Provide fixings between roof structure and all walls 3.Replace deteriorated mortar in all walls and chimney 4.Rebuild top of Chimney 5.Tying of entrance archway 6.Stabilise flat window arches of gable walls and side walls.",Awarded,"CONTRACT AWARD NOTICE Agency name: Department of Conservation Agency address: Mahaanui Field Centre 31 Nga Mahi Road Sockburn Christchurch Successful supplier???s name: Watts & Hughes Construction Ltd Successful supplier???s address: 3rd Floor 15 Vestey Drive Mt Wellington Auckland 1060 Description of the services or goods: Seismic strengthening of the historic Packhorse Hut, Banks Peninsula Please provide all the applicable tender codes. 72000000 - Building and Facility Construction and Maintenance Services Date the contract was awarded: 6th May 2015 Duration of the contract (including any extensions):6 months Estimated cost of the procurement:$0 ??? 50k Type of procurement process:Open tender Exemption justification:NA",20201117 Department of Conservation,9819173,Request for Tenders,Open Competition,Stage 3 Momorangi Campground Upgrade,Contract#117,20150311,20150417,20150608,,Sole Agency,No,"DOC Nelson Office, Level one, Monro Building, 186 Bridge Street, Nelson","Demolition of an existing ablutions block and construction of a new ablutions , kitchen and laundry facility at Momorangi Campground in the Marlborough Sounds.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 5 Nelson Successful supplier???s name: Kennedy Construction Ltd Successful supplier???s address: PO Box 3309 Richmond nelson 7050 Description of the services or goods:Construction of campground amenity and kitchen block, demolition of existing block. Please provide all the applicable tender codes. More than one can apply:72000000,95000000 Date the contract was awarded:01 June 2015 Duration of the contract: 23 weeks Estimated cost of the procurement:$500K-$1M Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,10595621,Request for Tenders,Open Competition,Wainui Falls Track Structures Upgrade,,20150417,20150525,20150730,,Sole Agency,No,"Tender Box, Department of Conservation, Private Bag 5, Nelson, 7010","This tender calls for the construction of bridges and staircases on the Wainui Falls track in Golden Bay. The track is a popular short walk requiring an upgrade to suit the type and volume of users. Included with other non price attributes, Tenderers must be able to demonstrate experience and ability in the construction of suspension bridges, staff competencies for working at heights, and experience in managing remote construction projects involving helicopter operations. 1. 1 x 9m long section of boxed steps 2. 1 x 35m suspension bridge 3. 1 x 13m single span timber bridge 4. 1 x 4.3m single span timber bridge 5. 1 x 10m & 12m timber bridge with central pier 6. Dismantaling and removal of three timber bridges and one swing bridge",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 5, Nelson Successful supplier???s name: Edifice Contracts Ltd Successful supplier???s address: PO Box 1013, Levin, 5540 Description of the services or goods: Construction Suspension bridge and timber bridges on walking track to Wainui Falls, Golden Bay Please provide all the applicable tender codes. 72000000 95000000 Date the contract was awarded: 13/07/15 Duration of the contract:14 weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification n/a",20201117 Department of Conservation,11295428,Request for Proposals,Open Competition,"Pateke Predator Control - Mimiwhangata, Teal Bay, Whananaki & Whangaruru",Pateke Predator2015-2016,20150428,20150603,20150619,,Sole Agency,No,"The Tender Box, 2 South End Ave, Raumanaga, Whangarei 0110.","Pateke are an endemic duck whose decline throughout New Zealand is largely due to introduced predators and habitat destruction. The Teal Bay Mimiwhangata/Whananaki/Whangaruru coast is one of the last remaining strongholds for this species, and is home to at least 600 birds. Predator control, particularly of stoats and cats, is crucial to their survival, and has been refined over many years by the Pateke Recovery Group to provide protection for pateke and allow their numbers to increase. This refinement is reflected in the detailed requirements in the contract. The contract requires services to undertake predator trapping operation on both Public Conservation land (Mimiwhangata Coastal Park) and private land in the Teal Bay, Whananaki and Whangaruru areas between 1 July 2015 and 28 June 2017. The Director-General has established 641 trap sites across these areas which are to be serviced weekly or fortnightly, or monthly depending on the site and season (see clause 1.9 of the contract for further details). Bait supply and preparation is included in the services required (see clause 1.19 of the contract for further details).",Awarded,"Agency name: Department of Conservation Agency address: 2 Southend Avenue, Raumanga, Whangarei Successful supplier???s name:R T Contracting Successful supplier???s address:543 Kaiikanui Road, RD1, Hikurangi 0181 Description of the services or goods:Pateke Predator Control, Mimiwhangata/Teal Bay/Whananaki/Whangaruru Please provide all the applicable tender codes:77000000 Date the contract was awarded: 16 June 2015 Duration of the contract: 2 years Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,11940707,Request for Tenders,Open Competition,Predator Proof Fencing at Department of Conservation Burwood Bush Takahe Rearing Unit,LCC-04-14-119,20150515,20150622,20150928,,Sole Agency,No,"Department of Conservation, 1 Lakefront Drive, Te Anau 9600","This request for tender is for the construction of a predator proof enclosure, requiring fencing of approximately 5.5km. It also requires earthworks to construct an ATV track on both sides of the fence. Gates and culverts are to be fitted as outlined in the documents provided.",Awarded,"Agency name: Department of Conservation Agency address: Lakefront Drive Te Anau 9600 Successful supplier???s name: Fencetec 2015 (Limited) Successful supplier???s address: DAVID WILLIAMSON ACCOUNTING SERVICES LTD, 44 Lees Street, Gladstone, Invercargill, 9810 , New Zealand Description of the services or goods:Predator proof pen construction and associated earthworks Please provide all the applicable tender codes: 70000000 72000000 Date the contract was awarded: 1/09/2015 Duration of the contract: 9 months Estimated cost of the procurement: $250K-$500K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,11995121,Request for Tenders,Open Competition,Fiordland (Te Moana o Atawhenua) Marine Area Baseline Re-Monitoring 2015/16,,20150515,20150622,20150807,,Sole Agency,No,"DOC Fiordland District Office, Lakefront Drive, Te Anau, 9600","To design and carry out a research project that will provide repeat monitoring of established long-term subtidal monitoring sites in the Fiordland (Te Moana o Atawhenua) Marine Area, thereby providing data for selected objectives of the overall monitoring plan for the FMA.",Awarded,"Agency name: Department of Conservation Agency address:Te Anau Office Lakefront Drive Te Anau 9600 Successful supplier???s name: NIWA Nelson Successful supplier???s address: 217 Akersten Street Port Nelson Nelson, 7010 Description of the services or goods: Contract for Marine monitoring project in the Fiordland (Te Moana o atawhenua) Marine Area Please provide all the applicable tender codes. 81170000 - Biological science services Date the contract was awarded: 26/06/2015 Duration of the contract (including any extensions): 23/09/2016 Estimated cost of the procurement: $50K-$100K Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,12376527,Request for Tenders,Open Competition,Aerial 1080 bait sowing and related work - Mokaihaha,,20150528,20150706,20181010,,Sole Agency,No,"The Tender Box, Department of Conseervation Rotorua Office, 99 Sala St, Rotorua",The Rotorua District office of the Department of Conservation is undertaking aerial pest control in part of Moikahaha from August 2015 using 1080 impregnated cereal pellets. This tender will result in a contract for service for a provider to apply first non-toxic ???pre-feed??? and then toxic cereal pellets at a prescribed application rate.,Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes. 77000000 Date the contract was awarded: 29/7/15 Duration of the contract (including any extensions):4 months Estimated cost of the procurement:$10K-$50K Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,12430449,Request for Proposals,Open Competition,Replacement Vessel for the Eastern South Island,,20150602,20150707,20151104,,Sole Agency,No,"The Tender Box, Conservation House 18-32 Manners St, Te Aro Wellington 6011",Replacement of the current Departmental vessel based in Akaroa.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful supplier???s name: White Pointer Boats Successful supplier???s address: 189 Stanley Road, Gisborne Description of the services or goods: Replacement of the current Departmental vessel based in Akaroa. Please provide all the applicable tender codes. More than one can apply. 25000000 - Commercial and Military and Private Vehicles and their Accessories and Components 72000000 - Building and Facility Construction and Maintenance Services 78000000 - Transportation and Storage and Mail Services Date the contract was awarded: 16/10/15 Duration of the contract: 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification - n/a",20201117 Department of Conservation,12498763,Request for Tenders,Open Competition,Post implementation review of changes to the DOC structure,This tender is closed.,20150602,20150602,20150602,,Sole Agency,No,Department of Conservation 18-32 Manners St Wellington,This Tender is for the Post Implemetation review of Changes to DOC structures. This is tender is closed.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House 18-23 Manners St Te Aro Wellington 6011 Successful supplier???s name:Taribon Successful supplier???s address:P.o Box 2081 Sydney 2001 NSW Australia Description of the services or goods:Post Implementation review of changes to the DOC Structure Please provide all the applicable tender codes.80000000 Date the contract was awarded:20/08/2014 Duration of the contract (including any extensions):3 months Estimated cost of the procurement: ???$250K-$500K Type of procurement process:???Closed tender Exemption justification N/A",20201117 Department of Conservation,12605912,Request for Tenders,Open Competition,Southern Coromandel Aerial 1080 Pest Operations 2015,,20150609,20150714,20181010,,Sole Agency,No,There are no hard copies being received for this Tender.,"The Department of Conservation, Hauraki Office, is undertaking possum and rat control over parts of the Southern Coromandel area using aerially applied 1080 cereal pellets. This RFT is intended to select a provider to aerially apply the cereal pellets, non-toxic followed by toxic (0.15%, 1080), to a total area of 25,500 hectares across three discrete operational blocks. The contract will require that each bait application is completed within a two day period across the three sites, and includes transport of the bait to the three loading sites. The contracted operator will be required to hold (or obtain) a resource consent for discharge from Waikato Regional Council to undertake the activity.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes. 12000000 77000000 Date the contract was awarded: 4/08/15 Duration of the contract: 13 weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,12880564,Request for Tenders,Open Competition,Medlands Beach Platform and Toilet Construction,NWSI-S-057,20150612,20150717,20150820,,Sole Agency,No,"The Tender Box, Department of Conservation, 186 Bridge St, Nelson 7010","Tenders are being callled for the construction of a viewing platform and two pan toilet block at Medlands Beach on the Abel Tasman Coastal Track, within the Abel Tasman National Park. The contractor is to supply all plant, labour, materials and transport; there is no road access to the site. A full description of the requirements are found in the Tender documents and four pdf files contained in this GETS listing.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 5 Nelson Successful supplier???s name: N Kennedy Construction Ltd Successful supplier???s address: 66 Vincent St Nelson Description of the services or goods:Construction of toilet block and viewing platform Please provide all the applicable tender codes. 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 14/08/15 Duration of the contract: 12 weeks Estimated cost of the procurement: $50K-$100K Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,12940999,Request for Tenders,Open Competition,Technology Supplier Panel,,20150615,20150615,20150616,,Sole Agency,No,Please note that this tender has already closed.,This tender closed on the 1/7/2014,Awarded,"This tender has been awarded to ??? Fronde Systems Group limited ??? Catalyst.Net Limited ??? Datacom Systems (Wellington) Limited Further Award Information: This contract has a duration of 2 years with te option to extend for two further periods of two years each, to a maximum of 6 years. The services involved for the Panel are IT design, development, test, deployment and Support services. Award Date : Tuesday, 16th June 2015 2015 4:39 PM (Pacific/Auckland UTC+12:00)",20201117 Department of Conservation,13108390,Request for Tenders,Open Competition,Piano Flat Campsite Upgrade,SSIS067,20150619,20150728,20150909,,Sole Agency,No,"The Tender Box, The Department Of Conservation, 1 Lake Front Drive, Te Anau 9640","This tender is for the supply of construction and general services in relation to the Campsite Upgrade at Piano Flat in the Waikaia Valley. The tendered works include the installation of three Norski Toiletsand tanks, the supply and installation of post and rail fencing, the excavation and construction of 3 access ways and 2 gravel carparks, the forming and pouring of concrete pads for picnic tables and fireplaces, mole plowing, field drains and drainage upgrade, and planting.",Awarded,"Agency name: Department of Conservation Agency address: 33 Don St, Invercargill 9810 Successful supplier???s name: Wilson & Keen Contracting Ltd Successful supplier???s address: 185 Devereux Road, RD2, Winton Description of the services or goods:Construction Services Please provide all the applicable tender codes:95000000, 83000000, 72000000, 30000000, 22000000 Date the contract was awarded: 2nd September 2015 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,13229621,Request for Tenders,Open Competition,Moehau Predator Control,,20150623,20150728,20151214,,Sole Agency,No,"The Tender Box, The Department Of Conservation Coromandel Field Base, 355 Kapanga Rd, Coromandel 3506",Predator trapping has been carried out within the northern Coromandel area over the past 12 years to control the mustelid population. The Department of Conservation invites tenders from suitably experienced Participants for Services to control the mustelids population on Mt Moehau at the northern end of the Coromandel Peninsula. The contract would run for a term of 12 months with renewal options to extend the term by a further 2 years (1+1+1). Services commence in September 2015 and consist of monthly checking and baiting rounds on 30 separate trap lines. Each trap line would have between 14 and 112 ???DOC 200??? type traps. There will be 12 trapping rounds throughout the term with the last taking place during October 2016. Each trapping round commences on the first Monday of each calendar month and has a duration of fourteen days.,Awarded,"Agency name: Department of Conservation Agency address: 355 Kapanga Road Coromandel Successful supplier???s names: Colville Sawmill, Gryphon Subsea Ltd, LCK Enterprise, Lettecia Williams, Lukas Arundel-Luff, Luke Fenton, Wildlife Management Services Successful supplier???s addresses: Wood Road, Colville PO Box 41, Coromandel 103 Robinson Road, Whitianga 1052 Port Charles Rd, Colville 7 Moana Crescent, Kennedy Bay 1409 Port Charles Rd Coromandel Kauearanga Valley RD2 Thames Description of the services or goods: Moehau Predator Control Applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 1st December 2015 Duration of the contract: 3 years Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,13353104,Request for Proposals,Open Competition,Holdsworth Caretaker Contract,RVA 04/53,20150626,20150731,20150914,,Sole Agency,No,"The Tender Box, Masterton DOC Office, 220 South Rd, Masterton","Maintenace of Holdsworth Campground, Lodge and Holdsworth Jumbo loop Track.",Awarded,"Agency name: Department of Conservation Agency address: 220 South Road, Masterton Successful supplier???s name: Eric and Debbie Barber Successful supplier???s address: 116 Longridge Road, RD10 Masterton Description of the services or goods: Caretaker role at Holdsworth campground and Lodge and Holdsworth Jumbo loop Track. Please provide all the applicable tender codes: 72000000 Date the contract was awarded:September 4th 2015 Duration of the contract (including any extensions): 2 Years Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,14223700,Request for Proposals,Open Competition,Project Management Kauri Dieback,,20150724,20150828,20151221,,Sole Agency,No,We are not accepting hard copies for this Tender,"Provision of engineering and design work for multiple track upgrade projects, to prevent spread of kauri dieback disease. Undertaking sourcing activities, including preparation of tender documentation, advertising and short listing of applicants for construction. Management and supervision of construction contracts across multiple locations from the Far North to the Bay of Plenty.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street Te Aro Wellington Successful supplier???s name: Frame Group Limited Successful supplier???s address: Pompallier Centre 2 Pompallier Tce Ponsonby Auckland Description of the services or goods: Provision of engineering and design work for multiple track upgrade projects, to prevent spread of kauri dieback disease. Please provide all the applicable tender codes. 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 72000000 - Building and Facility Construction and Maintenance Services 77000000 - Environmental Services 80000000 - Management and Business Professionals and Administrative Services 81000000 - Engineering and Research and Technology Based Services 83000000 - Public Utilities and Public Sector Related Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded:10th of November 2015 Duration of the contract (including any extensions):30 months ??? June 2018 Estimated cost of the procurement: $500k - $1M Type of procurement process: Open tender Exemption justification: Nil",20201117 Department of Conservation,14431893,Request for Proposals,Open Competition,Nelson Lakes Campgrounds and Amenity Cleaning,,20150728,20150901,20151002,,Sole Agency,No,"Department of Conservation, Nelson Lakes Office, View Road, St Arnaud, Nelson,7053",Cleaning of the Kerr Bay campsite amenity block and kitchen block and the West Bay (Buller and Jetty) Kitchen and toilet blocks. The frequency of cleaning being 7 days a week during the summer months moving to 5 days during the October school holidays and 3 days a week during the off-season.,Awarded,"Agency name: Department of Conservation Agency address: Nelson Lakes Office, View Road, St Arnaud, 7053, Nelson Successful supplier???s name: Ina Biertuempfel Successful supplier???s address: 7 Coates Street, St Arnaud, 7053,Nelson Description of the services or goods: Amenity Block Cleaning at Kerr Bay and West Bay, Lake Rotoiti Please provide all the applicable tender codes: 7600000 Industrial Cleaning Services Date the contract was awarded: 1/10/15 Duration of the contract (including any extensions): 3 Years Estimated cost of the procurement:$10K-$50K Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,14432260,Request for Tenders,Open Competition,Kia Wharite - Mangapurua Aerial Pest Operation 2015,,20150728,20150901,20150929,,Sole Agency,No,"Department of Conservation 34-36 Taupo Quay, Whanganui 4500",Aerial application of 1080 bait sowing and related work in the Mangapurua section of the Whanganui National Park.,Awarded,"Agency name: Department of Conservation Agency address: 33 ??? 36 Taupo Quay Whanganui, 4500 Successful supplier???s name: Ravensdown Aerowork Limited Successful supplier???s address: 312 Main South Road Hornby, Christchurch 8042 Description of the services or goods: Aerial 1080 bait sowing and relates work ??? Mangapurua Operation. Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 24/09/2015 Duration of the contract (including any extensions):18/09/2015 to 30/06/2016 Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,15504088,Request for Tenders,Open Competition,Waikaremoana Holiday Park Powered Sites Upgrade,CNI-S-186,20150824,20150929,20151126,,Sole Agency,No,No hard copies are being received for this tender. Please submit all tender documentation electronically via GETS,"The Lake Waikaremoana Holiday Park is operated by the Department of Conservation. The purpose of this project is to undertake the replacement of the electrical infrastructure associated with the powered campsites. It is proposed to completely replace the service pillars, including the mounting pole and supplying cable, to meet electrical regulations. As all caravan service pillars and cabling are new, the replacement of the electrical infrastructure will be required to meet the current electrical requirements, including AS/NZS 3000:2007 and AS/NZS 3001:2008. Work is to be completed by middle of November, 2015.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 1146 Rotorua 3040 Successful supplier???s name: Falcon Electrical Limited Successful supplier???s address: PO Box 3002 HBMC Napier 4142 Description of the services or goods: The replacement of the electrical infrastructure associated with the powered campsites at the Holiday Park. Please provide all the applicable tender codes. 26000000 - Power Generation and Distribution Machinery and Accessories 39000000 - Electrical Systems and Lighting and Components and Accessories and Supplies 72000000 - Building and Facility Construction and Maintenance Services Date the contract was awarded: 24th November Duration of the contract (including any extensions): 4 weeks Estimated cost of the procurement:$50K-$100K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,15750535,Request for Proposals,Open Competition,Conservation Services Programme Seabird Bycatch Mitigation Panel,,20150831,20151005,20160129,,Sole Agency,No,No hard copies will be accepted for this Tender,This procurement aims to select a panel of suppliers to conduct research services as part of the Conservation Services Programme (CSP) on Seabird Bycatch Mitigation development and testing.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St, Wellington Successful supplier???s name: Latitude 42 Environmental Consultants Pty Ltd Johanna Pierre Environmental Consulting Ltd Vita Maris Ltd Successful supplier???s addresses: 114 Watsons Rd, Kettering TAS 7155, Australia28 Kowhai St, Naenae, Lower Hutt 8 Parewaitai Court, Papamoa Beach, Papamoa 3118 Description of the services or goods: The services consist of conducting relevant research projects identified in the Conservation Services Programme (CSP) work programme. These research services consist of three components of seabird bycatch mitigation: - development of innovative mitigation devices (development); - administering at-sea testing (testing); and -design of testing protocols and analysis of results (analysis). Please provide all the applicable tender codes:70000000, 77000000 Date the contract was awarded:21 December 2015 Duration of the contract:21 December 2017, with a right of renewal for a further term of two years at the sole discretion of the D-G of the Department of Conservation Estimated cost of the procurement: $100K-$250K (over two years) Type of procurement process: Open tender Exemption justification:n/a",20201117 Department of Conservation,15899361,Request for Tenders,Open Competition,Four Brothers track Upgrade,,20150901,20151006,20151130,,Sole Agency,No,There are no hard copies being received for this Tender.,"This contract is for the upgrade of the Four Brothers Track. A 628m length of existing walking track commencing adjacent to the Karamu carpark, which is located on the eastern side of SH23, approximately 22km from both Hamilton and Raglan. ??? Re-formation of 575m length of 750mm wide aggregate walking track, including cut and fill earthworks. ??? Formation of 17m length of new 750mm wide aggregate walking track. ??? Installation of 41m length of aggregate surfaced timber boxed steps. ??? Installation of timber track edging and retaining wall. ??? Installation of side drains, grade dips and culverts. ??? Associated establishment, site clearance, removals and other work necessary to complete walking tracks.",Awarded,"Agency name: Department of Conservation Agency address: Kirikiriroa/Hamilton Office Private Bag 3072, Te Awamutu Successful supplier???s name: Kingan Landscaping Ltd Successful supplier???s address: P.O. Box 321, Te Awamutu 3840 Description of the services or goods: Track upgrade Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 11 November 2015 Duration of the contract (including any extensions): 4 Weeks Estimated cost of the procurement:$50K-$100K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,16016753,Request for Tenders,Open Competition,Kaiaraara Kauri Dam Track Bridge Construction,GBI-K- 001- BRIDGES,20150903,20151008,20151126,,Sole Agency,No,"The Department of Conservation, 2 South End Ave, Raumanga, Whangarei 0110",This contract is for the supply and re-construction of 5 storm damaged bridges on the Kaiaraara Kauri Dam Track and the Hirakimata Summit Track on Great Barrier Island(GBI). Work includes 4 timber bridges and one suspension bridge. All work is located in the Kaiaraara Valley on GBI.,Awarded,"Agency name: Department of Conservation Agency address: 2 South End Ave Raumanga Whangarei 0110 Successful supplier???s name: Walkway Solutions LTD Successful supplier???s address: 127 Ngati Maru Highway, RD1 Thames 3578 Description of the services or goods: Reconstruction of Bridges on the GBI Please provide all the applicable tender codes. 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 24/10/2015 Duration of the contract (including any extensions): 16 weeks Estimated cost of the procurement:$100k to $250k Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,16017004,Request for Tenders,Open Competition,Kaiaraara and Hirakimata track remedial work on Great Barrier Island,GBI-K-002- SLIPS,20150903,20151008,20151123,,Sole Agency,No,"The Department of Conservation Whangarei Office,2 South End Ave, Raumanga, Whangarei 0110","This contract is for the re-construction of approximately 440m of storm damaged track and 18m of boxed steps on sections of the Kaiaraara Kauri Dam Track and the Hirakimata Summit Track on Great Barrier Island. Work includes reshaping the track,installation of box steps, construction of low retaining walls and installation of track culverts and drainage. Work is located on 13 damaged sites in the Kairaara Valley on GBI.",Awarded,"Agency name: Department of Conservation Agency address: Department of Conservation, 2 South End Ave Raumanga Whangarei 0110 Successful supplier???s name: Walkway Solutions LTD Successful supplier???s address: 127 Ngati Maru Highway, RD1 Thames 3578 Description of the services or goods:Reconstruction of damaged sections of track - GBI-K-002- Slips Please provide all the applicable tender codes. 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 24/10/2015 Duration of the contract (including any extensions):16 weeks Estimated cost of the procurement: $100k to $250k Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,16093038,Request for Proposals,Open Competition,Ecosystem Services Approach Hikurangi catchment,,20150904,20151009,20151216,,Sole Agency,No,No hardcopies are being received for this Tender.,"The Living Water Programme (a 10 year partnership between Fonterra and DOC) is seeking proposals for an ecosystem approach to develop and assess a range of scenarios and their environmental and economic benefits and costs that will support long term planning and land and water management for the Hikurangi catchment. It will demonstrate the value of ecosystem enhancements and guide future investments, as well as telling the Living Water story of healthy functioning ecosystems underpinning sustainable, resilient and profitable dairy farming.",Awarded,"Agency name: Department of Conservation Agency address: 70 Moorhouse Avenue, PO Box 4715, Christchurch 8140 Successful supplier???s name: Landcare Research New Zealand Ltd Successful supplier???s address: Gerald Street, PO Box 69040, Lincoln 7640 Description of the services or goods: Ecosystem Services Approach Hikurangi Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 14 December 2015 Duration of the contract: December 2016 Estimated cost of the procurement: $100K-$250K Type of procurement process: ??? Open tender Exemption justification: n/a",20201117 Department of Conservation,16093518,Request for Tenders,Open Competition,Possum Control on Stewart Island 2015-2016,,20150904,20151009,20151116,,Sole Agency,No,"Department of Conservation, 10 Argyle Street, Po Box 3 Stewart Island, 9846","Ground based possum control on Stewart Island using bait bags and raised traps. Possums will be controlled to less than 5% RTC over 6621ha. Two blocks are available - Block One: 2017 ha, comprising R4a and F1d. Block Two, 4604ha, comprising R3b, R4b,R4c and L3a.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 3 Stewart Island Successful supplier???s name: Tomau Holdings and Contract Wild Animal Control Successful supplier???s address: Tomau Holdings, 13 Grey St, Invercargill Contract Wild Animal Control. 27b Ramparts Rd, RD 1, Te Anau Description of the services or goods: Possum Control Please provide all the applicable tender codes. 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 21 October 2015 Duration of the contract (including any extensions):9 November ??? 18 December 2015 Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/a",20201117 Department of Conservation,16158869,Request for Proposals,Open Competition,Conservation Services Programme Flesh-footed Shearwater Panel,,20150904,20151009,20160120,,Sole Agency,No,There are no physical tenders being recieved for this tender,This procurement aims to select a panel of suppliers to conduct research services as part of the Conservation Services Programme (CSP) on population research for flesh-footed shearwaters.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18-32 Manners Street, Wellington Successful supplier???s Names: Landcare Research New Zealand Ltd Latitude 42 Environmental Consultants Pty Ltd Museum of New Zealand Te Papa Tongarewa National Institute of Water and Atmospheric Research Parker Conservation Wildland Consultants Ltd Wildlife Management International Ltd Successful supplier???s addresses: Landcare, PO Box 69040. Lincoln 7640 Latitude 42, 114 Watsons Rd, Kettering, TAS 7155 Australia Te Papa, 55 Cable Street, Wellington NIWA, Private Bag 14901, Kilbirnie, Wellington 6241 Parker Conservation, 126 Maryhill Terrace, Maryhill, Dunedin 9010 Wildland Consultants, PO Box 50-539, Porirua 5240 WMIL, PO Box 607, Blenheim 7240 Description of the services or goods: Research services for gathering information about flesh-footed shearwaters Please provide all the applicable tender codes:70000000 Date the contract was awarded: 10 December 2015 Duration of the contract: 3 years + 2 Estimated cost of the procurement: $100K-$250K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,16370047,Request for Proposals,Open Competition,Quad Bike Replacements,,20150909,20151014,20151221,,Cluster,No,"Department of Conservation National Office 18-32 Manners Street, Te Aro, Wellington",To replace the Department's quad fleet with a more suitable operational vehicle. We are joined by Department of Corrections (Corrections) and KiwiRail.,Awarded,"Agency name: Department of Conservation Agency address:18-32 Manners Street Te Aro Wellington Successful supplier???s names: 1. Blue Wing Honda 2. Interfarm Imports Ltd 3. Polaris Sales Australia Pty Ltd 4. Lyntec Holding Ltd 5. John Deere Ltd Successful supplier???s addresses: 1. 132 Pavillion Drive, Airport Oaks, Auckland, 2. Hastings 3. West Plaza Bld, 3 Albert Street Auckland 4. 29-31 Andrew Baxter Drive, Airport Oaks Auckland 5. 166-170 Magnesium Drive, Crestmead, Queensland Austrialia Description of the services or goods:Supply of LUVs to Department Please provide all the applicable tender codes:25000000 - Commercial and Military and Private Vehicles and their Accessories and Components. Date the contract was awarded: 18/12/15 Duration of the contract (including any extensions):Three years plus 2 yr + 2 yr Estimated cost of the procurement:$1M-$5M Type of procurement process: Open tender Exemption justification :Nil",20201117 Department of Conservation,16598537,Request for Tenders,Open Competition,Great Barrier Island Okiwi Office,,20150916,20151020,20160225,,Sole Agency,No,"2 South End Ave, Raumanga, Whangarei","For the construction of the new office facilities on Okiwi Farm, Great Barrier Island.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 842 Whangarei 0140 Successful supplier???s name: Thorburn Builders Ltd Successful supplier???s address: Po Box 156 Huntly Description of the services or goods: For the construction of the new office facilities on Okiwi Farm, Great Barrier Island. Please provide all the applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 27.01.2016 Duration of the contract (including any extensions):28 Weeks Estimated cost of the procurement:$1M-$5M Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,16825161,Request for Tenders,Open Competition,Rangitikei Abseil White Bryony Zone A and Zone B 2015-2016,,20150922,20151028,20151214,,Sole Agency,No,"The Department of Conservation Palmerston North Office, 28 North St, Palmerston North",Locate and treat the weed White Bryony in two zones of Rangitikei River cliffs using abseil techniques. Each Zone will consist of approximately 380 abseils of up to 140 metres.,Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North Successful supplier???s name: Abseil Access Ltd Successful supplier???s address:15 Bute Street, Wellington Description of the services or goods: Abseil Rangitikei River cliffs to control the weed White bryony Please provide all the applicable tender codes. 70000000 77000000 Date the contract was awarded: 11th December 2015 Duration of the contract: Initial period of one year with two rights of renewal of one year. Estimated cost of the procurement: $250K-$500K Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,16852077,Request for Tenders,Open Competition,Wangapeka Stoat Trap Servicing 2015/16,,20151002,20151109,20151119,,Sole Agency,No,"Motueka Office, Department of Conservation, Cnr Kind Edward and High St, Motueka","The Department of Conservation maintains a network of over 1000 double set DOC150 traps along rivers and streams in the Wangapeka/Fyfe Whio Security Site to protect whio/blue duck from predators, particularly mustelids. Traps are checked and re-baited monthly between August and May. The Department requires a Contractor to service (check and re-bait) and maintain approximately 624 of the double set DOC150 traps in the network between December 2015 and May 2016. This will require six trap check visits (one per month) to clear and re-bait each of the traps. The Wangapeka/Fyfe Whio Security Site is part of Kahurangi National Park and is located approximately 60 km SW of Motueka.",Awarded,"Agency name: Department of Conservation Agency address: High Street Motueka Successful supplier???s name: Nelmac Ltd Successful supplier???s address: 2 Bullen Street Tahunanui, Nelson Description of the services or goods: Wangapeka Stoat Trap Servicing 2015/16 Please provide all the applicable tender codes: 70000000, 77000000 Date the contract was awarded: 16/11/15 Duration of the contract (including any extensions): 7/12/15-10/6/16 Estimated cost of the procurement:$50K-$100K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,16856267,Request for Tenders,Open Competition,Whareorino Goat Control,,20151006,20151110,20160113,,Sole Agency,No,"The Department of Conservation Te Kuiti Office, 78 Taupiri St, Te Kuiti",The Department of Conservation (DOC) requires the services of a qualified and experienced team of goat hunters to deliver a total of up to 2500 hunter hours of goat control within the Whareorino Forest and surrounding area.,Awarded,"Agency name: Department of Conservation Agency address: 78 Taupiri Street, Te Kuiti Successful supplier???s name: Backcountry Contracting Ltd Successful supplier???s address: 698 Kahuterawa Rd, RD4 Palmerston North 4474 Description of the services or goods:2500 hunter hours of goat control within the Whareorino Forest and surrounding area Please provide all the applicable tender codes: 77000000 Date the contract was awarded:16/12/2015 Duration of the contract:Till the 30th June 2016 Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,16877103,Request for Tenders,Open Competition,Wooden Government Building Exterior Repainting,,20151012,20151117,20160105,,Sole Agency,No,"Department of Conservation National Office, 18-32 Manners St, Wellington.","The last time the Wooden Government Buildings was painted was almost 9 years ago in 2006/2007 summer season. It has now reached the stage that painting should be done over the upcoming summer season in order to prevent any further deterioration. Therefore the project scope is to carry out prepaint repairs and a full repaint of the exterior building .",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street Wellington Successful supplier???s name: Carus Group Ltd Successful supplier???s address: PO Box 29547 Fendalton Christchurch 8540 Description of the services or goods: Old Government Building Repainting Project Please provide all the applicable tender codes. 30000000 Structures and building and construction and manufacturing components and supplies 72000000 Building and facility construction and maintenance services 95000000 Land and building and structures and thoroughfares Date the contract was awarded: 16th December 2015 Duration of the contract: Approx 5 months Estimated cost of the procurement:$500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,16881216,Request for Tenders,Open Competition,Cape Foulwind Walkway Track resurface,NWS-SV/15/16/40,20151013,20151125,20160531,,Sole Agency,No,"Department of Conservation Northern Wst Coast District Office, 72 Russell St, Westport","Contract for walkway track formation reshaping and gravel resurfacing at Cape Foulwind, Westport, West Coast.",Awarded,"Agency name: Department of Conservation Agency address: Russell St Westport 7866 Successful supplier???s name: Westreef Services Limited Successful supplier???s address: 80 Russell Street, Westport 7825 Description of the services or goods: Contract for walkway track formation reshaping and gravel resurfacing at Cape Foulwind, Westport, West Coast. Please provide all the applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services Date the contract was awarded: 16th May 2016 Duration of the contract:12 weeks Estimated cost of the procurement: $100 - $250k Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,16900690,Request for Proposals,Open Competition,DOC Road Improvement Programme,,20151019,20151124,20160105,,Sole Agency,No,"The Department of Conservation National Office, 18-32 Manners St, Wellington 6011","DOC is seeking services from suitable suppliers to gather information on its roading network throughout the country, analyse it and produce a long term maintenance plan. DOC has been recognised by NZTA as a Road Controlling Authority. Therefore DOC is transitioning its road management to become compliant for receiving NZTA funding. DOC roads are estimated at 1020km of potentially eligible NZTA funded roads and 1130 km non-eligible (4WD) roads. This RFP is seeking services to; inventory the roads, condition inspect all of these roads, and place them in an appropriate database. This data then requires analysis to provide a prioritised long term maintenance plan suitable for inclusion in the 2015-18 NLTP.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street Wellington Successful supplier???s name:Opus International Consultants Successful supplier???s address: PO Box 12003 Wellington 6144 Description of the services or goods: Suitable supplier/s to gather information on its roading network throughout the country, analyse it and produce a long term maintenance plan. Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 81000000 Engineering and research and technology based services 83000000 Public utilities and public sector related services 95000000 Land and building and structures and thoroughfares Date the contract was awarded: 21 Dec 15 Duration of the contract:6 Months Estimated cost of the procurement:$250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,16978093,Request for Tenders,Open Competition,Cathedral Cove Track Upgrade,,20151117,20160105,20160225,,Sole Agency,No,"The Tender Box, Department Of Conservation Whangarei Office, 2 South End Ave, Raumanaga Whangarei 0110",The RFT covers the chip sealing of a short day visitor track at cathedral Cove Coromandel. The track is largely formed but here are works required to widen and change grades in a number of places. A formal surveyed plan has been prepared by Frame Group Limited.,Awarded,"Agency name: Department of Conservation Agency address: PO Box 842 Whangarei 0140 Successful supplier???s name:Plant Pro Successful supplier???s address: 561, SH1, Rd1, Kamo Description of the services or goods: The works involve chip sealing of a short day visitor track at Cathedral Cove in the Coromandel. The track is largely formed but here are works required to widen and change grades in a number of place Please provide all the applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services. 95000000 - Land and Buildings and Structures and Thoroughfares. Date the contract was awarded: 29.01.16 Duration of the contract: 10 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17086170,Request for Tenders,Open Competition,Sandy Flat Boardwalk and Track Construction,SSIS086,20151218,20160205,20160323,,Sole Agency,No,"The Tender Box, Department of Conservation, Fiordland District Office, 1 Lake Front Drive, Te Anau 9640","This tender is for the construction of a 96m boardwalk, 6m timber pedestrian bridge, 70m of new track and the re-instatement of 80m of old track. The work is to take place at Sandy Flat on the Milford Track.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9600 Successful supplier???s name:John Henderson Construction Ltd Successful supplier???s address: 394 Paradise Road, Glenorchy 9350 Description of the services or goods: This tender is for the construction of a 96m boardwalk, 6m timber pedestrian bridge, 70m of new track and the re-instatement of 80m of old track. The work is to take place at Sandy Flat on the Milford Track. Please provide all the applicable tender codes:72000000, 83000000 and 95000000 Date the contract was awarded:18th March 2016 Duration of the contract (including any extensions):12 Month Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17094277,Request for Tenders,Open Competition,Tauranga Bridge Beam Strengthening Remedial Works Tender ??? CNI-S-222,,20151222,20160205,20160331,,Sole Agency,No,No hard copies are being received for this tender. Please submit all tender documentation electronically via GETS.,"The Tauranga Harp Bridge was built in 1922. The bridge design is a multiple cable suspension bridge consisting of seven hardwood timber beam spans between the abutments and six timber transoms supported on cables to provide a 58m clear span across the river. The proposed remedial strengthening work consists of installing glue laminated radiata pine supporting beams bolted to the inside face of the existing hardwood beams in spans B-C, E-F and F-G. It also includes the application of any timber preservative treatments to the surface of the original hardwood beams and exposed sections of the transom timbers on the bridge. Work is to allow for supply and install replacement of some deck planks.",Awarded,"Agency name: Department of Conservation Agency address: 99 Sala St, Rotorua 2010 Successful supplier???s name: Edifice Contracts Ltd Successful supplier???s address: 35-39 Tiro Tiro Rd Levin 5540 Description of the services or goods: Installing glue laminated radiata pine supporting beams bolted to the inside face of the existing hardwood beams in spans B-C, E-F and F-G of the Tauranga Bridge. It also includes the application of timber preservative treatments to the surface of the original hardwood beams and exposed sections of the transom timbers on the bridge. Work allows for supply and install replacement of some deck planks. Please provide all the applicable tender codes:30000000, 72000000, 83000000, 95000000 Date the contract was awarded: 9th March, 2016 Duration of the contract: 8 weeks Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17104230,Request for Tenders,Open Competition,Kawarau Suspension Bridge Upgrade,SSIR-WAKA17-15HO,20160111,20160216,20160404,,Sole Agency,No,"The Tender Box, Cavells Building, 1 Arthurs Point Road, Queenstown 9371","This tender is for the procurement of services to complete historic maintenance to the Kawarau Supsension Bridge in the Wakatipu Area. The works shall include historic inspection, component replacement, and re-painting of timber.",Awarded,"Agency name: Department of Conservation Agency address:Arthurs Point Road, Queenstown 9371 Successful supplier???s name: Fulton Hogan Ltd Central Successful supplier???s address: Dunstan Road, Alexandra 9320 Description of the services or goods: Historic maintenance and upgrade of the Kawarau Suspension Bridge Please provide all the applicable tender codes: 30000000; 72000000; 95000000 Date the contract was awarded: 16/03/2016 Duration of the contract (including any extensions): 36 Weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17168137,Request for Tenders,Open Competition,Waipoua Forest Pig Control,,20160202,20160309,20160609,,Sole Agency,No,"The Tender Box, The Department of Conservation Tender Box, 18-32 Manners St, Te Aro, Wellington 6011","Kauri dieback disease has been found in the Waipoua Forest, home to many impressive and significant kauri including the tourism icon tree Tane Mahuta. The Department of Conservation (DOC) and Iwi Te Roroa work closely to co-manage work programmes in the forest. Wild pigs are the most prevalent form of disease vectoring in the kauri forests. DOC requires the services of a qualified and experienced team of hunters to conduct the ground hunting of pigs and some associated forest survey work to assess the success of the control programme. The successful Participant/s will also be required to develop and maintain relationships with the iwi Te Roroa and work with local recreational pig hunting groups to improve their understanding of Kauri dieback. The required service outcomes are that pig disturbance (pig rooting and hoof marks) are reduced to less than 20% of the level they were at the start of the programme AND a significant number of pigs are killed in the control area. Pig disturbance will be monitored before and at the end of the control activity. DOC will be responsible for the monitoring to ensure consistency and data accuracy, working in conjunction with the Participant.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 842 Whangarei Successful supplier???s name: Good Wood Aotearoa Limited Successful supplier???s address: 95 Crane Road RD 1 Kamo 0185 Whangarei Description of the services or goods: Undertake pig control in Waipoua Forest Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 2 June 2016 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17185229,Request for Tenders,Open Competition,Wilkies Pool Suspension Bridge Construction,,20160205,20160315,20160927,,Sole Agency,No,N/A,This tender is for the construction of a 28.8m suspension bridge and associated works. The work is to take place on the Wilkies Pool Loop Track in the Egmont National Park.,Awarded,"Agency name: Department of Conservation Agency address: 99 Sala Street, Rotorua Successful supplier???s name:Abseil Access Ltd Successful supplier???s address: 15 Bute Street, Wellington Description of the services or goods: This tender is for the construction of a 28.8m suspension bridge and associated works. The work is to take place on the Wilkies Pool Loop Track in the Egmont National Park. Please provide all the applicable tender codes. 30000000, 72000000, 95000000 Date the contract was awarded: 23rd September 2016 Duration of the contract: 8 Weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17187657,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1, Contract 1 ??? Whangarei Area",KDP1/1- Whangarei,20160205,20160314,20160527,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgardes are required on the following tracks: Kauri Dam Walk - Tangihua Forest, Nature Walk - Tangihua Forest, Pukenui Forest Loop - Pukenui Forest, Otaika Walkway - Otaika Forest and Taheke Track - Taheke Reserve",Awarded,"Agency name: Department of Conservation Agency address: National Office 18-32 Manners Street, Te Aro, Wellington 6011 Successful supplier???s name: NZ Trackworks Ltd Successful supplier???s address:44 Snooks Road, Rd 9, Whangarei, 0179 Description of the services or goods: Project Name: Kauri Dieback Project Works, Year 1, Contract 1 ??? Whangarei Area. Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgardes are required on the following tracks: Kauri Dam Walk - Tangihua Forest, Nature Walk - Tangihua Forest, Pukenui Forest Loop - Pukenui Forest, Otaika Walkway - Otaika Forest and Taheke Track - Taheke Reserve. Please provide all the applicable tender codes:95000000; 83000000; 72000000 Date the contract was awarded: 24 March 2016 Duration of the contract:16 Weeks Estimated cost of the procurement:$250K-$500 Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,17216211,Request for Tenders,Open Competition,Whangamarino Wetland Predator Control,,20160218,20160324,20160502,,Sole Agency,No,"The Tender Box, Department of Conservation Te Rapa Base, 5 Northway St, Te Rapa, Hamilton 3200",Arawai Kakariki is a large-scale wetland restoration programme led by the Department to protect wetlands and increase our understanding of these productive environments. The programme focuses on three of New Zealand's most significant wetland sites one of which is the Whangamarino wetlands. To aid with the restoration of Whangamarino the Department is looking for suitable suppliers to provide predator control trapping services to address predation issues thereby increasing the breeding and survival rates of native species within the wetland.,Awarded,"Agency name: Department of Conservation Agency address: Te Rapa Base 5 Northway Street, Te Rapa, Hamilton 3200 Successful supplier???s name: Damian Trownson Successful supplier???s address: 7 Buchanan Rd, RD1, Ngatea 3597 Description of the services or goods: Whangamarino wetland predator control Please provide all the applicable tender codes. 70000000 77000000 Date the contract was awarded: 22/04/2016 Duration of the contract (including any extensions): 3 years Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,17219494,Request for Tenders,Open Competition,"Contract: Kauri Dieback Project Works, Year 1, Contract 2 ??? Okura, Auckland",KDP1/2-Okura,20160219,20160329,20160620,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in the following areas: Okura Walkway ??? Haigh Rd to Dacre Cottage and Okura Walkway ??? Dacre Cottage to Stillwater.",Not Awarded,This tender closed 29/3/2016. The tender was not awarded and was re-tendered under GETS ID 17438799.,20201117 Department of Conservation,17222116,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1, Contract 3 ??? Bay of Islands",KDP1/3-Bay of Islands,20160222,20160330,20160527,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in the following areas: Puketi Nature Trail,Kerikeri River Track and Opua Kauri Walk.",Awarded,"Agency name: Department of Conservation Agency address: National Office 18-32 Manners Street Te Aro, Wellington 6011 Successful supplier???s name: NZ Trackworks Ltd Successful supplier???s address: 44 Snooks Road Rd 9 Whangarei, 0179 Description of the services or goods: Project Name: Kauri Dieback Project Works, Year 1 Contract 3 Bay of Islands Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in the following areas: Puketi Nature Trail,Kerikeri River Track and Opua Kauri Walk. Please provide all the applicable tender codes: 95000000; 83000000; 72000000 Date the contract was awarded: 27 April 2016 Duration of the contract: 14 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17327431,Request for Tenders,Open Competition,Te Paki Amenity & Campground Cleaning Contract,,20160321,20160429,20160607,,Sole Agency,No,"The Tender box, Department of Conservation Kaitaia Office, 25 Matthews Ave, Kaitaia 0441","The famous iconic landmark of Te Rerenga Wairua (Cape Reinga) sits at the tip of the Te Paki Recreational Reserves, overlooking the meeting point of the Tasman Sea and the Pacific Ocean. A highly significant area to Maori, it marks the point from which Maori descendants travel in spirit form back to their traditional homeland of Hawaiiki- A-Nui. Due to the popularity and importance of this site with Tangata Whenua, New Zealanders and tourists (200-300,000 visitors per year), a well maintained and clean infrastructure is needed to ensure a quality experience is had by the visitor. Service Requirements The Contractor must clean the amenity buildings at the following areas: ??? Te Rerenga Wairua (Cape Reinga) Day visitor toilets ??? Te Paki Stream toilets ??? Tapotupotu campground and day area toilets and showers ??? Kapowairua (Spirits Bay) toilets and showers The Contractor must keep all building interiors including walls, ceilings and windows clean and tidy, clean all toilets, urinals and hand basins, and remove all rubbish. The Services must be completed with minimum disturbance to the public. The Contractor and all employees must be courteous and pleasant to the public. The contractor is responsible for the organisation and cost of all resources and tools necessary for the completion of the services including brooms, mops, cleaning cloths and gloves. The Director General is to supply toilet paper, cleaning products, hand sanitiser and tidy bags.",Not Awarded,The Department of Conservation has cancelled this opportunity.,20201117 Department of Conservation,17338729,Request for Tenders,Open Competition,Koura Beach and Twin Beach Track Realignment,,20160323,20160502,20160721,,Sole Agency,No,"The Tender Box, Department of Conservation Westport, 72 Russell St, Westport 7825","The Department of Conservation???s Buller Kawatiri District Office calls for tenders from suitably experienced and resourced track construction contractors for the following track construction works within the Northern West Coast District. This contract is for: - The construction of two sectors of Great Walk (BCC) standard track at Koura Beach and Twin Beach along the Heaphy Great Walk coastline, north of Karamea. - The construction of this track will be across steep and broken ground. It will involve geotechnical rock scaling, careful blasting and track construction techniques across geotechnical challenging terrain. The two track sectors are of the following length 783m for Koura Beach (Crayfish Point) and 295m for Twin Beach. The new track will be constructed to SNZ HB8630:2004 Backcountry Comfort Seekers (BCC) standards. The contract will require a Contractor / sub-contractor(s) that have experience in remote area track construction, operating track building machinery, crossing complex geotechnical ground, working at heights, roped access on cliffs, blasting and explosion use and the management of a construction site in a busy visitor area. The successful Contractor must ensure site safety, incorporating relevant safety and visitor site protection measures.",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, Westport, 7825 Successful supplier???s name: Westreef Services Limited Successful supplier???s address: 80 Russell Street, Westport, 7825 Description of the services or goods: This contract is for the construction of two sectors of Great Walk (BCC) standard track at Koura Beach and Twin Beach along the Heaphy Great Walk coastline, north of Karamea Please provide all the applicable tender codes. 95000000, 30000000 Date the contract was awarded: 19th July 2016 Duration of the contract: 14th October 2016 Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17344983,Request for Tenders,Open Competition,Murchison Mountains Stoat Trapping contract,,20160329,20160504,20160610,,Sole Agency,No,"Department of Conservation, Lakefront Drive, Te Anau 9600","The Murchison Mountains in Fiordland are historically significant to New Zealand conservation. Work has been carried out in the area since the rediscovery of the takahe by Geoffrey Orbell in 1948. They form a large peninsula on the western side of Lake Te Anau, between the South and Middle Arms of the lake. The area has Specially Protected status due to the presence of the only wild population of takah?? in the country. Predator management in the Murchison Mountains consists of intensive stoat trapping. There are approximately 3500 individual stoat trap boxes (with DOC 150 traps) ranging in altitude from Lake Te Anau at 200 metres to 1400 metres in the alpine zone. At 50 000 hectares it is the largest contiguously trapped area in New Zealand spanning forest and alpine areas. This tender is to provide at least three full trap checks per year of this trap network.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 29 Te Anau Successful supplier???s name: Mammalian Corrections Unit Ltd Successful supplier???s address: 52 Corstorphine Road, Corstorphine, Dunedin Description of the services or goods: Stoat trapping services in the Murchison Mountains. Fiordland Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 3 June 2016 Duration of the contract: 3 years Estimated cost of the procurement: $500K-$1M Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,17375220,Request for Tenders,Open Competition,Otago Central Rail Trail Surface Upgrade 2016,SSIR-ALX03-2016,20160413,20160518,20160819,,Sole Agency,No,"The Tender Box, Department of Conservation Alexandra Office, 43 Dunstan Rd, Alexandra 9320",Track resurfacing and associated works.,Awarded,"Agency name: Department of Conservation Agency address: PO Box 176, Alexandra 9340 Successful supplier???s name:Wilfox Ltd T/A Roxburgh Excavation Successful supplier???s address: 1 Smith Street, Roxburgh 9500 Description of the services or goods: OCRT Track Resurfacing works Please provide all the applicable tender codes:7200000, 9500000 Date the contract was awarded: 10/08/2016 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17390611,Request for Tenders,Open Competition,"Tarawaere Swingbridge, Kauaeranga Valley",TARA2016,20160415,20160520,20161007,,Sole Agency,No,N/A,"The Contract is for the construction of a Swingbridge at Tarawaere Car Park, Kauaeranga Valley, Coromandel Peninsular. This will entail; (a) foundation towers and stair cases on the true left & right of the Kauaeranga river; (b) a suspended deck 67m long and formation of 25m of walking track.",Awarded,"Agency name: Department of Conservation Agency address: Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton 3204 Successful supplier???s name:Walkway Solutions Ltd Successful supplier???s address: 127 Ngati Maru Highway, RD1, Thames Description of the services or goods: 67m Swing bridge over the Kauaeranga River under NZS 3915 Construction Works Contract Please provide all the applicable tender codes: 30000000 22000000 95000000 Date the contract was awarded: 6/10/2016 Duration of the contract (including any extensions): 6 Months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: Not Applicable",20201117 Department of Conservation,17438799,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1 Contract 2 - Okura Auckland",KDP1/2-Okura,20160428,20160602,20160905,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in the following areas: Okura Walkway ??? Haigh Rd to Dacre Cottage and Okura Walkway ??? Dacre Cottage to Stillwater.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office, PO Box 842, Whangarei 0140 Successful supplier???s name: Milton Harward Construction Successful supplier???s address: 35 Paihia Road, Onehunga, Auckland 1061 Description of the services or goods: Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in the following areas: Okura Walkway ??? Haigh Rd to Dacre Cottage and Okura Walkway ??? Dacre Cottage to Stillwater. Please provide all the applicable tender codes. 95000000; 83000000; 72000000 Date the contract was awarded: 15th July 2016 Duration of the contract: 12 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17480460,Request for Tenders,Open Competition,Murihiku District Ground Weed control,,20160504,20160609,20161007,,Sole Agency,No,"The Tender Box, Department of Conservation, 33 Don Street, Level 7, Invercargill","The Department would like to welcome tenders for Ground weed control. The Murihiku Area covers from the Eyre Mountains in the north to the Awarua Wetlands in the south and from the Blue Mountains and Catlins in the east to Waiau Valley in the west. Terrain is from alpine areas to the coast and with forest, tussock and wetlands ecosystems. The work available is varied and dependent each year on the work needed and funding available. Work could include tractor/truck mounted spraying of marginal strips, boundary fences, tussock reserves, wetlands or roadsides. Knapsack/chainsaw/ hand tool type work involving grid searching and spraying, pulling of vines, cutting wilding trees and cutting/ pasting of pest plant species. This tender is to form a Panel of approved operators which will be called upon to complete various work each year. It is for a two year contract with a two year right of renewal, finishing 30 June 2020. It is an open tender with the opportunity advertised annually to see if other suppliers wish to join the Panel. Goods/Service provision includes: There are two types of Ground Weed Control work available within the Murihiku District Type 1 - Truck / tractor mounted spray work - where the Team leader must hold the Growsafe Registered Chemical Applicators Certificate. Type 2 - Knapsack / Chainsaw / Handtool type work - with a minimum four crew who work alongside DOC staff. Your team may be required at short notice (24hrs). You can apply for either Type 1 / Type 2 or both",Awarded,"Agency name: Department of Conservation Agency address: Murihiku Office 33 Don Street Invercargill Successful supplier???s name: MS Contracting Limited BE Construction Services Limited (Gorsebusters) Lawson Forestry Contracting Successful supplier???s address: MS ??? 301 Kakapo Road, Te Anau BE ??? 87 Mountain Road RD 1, Waikouaiti Lawsons ??? 152 Orepuki Riverton Highway, RD1, Riverton Description of the services or goods: To form a panel of approved operators within the Murihiku District to complete various work each year. Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 27/7/2016 Duration of the contract: 30/06/2020 Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17480494,Request for Tenders,Open Competition,Murihiku District Aerial Weed Control,,20160505,20160610,20161013,,Sole Agency,No,"Department of Conservation, 33 Don Street, Level 7, Invercargill","The Department would like to welcome tenders for the Helicopter Aerial weed Control services. The Murihiku District covers from the Eyre Mountains in the north to the Awarua Wetlands in the south and from the Blue Mountains and Catlins in the east to Waiau Valley in the west. Terrain is from alpine areas to the coast and with forest, tussock and wetlands ecosystems. The work available is varied and dependent each year on the work needed and funding available. Work could include aerial spot, lance or boom spraying of marginal strips, boundary fences, tussock reserves and wetlands. A high level of precision is needed to complete this work. This tender is to form a Panel of approved operators which will be called upon to complete various work each year. It is for a two year contract with a two year right of renewal, finishing 30 June 2020. Goods/Service provision includes: Supplying Helicopter aerial boom. spot or lance spraying services and associated support crews.",Awarded,"Agency name: Department of Conservation Agency address: Murihiku Office 33 Don Street Invercargill Successful supplier???s names: Heli Otago HeliVentures High Country Helicopters HeliOps Southland Nokomai Helicopters Successful supplier???s addresses: Heli Otago ??? PO BOX 88, Mosgiel HeliVentures ??? 85 Robertson Rd, Oamaru High Country Helicopters ??? Argyle Station, Piano Flat, RD1, Waikaia HeliOps Southland, PO Box 84, Otautau Nokomai Helicopters ??? Nokomai Station Road, Lumsden Description of the services or goods: Aerial control of weeds within Murihiku District as and when required Please provide all the applicable tender codes: 70000000 Date the contract was awarded: 22/10/2016 Duration of the contract (including any extensions): 30/06/2020 Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17481929,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1, Contract 5 ??? Waikato",KDP1/5-Waikato,20160504,20160623,20160905,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in Waikato on the following 8 tracks: Waiau Kauri Grove, Waiomu Kauri Grove, Tuahu Track East / Tuahu Kauri Track, Square Kauri Short Walk, Hakarimata Summit Track, Kauaeranga Nature Short Walk, Kauri Loop Walk - Hakarimata, and Cookson Kauri Walk.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office, PO Box 842, Whangarei 0140 Successful supplier???s name: Walkway Solutions Successful supplier???s address: 127 Ngati Maru Highway, RD1 Thames 3578 Description of the services or goods: Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PTA), a fungus-like disease that can kill kauri trees of any age. Track upgrades are required in Waikato on the following 8 tracks: Waiau Kauri Grove, Waiomu Kauri Grove, Tuahu Track East / Tuahu Kauri Track, Square Kauri Short Walk, Hakarimata Summit Track, Kauaeranga Nature Short Walk, Kauri Loop Walk - Hakarimata, and Cookson Kauri Walk. Please provide all the applicable tender codes. 95000000; 72000000; 83000000 Date the contract was awarded: 26th July 2016 Duration of the contract: 15 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17498836,Request for Tenders,Open Competition,4 x 4 Fire Appliance,,20160510,20160510,20160510,,Sole Agency,No,N/A,This was a sole source tender,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manner St Wellington Successful supplier???s name: Fraser Fire and Rescue Ltd Successful supplier???s address: 18 Peterkin St Wingate Lower Hutt 5019 Wellington Description of the services or goods:Build a fire appliance Please provide all the applicable tender codes: 25000000 Date the contract was awarded: 30/06/2016 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement: $250K-$500K Type of procurement process: Selective procurement (sole source) Exemption justification: An exemption is sought from open advertising based on the Government Rules of Sourcing: Rule 15.9(c)(i) Only one supplier: for technical reasons there is no real competition.",20201117 Department of Conservation,17547136,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1, Contract 4 ??? Great Barrier Island",KDP1/4-Great Barrier Island,20160525,20160630,20160905,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Track upgrades are required on the following tracks: Palmers Track and Bush???s Beach on Great Barrier Island.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office, PO Box 842, Whangarei 0140 Successful supplier???s name: Aotea Contractors Ltd Successful supplier???s address: 274 Hector Sanderson Road, Great Barrier Island Description of the services or goods: Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Track upgrades are required on the following tracks: Palmers Track and Bush???s Beach on Great Barrier Island. Please provide all the applicable tender codes. 95000000; 77000000; 72000000 Date the contract was awarded: 19th July 2016 Duration of the contract: 12 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17555550,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 1, Contract 6 ??? Trounson & Mt Manaia",KDP1/6-Trounson/Mt Manaia,20160530,20160705,20160919,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Track upgrades are required on the following tracks: Trounson Kauri Park Loop Walk and Mt Manaia Track.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office PO Box 842 Whangarei 0140 Successful supplier???s name: NZ Trackworks Ltd Successful supplier???s address: 561 SH1 Rd 1 Kamo Whangarei 0185 Description of the services or goods: Project Name: Kauri Dieback Project Works, Year 1 Contract 6 Trounson/Mt Manaia Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Track upgrades are required on the following tracks: Trounson Kauri Park Loop Walk and Mt Manaia Track. Please provide all the applicable tender codes. More than one can apply. 95000000; 77000000; 72000000 Date the contract was awarded: 26 July 2016 Duration of the contract:12 weeks Estimated cost of the procurement:$250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17575898,Request for Tenders,Open Competition,Aerial Operator for Egmont National Park 1080 Operation,,20160603,20160711,20181010,,Sole Agency,No,"The Tender Box, Department of Conservation, 55A Rimu Street, New Plymouth 4340","Contractor required for aerial bait sowing and other related work in Egmont National Park, commencing August 1st 2016.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes. 70000000 77000000 Date the contract was awarded: 29th July 2016 Duration of the contract (including any extensions): 11 months Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17631573,Request for Tenders,Open Competition,Lake Hayes Trail Upgrade,SSIR-WAKA20-2016,20160701,20160808,20161110,,Sole Agency,No,"The Tender Box Department of Conservation, Wakatipu District Office, Cavells Building, 1 Arthurs Point Rd, Queenstown 9371","The Lake Hayes Trail Upgrade is for the procurement of a supplier to conduct widening, surfacing, and water management works on the Lake Hayes Trail Loop.",Awarded,"Agency name: Department of Conservation Agency address: Wakatipu District Office 1 Arthurs Point Road Queenstown 9371 Successful supplier’s name: The Roading Company Ltd Successful supplier’s address: PO Box 165 Wanaka 9343 Description of the services or goods: Conduct track widening and water management to comply with New Zealand Cycle Trails Standard. Please provide all the applicable tender codes:72000000; 95000000 Date the contract was awarded:10/10/2016 Duration of the contract:12 Weeks Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification:NA",20201117 Department of Conservation,17647615,Request for Tenders,Open Competition,Heaphy Track Bridges Replacement,,20160701,20160805,20161007,,Sole Agency,No,"The Tender Box, Department of Conservation Nelson Office, Monro Stjate Building,186 Bridge St, Nelson 7010","The Department of Conservation calls for tenders to replace five foot bridges on the Heaphy Track in Kahurangi National Park. This work is located in remote, mountainous backcountry with no road access. It also includes the removal of three existing bridges and the construction of boardwalk approaches to some of the new bridges. The new structures are timber using a rigid modular design with spans of 10.5m landed on timber piers and concrete footings.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 5 Nelson Successful supplier???s name: Edifice Contracts Ltd Successful supplier???s address: 35-39 Tiro Tiro Road, Levin Description of the services or goods:Construct five timber pedestrian bridges on the Heaphy Track Please provide all the applicable tender codes:72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 28/09/2016 Duration of the contract: 16 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification:n/a",20201117 Department of Conservation,17683529,Request for Quotations,Open Competition,Lyell Campsite Maintenance,,20160711,20160822,20160913,,Sole Agency,No,"The Tender Box, Department of Conservation Westport Office, 72 Russell St, Westport,7825","Lyell Campsite Maintenance - RFQ The Department of Conservation???s Buller Kawatiri District Office calls for tenders from suitably experienced and resourced service contractors for the following campsite maintenance within the Northern West Coast District. Scope of Work: This contract is for services to the Lyell Camp site including: - Lawn-mowing the camp site, car park and picnic area (1.2 ha site) - Cleaning toilets (2), signs (12) and interpretation panels (8) - Collect any lose rubbish at the specified area and surrounding scrub within the Site - Collection of fees from campers and the Iron Ranger - Toilet counter and road counter recording The contract will require a Contractor / sub-contractor(s) that has experience in camp site maintenance including scrub bar, lawn mower and spray equipment use with a strong focus on health and safety in a busy visitor area. Tender documents can be downloaded through GETS, or are available from the Department of Conservation, Buller Kawatiri Area Office, 72 Russell Street, Westport.",Awarded,"Agency name: Department of Conservation Agency address:72 Russell Street, Westport, 7825 Successful supplier???s name: MBC Environmental Ltd Successful supplier???s address: CUFFS LIMITED, Level 2, Como House, 51 Tancred Street, Hokitika, 7810, NZ Description of the services or goods: Lyell Campsite Maintenance 16/17 Please provide all the applicable tender codes: 83000000 Date the contract was awarded:9th September 2016 Duration of the contract:1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,17687443,Request for Tenders,Open Competition,Curio Bay Car Park Construction and Mair Road Re-alignment,SSI-0-002,20160713,20160823,20161116,,Sole Agency,No,"The Tender Box, Opus House, 65 Arena House, Invercargill","This tender is for the construction of a car park and access paths, plus the re-alignment of Mair Road. The work is to take place at Curio Bay on the Catlins Coast. Resource consent conditions will be forwarded to tenderers when available.",Awarded,"Agency name: Department of Conservation Agency address: 33 Don Street Invercargill 9810 Successful supplier’s name: The Roading Company Ltd Successful supplier’s address: 42 Dalry St, Wallacetown 9816 Description of the services or goods:This contract is for the construction of a car park, road realignment and walking tracks at Curio Bay, Southland. Please provide all the applicable tender codes: 22000000, 30000000, 72000000, 83000000, 95000000 Date the contract was awarded: 21st October 2016 Duration of the contract: 6 Months Estimated cost of the procurement: $250K-$500K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17709804,Request for Proposals,Open Competition,4695 Entanglement of cetaceans in pot/trap lines and setnets and a review of potential mitigation methods,4965,20160721,20160826,20161216,,Sole Agency,No,N/A,"This project will aim to compile data from all available sources to characterise the nature and extent of cetacean interactions with commercial pot/trap lines and setnets. There are a number of sources of data on the occurrence of these entanglement events, including regional DOC records, Industry databases (such as the Ocean Snap database), and MPI databases. In other countries where there is considerable risk to whales from pot line entanglement, a range of mitigation methods have been employed, including seasonal closures and gear modifications, some of which may or may not be applicable in the New Zealand scenario. An assessment of the current mitigation options available and their relevance to the New Zealand scenario would be beneficial if the risk to whales was deemed significant. Project Objectives : 1. To characterise the nature and extent of entanglement of whale species in pot/trap lines and setnets in New Zealand and make recommendations on whether or not the current levels of risk warrant development or implementation of improved mitigation. 2. To identify and assess the current mitigation techniques for cetacean capture in the pot/trap lines and setnets both domestically and internationally and make recommendations as to their applicability in the New Zealand market.",Awarded,"Agency name: Department of Conservation Agency address: National Office 13-27 Manners Street, Wellington Successful supplier’s name: Blue Planet Marine NZ Successful supplier’s address: PO Box 3639, Richmond Nelson, 7050, New Zealand Description of the services or goods: The services are to carry out a desktop based exercise that will aim to compile data from all available sources to: 1. Characterise the nature and extent of entanglement of cetacean species in pot/trap lines and setnets in New Zealand and make recommendations on whether or not the current levels of risk warrant development or implementation of improved mitigation. 2. Identify and assess the current mitigation techniques for cetacean capture in the pot/trap lines and setnets both domestically and internationally and make recommendations as to their applicability in the New Zealand market. Please provide all the applicable tender codes: 70000000 77000000 Date the contract was awarded: 5 October 2016 Duration of the contract: 15 October 2016 – 30 June 2017 Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17710652,Request for Proposals,Open Competition,4683 Identification of seabirds captured in New Zealand fisheries,4683,20160721,20160826,20161216,,Sole Agency,No,N/A,"This project focuses on the determination of seabird species that are captured in fisheries and the mode of their capture. Project Objectives : 1. To determine, through examination of returned seabird specimens, the taxon, sex, and where possible age-class and provenance of seabirds killed in New Zealand fisheries (for returned dead specimens). 2. To detail the injuries, body condition and stomach contents and, where possible, the likely cause of mortality (for returned dead specimens). 3. To report any changes in the protocol used for the necropsy of seabirds (for returned dead specimens). 4. To determine, through examination of photographs, the taxon and, where possible, sex, age-class and provenance of seabirds captured in New Zealand fisheries (for live captures or dead specimens discarded at sea).",Awarded,"Agency name: Department of Conservation Agency address: National Office 13-27 Manners Street, Wellington Successful supplier’s name: Wildlife Management International Ltd Successful supplier’s address: PO Box 607 Blenheim, 7240 New Zealand Description of the services or goods: The overall objective of these services is to determine which seabird species are captured in fisheries and the mode of their capture. The specific objectives of these services are: 1. To determine, through examination of returned seabird specimens, the taxon, sex, and where possible, age-class and provenance of seabirds killed in New Zealand fisheries (for returned dead specimens). 2. To detail the injuries, body condition and stomach contents and, where possible, the likely cause of mortality (for returned dead specimens). 3. To report any changes in the protocol used for the necropsy of seabirds (for returned dead specimens). 4. To determine, through examination of photographs, the taxon, and where possible, sex, age-class and provenance of seabirds captures in New Zealand fisheries (for live captures or dead specimens discarded at sea). Please provide all the applicable tender codes: 70000000 77000000 Date the contract was awarded: 10 October 2016 Duration of the contract (including any extensions): 1 July 2016 – 30 June 2019 Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17711976,Request for Proposals,Open Competition,4650 Identification and storage of Cold-Water Corals,,20160721,20160826,20161221,,Sole Agency,No,N/A,"The 2010 amendment of Schedule 7A of the Wildlife Act 1953 protects all hard corals, including: black corals (all species in the order Antipatharia); gorgonian corals (all species in the order Alcyonacea (previously known as Order Gorgonacea)); stony corals (all species in the order Scleractinia); and hydrocorals (all species in the family Stylasteridae). Observers on commercial fishing vessels are not always able to identify cold-water corals at sea with high precision (especially down to the species level) with the identification of bycaught individuals often requiring identification from a coral taxonomist in the majority of cases. Identifying coral bycatch that is unable to be identified by Government fisheries observers to the finest taxonomic level provides vital baseline information that can help to better inform research and marine protection such as predictive modelling, benthic risk assessments and management of benthic marine protected species.",Awarded,"Agency name: Department of Conservation Agency address: National Office 13-27 Manners Street, Wellington Successful supplier’s name: NIWA Ltd Successful supplier’s address: 41 Market Place, Viaduct Harbour, Auckland, New Zealand Description of the services or goods: The overall objective is to determine which protected cold-water coral species are captured in fisheries and the mode of their capture. While also building on New Zealand cold-water coral collection sample size for use in future research. The specific objectives of these services are: 1. To determine, through examination of returned cold-water coral specimens and photos, the taxon, and where possible the provenance of cold-water corals killed in New Zealand fisheries (for returned dead specimens). 2. To collect sub-samples of all protected cold-water coral specimens for genetic analysis in future. Tender codes: 70000000, 77000000 Date the contract was awarded: 18 November 2016 Duration of the contract: 21 November 2016 – 15 December 2019 Estimated cost of procurement: $100-250K Type of procurement process: Open tender",20201117 Department of Conservation,17715979,Request for Proposals,Open Competition,4686 Seabird Population Research: Chatham Islands 2016-17,,20160721,20160826,20161219,,Sole Agency,No,N/A,"The Conservation Services Programme Seabird medium term research plan 2016 (CSP seabird plan 2016) outlines a five year research programme to deliver on the seabird population research component of CSP. This proposal delivers priority research components of the CSP seabird plan 2016 involving field work at the Chatham Islands. The proposal has been developed to maximise cost and logistical efficiencies between objectives therefore multiple species have been combined in a single project. These species are Chatham Island, Northern royal and Northern Buller???s albatrosses, Northern giant petrel and Pitt and Chatham Island shags. It is envisaged that a variety of methods will be used, including ground-based counts, aerial survey, boat-based survey and satellite imagery derived counts. Methods will be developed and tailored to each species and site",Awarded,"Agency name: Department of Conservation Agency address: National Office 13-27 Manners Street, Wellington Successful supplier’s name: 1. Wildlife Management International Ltd 2. Latitude 42 Environmental Consultants Pty Ltd Successful supplier’s address: 1. Wallace Diack Chartered Accountants Limited, Level 2Youell House, 1 Hutcheson St, Blenheim 7240 2. 114 Watsons Rd Kettering, Tasmania 7155 Australia Description of the services or goods: The overall objective is to collect information on key aspects of the biology of selected at-risk seabird species in order to reduce uncertainty or bias in estimates of risk from commercial fishing. The specific objectives of these services are: 1. To determine the population size of Chatham Island albatross as well as recaptures of any banded birds. 2. To determine the population size of Northern Buller’s albatross as well as investigate the feasibility of collecting data on adult survival and other demographic parameters. 3. To determine the population size of Northern giant petrel. 4. To determine the population size of Northern royal albatross and provide ground truthing to by aerial census techniques (conducted by a separate provider). 5. To determine the population size of Pitt Island shag. 6. To determine the population size of Chatham Island shag. Please provide all the applicable tender codes: 70000000 77000000 Date the contract was awarded: 10 October 2016 Duration of the contract: 15 October 2016 – 30 June 2017 Estimated cost of the procurement: $100-250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17725926,Request for Tenders,Open Competition,Taranaki District Amenities Servicing - July 2016,,20160727,20160902,20161216,,Sole Agency,No,N/A,"DOC Taranaki District wishes to contract the weekly servicing of toilets and road end amenity areas. The amenity sites are located on all four of the roads inside Mt Taranaki National Park and Everett Park Scenic Reserve. The environmental conditions on Mt Taranaki can make this task challenging so participants will need to have the correct equipment and a strong resolve to get the job done in all weather conditions. The applicant needs to be prepared to go the extra mile to keep these road end facilities sanitary and looking good. A strong Health and Safety focus will be important in a participant's successful application.",Awarded,"Agency name: Department of Conservation Agency address: 55A Rimu Street, Strandon, New Plymouth Successful supplier’s name: McClutchie Contracting Ltd Successful supplier’s address:19 Richmond Street, Waitara Description of the services or goods: Amenities Servicing Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 72000000 Date the contract was awarded: 26/10/2016 Duration of the contract (including any extensions): 3 year + 3 year Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17727719,Request for Tenders,Open Competition,Taranaki District Lawn Mowing-July 2016,,20160727,20160902,20161216,,Sole Agency,No,N/A,"DOC Taranaki District wishes to contract the lawn mowing of road end sites in and around Mt Taranaki. DOC has a strong Health and Safety focus and this will need to be proven by participants. Some of the sites have heavy public use and participants will need to prove that they can manage the safety of visitors while undertaking their duties. Quality of the work is also important to DOC, participants should take the time to read the Service Requirements.",Awarded,"Agency name: Department of Conservation Agency address: 55A Rimu Street, Strandon, New Plymouth Successful supplier’s name: McClutchie Contracting Ltd Successful supplier’s address: 19 Richmond Street, Waitara Description of the services or goods: Lawnmowing Services Please provide all the applicable tender codes. Date the contract was awarded: 30/09/2016 Duration of the contract (including any extensions): 3 year + 3 year Estimated cost of the procurement:$100K-$250K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17734875,Request for Tenders,Open Competition,Battle of the Birds - Project Kaka Tararua Forest Park 2016,NHT-02-16-118-05,20160728,20160902,20181010,,Sole Agency,No,"The Tender Box Department of Conservation Masteron Office, 220 SOuth Road, Masterton 5810","To aerially apply non toxic and 1080 toxic cereal bait over an operational area in the Tararua Forest Park. The services also include the cartage of both non toxic and toxic bait from the manufacturer to the loading site, with off site secure storage included if required.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Date the contract was awarded: 27/09/2016 Duration of the contract: 10 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17734889,Request for Tenders,Open Competition,Haast Visitor Center Carpark Upgrade,,20160801,20160922,20161010,,Sole Agency,No,"The Tender Box, Department of Conservation Hokitika Office, 10 sewell St, Hokitika, 7810","We are seeking tenders for the preparation and sealing of the Department of Conservation Haast Visitor Centre access roads and car park including upgrading of the intersections of the access roads on SH6, marking of parking spaces and supply and installation of associated traffic signs. The contract will involve, amongst other things: excavation, pavement construction, culvert installation, chip sealing, road marking and sign installation.",Awarded,"Agency name: Department of Conservation Agency address:10 Sewell Street Hokitika 7810 Successful supplier???s name:Fulton Hogan Successful supplier???s address: 208 Main South Road Greymouth Description of the services or goods:Construction upgrade of the Department of Conservation Haast Visitor Centre carpark and access roads. Please provide all the applicable tender codes: 3000000, 72000000, 95000000 Date the contract was awarded:07/10/2016 Duration of the contract (including any extensions):10 weeks Estimated cost of the procurement: $150-$200K Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,17767082,Request for Proposals,Open Competition,Mountain Weather Forecasting,MWF16,20160808,20160914,20161216,,Sole Agency,No,N/A,"The Department of Conservation (DOC) has supplied weather forecasting for specific areas of public conservation land since 1997. This is called the mountain weather forecast. Over time the services have been modified and enhanced to cover many of New Zealand???s high risk, high use and high profile tourism sites. The service is valued by both domestic and international visitors to New Zealand along with DOC staff who use the service to remain safe whilst working in some of New Zealand???s harshest environments. Improved weather forecasts have been identified as a key mechanism to improve visitor safety as part of the DOC???s Visitor Risk Management system. Visitor safety is a priority for the Department. Accurate and timely weather forecasts provide recreational outdoor users with a key prevention focused planning tool. Weather often has a significant impact on both the enjoyment and safety of people, and the continued provision of relevant weather forecasts is a vital tool for people as part of their pre-trip planning, helping to ensure not only safe but enjoyable outdoor experiences. Providing weather forecasts for specific mountain areas will enable visitors to make better decisions about their trips in these areas. Good decision making in turn, should help to decrease the number of search and rescue incidents and is an effective prevention mechanism. Mountain weather forecasting services will continue to be required on an on-going basis. The successful supplier will be required to provide the Department with weather forecasts at agreed upon locations and times on public conservation land, as part of our visitor safety programme.",Not Awarded,The Department advises all respondents to the Mountain Weather Forecasting RFP that this procurement has been cancelled as per clause 2.6 (e) of the RFP Terms and Conditions.,20201117 Department of Conservation,17791719,Request for Tenders,Open Competition,Waikaremoana Holiday Park Accommodation Upgrade,CNI-O-005,20160812,20160919,20170120,,Sole Agency,No,N/A,"This contract is for the construction of accommodation building upgrades at Waikaremoana Holiday Park, SH38, Home Bay,Waikaremoana, Te Urewera. The Waikaremoana Holiday Park is operated by Te Uru Taumatua and the Department of Conservation. The accommodation facilities at the Holiday Park have had minimal maintenance for the last 25 years+. The purpose of the proposed works is to bring the accommodation facilities at the Waikaremoana Holiday Park up to a fit for purpose standard. It is proposed to undertake work on the Chalets (x10), Tourist Flats (x2), and Family Unit accommodation buildings at the Holiday Park.",Awarded,"Agency name: Department of Conservation Agency address: 99 Sala St Rotorua Successful supplier’s name: GRB Construction Ltd Successful supplier’s address: 9 Mokoia Drive, Rotorua, 3010, New Zealand Description of goods/services: This construction of accommodation building upgrades at Waikaremoana Holiday Park, SH38, Home Bay, Waikaremoana, Te Urewera. The purpose of the proposed works is to bring the accommodation facilities at the Waikaremoana Holiday Park up to a fit for purpose standard. It is proposed to undertake work on the Chalets (x10), Tourist Flats (x2), and Family Unit accommodation buildings at the Holiday Park. Applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Building Structures and Thoroughfares Date the contract was awarded: 22nd December 2016 Duration of the contract: 26 weeks Est. cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17892727,Request for Proposals,Open Competition,Request for Proposal Central Otago District Weed Control 2016-19,,20160909,20161014,20161215,,Sole Agency,No,N/A,"The Department of Conservation wish to engage the services of a panel of suppliers to undertake ground based control of weeds on Public Conservation Land in the Central Otago District for the period October 2016 to June 2019. Service provision includes: ??? Vegetation control on the Otago Central Rail Trail by spraying the trail surface and surrounds. ??? Woody weed control at various sites on public conservation land in the Central Otago district Service provision excludes: ??? Other services on Otago Central Rail Trail e.g. mowing, surface maintenance ??? Provision of agrichemicals",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road Alexandra Successful supplier’s name: Whitestone Contracting Ltd Trading as Dunstan Contracting Successful supplier’s address: 28 Eclipse St Alexandra Description of the services or goods: Central Otago District Weed Control 1016-19. Weed control services – total vegetation control on Otago Central Rail Trail and spraying of other woody weeds on public conservation land in Central Otago. Please provide all the applicable tender codes. More than one can apply: 70000000 77000000 Date the contract was awarded: 26/10/2016 Duration of the contract: 2 years 8 months Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,17931004,Request for Tenders,Open Competition,Central Otago Wilding Conifer Control Panel,,20160920,20161027,20170113,,Sole Agency,No,"The Tender Box, Alexandra Office Department of Conservation, 43 Dunstan Rd, Alexandra 9340","This RFT is for ground and helicopter services associated with the implementation of a programme of wilding conifer control on both private and conservation land within Central Otago District and on adjacent land within Waitaki, Clutha and Dunedin districts. The current programme is expected to be carried out over a period of 4 years.",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road Alexandra Successful supplier’s names: 1) Central Wilding Tree Control Ltd 2) Mainland Vector Contracting Ltd 3) DM Holdings Ltd 4) Aspiring Helicopters Ltd 5) Heliventures NZ Ltd 6) Central South Island Helicopters Ltd Successful supplier’s addresses: 1) 13B Taylor Place Alexandra 2) Polson Higgs, 139 Moray Place, Dunedin Central, Dunedin, 9016 , New Zealand 3) Harvie Green Wyatt, Chartered Accountants, Level 5, 229 Moray Place, Dunedin Central, Dunedin, 9016 4) ICL Limited, Level 1, 69 Tarbert Street, Alexandra, 9320 , New Zealand 5) 110 Moray Place, Carnegie Centre, Dunedin , New Zealand 6) Wayne J French & Associates Ltd, 110 Moray Place, Dunedin Central, Dunedin, 9016 , New Zealand Description of the services or goods: Wilding Tree control services Please provide all the applicable tender codes: 70000000 77000000 Date the contract was awarded:16/12/2016 Duration of the contract: 1 year + 1 year + 1 year Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17965954,Request for Tenders,Open Competition,Pike29 Hut Construction,WSI ??? 0-004,20161003,20161121,20171012,,Sole Agency,No,"The Tenders Box. Please ensure the words ???Pike29 Hut Construction??? is clearly shown on the envelope. 10 Sewell Street, Hokitika 781","This RFT is for the Construction of a 2x new 20 bunk tramper’s huts with attached 2 bunk staff quarters within the Paparoa National Park, West Coast. The tender includes the following elements for each of the two huts: • Supply and installation of new LPG storage shed and associated pipe work • Supply and installation of new timber framed toilets. • Design of new septic tanks in accordance with wastewater specifications. • Supply and installation of wastewater systems including septic tanks, pipework and land application systems.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street Hokitika Successful supplier???s name: The Natural Construction Company Ltd Successful supplier???s address: Orowaiti Road, Westport 7866 Description of the services or goods: Construction of 2 x 20 bunk DOC Huts located within the Paparoa National Park Please provide all the applicable tender codes: 7200000, 30000000, 95000000 Date the contract was awarded: July 3rd 2017 Duration of the contract : 15 months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,17982603,Request for Proposals,Open Competition,Pike29 Track Set-out and Quality Assurance Consultant,WSI-O-014,20161003,20161108,20170721,,Sole Agency,No,"Attn: The Tenders Box, 10 Sewell Street, Hokitika 7810. Please ensure ""Track Set-out & Quality Assurance Consultant"" os clearly shown on the envelope(s).","The Director-General of the Department of Conservation (the Department) is seeking proposals to lead the set-out of the track on the ground ahead of track construction contractors, and provide quality assurance to the Client by monitoring and reporting on track construction contractors??? performance against the standards in the track design documentation.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika 7810 Private Bag 701, Hokitika 7842 Successful supplier???s name: (list all suppliers if multiple suppliers are awarded.) Active Systems Limited Successful supplier???s address: 84 Connell Street, Waverley, Dunedin 9013 Description of the services or goods: Pike29 Track Set-out and Quality Assurance Consultant Please provide all the applicable tender codes: 72000000 95000000 Date the contract was awarded: 8th May 2017 Duration of the contract (including any extensions): 30 April 2019 Estimated cost of the procurement: $100K-$250K Type of procurement process: Open Tender Exemption justification:N/A",20201117 Department of Conservation,17993459,Request for Tenders,Open Competition,Kia Wharite Goat Control Whanganui National Park,,20161005,20161110,20170524,,Sole Agency,No,"The Tender Box, 34-36 Taupo Quay, Whanganui 4500","The expertise and services being sourced are a panel of suppliers to do goat culling in the Whanganui National Park. This effort is in the form of ground hunters with up to 2 dogs each for the location and destruction of feral goats in remote locations. . There are between 2800 to 6400 hours of hunting effort annually for the next 3 years. There are 5 blocks in total, not all blocks will be run every year, and each block may be assigned to separate suppliers from the panel. We therefore encourage the suppliers to provide prices and apply for all the blocks included in the RFT, even if you may not be able to commit to all five blocks in a single year. The removal of feral goats will allow the lowland forest to begin recovering from long term ungulate browsing. This has benefits for forest health, less erosion and improvement in the water quality.",Awarded,"Agency name: Department of Conservation Agency address: 34-36 Taupo Quay Whanganui 4500 Successful supplier???s name: 1) Backcountry Contracting ltd 2) J Healy Feral Goat Control ltd 3) Kiwi Field Crew Successful supplier???s address:1) 698 Kahuterawa Rd RD2 Palmerston North 4472 2) 72 Paparoa Road RD3 Taumarunui 3) 714 Ashhurst Rd RD10 Palmerston North 4470 Description of the services or goods: To source a panel of suppliers for the removal of feral goats in the Whanganui National Park. Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services Date the contract was awarded:15th of February 2017 Duration of the contract: 30th June 2019 Estimated cost of the procurement: $250K-$500K Type of procurement process:Open tender Exemption justification :N/A",20201117 Department of Conservation,18057182,Request for Tenders,Open Competition,"Wilkinson Track Upgrade, Kapiti Island",LNI-S-074,20161021,20161212,20170330,,Sole Agency,No,N/A,"Upgrade works to the Wilkinson Track on Kapiti Island. Work includes supply and transport of all materials to site. Upgrade works include installing new culverts, new steps and spreading and compacting of new gravel on track line. There is also some work needed to improve track formation and drainage.",Awarded,"Agency name:Department of Conservation Agency address: 28 North Street, Palmerston North Successful supplier’s name:R & R McIntyre Ltd Successful supplier’s address: Oroua Valley Road Apiti RD 7 Feilding Description of the services or goods: Walking track upgrade of Wilkinson Track on Kapiti Island. Includes formation works, drainage works and placement of surfacing aggregate. Please provide all the applicable tender codes. 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 23/03/2017 Duration of the contract:12 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,18065935,Request for Tenders,Open Competition,Cascade Creek Camping Ground Upgrade,SSI-0-012,20161028,20161202,20170330,,Sole Agency,No,"The Tender Box, Opus House, 65 Arena Avenue, Invercargill","This contract is for the upgrade of the Cascade Creek Camping Ground. This involves the construction of new road and hardstand camping sites, landscaping and toilets.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9600 Successful supplier’s name:The Roading Company Ltd Successful supplier’s address:42 Dalry St, Wallacetown 9816 Description of the services or goods: This contract is for construction services for the construction of hardened campsites, tilt slab toilet blocks, internal roading and landscaping at the Cascade Creek Campsite – Fiordland National Park. Please provide all the applicable tender codes:72000000, 83000000 and 95000000 Date the contract was awarded: 16th February 2017 Duration of the contract: 12 Months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18098903,Request for Proposals,Open Competition,Emergency Communication Devices,,20161103,20161209,20170612,,Sole Agency,No,N/A,"The Department of Conservation is looking for Personal Locator Beacons, Emergency Position Indicating Radio Beacons and satellite phones for employees to use in remote locations that will contribute to keeping our people safe. The Department is looking for devices that are robust and reliable, with effective and efficient support systems from suppliers, so that we will get value for money from our spending in this area.",Awarded,"Agency name: Department of Conservation Agency address:18-23 Manners St, Te Aro Wellington Successful supplier???s name: Pivotel New Zealand Pty Limited ??? Satellite phones Navman Marine Limited t/a Absolute Marine - EPRIBs Lusty & Blundell Limited - PLBs Successful supplier???s address: Pivotel New Zealand Pty Limited ??? PO Box 17-580, Christchurch 8081 Absolute Marine ??? Unit 1, 13 Highbrook Drive, East Tamaki Auckland 2013 Lusty & Blundell Limited ??? Private Bag 93520, Takapuna, Auckland 0740 Description of the services or goods: Emergency Communication Devices Please provide all the applicable tender codes: 43000000,46000000,83000000 Date the contract was awarded: 1-May-2017 Duration of the contract (including any extensions): 10 years Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18126514,Request for Tenders,Open Competition,Dart Track Realignment,,20161110,20161110,20161110,,Sole Agency,No,N/A,Construct track realignment of Dart Tramping Track including construction of required structures.,Awarded,"Agency name: Department of Conservation Agency address: Wakatipu District Office 1 Arthurs Point Road Queenstown 9371 Successful supplier’s name: John Henderson Construction Ltd Successful supplier’s address: 394 Paradise Road Glenorchy Description of the services or goods:Construct track realignment of Dart Tramping Track including construction of required structures. Please provide all the applicable tender codes: 72000000; 95000000 Date the contract was awarded: 27/10/2016 Duration of the contract: 10 Weeks Estimated cost of the procurement:$100K-$250K Type of procurement process:Sole Source Exemption justification :This was a closed Tender, and the exemption was awarded under the under Rule C. Only one supplier If the goods, services or works can only be supplied by one supplier and there is no reasonable alternative or substitute because: i. for technical reasons there is no real competition, or ii. the procurement relates to the acquisition of intellectual property or rights to intellectual property, (including patents or copyrights) or other exclusive rights, or iii. the procurement is for a work of art.",20201117 Department of Conservation,18140853,Request for Quotations,Open Competition,"Native Tree Supply: Living Waters Partnership, Miranda",,20161116,20161205,20170104,,Sole Agency,No,N/A,"Supply of 8000 Eco-Sourced trees ready for planting 1 July 2017 in the Miranda area. Species list: Species: Units Coprosma robusta: 900 Coprosma propinqua: 1,500 Sophora microphylla: 100 Myoporum laetum: 1,000 Leptospermum scoparium: 500 Kunzea ericoides: 1,500 Phormium tenax 1,000 Plagianthus divaricatus 750 Cordyline australis 750 Total: 8,000 The Fonterra and Department of Conservation (DOC) Living Water partnership is a is a 10-year formal agreement that will see Fonterra invest into new work programmes, jointly administered with DOC, to restore 5 sensitive catchment areas, one of which is Miranda (Firth of Thames, Coromandel). Living Waters at Miranda is initially focussing on the Pukorokoro catchment, with the intent of working within both the upper and lower catchments to improve water quality, and to undertake wetland restoration, particularly in relation to shorebird habitat in the East Coast Rd (Rangipo) Scenic Reserve and the Miranda-Taramaire Government Purpose Wildlife Management Reserve. At Taramaire the first stage of hydrological manipulation has begun to increase habitat areas for wading bird and estuarine plant species, and will be combined with wetland and riparian plantings to enhance these areas.",Awarded,"Agency name: Department of Conservation Agency address:PO Box 343, Thames 3540 Successful supplier’s name: Te Whangai Trust Successful supplier’s address: 101 Miranda Rd, Miranda 2474 Description of the services or goods: Supply 8000 native plants for July 2017 Please provide all the applicable tender codes:10000000 Date the contract was awarded: 23/12/2016 Duration of the contract: 6 months Estimated cost of the procurement: $10K-$50K Type of procurement process:Open tender",20201117 Department of Conservation,18247804,Request for Proposals,Open Competition,Predator Free 2050 - Tools to Market - New Toxins baits or delivery systems,DM2935016,20161219,20170213,20170712,,Sole Agency,No,N/A,"Predator Free 2050 is an ambitious goal of ridding New Zealand of possums, rats and stoats by 2050. To support this goal, the government, via the Department of Conservation, is investing to improve current predator control tools and technology via the Tools to Market project. Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Proposals will be contracted for a timeframe appropriate to the proposal for a maximum of four years, to develop new or improved tools in the short to medium term. Proposals must be for development activities (such as trials, engineering, construction, registration, hazard assessments) and not for commercialisation activities (such as production, marketing, distribution). Tools to Market has three key objectives: 1. Refinement of current predator control tools to make them safer and more cost-effective 2. Development of new or improvement of current tools to suppress predators at a landscape scale 3. Expansion of the predator control arsenal so that a range of tools are available for different environments and situations. There are 4 Potential Tools to Market projects and each of these projects are expressed in separate RFP documents Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. The first of the potential tools to market is New toxins, baits or delivery systems. Toxins, baits or delivery systems may target one or more of possums, rats and/or stoats. Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. Aerially applied para-aminopropiophenone (PAPP) for stoat control is a confirmed priority. DOC progressed pen trials to develop a palatable meat bait suited to aerial application and is managing the development project. In addition to new toxins, baits or delivery systems, the Department is specifically seeking proposals for non-lethal methods to evaluate the potential hazard of PAPP toxicosis to native birds and lizards. The pathway to commercialisation is not required for proposals for non-lethal methods for evaluating non-target hazard from PAPP.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St Te Aro Wellington 6011 Successful supplier???s name: Landcare Research New Zealand Ltd. Successful supplier???s address: Gerald St Lincoln Christchurch Description of the services or goods:Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Tools to Market has three key objectives: 1. Refinement of current predator control tools to make them safer and more cost-effective 2. Development of new or improvement of current tools to suppress predators at a landscape scale 3. Expansion of the predator control arsenal so that a range of tools are available for different environments and situations. Toxins, baits or delivery systems may target one or more of possums, rats and/or stoats. Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. Please provide all the applicable tender codes:10000000 - Live Plant and Animal Material and Accessories and Supplies 12000000 - Chemicals including Bio Chemicals and Gas Materials 21000000 - Farming and Fishing and Forestry and Wildlife Machinery and Accessories 32000000 - Electronic Components and Supplies 39000000 - Electrical Systems and Lighting and Components and Accessories and Supplies 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 73000000 - Industrial Production and Manufacturing Services 77000000 - Environmental Services 81000000 - Engineering and Research and Technology Based Services Date the contract was awarded: 22 June 2017 Duration of the contract:The total duration of the two contracts is 41 months Estimated cost of the procurement: Estimated total value of the two contracts is $500K-$1M Type of procurement process:Open tender Exemption justification: n/a",20201117 Department of Conservation,18248609,Request for Proposals,Open Competition,Predator Free 2050 - Tools to Market - More effective traps,DM2935021,20161219,20170213,20170712,,Sole Agency,No,N/A,"Predator Free 2050 is an ambitious goal of ridding New Zealand of possums, rats and stoats by 2050. To support this goal, the government, via the Department of Conservation, is investing to improve current predator control tools and technology via the Tools to Market project. Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Proposals will be contracted for a timeframe appropriate to the proposal for a maximum of four years, to develop new or improved tools in the short to medium term. Proposals must be for development activities (such as trials, engineering, construction, registration, hazard assessments) and not for commercialisation activities (such as production, marketing, distribution). Tools to Market has three key objectives: 1. Refinement of current predator control tools to make them safer and more cost-effective 2. Development of new or improvement of current tools to suppress predators at a landscape scale 3. Expansion of the predator control arsenal so that a range of tools are available for different environments and situations. There are 4 Potential Tools to Market projects and each of these projects are expressed in separate RFP documents Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. The second of the potential tools to market is More effective traps. New traps or improvements to existing traps may target one or more of possums, rats and/or stoats. Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. Traps or trap improvements must be designed with the intent to meet the welfare performance criteria in the National Animal Welfare Advisory Committee (NAWAC) guideline (http://www.mpi.govt.nz/document-vault/8521). Proposals must include a milestone whereby the trap is tested and meets the NAWAC guideline.",Not Awarded,The Department wishes to advise that we have decided not to awarded any contracts for this opportunity.,20201117 Department of Conservation,18248635,Request for Proposals,Open Competition,"Predator Free 2050 - Tools to Market - Lures, pest deterrents or non-target repellents",DM 2935023,20161219,20170213,20170712,,Sole Agency,No,N/A,"Predator Free 2050 is an ambitious goal of ridding New Zealand of possums, rats and stoats by 2050. To support this goal, the government, via the Department of Conservation, is investing to improve current predator control tools and technology via the Tools to Market project. Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Proposals will be contracted for a timeframe appropriate to the proposal for a maximum of four years, to develop new or improved tools in the short to medium term. Proposals must be for development activities (such as trials, engineering, construction, registration, hazard assessments) and not for commercialisation activities (such as production, marketing, distribution). Tools to Market has three key objectives: 1. Refinement of current predator control tools to make them safer and more cost-effective 2. Development of new or improvement of current tools to suppress predators at a landscape scale 3. Expansion of the predator control arsenal so that a range of tools are available for different environments and situations. There are 4 Potential Tools to Market projects and each of these projects are expressed in separate RFP documents. Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. The third of the potential tools to market is Lures pest deterrents or non target repellents. Lures and deterrents may target one or more of possums, rats and/or stoats. Non-target repellents may deter native species or game animals. Tools must be in development, with evidence supplied such as proof of concept, prototype, or trials completed.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St Te Aro Wellington 6011 Successful supplier???s name: The Research Trust of Victoria University of Wellington Successful supplier???s address: PO Box 39-245 Wellington Mail Centre Wellington 5045 Description of the services or goods: Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Tools to Market has three key objectives: The third of the potential tools to market is Lures pest deterrents or non target repellents. Lures and deterrents may target one or more of possums, rats and/or stoats. Non-target repellents may deter native species or game animals. Tools must be in development, with evidence supplied such as proof of concept, prototype, or trials completed. Please provide all the applicable tender codes: 0000000 - Live Plant and Animal Material and Accessories and Supplies 12000000 - Chemicals including Bio Chemicals and Gas Materials 21000000 - Farming and Fishing and Forestry and Wildlife Machinery and Accessories 32000000 - Electronic Components and Supplies 39000000 - Electrical Systems and Lighting and Components and Accessories and Supplies 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 73000000 - Industrial Production and Manufacturing Services 77000000 - Environmental Services 81000000 - Engineering and Research and Technology Based Services Date the contract was awarded:27 June 2017 Duration of the contract:21 months Estimated cost: $250K-$500K Type of procurement process: Open Tender Exemption justification: N/A",20201117 Department of Conservation,18248672,Request for Proposals,Open Competition,Predator Free 2050 - Tools to Market - Refinement of monitoring techniques,DM 2935037,20161219,20170213,20170712,,Sole Agency,No,N/A,"Predator Free 2050 is an ambitious goal of ridding New Zealand of possums, rats and stoats by 2050. To support this goal, the government, via the Department of Conservation, is investing to improve current predator control tools and technology via the Tools to Market project. Tools to Market will seek, evaluate, and contract proposals for control tools that are currently in development, where this would accelerate completion and implementation. Proposals will be contracted for a timeframe appropriate to the proposal for a maximum of four years, to develop new or improved tools in the short to medium term. Proposals must be for development activities (such as trials, engineering, construction, registration, hazard assessments) and not for commercialisation activities (such as production, marketing, distribution). Tools to Market has three key objectives: 1. Refinement of current predator control tools to make them safer and more cost-effective 2. Development of new or improvement of current tools to suppress predators at a landscape scale 3. Expansion of the predator control arsenal so that a range of tools are available for different environments and situations. There are 4 Potential Tools to Market projects and each of these projects are expressed in separate RFP documents. Tools must be in development, with evidence supplied such as proof of concept, prototype or trials completed. The fourth of the potential tools to market is Refinement of monitoring techniques. New monitoring techniques or improvements to existing techniques are both of interest, particularly in relation to possums, rats and/or stoats at low densities. Monitoring techniques must be in development, with evidence supplied such as proof of concept, prototype, or trials completed.",Not Awarded,The Department wishes to advise that we have decided not to awarded any contracts for this opportunity.,20201117 Department of Conservation,18324346,Request for Tenders,Closed Competition,Paparoa Track Construction - Moonlight Tops,WSI-O-040,20170126,20170310,20180209,,Sole Agency,No,"Department of Conservation Hokitika Office, 10 Sewell Street, Hokitika 7810",Tender for track construction works on the new Paparoa Great walk that consists of the Paparoa Track and the Pike29 Memorial Track.,Not Awarded,A decision has been made by the Department of Conservation (DOC) to not proceed with awarding a contract for Moonlight Tops. The overall project cost is higher than originally budgeted.,20201117 Department of Conservation,18324464,Request for Tenders,Closed Competition,Paparoa Track Construction - Pike29 Memorial Track,WSI-O-041,20170126,20170310,20171005,,Sole Agency,No,"Department of Conservation Hokitika Office, 10 Sewell Street, Hokitika 7810",Tender for track construction works on the new Paparoa Great walk that consists of the Paparoa Track and the Pike29 Memorial Track,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika 7810 Successful supplier???s name: Nelmac Limited Successful supplier???s address: Bullen Street, Tahunanui, Nelson 7011 Description of the services or goods: Paparoa Track Construction, Section2: Pike29 Memorial Please provide all the applicable tender codes: 72000000 95000000 Date the contract was awarded: 14th July 2017 Duration of the contract: 22 Months Estimated cost of the procurement: $1M-$5M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18324486,Request for Tenders,Closed Competition,Paparoa Track Construction - Escarpment,WSI-O-042,20170126,20170310,20171005,,Sole Agency,No,"Department of Conservation Hokitika Office, 10 Sewell Street, Hokitika 7810",Tender for track construction works on the new Paparoa Great walk that consists of the Paparoa Track and the Pike29 Memorial Track.,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika 7810 Successful supplier???s name: Westreef Services Limited Successful supplier???s address: P.O. Box 246, Westport 7866 Description of the services or goods: Paparoa Track Construction, Section 3: Escarpment Please provide all the applicable tender codes: 72000000 95000000 Date the contract was awarded: 14 July 2017 Duration of the contract: 22 months Estimated cost of the procurement: $1M-$5M Type of procurement process: Open Tender Exemption justification:N/A",20201117 Department of Conservation,18324500,Request for Tenders,Closed Competition,Paparoa Track Construction - Upper Pororari Tindale,WSI-O-043,20170126,20170310,20171005,,Sole Agency,No,"Department of Conservation Hokitika Office, 10 Sewell Street, Hokitika 7810",Tender for track construction works on the new Paparoa Great walk that consists of the Paparoa Track and the Pike29 Memorial Track.,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika 7810 Successful supplier???s name: Westreef Services Limited Successful supplier???s address: P.O. Box 246, Westport 7866 Description of the services or goods: Paparoa Track Construction, Section 4: Upper Pororari/Tindale Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 72000000 95000000 Date the contract was awarded: 14 July 2017 Duration of the contract: 22 Months Estimated cost of the procurement: $1M-$5M Type of procurement process: Open Tender Exemption justification: N/A",20201117 Department of Conservation,18325929,Request for Proposals,Open Competition,Power Equipment and Power Tools,,20170127,20170307,20170620,,Cluster,No,We are not accepting hard copies for the process,"A panel of suppliers for engine-driven portable power equipment and large power tools along with accessories and related safety equipment, training and maintenance.",Awarded,"Agency name: Department of Conservation Agency address:18-32 Manners St, PO Box 10-420, Wellington 6143 Successful supplier???s name: Power & Marine Ltd t/a Honda Power Equipment Husqvarna New Zealand Limited CJ&ER and DA&DL Watt Partnership t/a OMC Power Equipment STIHL Limited Successful supplier???s address: Honda ??? 132 Pavilion Drive, Auckland 2150 Husqvarna ??? 51 Aintree Avenue, Auckland 2022 OMC ??? 100 Gasson St, Christchurch STIHL ??? 9 Bishop Browne Place, Auckland 2013 Description of the services or goods: Power Tools Please provide all the applicable tender codes:21000000, 22000000, 26000000, 27000000 Date the contract was awarded: 9 June 2017 Duration of the contract: Three years, with two potential extensions of three years each Estimated cost of the procurement: $10M-$25M Type of procurement process: Open tender Exemption justification N/A",20201117 Department of Conservation,18326387,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 2 Contract 2 ??? Great Barrier Island",KDP 2/2 - GBI,20170125,20170303,20170522,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The mitigation measures covered by this tender are for the following 7 tracks in the Great Barrier Forest on Great Barrier Island: Forest Road Walking Track, Karui Tree Route, Kaiaraara Lower Dam Track, Kaiaraara Lower Kauri Dam to Hirakimata, Link Track, Tramline Track, Peach Tree Track.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office, PO Box 842,Whangarei 0140 Successful supplier???s name: Aotea Contractors Ltd Successful supplier???s address: 274 Hector Sanderson Road, Great Barrier Island Description of the services or goods: Kauri Dieback Project Works, Year 2 Contract 2 Great Barrier Island Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. This contract includes work on 7 sites at different locations in Great Barrier Forest on Great Barrier Island. Applicable tender codes: 72000000; 77000000;95000000 Date the contract was awarded: 22 May 2017 Duration of the contract 12 weeks Estimated cost of the procurement: $250 - $500K Type of procurement process: Open tender",20201117 Department of Conservation,18326612,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 2 Contract 1 ??? Auckland, Goldies Bush",KDP 2/1 - Goldies,20170127,20170307,20170522,,Sole Agency,No,N/A,"Track upgrades to mitigate the transfer of Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The mitigation measures covered by this tender are for the following 2 tracks in Goldies Bush Reserve approximately 45km west of Auckland City: Mokoroa Falls Lookout Track and Goldies Bush Track.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office,PO Box 842,Whangarei 0140 Successful supplier???s name: Milton Harward Construction Ltd Successful supplier???s address: 35 Paihia Road, Onehunga, Auckland 1061 Description of the services or goods: Kauri Dieback Project Works Year 2, Contract 1 Auckland Goldies Bush Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Track upgrades required on 2 tracks at different locations in Goldies Bush Reserve, approx. 45 mins from Auckland City. Please provide all the applicable tender codes. 72000000; 77000000;95000000 Date the contract was awarded: 22 May 2017 Duration of the contract (including any extensions): 12 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender",20201117 Department of Conservation,18354097,Request for Proposals,Open Competition,Mountain Weather Forecasting,,20170202,20170202,20170202,,Sole Agency,No,N/A,The Scope of Services covers the delivery and management of weather forecasts for public conservation land.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St, Wellington 6011 Successful supplier’s name: Meteorological Service of New Zealand Limited Successful supplier’s address: 30 Salamanca Road, Kelburn, Wellington, 6012, New Zealand Description of the services or goods: The Scope of Services covers the delivery and management of weather forecasts for public conservation land. Please provide all the applicable tender codes: 77000000 81000000 83000000 Date the contract was awarded: 1 January 2017 Duration of the contract: Initial term of 18 months. Optional extension period of 12 months. Estimated cost of the procurement: $300K - $550K Type of procurement process: Open RFP followed by selective procurement (sole source). Exemption justification:Rule 15.9 (d) Additional goods, services or works: Goods, services or works additional to the original requirements that are necessary for complete delivery.",20201117 Department of Conservation,18357087,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 2 Contract 3 ??? Whangarei",KDP 2/3 - Whangarei,20170331,20170510,20170721,,Sole Agency,No,N/A,"The works cover the implementation of mitigation measures for the protection of Kauri dieback on Te Araroa TK Morepork track, Northern Track, Te Haua Ura track, Piroa Falls track and Waipu Caves track; all of them included in the Whangarei DOC district. These tracks are affected or at risk of being affected by Kauri Dieback caused by Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The main mitigation measures covered within this contract include approximately 107 meters of track formation, 457 meters of cellular geoweb confined bark/aggregate track and aggregate surfacing, 158 meters of timber boxed steps with barriers as necessary, 58 meters of low boardwalk and a timber platform of 22sq m as shown on the Required Work Schedule and other different documents included in the contract.",Awarded,"Agency name: Department of Conservation Agency address: Whangarei Office PO Box 842 Whangarei 0140 Successful supplier???s name: NZ Trackworks Successful supplier???s address: PO Box 4340,Kamo 0140 Whangarei Description of the services or goods: Kauri Dieback Project Works, Year 2 Contract 3 Whangarei Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. This contract includes work on 5 sites at different locations in Whangarei Applicable tender codes: 72000000; 77000000;95000000 Date the contract was awarded: 2 June 2017 Duration of the contract 12 weeks Estimated cost of the procurement: $250 - $500K Type of procurement process: Open tender",20201117 Department of Conservation,18362487,Request for Tenders,Open Competition,Tongariro Alpine Crossing Toilets Upgrade,,20170207,20170207,20170207,,Sole Agency,No,N/A,"To provide the following - 4 x Norski Double Alpine toilet building – all heavy-duty hardware and commercial door closers fitted. One skylight fitted. 8 x 4,000L Norski holding tank, Super-vent, and Roto vent.",Awarded,"Agency name: Department of Conservation Agency address: 99 Sala St, Rotorua 3010 Successful supplier’s name: NFP Fibreglass Products Successful supplier’s address: 10 Bristol Street, Riverlands Estate, PO Box 341, Blenheim Description of the services or goods: 4 x Norski Double Alpine toilet building – all heavy-duty hardware and commercial door closers fitted. One skylight fitted. 8 x 4,000L Norski holding tank, Super-vent, and Roto vent. Please provide all the applicable tender codes: 30000000 and 72000000 Date the contract was awarded: December, 2016 Duration of the contract: To supply of one off goods Estimated cost of the procurement: $100K-$250K Type of procurement process:Selective procurement (sole source) Exemption justification Exemption was awarded under the Rule 15.9.c(i). Only one supplier If the goods, services or works can only be supplied by one supplier and there is no reasonable alternative or substitute because: i. for technical reasons there is no real competition, or ii. the procurement relates to the acquisition of intellectual property or rights to intellectual property, (including patents or copyrights) or other exclusive rights, or iii. the procurement is for a work of art.",20201117 Department of Conservation,18387669,Request for Tenders,Open Competition,Waiau Hut ESIR-WAI01-2017,ESIR-WAI01-2017,20170215,20170323,20170927,,Sole Agency,No,N/A,Construction of a new backcountry hut and associated out buildings.,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road Alexandra 9320 Successful supplier???s name: A J Robson Builders Successful supplier???s address: 413 Whites Road Ohoka 7692 Description of the services or goods: New Hut Construction Please provide all the applicable tender codes. 72000000 Date the contract was awarded: 21st Sept 2017 Duration of the contract (including any extensions): To January 2019 (includes maintenance period) Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18418207,Request for Tenders,Open Competition,Pike 29 Pedestrian Bridge Timber Supplies,WSI-0-025,20170228,20170404,20170629,,Sole Agency,No,"Department of Conservation Hokitika Office, 10 Sewell St, Hokitika 7810","This RFT is for the supply of structural timbers for the construction of multiple pedestrian bridges. The supplier must have the ability to store all timbers in dry conditions and deliver timbers to the Department of Conservation Hokitika Workshop as required.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street Hokitika Successful supplier???s name: Griffen & Smith Ltd (Mitre 10) Successful supplier???s address: Waterwalk Road Greymouth Description of the services or goods: Supply of structural grade timbers Please provide all the applicable tender codes: 30000000, 95000000 Date the contract was awarded: 14/06/2017 Duration of the contract: 12 months Estimated cost of the procurement: $50K-$100K Type of procurement process:Open tender Exemption justification:N/A",20201117 Department of Conservation,18436616,Request for Tenders,Open Competition,Mine Tunnel Inspection ??? Hauraki Area,,20170306,20170410,20170616,,Sole Agency,No,,"Tenders are invited from suitably qualified persons to carry out inspections of approximately 90 old mining adits/shafts on the Coromandel Peninsula, and provide a written report on their condition and suitability for future access by the public.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 3072, Hamilton 3072 Successful supplier???s name: Broken Hills Historic Mine Ltd Successful supplier???s address: PO Box 99 732 Newmarket Auckland Description of the services or goods: Inspection of approx. 90 historic adits/shafts on the Coromandel Peninisula Please provide all the applicable tender codes: 30000000, 71000000, 72000000 Date the contract was awarded: 3 May 2017 Duration of the contract: 2 months Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,18446239,Request for Tenders,Open Competition,Hawkes Bay Wilding Pine Control Kaweka Aerial Panel,LNI ??? O -069,20170308,20170412,20170620,,Sole Agency,No,N/A,"This procurement is for the helicopter control of Wilding Pines in particular Pinus contorta which makes up the bulk of the infestation in the Kaweka Forest Park. This work will run for a period from May 2017 until June 2020. The main method that will be used is Aerial Bark Application (ABA). The Department will supply chemical, VAL2 (volume & location GPS flowmeter); the Supplier will provide helicopter, ground crew, approved chemical storage and wand operator. The standards for ABA are covered by DOC best practice. This method is tried and proven so will be followed. Minor aspects of the helicopter panel use may include; Spot spraying of wilding pines that are too hard/dangerous to get with ABA, as directed by the supervisor. Boom spraying of wilding pine using methods prescribed in the Department’s Best Practice",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 59 Marine Parade, Napier Successful supplier???s name: 1) Helicopters Hawkes Bay (2006) Ltd 2) Rangitikei Helicopters Ltd Successful supplier???s address: 1) 1 Ngatarawa Road, Bridge Pa, Hastings 4175 2) 53-55 Manchester Street, Feilding Description of the services or goods: Delivery of helicopter services for controlling wilding pine in the Kaweka Forest Park. Please provide all the applicable tender codes: 77000000, 21000000, 70000000 Date the contract was awarded: 10/6/2017 Duration of the contract: 10th May 2017 ??? 30th June 2020 Estimated cost of the procurement: $500K-$1M Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,18497678,Request for Tenders,Open Competition,Wairarapa Lawnmowing,,20170321,20170428,20170629,,Sole Agency,No,N/A,Request for tender to mow lawns at amenity areas and campgrounds in the Wairarapa District.,Awarded,"Agency name: Department of Conservation Agency address: P.O.Box 191 Masterton Successful supplier???s name: Programmed Property Services Ltd Successful supplier???s address: 5 Prosser Street Elsdon 5022 Description of the services or goods: Lawnmowing in the Wairarapa Area Please provide all the applicable tender codes: 72000000 Date the contract was awarded: 28/06/2017 Duration of the contract:2 years with a right of renewal of a further 2 years Estimated cost of the procurement: $10K-$50K Type of procurement process:Open tender Exemption justification:n/a",20201117 Department of Conservation,18554481,Request for Tenders,Open Competition,Battle For Our Birds - Whareorino Aerial Pest Control Operation,N/A,20170407,20170517,20181010,,Sole Agency,No,"Department of Conservation, 78 Taupiri Street, Te Kuiti","This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whareorino Forest for the control of pests in the form of rodents, mustelids and possums and includes: Provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Implementing robust Health and Safety practices which ensure the safe delivery of the Services. Transportation of toxic and non toxic bait.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 16/06/2017 Duration of the contract: 5 Months + an extension of up to 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification N/",20201117 Department of Conservation,18560418,Request for Tenders,Open Competition,Murihiku District Ground Weed Control Panel - 2017 Opportunity,,20170411,20170529,20170727,,Sole Agency,No,"The Tender Box, Department of Conservation, 33 Don Street, Level 7, Invercargill","In 2016 an open panel of approved operators was established following an open market RFT process. This tender is to provide an opportunity for other suppliers to apply to join this Panel of approved operators which will be called upon to complete various work each year. It is for the remaining year of a two year contract with a two year right of renewal, finishing 30 June 2020. This opportunity will be advertised annually to see if other suitable suppliers wish to join the Panel. The Murihiku Area covers from the Eyre mountains in the north to the Awarua wetlands in the south and from the Blue Mountains and Catlins in the east to Waiau Valley in the west. Terrain is from alpine areas to the coast and with forest, tussock and wetlands ecosystems. The work available is varied and dependent each year on the work needed and funding available. Work could include tractor/truck mounted spraying of marginal strips, boundary fences, tussock reserves, wetlands or roadsides. Knapsack/chainsaw/ hand tool type work involving grid searching and spraying, pulling of vines, cutting wilding trees and cutting/ pasting of pest plant species. This tender is to form a Panel of approved operators which will be called upon to complete various work each year. Goods/Service provision includes: There are two types of Ground Weed Control work available within the Murihiku District Type 1 - Truck / tractor mounted spray work - where the Team leader must hold the Growsafe Registered Chemical Applicators Certificate. Type 2 - Knapsack / Chainsaw / Handtool type work - with a minimum of four crew who work along side DOC staff who have the qualification above. Your team may be required at short notice (24hrs). You can apply for either Type 1 / Type 2 or for both.",Awarded,"Agency name: Department of Conservation Murihiku District Agency address: 33 Don Street, 7th floor, Invercargill Successful supplier???s name: Regional Spray Successful supplier???s address: 372 Kakapo Road, RD, Te Anau Description of the services or goods: This is advertised on an annual basis to see if other suitable suppliers wish to join the panel This tender is to form a Panel of approved operators which will be called upon to complete various work each year. This is for the Ground Weed control. Please provide all the applicable tender codes: 77000000 Date the contract was awarded: June 2017 Duration of the contract: 1 July 2017 till 30 June 2020 Estimated cost of the procurement: $250K-$500K For this contract $80-100 000 as this is a panel Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,18586105,Request for Tenders,Open Competition,Masterton Office Upgrade and Extension,LNI - O - 071,20170421,20170608,20171004,,Sole Agency,No,N/A,"Construction and fit out of an extension to the Masterton DOC office building. Upgrade and refit of the existing building interior. Work includes the supply of all materials, equipment and labour necessary to complete the works as specified.",Not Awarded,No tender responses were received by the Department.,20201117 Department of Conservation,18593688,Request for Tenders,Open Competition,Department of Conservation Te Rapa Base Hamilton Office Alterations and Upgrade,,20170426,20170601,20170713,,Sole Agency,No,N/A,"Works involve partial demolition to existing upper floor offices, toilet facilities and maintenance / service areas at the lower floor. The new office space will feature an open plan layout with separate meeting rooms, large lunch / tea area and new toilet facilities. New mechanical heating, ventilation, and air conditioning systems will be installed to design and specification, as will all new electrical, lighting and decor finish to ensure an optimum working environment.",Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street, Hamilton 3240 Successful supplier???s name: Thorburn Builders Limited Successful supplier???s address: 26 William Street, Huntly Description of the services or goods: Main Contractor for Te Rapa Base Office Alterations Please provide all the applicable tender codes: 72000000 95000000 Date the contract was awarded: 11/07/2017 Duration of the contract: 14 Weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,18594377,Request for Tenders,Open Competition,Marahau Abel Tasman Coast Track Terminus Upgrade,6959,20170426,20170612,20171004,,Sole Agency,No,N/A,"Tenders are invited for the upgrade of the Department of Conservation Car Park and facilities at the Terminus of the Abel Tasman Coast Track (Great Walk) at Marahau. The tender includes demolition of the existing kiosk structures, construction of a new bus terminus building, re-forming the car parking area, installation of drainage and swales, landscaping, planting, installation of architectural features and signs, construction of a helipad and renovation of the existing DOC toilet building.",Awarded,"Agency name: Department of Conservation Agency address: Monro Building, 186 Bridge Street, Nelson Successful supplier???s name: CJ Industries Ltd Successful supplier???s address: 34 Hau Road, Motueka Description of the services or goods: Marahau Abel Tasman Coast Track Terminus Upgrade Please provide all the applicable tender codes:95000000 Date the contract was awarded: 28/09/2017 Duration of the contract: 20 weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification:NA",20201117 Department of Conservation,18594890,Request for Tenders,Open Competition,Marahau Abel Tasman Coast Track Terminus Wastewater System Upgrade,6958,20170426,20170609,20171004,,Sole Agency,No,N/A,Tenders are invited to supply and install a new on-site wastewater treatment and disposal system at the Marahau Terminus of the Abel Tasman Coast Track (design load 9000 litres per day). The system will process effluent from the Department Of Conservation toilets and Park Cafe.,Awarded,"Agency name: Department of Conservation Agency address: Monro Building, 186 Bridge Street, Nelson Successful supplier???s name: Allflow Equipment Ltd Successful supplier???s address: 58 Gladstone Road, Richmond Description of the services or goods: Marahau Abel Tasman Coast Track Terminus Wastewater System Upgrade Please provide all the applicable tender codes: 95000000 Date the contract was awarded: 28/09/2017 Duration of the contract : 8 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,18601505,Request for Proposals,Open Competition,Department of Conservation Booking Services,,20170428,20170606,20180605,,Sole Agency,No,N/A,"The objective of the procurement is to identify a supplier that can meet our requirements for a solution and related services for our bookable products. We are seeking a supplier that will provide a solution for booking services ‘as a service’. We are seeking a booking service provider that has existing capability and experience providing a solution for booking services. We are seeking a supplier that has existing clients with have similar products to the Department. Our preference is that we do not want to customise software or have software developed specifically to meet our requirements. We intend to shape our operating model around existing capability in a solution where practical to do so. Booking Service includes: The scope booking service we are seeking includes: Booking service solution and related services capability for outdoor recreational products including huts, campsites, hut passes, permits and licenses. Booking service solution and related services that are provided ‘as a service’ including full responsibility for all infrastructure; hosting, maintenance, roadmap development, upgrades, security, backup, recovery, disaster and business continuity planning. Financial capability in the solution for the accurate processing, audit and reporting of financial transactions associated with bookings made through the solution. An option of providing a payment gateway for the processing of payments made through the solution. Customer support for dealing with booking service related issues.",Awarded,"Agency name: Department of Conservation Agency address:18-32 Manners Street, Wellington 6011 Successful supplier???s name: US eDirect Inc. Successful supplier???s address: 99 Powerhouse Road, Suite 207, Roslyn Heights, NY 11577, United States Description of the services or goods: Booking service solution and related services capability for outdoor recreational products including huts, campsites, hut passes, permits and licenses. Booking service solution and related services that are provided ???as a service??? including full responsibility for all infrastructure; hosting, maintenance, roadmap development, upgrades, security, backup, recovery, disaster and business continuity planning. Please provide all the applicable tender codes: 43000000, 90110000 Date the contract was awarded: 22 May 2018 Duration of the contract (including any extensions): 60 Months (5 Years) Estimated cost of the procurement: $5M - $10M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18622844,Request for Tenders,Open Competition,Pateke Predator Control; Mimiwhangata/Teal Bay/Whananaki/Whangaruru,,20170505,20170612,20170721,,Sole Agency,No,"DOC Whangarei, 2 Southend Ave, Raumanga","Pateke are an endemic duck whose decline throughout New Zealand is largely due to introduced predators and habitat destruction. The Teal Bay/Mimiwhangata/Whananaki/Whangaruru coast is one of the last remaining strongholds for this species, and is home to at least 600 birds. Predator control, particularly of stoats and cats, is crucial to their survival, and has been refined over many years by the Pateke Recovery Group to provide protection for Pateke and allow their numbers to increase. The contract requires services to undertake predator trapping operations on both Public Conservation land (Mimiwhangata Coastal Park) and private land in the Teal Bay, Whananaki and Whangaruru areas between 1 July 2017 and 30th June 2026. The Director-General has established 641 trap sites across these areas which are to be serviced weekly or fortnightly, or monthly depending on the site and season. Bait supply and preparation is included in the services required.",Awarded,"Agency name: Department of Conservation Agency address: 2 Southend Ave, Raumanga. Whangarei Successful supplier???s name: RT Contracting Successful supplier???s address: 543 Kaiikanui Rd, RD1 Hikurangi 0181 Description of the services or goods: Pateke Predator Control ??? Mimiwhangata/Teal Bay/Whananaki/Whangaruru Please provide all the applicable tender codes. 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 19/07/2017 Duration of the contract (including any extensions): July 2017 ??? June 2020 (with two rights of renewal of three years each) Estimated cost of the procurement:$500K-$1M Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,18630975,Request for Tenders,Open Competition,Curio Bay Toilet Block,,20170505,20170505,20170525,,Sole Agency,No,N/A,"Construction of a four-stall flushing toilet block, as part of the Curio Bay Heritage Centre build.",Awarded,"Agency name: Department of Conservation Agency address: 7th Floor, CUE on Don, 33 Don Street, Invercargill 9810 Successful supplier???s name: Calder Stewart Construction Ltd Successful supplier???s address: 120 Bond Street, Invercargill 9810 Description of the services or goods: Construction of a four-stall flushing toilet block, as part of the Curio Bay Heritage Centre build. Please provide all the applicable tender codes. 22000000, 30000000, 72000000, 83000000 and 95000000 Date the contract was awarded: 1st March 2017 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: The rule the Curio Bay Toilet Block was awarded under was rule C i. ??? C) there is only one supplier, i) for technical reasons there is no real competition.",20201117 Department of Conservation,18639163,Request for Tenders,Open Competition,Management of Whakapapa Holiday Park,CNI-0-077,20170509,20170614,20171101,,Sole Agency,No,N/A,"The Whakapapa Holiday Park provides an essential accommodation service in Whakapapa Village, Tongariro National Park. Potential suppliers will be required to deliver a high quality, professional accommodation service, operate in accordance with Camping-Ground Regulations 1985 and support the values of the Park as a dual world heritage site.",Awarded,"Agency name: Department of Conservation Agency address: Whakapapa Village State Highway 48 PO Box 71029 Mount Ruapehu 3951 Successful supplier's name: Whakapapa Tourism Holding Ltd Successful supplier's address: Whakapapa holiday Park State Highway 48 Mount Ruapehu 3541 Description of the services or goods: Management of Whakapapa Holiday Park Applicable tender codes: 80000000, 90000000 Date the contract was awarded: 28 September 2017 Duration of the contract: 6 Years Estimated cost of the procurement: $1M -$5M Type of procurement process: Open Tender Exemption justification: N/A",20201117 Department of Conservation,18650247,Request for Tenders,Open Competition,Lake Pearson Site Works,RGA 002/2016,20170512,20170623,20180221,,Sole Agency,No,N/A,"This contract is for the site works and landscaping associated with the redevelopment of the Lake Pearson camping area. It is expected that work will commence in September 2017. The Contract Works include the following elements: - the removal and relocation of an existing Norski Wilderness toilet - earthworks to roads, camp sites and car park area - forming of earth mounds - supply materials and construction of roads and carpark area - installation of prefab Corten steel roadside sign - supply and installation of steel gabion basket wall - supply and placement of selected boulders - preparing planting beds - supply and installation of timber wheel stops - supply and placement of base course to paths and concrete areas - supply and installation of interpretation signage as indicated on the drawings and specified herein.",Awarded,"Agency name: Department of Conservation Agency address: 32 River Road Rangiora 7400 Successful supplier???s name: Blakely Construction Ltd Successful supplier???s address: 325 Old West Coast Road Yaldhurst Christchurch 7676 Description of the services or goods: Contract is for site works and landscaping associated with redevelopment of Lake Pearson camping area. Contract works include the following elements: - Earthworks to roads, camp sites and car park area - Forming earth mounds - Supply materials and construction of roads & car park - Supply and placement of selected boulders - Supply and installation of timber wheel stops - Supply & placement of base course to paths and concrete areas Please provide all the applicable tender codes: 72000000,83000000,95000000 Date the contract was awarded: 15 January 2018 Duration of the contract: 8 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,18686142,Request for Tenders,Open Competition,Battle For Our Birds - Matemateaonga-Waitotara Aerial Pest Control Operation,,20170523,20170628,20181010,,Sole Agency,No,"Department of Conservation Whanganui Office, 34-36 Taupo Quay, Whanganui 4500","This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whanganui National Park and Waitotara Conservation Area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Implementing robust Health and Safety practices which ensure the safe delivery of the Services. Transportation of toxic and non toxic bait.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes.77000000 Date the contract was awarded: 19/07/2017 Duration of the contract (including any extensions): 2 Months + with right to extend by 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification - NA",20201117 Department of Conservation,18690770,Request for Proposals,Open Competition,Provision of management services and delivery of aerial pest control services for Battle For Our Birds 2017.,,20170524,20170524,20181010,,Sole Agency,No,N/A,"Provision of management services and delivery of aerial pest control services for Battle For Our Birds 2017. (The scale of pest control work planned exceeds DOC???s internal capacity to deliver within the timeframes available).",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Provision of management services and delivery of Pest Control for 2017 70000000 77000000 Date the contract was awarded:1 July 2016 Duration of the contract (including any extensions): 30 June 2018 Estimated cost of the procurement: $10M-$25M Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 15.9 (c)(i) The services can only be provided by one supplier and there is no reasonable alternative or substitute because for technical reasons there is no real competition.",20201117 Department of Conservation,18732281,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 2 Contract 4 ??? Hauraki",KDP Y2 C4 Hauraki,20170619,20170724,20170927,,Sole Agency,No,N/A,"The works cover the implementation of mitigation measures for the protection of Kauri dieback on 16 tracks at different locations in Coromandel, Hauraki and Tauranga DOC districts. These tracks are affected or at risk of being affected by Kauri Dieback caused by Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The main mitigation measures covered within this contract include track formation; and the installation of cellular geoweb confined bark/aggregate track and aggregate surfacing, timber boxed steps, boardwalks, fences and culverts as shown on a Required Work Schedule for each track and other documentation that is included in the contract. The works are divided into three separable portions with the completion of each portion required at different times.",Awarded,"Agency name: Department of Conservation Agency address: Hauraki, PO BOX 343,Thames 3540 Successful supplier: Milton Harward Construction Ltd Successful supplier???s address: 35 Pahia Rd, Onehunga,Auckland 1061 Description of the services or goods: Kauri Dieback Project Works Year 2 Contract 4 Hauraki Various track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Tender codes. 72000000; 77000000;95000000 Date the contract was awarded: 15 August 2017 Duration of the contract : 24 weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender",20201117 Department of Conservation,18764552,Request for Tenders,Open Competition,"Battle For Our Birds - Waitaanga, Hutiwai & Parininihi/Whitecliffs Aerial Pest Control Operations",,20170620,20170727,20181010,,Sole Agency,No,"Tender Box - Department of Conservation New Plymouth Office, 55a Rimu Street, New Plymouth, 4340","This RFT is for the aerial distribution of non-toxic and toxic bait across three defined treatment areas within the Taranaki region for the control of pests in the form of rodents, mustelids and possums and includes: - Provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. - Implementing robust Health and Safety practices which ensure the safe delivery of the Services. - Transportation of toxic and non toxic bait.",Awarded,"Agency name: Department of Conservation Description of the service: Pest Control Tender Codes 77000000 Date the contract was awarded: 10/08/2017 Duration of the contract : 10 Months + an extension of up to 6 months Estimated cost $250K-$500K Type of procurement process: Open tender",20201117 Department of Conservation,18792168,Request for Tenders,Open Competition,Department of Conservation Whitianga Base Office Alterations and Upgrade,,20170630,20170804,20170912,,Sole Agency,No,N/A,"The Contract Works include the following elements: The current office space at 20 Joan Gaskell Drive in Whitianga covers approximately 308m2 (excluding operations workshop at the rear of the building), this will be increased by approximately 192m2 to a total office operating space of approximately 504m2. The increased office space will cater for 10 additional workstations in an open plan layout, a new breakout area, an enlarged tea room, a wet room and relocated inspection and quarantine spaces. The office space will receive an upgrade to the existing HVAC system and noise insulation (blanket Batts) will be installed within the ceiling space across the entire office area. Works involve partial demolition to some existing internal walls as well as some works to remove an existing roller door and replace with aluminium commercial grade double glazed window. New electrical fittings, lighting and selected d??cor finish will feature in the new workspace to ensure an optimum working environment.",Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street, Hamilton 3204 Successful supplier???s name: Cemac Construction Waikato Ltd Successful supplier???s address: 22 Harwood Street Hamilton, 3204 Description of the services or goods: Whitianga Base Office Alterations, Whitianga Please provide all the applicable tender codes. 30000000 72000000 Date the contract was awarded: 11 September 2017 Duration of the contract (including any extensions): 8 Weeks Estimated cost of the procurement: $100K-$250K Type of procurement process:Open tender Exemption justification:NA",20201117 Department of Conservation,18810503,Request for Tenders,Open Competition,Predator ground control and research in the upper Clarence catchment,,20170705,20170705,20170705,,Sole Agency,No,N/A,Predator Control to protect black-fronted terns in the upper Clarence catchment and research on black fronted tern productivity in the upper Clarence catchment,Awarded,"Agency name: Department of Conservation Agency address: Wairau/Renwick Office Gee Street Renwick Marlborough 7204 Successful supplier???s name: Wildlife Management International Limited Successful supplier???s address: Level 2 Youell House 1 Hutcheson Street Blenheim 7201 Description of the services or goods:Predator Control to protect black fronted terns in the upper Clarence catchment, & Research on black fronted tern productivity in the upper Clarence catchment Please provide all the applicable tender codes:7000000, 77000000 Date the contract was awarded: 29 June 2017 Duration of the contract: 3 years Estimated cost of the procurement: $100K-$250K Type of procurement process: Rule 15 Point 9(c)(i) for technical reasons as there is no real competition.",20201117 Department of Conservation,18824433,Request for Tenders,Open Competition,Wainora Ford Replacement Project,WAIBR16,20170728,20170904,20180212,,Sole Agency,No,N/A,"The Department wishes to replace the current concrete ford over the Wainora Stream with a concrete single span bridge. This is a project to address the long-standing problem with a concrete ford over the Wainora Stream on the Kauaeranga Valley Road. The ford was constructed by the Forest Sevice, over a stream that has a history of degrading during extreme weather events. This degradation usually results in severe undercutting of the ford, which means that visitor safety is compromised by the lowered integrity of the structure due to lack of support for the concrete superstructure. Another important consequence of the scouring and undercutting of the ford is that fish passage is impeded. This RFT intends to seek a contractor(s) to construct the Opus designed bridge and to remove the current ford.",Awarded,"Agency name: Department of Conservation Agency address: Hamilton Office, 73 Rostrevor Street, Hamilton 3204. Successful supplier???s name: HEB Construction Limited (HEB) Successful supplier???s address: 21 Aerodrome Road, Mt Maunganui South. Description of the services or goods: The contract is for the construction of a new concrete bridge and removal of an existing ford at the Wainora Stream crossing on the Kauaeranga Valley Road. Please provide all the applicable tender codes: 95000000, 30000000, 72000000 Date the contract was awarded: 25/01/2018 Duration of the contract (including any extensions): 10 Weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18837769,Request for Tenders,Open Competition,Battle For Our Birds - Hauraki Aerial Pest Operations 2017,,20170713,20170822,20181010,,Sole Agency,No,Department of Conservation - Corner of Pahau and Kirkwood streets Thames 3500 - Attention Nicholas Hamon,"This RFT is for the aerial distribution of non-toxic and toxic bait across three defined treatment areas within the Hauraki region for the control of pests in the form of rodents, mustelids and possums and includes: Provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Implementing robust Health and Safety practices which ensure the safe delivery of the Services. Transportation of toxic and non toxic bait.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 70000000 77000000 Date the contract was awarded: 4/09/2017 Duration of the contract: 2 Months + an extension of up to 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: None",20201117 Department of Conservation,18837948,Request for Proposals,Open Competition,Characterisation and mitigation of protected species interactions in the inshore trawl fisheries,,20170720,20170824,20171004,,Sole Agency,No,Atten Characterisation and mitigation of protected species interactions in the inshore trawl fisheries - The Tender Box - Department of Conservation National Office 18-32 Manners St Wellington 6011 New Zealand,"This project aims to compile and utilise existing information on protected species interactions in the inshore trawl fisheries. A fine scale review of operational practices and protected species interactions will be conducted and used to characterise and compare the various subsets of the inshore trawl sector. Outputs of the project will be used to develop and implement best practice advice for a range of smaller vessels via the various liaison programmes operating through the fleet. Project Objectives : 1. To characterise the nature and extent of protected species interactions in various sectors of the inshore trawl fisheries. 2. To provide recommendations on whether the level of current mitigation is adequate and whether alternative mitigation methods could be recommended.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, 6011 Wellington Successful supplier???s name: Parker Conservation Successful supplier???s address: 126 Maryhill Terrace, Maryhill, Dunedin Description of the services or goods: MIT2017-03: Characterisation and mitigation of protected species interactions in the inshore trawl fisheries Please provide all the applicable tender codes:77000000; 81000000 Date the contract was awarded:29/09/2017 Duration of the contract (including any extensions): 29 September 2017 ??? 31 August 2018 Estimated cost of the procurement: $25K-$50K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18838177,Request for Proposals,Open Competition,Characterisation and development of offal management for small vessels,,20170720,20170824,20171004,,Sole Agency,No,N/A,"This project focuses on the characterisation of offal management practices on both longline and trawl vessels <28m, and assess the practicalities of refinements to these. The project will aim to compile and utilise existing information on offal management practices using data sources such as observer data and diaries, commercial fishing data, international literature, published and grey literature and selected fisher interviews. Project Objectives : 1. To characterise offal management strategies for trawl and longline vessels <28m, both domestically and internationally. 2. To analyse these practices against protected species abundance and bycatch. 3. To provide recommendations on best practice offal management.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, 6011 Wellington Successful supplier???s name: Parker Conservation Successful supplier???s address: 126 Maryhill Terrace, Maryhill, Dunedin Description of the services or goods: MIT2017-02: Characterisation and development of offal management for small vessels Please provide all the applicable tender codes:77000000; 81000000 Date the contract was awarded:29/09/2017 Duration of the contract: 29 September 2017 ??? 31 August 2018 Estimated cost of the procurement: $25K-$50K Type of procurement process:Open tender Exemption justification N/A",20201117 Department of Conservation,18841048,Request for Tenders,Open Competition,Wangapeka/Fyfe Stoat Trap Servicing 2017/18 to 2019/20,,20170714,20170818,20170926,,Sole Agency,No,N/A,"The Wangapeka/Fyfe Whio Security Site is protected by a network of approximately 1,100 double-set stoat traps. The front country traps (approximately 240) are serviced by volunteers and students from Tapawera Area School. DOC staff perform the first and last trap check of each season, August and May respectively, or may, with four weeks??? notice to the Supplier, substitute other months. The traps provide protection to nesting Whio, in conjunction with aerial 1080 application, when required. ??? The objective of the Wangapeka/Fyfe Security Site is to establish a breeding population of at least 50 Whio pairs to help secure the future for this species. ??? The project is managed through the Biodiversity Unit of the Motueka Office of the Department of Conservation. The provider is to clear all back country traps (approximately 760 traps) of carcasses, re-bait and re-set to the required standard monthly for eight months of the year (September to April inclusive) for three years. The provider will supply the bait specified and arrange any helicopter transport required. The Buyer will pay for helicopter invoices.",Awarded,"Agency name: Department of Conservation Agency address: Cnr King Edward & High Streets Motueka 7120 Successful supplier???s name: MBC Environmental Ltd. Successful supplier???s address: P O Box 114 Westport 7866 Description of the services or goods: Stoat trapping services for the Wangapeka/Fyfe Whio (blue duck) security site in Kahurangi National Park for three years. Please provide all the applicable tender codes. 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 18 September 2017 Duration of the contract (including any extensions): Three years plus a one year extension. Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18864585,Request for Quotations,Closed Competition,Battle For Our Birds - Matukituki Valley Aerial Pest Control Operation,,20170725,20170811,20181010,,Sole Agency,No,N/A,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Matukituki Valley for the control of pests in the form of rodents, mustelids and possums and includes: Provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Implementing robust Health and Safety practices which ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: ??? 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services ??? 77000000 - Environmental Services Date the contract was awarded: 22/8/2017 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Closed tender",20201117 Department of Conservation,18874581,Request for Quotations,Closed Competition,PERMISSIONS PROJECT: IT DEVELOPMENT SERVICES (AWS toolset),,20171213,20180117,20180212,,Sole Agency,No,N/A,"This RFQ is for the provision of IT development services utilising AWS tools and products. DOC has recently moved all its systems to a cloud based environment provided by Amazon Web Services (AWS). DOC is upgrading a legacy application and wish to leverage AWS tools such as the Dynamo database, S3 front end forms builder and API lambda development languages, to enhance the application. We require between 40-60 development days effort. The successful vendor will be required to bring good development practices and team lead the development efforts.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18-32 Manners Street, Wellington, 6143 Successful supplier???s name: API Talent Successful supplier???s address: 166 Featherston St, Wellington, 6011 Description of the services or goods: Provision of Amazon Web Services (AWS) development services by an AWS qualified partner. Please provide all the applicable tender codes: 43000000 Date the contract was awarded: 12 Feb 2018 Duration of the contract (including any extensions): 3-4 months Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed RFQ Exemption justification: N/A",20201117 Department of Conservation,18893747,Request for Proposals,Open Competition,Arthurs' Pass Visitors Centre Development - Design and Engineering,,20170807,20170912,20171124,,Sole Agency,No,N/A,"The Arthur???s Pass Visitor Centre is housed in a building with an internal area of approximately 575 m2 spread across a ground floor and mezzanine level. DOC intends to remedy issues with the building and visitor experience in conjunction with seismic strengthening. Issues include: the reorganisation and updating of visitor displays, interpretation and retail areas; the creation of a small caf??; correction of building deficiencies related to access, light, heating, ventilation, electrical and IT systems, roofing, toilets, and office layouts. This RFP is for the design of the remedy, including structural engineering solutions, along with support and monitoring of construction work. The construction work will be tendered separately.",Awarded,"Agency name: Department of Conservation Agency address: Level 3,Grand Central, 161 Cashel Street, Christchurch 8011 Successful supplier???s name: Jerram Tocker Barron Architects Successful supplier???s address: level 2, 61 cambridge terrace, po box 2013 CHRISTCHURCH 8140 Date the contract was awarded: 13th November 2017 Duration of the contract: 15mths Est cost of the procurement: $100K-$250K Type of procurement process: Open tender",20201117 Department of Conservation,18923075,Request for Tenders,Open Competition,Ohinemuri Suspension Bridge Replacement,CNI-O-100,20170818,20170925,20171220,,Sole Agency,No,N/A,"This contract is for the construction of the 70m Ohinemuri Suspension Bridge Replacement, over the Ohinemuri River, and associated work at Karangahake Reserve.",Awarded,"Agency name: Department of Conservation Agency address: 99 Sala St Rotorua 3010 Successful supplier???s name: MAP Projects Ltd Successful supplier???s address: Unit 27, 23 Tukorako Drive, Mount Maunganui Description of the services or goods:This contract is for the construction of the 70m Ohinemuri Suspension Bridge Replacement, over the Ohinemuri River, and associated work at Karangahake Reserve. Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 27/11/2017 Duration of the contract: 6 months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification:n/a",20201117 Department of Conservation,18951834,Request for Tenders,Open Competition,Little Tahiti Flood Sensor,,20170823,20170823,20170907,,Sole Agency,No,N/A,Installation of flood sensor/radio paging system on the Cleddau River Milford Sound/Piopiotahi,Awarded,"Agency name: Department of Conservation Agency address: P.O Box 29, Te Anau 9640 Successful supplier???s name: Downer Group New Zealand Successful supplier???s address: 133 Main South Rd Dunedin 9052 Description of the services or goods: Installation of flood sensor/radio paging system on the Cleddau River Milford Sound/Piopiotahi Please provide all the applicable tender codes:31000000, 32000000, 30000000,23000000,43000000 Date the contract was awarded: 28/02/2017 Duration of the contract (including any extensions): 12 months Estimated cost of the procurement: $100K-$250K Type of procurement process:Selective procurement (sole source) Exemption justification: Rule C, due to only provider being able to provide the service.",20201117 Department of Conservation,18968139,Request for Proposals,Open Competition,Holdsworth Caretaker Services 2017,,20170830,20171005,20171123,,Sole Agency,No,N/A,"The Department is seeking Requests for Proposals for the maintenance of Holdsworth Campground, Lodge and Holdsworth Jumbo loop track.",Awarded,"Agency name: Department of Conservation Agency address: P.O. Box 191 Masterton Successful supplier???s name: Eric and Debbie Barber Successful supplier???s address: 494 Mt Holdsworth Road Description of the services or goods: Holdsworth Caretaker Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 47000000 Date the contract was awarded: 4/11/17 Duration of the contract (including any extensions): 3 years Plus 3 years right of renewal Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,18969671,Request for Tenders,Open Competition,Paparoa Track Suspension Bridges Construction,WSI-0-023,20170904,20171016,20171121,,Sole Agency,No,"The Tender Box, Department of Conservation Hokitika Office, 10 Sewell St Hokitika 7810","This contract is for the construction of four pedestrian suspension bridges located within the Paparoa National Park as part of the new Paparoa Track: ??? Construction of the 38.4m span Lower Pororari Suspension Bridge ??? Construction of the 49.6m span Watson Creek Suspension Bridge ??? Construction of the 49.6m span Upper Pororari Suspension Bridge and TL access ramp. ??? Construction of the 43.2m span Waterfall Creek Suspension Bridge",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful supplier???s name: Abseil Access Ltd Successful supplier???s address: PO Box 27467 Wellington 6141 Date the contract was awarded: 3rd November 2017 Duration of the contract: 12 Months Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19036752,Request for Quotations,Closed Competition,"Battle For Our Birds - Hawdon, Poulter, Andrew Valleys and the Hurunui South Branch Aerial Pest Control Operation",,20170918,20171005,20181010,,Sole Agency,No,N/A,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hawdon, Poulter, and Andrew Valleys and the Hurunui South Branch for the control of pests in the form of rodents, mustelids and possums and includes: 1) provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services, 2) implementing robust Health and Safety practices which ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes. ??? 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services ??? 77000000 - Environmental Services Date the contract was awarded: 22/10/2017 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Closed RFQ for South Island Heli panel. Exemption justification:N/A",20201117 Department of Conservation,19043633,Request for Tenders,Open Competition,Paparoa Track Gu Lam Beam Supply,,20171004,20171004,20171010,,Sole Agency,No,N/A,Fabrication and supply of glue laminated beams for use in the construction of pedestrian bridges located along the Paparoa Track,Awarded,"Agency name: Department of Conservation Agency address: Sewell Street, Hokitika Successful supplier???s name: Hunter Laminates 2014 Ltd Successful supplier???s address: 48 Beach Road, Richmond, Nelson Description of the services or goods: Fabrication and supply of glue laminated beams for use in the construction of pedestrian bridges located along the Paparoa Track Please provide all the applicable tender codes: 30000000, 95000000 Date the contract was awarded: 16/08/2017 Duration of the contract: 12 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: DOC CM3090518 Exemption C applies as only one supplier in the South Island",20201117 Department of Conservation,19049995,Request for Proposals,Closed Competition,Indirect effects of fishing on New Zealand sea lions,CSP17202,20170922,20171030,20190624,,Sole Agency,No,N/A,The objective of this project is to conduct the analysis and processing of a range of opportunistic and historic diet samples to help to better understand the indirect effect of commercial fishing on New Zealand sea lions at the Auckland Islands through changes in prey availability.,Not Awarded,,20201117 Department of Conservation,19052066,Request for Proposals,Open Competition,Supporting the utility of electronic monitoring to identify protected species interacting with commercial fisheries,CSP17102,20170922,20171030,20171220,,Sole Agency,No,N/A,The objective of this project is to undertake an international review of training and instructional material used in relation to the detection and description of fishing interactions with Threatened Endangered and Protected Species (TEPS).,Awarded,"Agency name: Department of Conservation Agency address: PO Box 10-420, Wellington 6143, New Zealand Successful supplier???s name: Johanna Pierre Environmental Consulting Ltd Successful supplier???s address: PO Box 35122, Lower Hutt 5041, New Zealand Description of the services or goods: The objective of this project is to undertake an international review of training and instructional material used in relation to the detection and description of fishing interactions with Threatened Endangered and Protected Species (TEPS). Please provide all the applicable tender codes: 70000000; 77000000 Date the contract was awarded:15 December 2017 Duration of the contract: 15 December 2017 ??? 30 April 2018 Estimated cost of the procurement: 10K-50K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19088948,Request for Proposals,Open Competition,Conservation House Cleaning contract,,20171103,20171208,20180223,,Sole Agency,No,N/A,"To provide cleaning and servicing at Conservation House, 18-32 Manners Street, Wellington.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011 Successful supplier???s name: City Cleaning Services Limited Successful supplier???s address: PO BOX 7150, Wellesley Street, Auckland Description of the services or goods: Cleaning of Office Spaces in Conservation House Please provide all the applicable tender codes:76000000 Date the contract was awarded: 22/02/2018 Duration of the contract (including any extensions): 1 year with 1 right of renewal Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19097052,Request for Tenders,Open Competition,Department of Conservation Kauaeranga Valley Road Reinstatement Works,,20171004,20171110,20180131,,Sole Agency,No,N/A,Contract Works consisting of the construction of two rock amour retaining walls and approximately 300m of unsealed roading pavement improvements on Kauaeranga Valley Road and various culvert renewals.,Awarded,"Agency name: Department of Conservation Agency address: Level 5, 73 Rostrevor Street, Hamilton, 3204 Successful supplier???s name: Seger Roading Limited Successful supplier???s address: PO Box 76635 Manukau City, Auckland 2241 Description: Road reinstatement works to Kauaeranga Valley road. Tender codes: 22000000,30000000, 77000000, 95000000 ate the contract was awarded: 27 November 2017 Duration of the contract: 4 months Est cost of procurement: $250K-$500 Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,19098863,Request for Tenders,Open Competition,Masterton Office Upgrade and Extension,,20171004,20171004,20171010,,Sole Agency,No,N/A,"Construction and fit out of an extension to the Masterton DOC office building. Upgrade and refit of the existing building interior. Work includes the supply of all materials, equipment and labour necessary to complete the works as specified.",Not Awarded,"Agency name: Department of Conservation Agency address: 220 South Road, PO Box 191, Masterton 5840 Successful supplier???s name: Isles Construction Ltd Successful supplier???s address: 19 Milson Line, PO Box 5597, Palmerston North 4414 Description of the services or goods: Construction works Please provide all the applicable tender codes: 72000000 95000000 Date the contract was awarded: 15/09/2017 Duration of the contract: 4 months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19167699,Request for Tenders,Open Competition,Tongariro National Trout Centre Staff Entrance,CNI-0-128,20171025,20171129,20180202,,Sole Agency,No,N/A,"The existing staff service entrance to the Tongariro National Trout Centre (TNTC) has substandard sight lines to approaching traffic. The proposal is to relocate the staff entrance approximately 100m to the south of the existing entrnace to where ther are complying sight lines. The existing staff entrance will then be closed. A new access road will be constructed to link the new entrance to the existing access road.",Awarded,"ency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful Supplier: Higgins Contractors Ltd Supplier Address: 780 Rakanui Road, Rotokawa, Taupo Description: Construction of a new staff entrance at the Tongariro National Trout centre to improve the safety of the entrance onto SH1 by improving sight line visibility Tender codes. 22000000 Contract was awarded: 19 December 2017 Duration of contract: 2 weeks Est cost of procurement: $50K-$100K Type of procurement: Open tender Exemption justification: N/A",20201117 Department of Conservation,19195074,Request for Quotations,Closed Competition,Whangaehu Swingbridge Upgrade,CNI-O-132,20171103,20171127,20180131,,Sole Agency,No,N/A,"Upgrade of the Whangaehu Swingbridge on the Round the Mountain Track. This involves dissembling it, taking parts offsite to refurbish them, then putting the bridge back together with the refurbished parts and some new parts (including the main cable).",Awarded,"Agency name: Department of Conservation Agency address: 99 Sala St Rotorua Successful Supplier: Edifice Contracts Ltd Supplier???s address: 35 ??? 39 Tiro Tiro Rd, Levin 5540 Description: Upgrade of the Whangaehu Swingbridge on the Round the Mountain Track. This involves dissembling it, taking parts offsite to refurbish them, then putting the bridge back together with the refurbished parts and some new parts (including the main cable). Tender Codes. 95000000 / 72000000 Date Contract Awarded: 12th December, 2018 Duration of Contract: 6 weeks. Est cost of procurement: $10K-$50K Type of procurement: Closed tender Exemption justification n/a",20201117 Department of Conservation,19195345,Request for Quotations,Closed Competition,Webb Creek Replacement Bridge,RFQWEBBCREEKBRIDGE,20171106,20171127,20180315,,Sole Agency,No,N/A,"The Department is seeking quotations to supply a 27m swing bridge to replace one damaged by flood. The bridge is located on the Webb Creek Track, Kauaeranga Valley, Thames.",Awarded,"Agency name: Department of Conservation Agency address: Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton 3204 Successful supplier???s name: Edifice Contracts Ltd Successful supplier???s address: 35-39 Tiro Tiro Road, Levin 5540 Description of the services or goods: Construct a 27m Swing Bridge across the Webb Creek, Kauaeranga Valley Please provide all the applicable tender codes: 95000000, Date the contract was awarded: 12/2/2018 Duration of the contract : 12 Weeks Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,19202673,Request for Proposals,Closed Competition,Aoraki Mount Cook Village Spatial Plan,,20171106,20171211,20190624,,Sole Agency,No,N/A,"The Department is seeking a supplier to develop a high-level spatial plan for the Aoraki Mount Cook Village to manage its future development (for the next 20 years). The Aoraki/ Mount Cook National Park Management Plan (AMCNPMP) is currently under review and this is an opportunity for the Department to think differently around the park's management and connections, considering its current use(s) and future predicted visitor numbers (>800,000). The purpose of the work is to develop a high level spatial plan that will sit within the Aoraki Mt Cook National Park Management Plan, to guide users and decision makers on where certain activities should be located within the village and how the circulation and layout of the village and its users should be carried out. The spatial plan will need to be sufficient for providing good guidance for decision-making at the village and promote a nature based experience which is connected to the National Park. The spatial plan should provide a layout which promotes a high-quality experience for visitors, guidance on appropriate activities, suitability of development and identification of areas which require protection.",Not Awarded,,20201117 Department of Conservation,19213098,Request for Tenders,Open Competition,Trounson Carpark re-surfacing and drainage project,,20171108,20171213,20190502,,Sole Agency,No,N/A,The resurfacing and associated drainage work to the existing car park facility adjacent to the Trounson Kauri forest. The work requires consideration of the hygiene needs to prevent the spread of Kauri Dieback within the tender.,Not Awarded,,20201117 Department of Conservation,19230892,Request for Tenders,Open Competition,Rainbow Falls Carpark resurfacing project,,20171115,20180108,20180629,,Sole Agency,No,N/A,"The resurfacing and associated drainage work to the existing car park, including making good to some areas that have been heavily damaged.",Not Awarded,No tenders were received for this tender.,20201117 Department of Conservation,19255381,Request for Tenders,Open Competition,Acheron Bridge Floor Repairs,,20171123,20171123,20180115,,Sole Agency,No,N/A,"The Acheron Bridge access road was damaged in a recent flood and approximately 20 metres of road was washed out on the southern side. The bridge provides two-wheel drive vehicle access for Molesworth Station (farm business), Transpower (lines maintenance), DOC (conservation work), and the public (seasonal access) between Marlborough and Hanmer and is a critical piece of DOC owned infrastructure. The work required to reinstate the road and protect the bridge is to be completed as emergency works to restore access as soon as possible.",Awarded,"Agency name: Department of Conservation Agency address:186 Bridge Street, Nelson Successful supplier???s name: Gemmell Contracting Successful supplier???s address: 1444 Main Road North, Waikuku, RD3, Rangiora Date the contract was awarded: 07/11/2017 Duration of the contract (including any extensions): 3 months Estimated cost of the procurement: $100K-$250K Type of procurement process:Selective procurement (sole source) Exemption justification: Type A - Emergency",20201117 Department of Conservation,19282024,Request for Tenders,Open Competition,Queen Charlotte Track Realignment,,20171201,20180202,20180806,,Sole Agency,No,N/A,"This contract is for the construction of approximately 6.2 km of shared use walking and cycling track on the Queen Charlotte Track (QCT), Marlborough Sounds, New Zealand. The QCT is a popular multiday walking or cycle trip, and is the beginning of the Te Araroa Trail and National Cycleway for the northern South Island. The proposed track realignment is between Ship Cove/Meretoto and Resolution Bay, and replaces a section of track which is steep, poorly formed and eroded. The work involves track formation with machinery to a finished width of 1.2m, blasting, culvert installation, tree felling. Ship Cove is located approximately 36km by sea from Picton and has no road access.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 5, Nelson, NZ Successful supplier???s name: Westreef Services Ltd Successful supplier???s address: 80 Russell St, Westport, Buller, NZ Description of the services or goods: Construction of 6.2km of walking & cycling track on the Queen Charlotte Track, Marlborough Sounds, NZ Please provide all the applicable tender codes:30000000 - Structures and Building and Construction and Manufacturing Components and Supplies 72000000 - Building and Facility Construction and Maintenance Services 83000000 - Public Utilities and Public Sector Related Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 23/07/2018 Duration of the contract: 24 weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification:n/a",20201117 Department of Conservation,19306702,Request for Tenders,Open Competition,Possum Control on Stewart Island,,20171208,20180123,20180301,,Sole Agency,No,N/A,"Ground Based possum control on Stewart Island using bait bags and raised traps. Possums will be controlled to less than 5% RTC over 6621ha. Two Blocks are available Block One: 2017 ha, comprising R4a and F1d. Block Two, 4604ha, comprising R3b, R4b,c and L3a.",Awarded,"Agency name: Department of Conservation Agency address: Rakiura National Park Visitor Centre PO Box 3 Stewart Island/ Rakiura Successful supplier???s name: Leith Contractors Successful supplier???s address: 14 Albany Street, Gore 9710 Description of the services or goods: Possum Control Please provide all the applicable tender codes: 70000000 - Farming and Fishing and Forestry and Wildlife Contracting Services 77000000 - Environmental Services Date the contract was awarded: 27/02/2018 Duration of the contract (including any extensions): 28/02/2018 ??? 11/05/2018 Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19324461,Request for Quotations,Closed Competition,Storm Damage Remedial Work -Motutapu,,20180125,20180309,20180629,,Sole Agency,No,N/A,"Work to remedy three separate storm damaged areas on Motutapu Island. Each work area relates to a slip caused by the storms in April 2017. Work areas: Slip One: Remove overburden slip material and cart to dump area identified, allowing for archaeological digging work in Slip one area. Slip Three: Clean slipped material and reinstate lost material with stone plug of GAP 65 and installing associated drainage. Slip Ten: To clean and remove debris and rocks form above toilet block area and form an earth chute and berm to deflect any further potential slip material.",Awarded,"Agency name: Department of Conservation Agency address: 2 Southend Avenue, Whangarei Successful supplier???s name: CLL Services and Solutions Limited Successful supplier???s address: 14 Wookey Lane Kumeu Description of the services or goods: Remedial works to slips on Motutapu Island Please provide all the applicable tender codes:72000000 Date the contract was awarded: 16 April 2018 Duration of the contract: Three weeks Estimated cost of the procurement: $10K-$50K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,19374193,Request for Tenders,Open Competition,Waiohine Gorge Road Washout Restoration,LNI-0-082,20180117,20180226,20180516,,Sole Agency,No,N/A,"To restore road access to the Waiohine Gorge Camping area, construction works are required to restore the road carriageway to a safe width, and to remedy stormwater discharge patterns to ensure damage of a similar nature cannot reoccur. This involves two phases; firstly, the construction of a 11m long, 4m high driven rail, anchored retaining wall and stormwater drainage improvements to complete permanent repairs and protection to this section of the route. Secondly, the replacement of an existing 900mm culvert 60 meters south of the current failure with a concrete ford. The new ford along with the associated earthworks is intended to contain overland flows and prevent flow from extreme storm events from diverting into the road carriageway along with consequential risk of further washouts.",Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North ,4410, Private Bag 11010, 4442 Successful supplier???s name: Darlington Drilling and Piling Ltd Successful supplier???s address: PO Box 56039, Tawa, Wellington 5249 Description of the services or goods: Construction of a road retaining wall and construction of a road ford crossing. Please provide all the applicable tender codes: 72000000 Date the contract was awarded: 12th April 2018 Duration of the contract (including any extensions): 8 weeks Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19399751,Request for Tenders,Open Competition,Fabrication of 20 Hygiene Stations,KDP - 20HS,20180126,20180126,20180126,,Sole Agency,No,N/A,"Goods include the supply of an initial 20 newly designed kauri dieback cleaning stations, and services include cleaning station installation at 3 sites and the training of others for the installation of the remaining stations at various geographical locations. The supplier will also provide cleaning station performance reporting and undertake any remedial repair works required for an agreed period.",Awarded,"Agency name: Department of Conservation Agency address: Hamilton, Level 5 73 Rostrevor Street Hamilton 3240 Successful supplier: MW Design Limited Supplier???s address: Studio 205 24 Garden Place Hamilton 3204 Description: Goods include the supply of 20 newly designed kauri dieback cleaning stations, and services include cleaning station installation at 3 sites and the training of others for the installation of the remaining stations at various geographical locations. MW Design will also provide cleaning station performance reporting and undertake any remedial repair works required for an agreed period. Tender codes: 23000000,31000000 Award Date: 24 January 2018 Duration of the contract: 2 months Est cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification C Only one supplier If the goods, services or works can only be supplied by one supplier and there is no reasonable alternative or substitute because: i. for technical reasons there is no real competition",20201117 Department of Conservation,19440707,Request for Tenders,Open Competition,Ben Lomond Track Upgrade,SSIR - QTN 17/017,20180212,20180327,20180723,,Sole Agency,No,N/A,"This RFT covers the upgrade of the 3.5km long Ben Lomond Track between the track entranceway at the top of the Queenstown Lakes Gondola and the Ben Lomond Saddle. The upgrade consists of improvement to the formation of the existing track, installation of timber boxed steps, re-alignment of selected sections and associated restoration work. Please refer to the Required Work Schedule for detailed information.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 176 Alexandra Successful supplier???s name: Crankingfine Ltd Successful supplier???s address: 30 Hewson Crescent RD2, Wanaka 9382 Description of the services or goods: Walking Track Construction / Upgrade Works Please provide all the applicable tender codes: 72000000 Date the contract was awarded: 04/06/2018 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19470469,Request for Tenders,Open Competition,Lake Pearson/ Moana Rua Toilets,LP-001,20180228,20180228,20180301,,Sole Agency,No,N/A,"Construct a 3 cubicle WC facility from board formed pre-cast concrete panels positioned above an in-ground concrete containment tank. Walls and asymmetrical roof structure will be constructed from timber and steel framing, oiled ply cladding and corrugated metal roofing with oiled ply soffit linings. Building will be located at northern end of Lake Pearson/ Moana Rua.",Awarded,"Agency name: Department of Conservation Agency address: 32 River Road Rangiora 7400 Successful supplier???s name: Watts & Hughes Ltd Successful supplier???s address: 71 Orbell Street Sydenham Christchurch 8023 Description of the services or goods: This contract is for the construction of a public toilet at Moana Rua/Lake Pearson Wildlife Refuge. It is expected that work will commence in March 2018. The Contract Works include the following elements: ??? Construction of a 3-cubicle WC facility from board formed pre-cast concrete panels positioned above an in-ground concrete containment tank ??? Walls and asymmetrical roof structure will be constructed from timber and steel framing, oiled ply cladding and corrugated metal roofing with oiled ply soffit linings Please provide all the applicable tender codes:72000000 Date the contract was awarded: 19/02/18 Duration of the contract (including any extensions): 14 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,19492964,Request for Proposals,Open Competition,Skyranger - Haast tokoeka and Okarito rowi Kiwi Aerial Monitoring,,20180301,20180409,20180516,,Sole Agency,No,N/A,"The Department of Conservation is tasked with managing Haast tokoeka and rowi kiwi populations, based in the Haast Tokoeka and ??k??rito Sanctuaries respectively. To allow for efficient monitoring the Department utilises an automated system called Skyranger. Skyranger has been developed by the Department and Wildtech New Zealand Ltd to monitor wildlife wearing radio-transmitters from an aircraft. The system comprises a user interface (where targets are specified, and data obtained from flights are reviewed), a portable ???Black Box??? that is carried in the aircraft on each flight and two whip antennae, that are mounted on the plane immediately prior to each flying mission. Skyranger makes groundwork much more efficient and allows more birds to be monitored for the same cost. The Haast Tokoeka and ??k??rito Sanctuaries cover approximately 20,000 ha each. Skyranger flights require an aircraft to fly predetermined gridline above the sanctuary to detect radio-signals and collect information on target location and status. The pilot simply needs to plug in a USB containing flight data, fly the gridlines over the sanctuaries, then return the data from the USB to the Site Supervisor. Flights are scheduled approximately three weeks apart throughout the year, with additional 'freestyle' flights required occasionally to search for specific targets over a wider range.",Awarded,"Agency name: Department of Conservation Agency address: 69 Cron St Franz Josef Glacier, 7886 Successful supplier???s name: Knights Point Air Ltd Successful supplier???s address: 8930 Haast Highway Haast 7844 Description of the services or goods: Aerial Monitoring of Radio Transmitted Haast Tokoeka and Rowi Please provide all the applicable tender codes: 25000000 81000000 Date the contract was awarded: 7 May 2018 Duration of the contract (including any extensions): 7 May 2018 to 6 May 2024 Estimated cost of the procurement: 500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19541816,Request for Tenders,Open Competition,"Battle For Our Birds - North Taranaki - Mt Messenger, Moki and Makino Aerial Pest Control Operation",,20180319,20180426,20181010,,Sole Agency,No,N/A,"This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mt Messenger, Moki and Makino Conservation area for the control of pests in the form of rodents, Mustelids and possums. The tender requirements includes the provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Operators must implement robust Health and Safety practices which ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 16/07/2018 Duration of the contract: 9 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,19558968,Request for Tenders,Open Competition,Lake MacKenzie Hut Upgrade,SSI-O-76,20180321,20180501,20180822,,Sole Agency,No,N/A,"This tender is for the re-roof and re-clad of Lake Mackenzie Hut, it will include the installation of new double glazing doors and windows, full insulation of the hut and some excavation at the rear of the hut.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful supplier???s name: Thorburn Builders Ltd Successful supplier???s address: 7 Hakanoa Street, Huntly 3700 Description of the services or goods: Reroof, re-clad, fully insulate, install double glazing and upgrade fire systems at Lake Mackenzie Hut. Please provide all the applicable tender codes: 22000000, 30000000, 72000000, 83000000, 95000000 Date the contract was awarded: 13th July 2018 Duration of the contract (including any extensions): 12 months. Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19574658,Request for Tenders,Open Competition,Cleaning Station Fabricators Syndicated Panel for Kauri Dieback,,20180327,20180507,20180912,,Syndicated Opportunity,No,N/A,"We are seeking experienced and capable suppliers to fabricate Cleaning Stations (to a specified design) on behalf of DOC and other eligible agencies, on an as required basis.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners St Te Aro, Wellington Successful supplier???s name: MW Design Limited Successful supplier???s address: 88 Duke Street Frankton Hamilton Description of the services or goods: Cleaning Stations for Kauri dieback Please provide all the applicable tender codes:73000000; 72000000; 950000000 Date the contract was awarded: 1 August 2018 Duration of the contract (including any extensions): 3+1+1 Estimated cost of the procurement: $1M-$5M Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,19604243,Request for Tenders,Closed Competition,Battle for our Birds - Mokaihaha Forest Aerial Pest Control Operation,,20180409,20180515,20181010,,Sole Agency,No,N/A,"This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mokaihaha Ecological Area. This operation will specifically target ship rats to protect nationally significant forest ecosystems, catchments and native bird species. The tender requirements includes the provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Operators must implement robust Health and Safety practices which ensure the safe delivery of the Services.",Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 21/07/2018 Duration of the contract: 9 months Estimated cost of the procurement: $10K-$50K Type of procurement process: Selective procurement (sole source) Exemption justification: n/a",20201117 Department of Conservation,19627538,Request for Proposals,Open Competition,Catchpool Caretaker Services,,20180413,20180522,20180723,,Sole Agency,No,N/A,"Catchpool Campground Caretaking Duties , including camp fee collection, camp ground compliance, cleaning of all amenity facilities and bookable accommodation, rubbish removal, basic maintenance, patrols and duties on South Coast Carparks. The campground is open all year round but peak season is Labour Weekend to Easter. The position requires the Caretaker to live on site.",Awarded,"Agency name: Department of Conservation Agency address: Kapiti Wellington Office, 13b Wall Place, Keneperu Successful supplier???s name: Roger Pope Successful supplier???s address: 1025 Coast Road, Catchpool Description of the services or goods: Caretaking Duties at Catchpool Please provide all the applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services 83000000 - Public Utilities and Public Sector Related Services Date the contract was awarded: 1st July 2018 Duration of the contract 1st July 2018 to 30th June 2021 with a right of renewal for a further 3 years. Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19647310,Request for Tenders,Open Competition,Rakiura Track Amenities Construction,,20180423,20180608,20181204,,Sole Agency,No,N/A,"The Department of Conservation is seeking a suitably qualified and experienced contractor to supply and Construct the Following Facilities on Rakiura (Stewart Island) 1. Wardens Quarters - North Arm: Supply and Construction of a new Four Bunk Wardens Quarters/Workshop as per the Detailed Design, cut site to level and, form drains as specified, gravel track to hut as specified, Supply and Installation of supplementary Water Tank at Visitor Hut as specified 2. Camp Shelter - North Arm: Removal and disposal of the existing Camp Shelter, Supply and Construction of a new Camp Shelter as per the Detailed design, Supply and installation of supplementary water tank, formation of (4x) levelled areas for camping (16m2 each) 3. Grey Water Dispersal Field - North Arm, Supply and Construction of a new Grey Water Disposal System to service: the existing North Arm Visitor Hut and the Proposed New Wardens Quarters as per the Detailed Design 4. Containment Toilet - North Arm, Supply and Installation of Norski Containment Toilet Tank. Fit existing Norski Toilet cubicle to the tank as per the Detailed Design, backfill and make secure existing Pit Toilet hole 5. Camp Shelter ??? Maori Beach, Removal and disposal of the existing Camp Shelter, Supply and Construction of a new Camp Shelter as per the Detailed design, Supply, construction and installation of supplementary water tank and stand 6. Containment Toilet ??? Maori Beach, Supply and Installation of Norski Containment Toilet Tank. Fit existing Norski Toilet cubicle to the tank as per the Detailed Design, backfill and make secure existing Pit Toilet hole 7. Camp Shelter ??? Port William, Removal and disposal of the existing Camp Shelter, Supply and Construction of a new Camp Shelter as per the Detailed design, Supply, construction and installation of supplementary water tank and stand 8. Containment Toilet ??? Port William, Supply and Installation of Norski Containment Toilet Tank. Fit existing Norski Toilet cubicle to the tank as per the Detailed Design, backfill and make secure existing Pit Toilet hole",Awarded,"Agency name: Department of Conservation Agency address: PO Box 743 Invercargill 9840 Successful supplier???s name: Seaview Cottage Construction Ltd Successful supplier???s address: 2 Tewsley Street Dunedin Description of the services or goods: Construction of Facilities Please provide all the applicable tender codes: 72000000,95000000,8300000 Date the contract was awarded: 15/08/2018 Duration of the contract : 3 Months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,19677161,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 3 Contract 3 - Kauri Coast",KDP 3-3 - Kauri Coast,20180501,20180607,20180621,,Sole Agency,No,N/A,"The works cover the implementation of mitigation measures on Waiotemarama Loop SST and DV tracks, Hauturu Highpoint Track, Yakas Tree Track, Pakotai Track, Tokatoka Track and Kauri Bushman???s Track; all of them included in the Kauri Coast DOC district. These tracks are affected or at risk of being affected by Kauri Dieback caused by Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The general mitigation measures covered within this contract include track formation with aggregate crowned or monoslope surfacing, cellular confined bark/aggregate track and aggregate surfacing, timber boxed steps, low and high boardwalk and small timber platform as shown on the Required Work Schedule and other different documents included in the contract.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington 6011 PO Box 10420, Wellington, 6143 Successful supplier???s name: Milton Harward Construction Ltd Successful supplier???s address: 35 Pahia Rd Onehunga Auckland 1061 Description of the services or goods: 19677161 Kauri Dieback Project Works Year 3 Contract 3 Kauri Coast Track upgrades to mitigate the transfer of Phytophthora Taxon Agathidicida (PTA), a fungus like disease that can kill Kauri trees of any age. Please provide all the applicable tender codes: 72000000; 77000000;95000000 Date the contract was awarded: 15 June 2018 Duration of the contract:24 weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification :N/A",20201117 Department of Conservation,19677295,Request for Tenders,Open Competition,Powell Hut Replacement,LNI-0-079,20180501,20180628,20190221,,Sole Agency,No,N/A,"The demolition of the existing hut superstructure and the construction of a new 34 bunk hut on the same site, construction of retaining walls around the hut, construction of a 4 man flyable bivvy, construction of a woodshed, and relocation of existing gas shed.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 11010, Palmerston North 4442 Successful supplier???s name: McIntyre Contracting Ltd Successful supplier???s address: 713 Oroua Valley Road, RD 7, Feilding 4777 Description of the services or goods: Replacement of Powell Hut Please provide all the applicable tender codes: 22000000, 30000000, 72000000 Date the contract was awarded: 6/11/2018 Duration of the contract (including any extensions): 6 months Estimated cost of the procurement: $500K-$1M Type of procurement process:Open tender Exemption justification: N/A",20201117 Department of Conservation,19698193,Request for Quotations,Closed Competition,Hokitika Gorge Track Construction - True Right,,20180504,20180524,20180717,,Sole Agency,No,N/A,"This contract is for the construction of walking track and associated works in the Hokitika Gorge Scenic Reserve, inland from Hokitika, Westland. The contract works include the following elements: ??? Construction of approximately 350m of new walking track ??? Construction of associated drainage and retaining structures (if required)",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street Hokitika Successful supplier???s name: Westroads Limited Successful supplier???s address: 267 Kaniere Road Hokitika Description of the services or goods: Track Construction Please provide all the applicable tender codes: 72000000 - Building and Facility Construction and Maintenance Services 95000000 - Land and Buildings and Structures and Thoroughfares Date the contract was awarded: 10th July 2018 Duration of the contract: 12 weeks Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed tender Exemption justification: n/a",20201117 Department of Conservation,19715566,Request for Proposals,Open Competition,Department of Conservation Request for Proposal On-Road Driver Competency Tool May 2018,,20180510,20180615,20181213,,Sole Agency,No,N/A,"Purchase a ???toolset??? as a service that will provide and maintain a set of on-road driver education modules (referred to as learning tool in this document). The vendor will provide content for the modules. The content must meet the Departments business needs. The modules will either be managed in a standalone learning tool or in the Department???s Learning Management System (DOCLearn). The Learning Tool Interoperability (LTI) standard must be used to connect securely with DOCLearn. For the standalone option, this standard will be used to transfer driver records DOCLearn. For the DOCLearn based option, this standard will be used to implement (and maintain) the modules in DOCLearn. The toolset must provide the ability to: ??? selectivity group and implement modules in batches ??? allocate modules to drivers; some modules will be mandatory for all drivers; additional modules will be allocated based on the driver???s profile. Drivers will ???un-lock??? their allocated modules as they progress successfully",Awarded,,20201117 Department of Conservation,19734012,Request for Tenders,Open Competition,Gita and Fehi Storm Repairs,,20180516,20180516,20180516,,Sole Agency,No,N/A,Repair and replace damaged access structures at Marahau and Kaiteriteri,Awarded,"Agency name: Department of Conservation Agency address: Level one, Monro Building, 186 Bridge Street, Nelson Successful supplier???s name: Fulton Hogan Ltd Successful supplier???s address: 121 Bolt Road, Tahunanui, Nelson Description of the services or goods: Repair and replace damaged access structures at Marahau and Kaiterteri Please provide all the applicable tender codes: 72000000 Date the contract was awarded: 10/05/2018 Duration of the contract (including any extensions): 6 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency works",20201117 Department of Conservation,19734066,Request for Quotations,Open Competition,Aerial Bait Application services for Rakit?? Rodent Eradication Project,,20180516,20180516,20180516,,Sole Agency,No,N/A,Aerial Bait Application services for Rakit?? Rodent Eradication Project,Awarded,"Agency name: Department of Conservation Agency address: 1501 Aotea Rd, Okiwi, Aotea/Great Barrier Island Successful supplier???s name: Skywork Helicopters Limited Successful supplier???s address: 255 Baddeleys Beach Rd, RD 6, Warkworth 0986 Description of the services or goods: Aerial Bait Application services for Rakit?? Rodent Eradication Project Please provide all the applicable tender codes : 77000000 ??? Environmental Services Date the contract was awarded: 14th April 2018 Duration of the contract (including any extensions): Completion Date 30th November 2018 Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: Option C - Only one supplier",20201117 Department of Conservation,19734994,Request for Tenders,Open Competition,Provision of Courses for capability development,,20180516,20180516,20180516,,Sole Agency,No,N/A,Provision of Courses for capability development,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful supplier???s name: Nelson Marlborough Institute of Technology Successful supplier???s address: 322 Hardy Street, Nelson Description of the services or goods: Provision of Courses for capability development Please provide all the applicable tender codes:86000000 Date the contract was awarded: 1 April 2018 Duration of the contract (including any extensions): 3 years Estimated cost of the procurement:$50K-$100K Type of procurement process: Selective procurement (sole source) Exemption justification: One supplier - A change of supplier would cause considerable inconvenience and duplication of costs",20201117 Department of Conservation,19783156,Request for Tenders,Closed Competition,Battle for our Birds - WHANGANUI ??? MANGAPURUA TANGARAKAU WHITIANGA AERIAL PEST CONTROL OPERATION,,20180605,20180709,20181010,,Sole Agency,No,N/A,"This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whanganui Ecological Area. This operation will specifically target possums, rodents, mustelids to protect nationally significant forest ecosystems, catchments and native bird species. The tender requirements includes the provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Operators must implement robust Health and Safety practices which ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded:20/08/2018 Duration of the contract: 2 Months + with right to extend by 6 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Selected procurement (Sole source) Exemption justification: Only one supplier: The services or works can only be supplied by one supplier and there is no reasonable alternative or substitute i.e. for technical reasons there is no real competition.",20201117 Department of Conservation,19798541,Request for Tenders,Closed Competition,Battle of Birds - Mapara Forest Aerial Pest Control Operation,,20180608,20180713,20181010,,Sole Agency,No,N/A,"This RFT is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mapara Forest Area. This operation will specifically target possums, rodents, mustelids to protect nationally significant forest ecosystems, catchments and native bird species. The tender requirements includes the provision of suitable aircraft, personnel, and equipment necessary to the successful delivery of the Services. Operators must implement robust Health and Safety practices which ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes:77000000 Date the contract was awarded: 03/08/2018 Duration of the contract (including any extensions): 3 Months Estimated cost of the procurement: $10K-$50K Type of procurement process: Selective procurement (sole source) Exemption justification:n/a",20201117 Department of Conservation,19812286,Request for Tenders,Open Competition,"Kauri Dieback Project Works, Year 3 Contract 2 - Bay of Islands",,20180613,20180719,20180925,,Sole Agency,No,N/A,"The works cover the implementation of mitigation measures on Pukatea Track, Lower Waipapa Track, Te Araroa Trail Track, Oromahoe Track, Wairakau Stream Track, Kerikeri River Track, Whangamumu Track; all of them included in the BoI DOC district. These tracks are affected or at risk of being affected by Kauri Dieback caused by Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The general mitigation measures covered within this contract include track formation with aggregate crowned or monoslope surfacing, cellular confined bark/aggregate track and aggregate surfacing, timber boxed steps and low and high boardwalks as shown on the Required Work Schedule and other different documents included in the contract.",Awarded,"Agency name: Department of Conservation Agency address:18 Manners Street Wellington 6011 Successful supplier???s name: NZ Trackworks Ltd Successful supplier???s address: PO BOX 4340, Kamo Description of the services or goods: The works cover the implementation of mitigation measures on Pukatea Track, Lower Waipapa Track, Te Araroa Trail Track, Oromahoe Track, Wairakau Stream Track, Kerikeri River Track, Whangamumu Track; all of them included in the BoI DOC district. These tracks are affected or at risk of being affected by Kauri Dieback caused by Phytophthora taxon agathidicida (PA), a fungus-like disease that can kill kauri trees of any age. The general mitigation measures covered within this contract include track formation with aggregate crowned or monoslope surfacing, cellular confined bark/aggregate track and aggregate surfacing, timber boxed steps and low and high boardwalks as shown on the Required Work Schedule and other different documents included in the contract. Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 95000000; 77000000;72000000 Date the contract was awarded:6 September 2018 Duration of the contract: 24 weeks Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification:N/A",20201117 Department of Conservation,19837021,Request for Tenders,Open Competition,Tin Range Track Cutting,,20180621,20180726,20180928,,Sole Agency,No,N/A,"The Department requires approximately 14 kilometers of track cut for the purpose of establishing bait station and trap lines to deliver feral cat control aimed at protected the breeding grounds of the critically endangered (Nationally Critical) Southern New Zealand Dotterel. The planned tracks will cover a section of the northern Tin Range, a remote area of Stewart Island/Rakiura, consisting mostly of sub-alpine vegetation, or ""scrub"", which makes for difficult cutting.",Awarded,"Agency name: Department of Conservation Agency address: 15 Main Road Halfmoon Bay, Stewart Island 9846 Successful supplier???s name: Heslip Forest Contracting Ltd Successful supplier???s address: 124 Weatherburn Rd RD4 GORE 9774 Description of the services or goods: Track cutting services to establish bait station and trap lines on the Tin Range, Stewart Island Please provide all the applicable tender codes: 70000000 Date the contract was awarded: 19 September 2018 Duration of the contract: 19 September 2018 to 31 May 2019 Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: Not Applicable",20201117 Department of Conservation,19876816,Request for Tenders,Open Competition,Nelson Lakes Campground and Amenity Cleaning,,20180709,20180813,20180921,,Sole Agency,No,N/A,"The services being tendered for are the cleaning of the amenity buildings at bot h Kerr Bay and West Bay plus the toilet shower facilities in the workshop located on Ward Street, St Arnaud",Awarded,"Agency name: Department of Conservation Agency address: Nelson Lakes Office, View Road, St Arnaud Successful supplier???s name: Simply IB ( Ina Biertumpfel) Successful supplier???s address: 2 Borlase Avenue, St Arnaud, Nelson Description of the services or goods: The services being tendered for are the cleaning of the amenity buildings at bot h Kerr Bay and West Bay plus the toilet shower facilities in the workshop located on Ward Street, St Arnaud Please provide all the applicable tender codes:76000000 Date the contract was awarded: 17th September 2018 Duration of the contract (including any extensions): 6 years Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,19899892,Request for Tenders,Open Competition,Remutaka Cycle Trail Wild Coast Track Upgrade,LNI- 0-106,20180711,20180815,20181204,,Sole Agency,No,N/A,"This contract is for the construction of a track reroute, upgrading of sections of track and installation of a toilet on the Wild Coast Track which form part of the Remutaka Cycle Trail. The Remutaka Cycle Trail is a Grade 3 Intermediate Cycle Trail. All track work is to be undertaken in accordance with the New Zealand Cycle Trail Design Guide.",Awarded,"Agency name: Department of Conservation Agency address: Private Bag 11010 Palmerston North 4442 Successful supplier???s name: TGL Contracting Limited Successful supplier???s address: PO Box 50149 Porirua 5024 Description of the services or goods: Upgrade of the existing track and creation of a new section and amenity area. Please provide all the applicable tender codes. More than one can apply. Click here for a list of acceptable codes. 22000000, 72000000 Date the contract was awarded:26/11/18 Duration of the contract: 4 months Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,19931137,Request for Proposals,Closed Competition,Pouakai Crossing Hazard Assessment,,20180720,20180824,20181204,,Sole Agency,No,N/A,"The Department of Conservation is seeking a geological hazard assessment and LiDAR survey of the Pouakai Crossing in Egmont National Park. As part of a project to upgrade the Crossing, the Department requires an assessment of the areas at risk of landslide, rockfall and other geological hazards, plus a recommendation for alignment of the track to minimise exposure of visitors to these hazards. The LiDAR survey will be used to assist with determining the alignment of the track but can also be used to inform the hazard assessment.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011 Successful supplier???s name: ENGEO Limited Successful supplier???s address: 124 Montreal Street, Sydenham, Christchurch 8023 Description of the services or goods: Geological hazard assessment and LiDAR survey of the Pouakai Crossing Please provide all the applicable tender codes: 81000000 Date the contract was awarded: 12 October 2018 Duration of the contract (including any extensions): 15 October 2018 ??? 15 March 2019 Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,19955733,Request for Quotations,Closed Competition,Karangahake Gorge Tunnel Loop Long Gantry Replacement,,20180727,20180815,20180921,,Sole Agency,No,N/A,"Replacement of the Karangahake Gorge Tunnel Loop Long Gantry. This involves dissembling the existing gantry, removing parts and then replacing the gantry with a like for like as per the plans.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo 3330 Successful supplier???s name: Walkway Solutions Ltd Successful supplier???s address: 127 Ngati Maru Highway, RD1, Thames 3578 Description of the services or goods: Karangahake Gorge Tunnel Loop Long Gantry Replacement Please provide all the applicable tender codes: 72000000 and 95000000 Date the contract was awarded: 10 September 2018 Duration of the contract (including any extensions): 8 weeks Estimated cost of the procurement: $50 - $100K Type of procurement process: Closed quote Exemption justification: N/A",20201117 Department of Conservation,19973349,Request for Proposals,Open Competition,Hokitika Campsite and Amenity Area Servicing,,20180809,20180913,20180928,,Sole Agency,No,N/A,"This RFP is for the regular servicing of nominated campsites and amenity areas local to Hokitika The scope includes: Toilet cleaning, rubbish collection and camp fee/donation collection at: Goldsborough Campsite/Amenity Area; Hans Bay Campsite/Amenity Area and Sunny Bight Amenity Area (Lake Kaniere); Hokitika Gorge Amenity Area; and Shanghai Bay Campsite/Amenity Area (Lake Mahinapua)",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street Hokitika 7810 Successful supplier???s name: Te Whata Cleaners Successful supplier???s address: 215 Kumara Junction Road, RD 2 Hokitka Description of the services or goods: Cleaning Rubbish collection Camp fee collection and compliance Please provide all the applicable tender codes: 77000000 76000000 72000000 Date the contract was awarded: 28/09/2018 Duration of the contract: 6 years Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,20015791,Request for Tenders,Open Competition,Central Otago District Toilet Upgrade,SSIR-ALX02-2018,20180813,20180918,20181206,,Sole Agency,No,N/A,"This tender is for the construction of replacement toilets at the Raspberry Creek Amenity Area, Cameron Flat Camp Site and Blue Pools Car Park. Works include: Removal and disposal of existing toilet blocks and septic tanks; Construction and installation of pre-fabricated tilt slab toilet blocks; Associated establishment and other works necessary to complete the projects, including grey water systems as specified.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 176 Alexandra Successful supplier???s name: Carpentry South Ltd Successful supplier???s address: 268 Reaby Road, RD4 Gore 9774 Description of the services or goods: Tiltslab Toilet Block Construction Please provide all the applicable tender codes: 72000000 Date the contract was awarded: 03 December 2018 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,20225085,Request for Tenders,Open Competition,Rangitikei White Bryony Abseil Services,,20181001,20181106,20190107,,Sole Agency,No,N/A,"The Department has in place a programme of work to eradicate White Bryony from Mokai Valley in the Rangitikei District. The steep cliff faces within the valley makes the use of abseiling techniques imperative for the successful control of this noxious weed. The Services required for the control of White Bryony are predominantly labour intensive; however, suppliers are required to have abseiling qualifications and equipment certifications to perform the work safely. The Services would be performed in two geographical locations within the Mokai Valley and as such are designated as Zone A and Zone B.",Awarded,"Agency name: Department of Conservation Agency address: 28 North Street Palmerston North Successful supplier???s name: Abseil Access Ltd Successful supplier???s address: 15 Bute Street, Wellington Description of the services or goods: Locate and treat white bryony on approximately 4 km of Rangitikei River cliffs using abseiling techniques. Please provide all the applicable tender codes: 70000000 and 77000000 Date the contract was awarded: 5th December 2018 Duration of the contract (including any extensions): The services will be completed by 16th February 20019 and the contract expire by 30th June 2019 if not renewed. Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: n/a",20201117 Department of Conservation,20251878,Request for Quotations,Closed Competition,Battle For Our Birds - West Coast - Kahurangi Aerial Pest Control Operation,,20181008,20181025,20190318,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Kahurangi area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 11/03/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20251894,Request for Quotations,Closed Competition,Battle For Our Birds - West Coast - Arawhata-Waipara & Hindley Aerial Pest Control Operation,,20181008,20181025,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arawhata-Waipara & Hindley area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 25/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20251996,Request for Quotations,Closed Competition,Battle For Our Birds - Arthurs Pass Aerial Pest Control Operation,,20181009,20181026,20190318,,Sole Agency,No,N/A,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arthurs Pass area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/03/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20252024,Request for Quotations,Closed Competition,Battle For Our Birds - Catlins Aerial Pest Control Operation,,20181008,20181025,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Catlins area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20252047,Request for Quotations,Closed Competition,Battle For Our Birds - Hollyford Aerial Pest Control Operation,,20181008,20181025,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hollyford area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20252199,Request for Quotations,Closed Competition,Battle For Our Birds - West Coast - Landsborough-Moeraki-Macfarlane-Thomas Aerial Pest Control Operation,,20181008,20181025,20190401,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Landsborough-Moeraki-Macfarlane-Thomas area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 01/04/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20254652,Request for Quotations,Closed Competition,BfoB - Te Maruia/Nina Aerial Pest Control Operation,,20181008,20181025,20190415,,Sole Agency,No,N/A,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Te Maruia/ Nina area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 15/04/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264256,Request for Quotations,Closed Competition,Battle For Our Birds - Whirinaki Aerial Pest Control Operation,,20181010,20181107,20190227,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whirinaki area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 25/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264306,Request for Quotations,Closed Competition,Battle For Our Birds - Arthur-Cleddau Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arthur-Cleddau area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note that this RFQ is a medium/high security risk",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264345,Request for Quotations,Closed Competition,Battle For Our Birds - Wet Jacket Peninsula Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Wet Jacket Peninsula area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Please note that this RFQ is a medium/high security risk",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264374,Request for Quotations,Closed Competition,Battle For Our Birds - Blue Mountains Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Blue Mountains area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note that this RFQ is a medium/high security risk.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264400,Request for Quotations,Closed Competition,Battle For Our Birds - Clinton Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Clinton area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note that this RFQ is a medium/high security risk.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264445,Request for Quotations,Closed Competition,Battle For Our Birds - Dart/Caples Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Dart/Caples area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note that this RFQ is a medium/high security risk.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264496,Request for Quotations,Closed Competition,Battle For Our Birds - Eglinton Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Eglinton area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Please note that this RFQ is a medium/high security risk.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20264538,Request for Quotations,Closed Competition,Battle For Our Birds - Kepler Aerial Pest Control Operation,,20181010,20181107,20190226,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Kepler area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note that this RFQ is a medium/high security risk",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20270050,Request for Proposals,Open Competition,Protected species engagement project,,20181011,20181123,20190124,,Sole Agency,No,N/A,"This project forms as part of the Conservation Services Programme. The services are to communicate relevant information about protected species in an efficient way to commercial fishermen, tailored for different fishing sectors. The key deliverables are: 1. Educational resources targeted at commercial fishermen across a range of media. 2. Pictorial guides for fishers on handling protected species. 3. Short videos on key mitigation measures. 4. Workshops using these tools to educate commercial fishermen on protected species and the nature of their interaction with commercial fishing, identification tools, best practice mitigation methods, current relevant events, updates on novel methods or new mitigation trials",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St, Wellington, 6011 Successful supplier???s name: Port Group Ltd Successful supplier???s address: PO Box 67 111, Mt Eden, Auckland 1349 Description of the services or goods: Educational resources targeted at commercial fishermen on key mitigation measures and protected species handling Please provide all the applicable tender codes. 86000000, 82000000 Date the contract was awarded: 23/01/2019 Duration of the contract: 2 years Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification:n/a",20201117 Department of Conservation,20305214,Request for Quotations,Closed Competition,Mangakara Lower Bridge & Ngarunui Track Bridge Replacement Project,RFQWAIKATOBRIDGES,20181019,20181119,20190624,,Sole Agency,No,N/A,"The Department wishes to replace the Mangakara Nature Walk Lower Bridge, Pirongia and the Ngarunui (Bryant) Track Bridge. Replacement structures have been designed by the departments engineer and the existing structures will have to be removed. The Department is looking for a suitably qualified contractor with prior experience with similar bridges and a strong Health and Safety focus.",Awarded,"Agency name: Department of Conservation Agency address: Kirikiriroa/ Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton 3204 Successful supplier???s name: Keir Landscaping Ltd Successful supplier???s address: Physical - 661 Rewi Street, Te Awamutu 3800 Postal ??? PO Box 321, Te Awamutu 3800 Description of the services or goods: Construct replacement bridges for the; Mangakara & Ngarunui Bridges Please provide all the applicable tender codes: 22000000, 72000000, 95000000 Date the contract was awarded:11/02/2019 Duration of the contract (including any extensions): 12 Weeks Estimated cost of the procurement: $10K-$50K Type of procurement process: Closed tender Exemption justification: Not Applicable",20201117 Department of Conservation,20340159,Request for Quotations,Closed Competition,Broken Hills Bridge and Golden Hills Bridge Replacement Project,RFQ2018PUKETUI,20181029,20181123,20190624,,Sole Agency,No,N/A,The Department wishes to replace a bridge on the Broken Hills Track and a bridge on the Golden Hills Track. The Replacement structures have been designed by the Departments engineer and the existing structures will have to be removed. The Department is looking for a suitably qualified contractor with prior experience with similar bridges and a strong Health and Safety focus.,Awarded,"Agency name: Department of Conservation Agency address: Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton 3204 Successful supplier???s name: Walkway Solutions Ltd Successful supplier???s address: 127 Ngati Maru Highway, RD1 Thames 3578. Description of the services or goods: Construct a new 7m Timber Bridge at Golden Hills and Replace a 6m Bridge at Broken Hills Please provide all the applicable tender codes: 72000000, 95000000 Date the contract was awarded: 31/01/2019 Duration of the contract (including any extensions): 12 Weeks Estimated cost of the procurement: $10K-$50K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,20400670,Request for Tenders,Open Competition,Godley Head Earthquake Repairs and Seismic Project,,20181109,20190107,20190416,,Sole Agency,No,N/A,"This work will include seismic strengthening to Gun Emplacement (GE) 1 and 2 and Battery Observation Post (BOP) 2. Repair work is also required to be carried out on GE1 magazine, and various fire support buildings associated with GE1 and 2. The seismic strengthening work is necessary to bring certain structures (particularly GE1 and its underground magazine) and GE2 up to 34% of NBS which will allow them to be reopened to the public. EQ repairs and deferred maintenance work is required to prevent further deterioration of the historic fabric of these buildings and structures. Most of these buildings and structures are unique in their function and form; and are constructed from brickwork and concrete (either reinforced or unreinforced). In addition, one area of the underground magazines will require solar lighting upgrading for visitor use. Areas of the design repair specifications require Structural Steel reinforcing work to be completed for public accessibility to the historic site. The repair of the Roof Membrane to GE 1 and 2 is required to ensure the historic site (roof) is maintained to standard.",Awarded,"Agency name: Department of Conservation Agency address: 32 River Road, Rangiora 7400 Successful supplier???s name: Trademark Construction Ltd Successful supplier???s address: 37 Foremans Road, Hornby, Christchurch 8042 Description of the services or goods: Contract is for the Godley Head Earthquake (EQ) repairs & seismic strengthening, Christchurch. Contract works include the following elements: - Repair of roof membrane to Gun Emplacement 1 (GE1) & Gun Emplacement 2 (GE2) - Repair of cracks in reinforced concrete external/internal buildings - Repair of concrete spalling - Repairs to brickwork - Structural steel installation - Minor electrical (solar) works Please provide all the applicable tender codes: 22000000, 3000000, 72000000, 95000000 Date the contract was awarded: March 2019 Duration of the contract (including any extensions): 12 weeks Type of procurement process: Open tender Exemption justification: NA",20201117 Department of Conservation,20427861,Request for Tenders,Open Competition,Cooks Cove Track Upgrade,LNI-0-128,20181116,20190114,20190508,,Sole Agency,No,N/A,"The services required from this procurement are the necessary resources for the re-surfacing of the majority of existing track, widening the track in certain narrow sections and installation of box steps where grade is an issue. Construction of a Waharoa in consultation with Te Aitanga a Hauiti at the track entrance is further proposed.",Not Awarded,,20201117 Department of Conservation,20489336,Request for Tenders,Closed Competition,Pirongia Goat Control March-June 2019,,20181217,20190131,20190408,,Sole Agency,No,N/A,The objective and scope of this procurement is to contract the Services of experienced hunters to eradicate feral goats in the Pirongia Catchment area in 2018-19 (includes Department administered lands and adjoining private lands administered by Waikato Regional Council (WRC)).,Awarded,"Agency name: Department of Conservation Agency address: PO Box 20025, Te Rapa, Hamilton 3241 Successful supplier???s name: Backcountry Contracting Limited Successful supplier???s address: 698 Kahuterawa Road, RD 2, Palmerston North 4472 Description of the services or goods: Goat control Please provide all the applicable tender codes. More than one can apply: 70000000 Date the contract was awarded: 25th February 2019 Duration of the contract (including any extensions): 4 months Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed tender Exemption justification: N/A",20201117 Department of Conservation,20531318,Request for Quotations,Closed Competition,Battle For Our Birds - Waitutu Aerial Pest Control Operation,,20181210,20190123,20190401,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waitutu area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful oepration from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 29/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20531342,Request for Quotations,Closed Competition,Battle For Our Birds - Matukituki Aerial Pest Control Operation,,20181210,20190123,20190401,,Sole Agency,No,N/A,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Matukituki area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 29/03/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20531387,Request for Quotations,Closed Competition,Battle For Our Birds - Makarora - Wilkin Aerial Pest Control Operation,,20181210,20190123,20190401,,Sole Agency,No,N/A,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Makarora - Wilkin area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 29/03/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",20201117 Department of Conservation,20671852,Request for Tenders,Open Competition,Murray Creek Suspension Bridge Construction - Heaphy Track,,20190204,20190318,20190527,,Sole Agency,No,N/A,"The Heaphy Track is a Great Walk for walkers and mountain bikers located in Kahurangi National Park, just north of Karamea. The bridging infrastructure on the track has mostly been replaced, with the final bridge for replacement being the Murray Creek Bridge. DOC Engineers have designed a 38.4m Suspension Bridge to replace the old NZ Forest Service Swingbridge, and this is to be constructed after 1st May 2019.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful supplier???s name: Abseil Access Limited Successful supplier???s address: 15 Bute Street, Wellington Description of the services or goods: Replacement of an old six-wire bridge with a new engineer designed suspension bridge to span the Murray Creek on the Heaphy Track Great Walk. Please provide all the applicable tender codes: 95000000, 30000000, 72000000 Date the contract was awarded: 17/05/2019 Duration of the contract (including any extensions): 18 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,20730853,Request for Quotations,Closed Competition,Battle For Our Birds - West Coast - Abbey Rocks - Aerial Pest Control Operation,,20190214,20190305,20190312,,Sole Agency,No,N/A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Abbey Rocks area for the control of pests in the form of rodents, mustelids and possums and includes: managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data, necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,No tenders received,20201117 Department of Conservation,20747326,Request for Tenders,Open Competition,Cook's Landing National Historic Reserve Monument Strengthening,,20190220,20190401,20190625,,Sole Agency,No,N/A,This contract is for the seismic strengthening work of Cook's Landing Site National Historic Reserve Monument.,Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North Successful supplier???s name: M Wainwright & Co Ltd Successful supplier???s address: P.O Box 2208, South Dunedin 9044 Description of the services or goods: Cooks??? Monument Seismic Strengthening Please provide all the applicable tender codes: 22000000, 72000000, 95000000 Date the contract was awarded: 24/06/2019 Duration of the contract (including any extensions): 7 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",20201117 Department of Conservation,20810114,Request for Tenders,Open Competition,Self Resetting Predator Traps,,20190307,20190307,20190307,,Sole Agency,No,,Goods contract for the purchasing of auto self-resetting predator traps.,Not Awarded,"Agency name: Department of Conservation Agency address: PO Box 10 420, Wellington 6143 Successful supplier???s name: Goodnature Limited Successful supplier???s address: 8 Horner Street, Newtown, Wellington, 6021 Description of the services or goods: Goods contract. Provision of Self Re-Setting Traps Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 1 December 2018 Duration of the contract (including any extensions): 30 November 2021 Estimated cost of the procurement: $500K-$1M Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 15.9 (c)(i) The goods can only be provided by one supplier and there is no reasonable alternative or substitute because for technical reasons there is no real competition.",20201117 Department of Conservation,20882167,Request for Tenders,Open Competition,Otago Central Rail Trails Bridge Deck Replacements,SSIR-ALX01-2019,20190401,20190509,20190605,,Sole Agency,No,N/A,This tender is for the supply and installation of three precast concrete bridge decks and galvanised hand rails on the Central Otago Rail Trail near Middlemarch. The contract also includes the removal of the existing timber decks and hand rails. The construction period is from 31st July 2019 to 31st August 2019.,Not Awarded,,20201117 Department of Conservation,20980213,Request for Proposals,Closed Competition,Removal of damaged Armco culverts,,20180606,20180706,20190501,,Sole Agency,No,,Removal of damaged Armco culverts with double 2.5m x 2.0m x 15m concrete box culvert,Awarded,"The exemption criteria that applies to this project is Section D ??? Additional Goods, Services or Works. ???Goods, services, or works additional to the original requirements that are necessary for complete delivery. This exemption applies where all three of the following conditions are met: i. the original contract was openly advertised, and ii. a change of supplier cannot be made for economic or technical reasons, and iii. a change of supplier would cause significant inconvenience or substantial duplication of costs for DOC",20201117 Department of Corrections,430749,Request for Proposals,Open Competition,AM/FM Consultant for Quality Assurance and Asset Review Services - Old GETS ref# 42674,CP13/2574,20140630,20140730,20160519,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Department of Corrections are seeking proposals from expert asset and facilities management consultants, independent to any consultant or contractor currently providing services to the Department of Corrections, Ministry of Justice and Police outsourced AM/FM service providers, to provide all necessary services for the Asset Management related Quality Assurance Services including: Development of an asset register/database based on agreed asset hierarchy. Carry out condition assessments on all Department Infrastructure assets utilising industry???s best practice e.g. NAMS IIIM guideline. Carry out on-site Quality Assurance checks on the Department???s facilities maintenance service provider re asset management activities **All respondents must also show that they have:** Expert knowledge of the Health and Safety in Employment Act 1992 as amended by the Health and Safety in Employment Amendment Act 2002 and its application to construction projects. Previous experience at asset management/assurance for property portfolios, particularly in Justice sector environments. Previous experience at establishing a complete asset register and asset condition assessments encompassing diversified facilities and assets. Previous experience in quality assurance checks on facilities maintenance services provided by an outsourced AM/FM company. It is expected that tenderers will be notified of the outcomes of this procurement by 29 Aug 2014.",Awarded,"1. RFx number: 2574 2. RFx Title: AM/FM Consultant for Quality Assurance and Asset Review Services - Old GETS ref# 42674 3. Name of Successful Tenderer(s): Resource Co-Ordination Partnership, PO Box 6696, Wellesley St, Auckland 4. Description of goods or services provided: Provide all necessary services for the Asset Management related Quality Assurance Services 5. All the applicable tender codes: 0000 - Management and Business Professionals and Administrative Services 6. Location: Nationwide 7. Date the contract/s was awarded: 9th January 2015 8. Term of contract/s (including rights of renewals): Two years plus two additional terms of up to one year each (2+1+1) 9. Estimated cost of the procurement: $1,045,500 10. Type of Procurement process used: Open 11. Was there an exemption used: No",20201117 Department of Corrections,2095071,Request for Tenders,Open Competition,Supply of Research Services for a study into co-existing substance misuse and mental health issues in the New Zealand prisoner population,2623,20140730,20140828,20160505,,Sole Agency,No,,"The Department of Corrections is inviting the submission of Tenders from suitably qualified and experienced Suppliers to provide Research Services for a study to identify the actual extent and range of co-existing substance misuse and mental illnesses in the New Zealand prisoner population. The study is anticipated to be conducted in ten prisons, comprising a mix of males/females, age groups, ethnicities, offence types, sentence length, and repeat/first time offenders. This would allow the results to be generalised to produce a comprehensive picture of comorbid drug/alcohol and mental health issues across the entire New Zealand prisoner population. By accurately understanding the prevalence and extent of comorbid substance abuse and psychiatric disorders, Corrections can improve its assessment of prisoners and treat them in an effective and integrated way. The study will use existing CAPI-administered diagnostic instruments to establish the prevalence of substance abuse and mental health issues in offenders received into prison.",Awarded,"1. This tender has been awarded to: ??? National Research Bureau Ltd 2. RFx number: 2623 3. RFx Title: Supply of Research Services for a study into co-existing substance misuse and mental health issues in the New Zealand prisoner population 4. Name of Successful Tenderer(s): ??? National Research Bureau Ltd, 110 Mt Eden Road, Auckland 5. Description of goods or services provided: Supply of Research Services for a study into co-existing substance misuse and mental health issues in the New Zealand prisoner population 6. All the applicable tender codes: ??? 80000000 - Management and Business Professionals and Administrative Services ??? 81000000 - Engineering and Research and Technology Based Services ??? 85000000 - Healthcare Services ??? 93000000 - Politics and Civic Affairs Services 7. Location: National 8. Date the contract was awarded: 12th November 2014 9. Term of contract (including rights of renewals): 8 months 10. Estimated cost of the procurement: $ 481,057.00 11. Published on GETS / Closed tender?: Published on GETS",20201117 Department of Corrections,3880062,Request for Quotations,Open Competition,Family Violence Pilot Programme Evaluation,2714,20140828,20140915,20170306,,Sole Agency,No,,"The Department of Corrections is inviting the submission of quotations from suitably qualified and experienced Suppliers to undertake an evaluation of the Family Violence Programme for Male Offenders in the Community who are at a Low to Low-Moderate risk of Re-offending (including associated processes), which will be piloted by Department of Corrections contracted Family Violence Programme suppliers (providers). The evaluation will include interviews with providers/programme facilitators and offenders participating in the programmes. Please refer to the attached Request for Quotation document and any supporting documents in the Addenda section.",Not Awarded,"Contract awarded to Carswell Consultancy. Contract term: 28 March 2015 - 30 Sept 2015. Contract value: $77,308 Contract ref: 13974",20201117 Department of Corrections,4033309,Request for Proposals,Open Competition,Department of Corrections Staff Accommodation,2510,20140903,20140926,20160511,,Sole Agency,No,,"The Department of Corrections (the Department) is inviting submissions of Proposals from suitable accommodation providers to meet the Department's domestic staff travel requirements. Orbit Corporate Travel is the Travel Management Company (TMC) for the Department of Corrections (the Department) and will be conducting this RFP process for and on behalf of the Department as its agent appointed for this purpose. We encourage suppliers to please read this Request for Proposal (RFP) carefully and respond in the format requested, providing only the information requested in this RFP.",Awarded,"1. Location: Nationwide 2. Date the contract was awarded: 1/10/14 3. Term of contract (including rights of renewals): 1+1 4. Estimated cost of the procurement: $9m 5. Type of Procurement process used: Open 6. Was there an exemption used: No",20201117 Department of Corrections,4033408,Request for Proposals,Open Competition,RFP 2721: Pre Upgrade and Post Occupancy Evaluations of Corrections Sites -Nationwide,RFP 2721,20140903,20141003,20190122,,Sole Agency,No,"Department of Corrections, Ground Floor Reception, Mayfair House, 44-52 The Terrace, Wellington","Proposals are sought by the Chief Executive of the Department of Corrections (the Department), under this Request for Proposal (RFP), for the provision of Independent Pre Upgrade and Post Occupancy Evaluations on existing and new/redeveloped Corrections Sites throughout New Zealand.",Not Awarded,"Two contracts awarded for the term 16/1/2015 - 22/10/2017 for a total value of $198k: 1) The Building Intelligence Group 2) C. Watson Consultancy Ltd",20201117 Department of Corrections,4409406,Request for Proposals,Open Competition,Employment Support Services for Long Serving Prisoners,,20140204,20140311,20140916,,Sole Agency,No,,The Department of Corrections (the Buyer or the Department) is inviting the submission of Proposals from suitably qualified and experienced Suppliers to establish an employment support service for long serving prisoners due to be released.,Awarded,,20201117 Department of Corrections,4920541,Request for Proposals,Open Competition,Supply of Reintegration Support for Short Serving Prisoners (Auckland West and South),2728,20140929,20141029,20160519,,Sole Agency,No,,"The Department of Corrections (the Buyer) is inviting the submission of proposals from suitably qualified and experienced Suppliers to provide and deliver Reintegration Support to short serving prisoners in Auckland West and South areas. The service will support offenders being released from prison to successfully transition back and reintegrate into Auckland West or South communities. The service will be tailored to the individual circumstances and needs of a prisoner and be inclusive of the needs of the offenders wh??nau/family, where relevant, to ensure holistic wrap around support is provided. The service will work with the offender prior to, during and post their release using a coordinated and collaborative case management approach and will provide transitional accommodation immediately upon their release. Please refer to the attached Request for Proposal document and any supporting documents (i.e. in the Addenda section).",Awarded,"1. RFx number: 2728 2. RFx Title: Supply of Reintegration Support for Short Serving Prisoners (Auckland West and South) 3. Name of Successful Tenderer(s): Goodwood Park Health Limited, 221 Riverhead Road, Kumeu, Auckland National Urban Maori Authority, Cnr Edmonton and Great North Road, Auckland 4. Description of goods or services provided: Deliver Reintegration Support to short serving prisoners in Auckland West and South areas 5. All the applicable tender codes: 91000000 - Personal and Domestic Services 92000000 - National Defense and Public Order and Security and Safety Services 93000000 - Politics and Civic Affairs Services 6. Location: Auckland 7. Date the contract/s was awarded: 1st February 2015 8. Term of contract/s (including rights of renewals): Three years plus two additional terms of up to one year each (3+1+1) 9. Estimated cost of the procurement: $2,295,000 10. Type of Procurement process used: Open 11. Was there an exemption used: No",20201117 Department of Corrections,5196434,Request for Proposals,Open Competition,Electronic Monitoring and Associated Services,GETS # 39106,20130509,20130528,20141020,,Sole Agency,No,,"Corrections are seeking a supplier to deliver Electronic Monitoring services (???EM services???), defined as follows: ??? supply and distribution of electronic monitoring equipment ??? installation and removal of electronic monitoring equipment ??? provision of a 24/7 electronic monitoring service ??? supply of a software solution to enable in-house electronic monitoring ??? provision of a 24/7 electronic monitoring response service The purpose of this ROI is to: 1. Notify the market of Corrections??? requirements for sourcing EM services. 2. Invite interested suppliers to register their interest with Corrections for providing EM services. 3. Identify a shortlist of potential suppliers to participate in a closed tender process.",Awarded,"Agency Name The Department of Corrections Agency Address Mayfair House, 44-52 The Terrace, Wellington Successful Supplier Name: 3M New Zealand Limited Successful supplier Address: 3M New Zealand Limited having its registered office at 94 Apollo Drive, Rosedale, Auckland, New Zealand, 0632. Description of the Service or Goods : Agreement for the provision of electronic monitoring and associated services Date Contract was Awarded: 29 September 2014. Duration of the Contract (Including any extensions) 8 years Estimated cost of the Procurement - $50k - $100K There was not Exemptions Justifications used on the Tender",20201117 Department of Corrections,5586772,Request for Proposals,Open Competition,Supply of On Body Camera Solution,C#2634,20141021,20141119,20160505,,Sole Agency,No,"Department of Corrections, Ground Floor Reception, Mayfair House, 44-52 The Terrace","The purpose of this RFP is to invite Suppliers who can provide On Body Cameras to participate in an open tender process. Further details of the Department???s requirements are contained in Part Two of this document.",Awarded,"1. This tender has been awarded to: ??? Data Talk NZ Ltd ??? Amber Technology (NZ) Ltd ??? Automated Solutions Ltd 2. RFx number: 13497 3. RFx Title: Supply of On Body Camera Solution 4. Name of Successful Tenderer(s): ??? Data Talk NZ Ltd, 191-193 Devon St West, New Plymouth ??? Amber Technology (NZ) Ltd, 77 Porana Road, Auckland ??? Automated Solutions Ltd, 18 St Martins Lane, Auckland 5. Description of goods or services provided: Supply of On Body Camera Solution & Equipment for testing 6. All the applicable tender codes: ??? 32000000 - Electronic Components and Supplies ??? 46000000 - Defense and Law Enforcement and Security and Safety Equipment and Supplies 7. Location: National 8. Date the contract was awarded: 8th December 2014 9. Term of contract (including rights of renewals): 4 months 10. Estimated cost of the procurement: $48,000 11. Published on GETS / Closed tender?: Published on GETS",20201117 Department of Corrections,5918834,Request for Proposals,Open Competition,Supply of Tiaki Tangata Reintegration Service,13098,20141103,20141202,20160505,,Sole Agency,No,,"The Department of Corrections (the Buyer) is inviting the submission of proposals from suitably qualified and experienced Suppliers to provide and deliver a whanau-centric wrap-around case management approach that addresses the reintegration needs of Maori offenders. The service will support long serving M??ori offenders being released from prison to successfully transition back and reintegrate into their local community. The service will be wh??nau ??? centric and delivered within an empowering manaakitanga and wh??naungatanga framework. This approach will support M??ori offenders and, where relevant, their wh??nau, to prepare for his/her release, through the release process from custody and then reintegration back into the community. Please refer to the attached Request for Proposal document and any supporting documents (i.e. in the Addenda section).",Awarded,"1. This tender has been awarded to: ??? National Urban Maori Authority (NUMA) ??? WERA Aotearoa Trust ??? Nga Ngaru Rautahi o Aotearoa Inc 2. RFx number: 13098 3. RFx Title: Supply of Tiaki Tangata Reintegration Service 4. Name of Successful Tenderer(s): ??? National Urban Maori Authority (NUMA), 7 Shirley Road, Papatoetoe, Auckland ??? WERA Aotearoa Trust, 1st Floor, 248 Fenton Street, Rotorua ??? Nga Ngaru Rautahi o Aotearoa Inc, Level 3, Anvil House, 138-140 Wakefield Street, Wellington, 6140 5. Description of goods or services provided: The service will support Maori offenders being released from prison to successfully transition back and reintegrate into communities. 6. All the applicable tender codes: 91000000 - Personal and Domestic Services 92000000 - National Defense and Public Order and Security and Safety Services 93000000 - Politics and Civic Affairs Services 7. Location: National 8. Date the contract was awarded: 1st July 2015 9. Term of contract (including rights of renewals): 3 years plus two additional terms of up to 1 year (3+1+1) 10. Estimated cost of the procurement: $2.25M 11. Published on GETS / Closed tender?: Published on GETS",20201117 Department of Corrections,5925229,Request for Proposals,Open Competition,Supply of Emergency Accommodation,13171,20141103,20141202,20160505,,Sole Agency,No,,"The Department of Corrections (the Department, Corrections or the Buyer) is inviting the submission of proposals from suitably qualified and experienced Suppliers to provide and deliver Emergency Accommodation Services in the Auckland, Hamilton, Wellington and Christchurch areas. This service will support offenders for whom accommodation arrangements have become no longer tenable. Offenders most commonly will be residing in the community at the time of requiring emergency accommodation support as opposed to being released from custody. In most instances the circumstances as to why the offender requires emergency accommodation are outside of the offender???s control. In addition there will be a small number of offenders being released from custody for whom an address has not been secured who may therefore need to be referred to this service. Further information is contained within the attached Request for Proposal document and any supporting documents (i.e. in the Addenda section)..",Not Awarded,"RFP Cancelled Since the RFP was issued the Department has reflected on its requirements. In order to more efficiently deliver the services in combination with a chosen provider the Department has decided to cancel this RFP, to allow it time further refine the service design. I note clause 33 i) of the Standard Conditions of RFP, which allows for the Buyer to cancel the RFP at any time on notice to Suppliers.",20201117 Department of Corrections,6578883,Request for Proposals,Open Competition,(RFP FTC 13354)- Request For Proposals for Consultancy Services for Resource Management and Land Management,FTC 13354,20141121,20141219,20150615,,Sole Agency,No,"Department of Corrections,Ground Floor Reception,Mayfair House, -52 The Terrace, Wellington, New Zealand","Proposals are sought by the Chief Executive of the Department of Corrections (the Department), under this Request for Proposal (RFP), for the provision of consultancy services for resource management and land management. The Department requires a single consultant to form, retain and manage a team of specialist consultants and support services to provide all the necessary consultancy services required to assist the Department in resource management and land management. The purpose of this RFP is to invite external organisations to submit their proposals to the Department with information on their skills and experience in providing the required consultancy services with a focus on ensuring a consistent approach across a property portfolio in order to achieve the Department???s required outcomes. Following the evaluation of proposals, the Department may: ???1.enter into negotiations with preferred providers with the intention of awarding a contract; and/or ???2.conclude the process without awarding any contract. Proposals are to be submitted by the closing date as shown in the table below. Late proposals may not be accepted and may be returned to the sender (the Department reserves the right to accept late proposals in exceptional circumstances).",Awarded,"a) Agency name: Department of Corrections b) Agency address: PO Box 1206, Wellington 6140 c) Successful supplier???s name: Boffa Miskell d) Successful supplier???s address: Po Box 91 250, Auckland 1142 | New Zealand e) Description of the services or goods: RMA and Land Management Consultancy Services f) Applicable tender code 867 Architectural, engineering and other technical trade services 95000000 94000000 g) Date the contract was awarded: 11.6.15 h) Duration of the contract (including any extensions): To 30 June 2017 i) Estimated cost of the procurement: $500K-$1M j) Type of procurement process: Open tender",20201117 Department of Corrections,7190991,Request for Proposals,Open Competition,Supply of Spiritual and Religious Services,13099,20141208,20150204,20160511,,Sole Agency,No,,"The Department of Corrections (the Department, Corrections or the Buyer) is inviting the submission of proposals from suitably qualified and experienced Supplier/s that have the capability to deliver religious and spiritual services to prisoners at Corrections-managed prison sites. The service will support prisoners to meet their religious and spiritual needs whilst in custody. The list below forms the Department???s minimum expectations for the delivery of this service: 1. Prisoners have access to individual religious and/or spiritual support; 2. Prisoners have access to structured and scheduled religious and spiritual group services; 3. Prisoners have access to continue with the support they have received post-release. The provision of religious and spiritual services will be limited to prisoners who are incarcerated within a Corrections-managed prison sites and have reported a specific need. Please note that Suppliers Questions will not be answered between 19 December 2014 and 12 January 2015 Further information is contained within the attached RFP document. If you have any questions regarding the Supply of Spiritual and Religious Services RFP please email these to the Contact Person stated in the RFP document.",Awarded,"1. This tender has been awarded to: ??? Prison Chaplaincy Service of Aotearoa New Zealand 2. Name of Successful Tenderer(s): ??? Prison Chaplaincy Service of Aotearoa New Zealand, Level 4, Southmark Building, 203 Willis Street, Wellington 6011 3. Location: National 4. Date the contract was awarded: 15th July 2015 5. Term of contract (including rights of renewals): 3 years plus two additional terms of up to one year each (3+1+1) 6. Estimated cost of the procurement: $5,494,910.00 7. Type of Procurement process used: Open 8. Was there an exemption used: No",20201117 Department of Corrections,8949852,Request for Proposals,Open Competition,Supply of Prison-based Literacy and Numeracy Support Services,13248,20150216,20150319,20160511,,Sole Agency,No,,"The Department of Corrections (the Buyer or the Department) invites the submission of proposals from suitably qualified and experienced Suppliers to provide and deliver literacy and numeracy programmes that raise the literacy and numeracy levels of high-needs prisoners, including M??ori. Services will support prisoners to gain the literacy and numeracy skills needed to transition into higher education (namely level one and two NZQA Qualifications) and/or support improved employment outcomes. In addition, the Buyer is seeking to procure, as a component of these services, professional support services that will allow for the Buyer???s existing education workforce and resources to be further developed to improve the literacy and numeracy outcomes of all prisoners. The Buyer is not necessarily seeking proposals for national delivery; Suppliers that can deliver at either a regional or individual prison level are also encouraged to submit proposals. Further information is contained within the attached RFP document. Please ensure that questions are emailed directly to the Contact Person stated in the RFP document",Awarded,"Successful supplier 1 name: Te W??nanga o Aotearoa Te Kuratini o Nga Waka Successful supplier 1 address: 320 Factory Road, Te Awamutu 3840 Successful supplier 2 name: Methodist Mission Southern Successful supplier 2 address: PO Box 2391 South Dunedin 9044 Date the contract was awarded: 10 August 2015 Duration of the contract (extension): Three Years Estimated cost of the procurement: $5M-$10M Type of procurement process: Open tender",20201117 Department of Corrections,10052430,Request for Proposals,Open Competition,Supply of Parenting Support Services for Prisoners,13707,20150318,20150421,20160511,,Sole Agency,No,,"The Department of Corrections (the Buyer or the Department) is inviting the submission of proposals from suitably qualified and experienced Suppliers to deliver parenting support and skills education services to parents in prison, and follow-up support upon release. The Department is seeking the supply of parenting support services which provide parenting skills education to prisoners, support prisoners in their roles as parents in prison, improve outcomes for the children of prisoners, reduce re-offending by participants, and reduce the likelihood of prisoners??? children becoming offenders themselves. The Department is interested in a parenting support service which includes an individual needs assessment, a short parenting skills education programme, and post-release parenting support in the community. The Department is not necessarily seeking proposals for national delivery; Suppliers that can deliver at either a regional or individual prison level are also encouraged to submit proposals. Further information is contained within the attached RFP document. Please ensure that questions are emailed directly to the Contact Person stated in the RFP document.",Awarded,"1. Name of Successful Tenderer(s): ??? Methodist Mission, 44 Teviot Street, Dunedin ??? Plunket, 40 Mercer Street, Wellington ??? Presbyterian Support Northern,, 404 Kyber Pass Road, Auckland 2. Description of goods or services provided: Parenting Support Services 3. Location: National 4. Date the contract was awarded: 01/08/2015 5. Term of contract (including rights of renewals): 2+1 6. Estimated cost of the procurement: $1M 7. Published on GETS : Yes 8. Was there an exemption used: No",20201117 Department of Corrections,10053515,Request for Tenders,Open Competition,Supply of Dental Services to Corrections Prison Health Services,13227,20150318,20150424,20160523,,Sole Agency,No,,"The Department of Corrections (the Buyer) is inviting the submission of Tenders from suitably qualified and experienced dentists to provide contracted services of dentistry either at the prison health centre dental suite or at their own practice where a prison does not have a dental suite. The RFT covers the supply of Dental Services to all 16 public prisons (excludes privately operated prison???s). Each prison has a health centre that provides primary health care to prisoners to a level reasonably equivalent to that available in the community. In addition Corrections are required to provide dental services according to 81 (2) of the Corrections Regulations 2005: Any examination or treatment must be primarily concerned with the relief of pain, the maintenance of a reasonable standard of dental care relative to the dental and oral health of the prisoner concerned before the prisoner was admitted to the prison, or both. Dentists provide examination and treatment as required according to oral health conditions presented by prisoners. In some instances where prisons do not have a dental facility on site, the Department is looking for submissions from providers who can provide treatment for escorted prisoners to dental surgeries off site. Further information is contained within the attached RFT document. Please ensure that questions are emailed directly to the Contact Person stated in the RFT document.",Awarded,"1. Name of Successful Tenderer(s): ??? Guardian Dental ??? Auckland Regional Womens Corrections Facility ??? Dr L M Ripley - Auckland Prison ??? Canterbury District Health Board ??? Christchurch Men???s, Christchurch Womens & Rolleston Prison ??? Lauren Grierson - Hawkes Bay Regional Prison ??? Jordan & Robertson - Invercargill Prison ??? M Dental Ltd - Manawatu Prison ??? John B Thomson-Dentist ??? Northland Region Corrections Facility ??? Lumino The Dentist - Milton Dental ??? Otago Corrections Facility ??? David A Tait (Dental Surgeon) - Otago Corrections Facility ??? Otorohanga Dental Surgery - Spring Hill Corrections Facility ??? Otorohanga Dental Surgery - Waikeria Prison ??? Frail Ltd ??? Whanganui Prison 2. Location: Nationwide 3. Date the contract/s was awarded: Oct 15 ??? May 2016 4. Term of contract/s (including rights of renewals): 3+2 5. Estimated cost of the procurement: $1M-$5M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,10098349,Request for Quotations,Open Competition,Ref No:13852-Request for Quotes For the Supply and Installation of Plant and Machinery Parts to the Westfalia Milking Plant at Waikeria Prison Farm,13852,20150319,20150402,20150602,,Sole Agency,No,,"As a result of changes to the regulatory control environment and codes of practice in the Dairy sector including changes to Fonterra???s compliance requirements for milk suppliers the Department of Corrections is required to upgrade the milking systems on its three dairy units located at Waikeria Prison. Once completed, these upgrades as well as the overall milking systems on each dairy unit will be required to pass an audit by Fonterra???s nominated auditor.",Awarded,"Department of Corrections 44-52 The Terrace Wellington New Zealand Successful supplier???s name: MCLARENS MILK & WATER (HUNTLY) LTD Successful supplier???s address: 10 Ralph Street, Huntly Description of the services or goods: Supply and Installation of Plant and Machinery Parts to the Westfalia Milking Plant at Waikeria Prison Farm Please provide all the applicable tender codes 10000000 - Live Plant and Animal Material and Accessories and Supplies 21000000 - Farming and Fishing and Forestry and Wildlife Machinery and Accessories 23180000 - Industrial food and beverage equipment 48000000 - Service Industry Machinery and Equipment and Supplies 70121500 - Dairying 73131800 - Dairy and eggs processing Date the contract was awarded: 21 May 2015 Duration of the contract (including any extensions): 8 Months Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification N/a",20201117 Department of Corrections,10569548,Request for Proposals,Open Competition,2668- Supply of Pharmacy Services to Corrections Health Centres,2668,20150402,20150508,20160622,,Sole Agency,No,,"The Department of Corrections (the Buyer) is inviting the submission of proposals from pharmacists interested in supplying medication to the Department???s 16 prison health centres (excludes privately operated prison???s). Pharmacists are invited to supply to one individual prison or a number of prisons. The Department seeks suppliers who are able to provide advice on efficient and cost effective practice for the prescription and on-going management of a prisoner???s medication. The Department invites suppliers to submit solutions that incorporate alternative options to the way medications are prescribed, supplied to the prison/s and managed. Any proposed option which includes an IT component must, where necessary, align with the Departments use of Medtech as the patient management system. Further information is contained within the attached RFP document. Please ensure that questions are emailed directly to the Contact Person stated in the attached RFP document using the email address stated in the RFP document.",Not Awarded,Closed without award.,20201117 Department of Corrections,12204383,Request for Tenders,Open Competition,Request for Tender for the Supply of Social Impact Assessment Specialist Services,Ref C# 13825,20150522,20150618,20160415,,Sole Agency,No,"Tender Box ??? RFT Tender Response, Social Assessment Impact Specialist Services, Kaleti Moala-Mafi, Department of Corrections, Mayfair House,44 ??? 52 The Terrace, Wellington 6011","The purpose of this RFT is to invite Suppliers to submit a Tender for Social Impact Assessment (SIA) Specialist Services with information on their skills and experience to provide advice to the Department and support implementing, monitoring and evaluating the SIMP to avoid, remedy or mitigate social and cultural effects attributable to the presence of Auckland Regional Women???s Corrections Facility (ARWCF) and Auckland South Corrections Facility (ASCF) at Wiri, Auckland. Designation condition 48 set out by the Board of Inquiry (BOI) in approving the establishment of Auckland South Corrections Facility (ASCF ??? Kohuora) requires the Department to appoint a suitably independent SIA Specialist to prepare a SIMP to identify, assess, monitor and evaluate the social and cultural effects (positive and negative) of the ASCF and ARWCF on the community. The Supplier will be working closely with the Senior Adviser Community Liaison, who will assist with liaising with information providers, implementing surveys and forwarding data to the SIA Specialists Services for analysis. Please note all requests for clarification must be made by email to the Buyer???s Contact Person. Please allow a reasonable period of time for the Buyer to respond to a request. Requests will be dealt with by the Buyer during Business Hours.",Awarded,"1. This tender has been awarded to: Quigley and Watts Ltd 2. RFx number: RFT 13825 3. RFx Title: Social Impact Assessment Specialist Services 4. Name of Successful Tenderer: Quigley and Watts Ltd, Level 1, 93 Cuba Mall, Wellington 5. Description of goods or services provided: The Supplier will provide advice and support to help the Department oversee the implementation of the Social Impact Monitoring Plan and provide Annual Monitoring Report for Auckland South Corrections Facility and Auckland Region Women???s Correction Facility. 6. All the applicable tender codes: 81121505 7. Location: Auckland South, Auckland 8. Date the contract was awarded: 11 April 2016 9. Term of contract (including rights of renewals): 3 + 2 10. Estimated cost of the procurement: $623,040 excluding GST 11. Published on GETS / Closed tender?: 22 May 2015 / 18 June 2015 12. Confirm contract has been signed & unsuccessful tenderers advised: YES",20201117 Department of Corrections,12403357,Request for Proposals,Open Competition,Supply of a Cloud Based Health & Safety Management System,C#13170,20141110,20141201,20150529,,Sole Agency,No,,,Awarded,"a) Agency name: Department of Corrections b) Agency address: 44-52, The Terrace, Wellington c) Successful supplier???s name: IMPAC SOLUTIONS LIMITED d) Successful supplier???s address: PO Box 10197, Wellington 6143 e) Description of the services or goods: Supply of a Cloud Based Health & Safety Management System C#13170 f) The applicable tender codes. ANZSCC Description UNSPSC Segment 453 Computer software 43000000 842 Software implementation services 81000000 g) Date the contract was awarded: 2 June 2015 h) Duration of the contract (extension): Five Years i) Estimated cost of the procurement: $500K-$1M j) Type of procurement process: Closed tender",20201117 Department of Corrections,13228814,Request for Proposals,Open Competition,Work & Living Skills: Road Safety Package ??? Brief Drink Drive Intervention Request for Proposals,14155,20150623,20150723,20151213,,Sole Agency,No,,This Request for Proposal is an invitation to suitably qualified suppliers to submit a Proposal for the Work & Life Skills: Road Safety Package ??? Brief Drink Driving Intervention contract opportunity. This RFP is a single-step procurement process and follows the Notice of Intent released to the market 29 May 2015.,Awarded,"Agency name: Department of Corrections Agency address: PO Box 1206, Wellington 6140 Description of the services or goods: WLS Road Safety Package ??? Brief Drink Driving Intervention Applicable tender code : 14155 Date the contract was awarded: 12 October 2015 Duration of the contract (including any extensions): 2 years 9 months Estimated cost of the procurement: $655,000 Type of procurement process: Request For Proposal Harmony Social Services (Harmony Trust) 83 Church Street, Onehunga, Auckland Awarded: 12 October 2015 Methodist Missions Southern 44 Teviot Street, South Dunedin Awarded: 12 October 2015 Care NZ Limited Level 4, Wakefield House, 90 The Terrace, Wellington Awarded: 12 October 2015 Northland District Health Board Hospital Road, Whangarei Awarded: 12 October 2015 Bronwen Wood (SAID) 30a Kiteone Road, Parua Bay, Whangarei Awarded: 12 October 2015",20201117 Department of Corrections,13876597,Request for Proposals,Open Competition,Community Family Violence Treatment Programme for Low to Low-Medium Risk Male Offenders - Request for Proposal,14067,20150710,20150810,20160512,,Sole Agency,No,,"Family violence is recognised as a major social problem in New Zealand. Currently the Department of Corrections (the Department) spends over $3.3 million per annum on community-based non-violence programmes for male and female offenders. The purpose of this Notice is to advise the market of Corrections??? intention to release a Request for Proposal (RFP) to engage suppliers for delivery of the Corrections designed new Family Violence Programme (FVP) for low to low-moderate risk male offenders. The Department has a total of $2.9 million available for the delivery of the FVP. Corrections engaged the market through a Request for Tender (RFT) in March 2014. Successful suppliers were contracted to pilot the FVP, which has recently been evaluated (the Family Violence Theory and Programme Manual used during the pilot is currently being enhanced as a result of the evaluation. The RFP process will result in Corrections contracting with the successful suppliers to deliver the FVP on a business as usual basis, thereby replacing the pilot. The FVP will be implemented across New Zealand to male offenders assessed as being a low to low-medium risk of reoffending serving sentences living in the community or prison. The term of the contract will initially be for two years, with the option to take a further two year right of renewal.",Awarded,"1. Name of Successful Tenderer(s): Man Alive Charitable Trust (Auckland Alliance) 11 Edmonton Rd, Henderson, Auckland Living Without Violence (Waiheke Network) 59 Ostend Road, Ostend, Waiheke Island 1843 Hamilton Abuse Intervention Network (HAIP) 135 London Street, Hamilton 3244 Family Safety Services 403 Mackay St, Thames 3500 Tauranga Living Without Violence 26, 12th Avenue,Tauranga 3140 Family Focus Rotorua 1115 Pukaki Street, Rotorua Hinengakau Maatua Whangai Trust 153, Hakiaha Street, Taumarunui 3920 Presbyterian Support East Coast 87 Te Mata Road, Havelock North Hawke???s Bay 4130 DOVE Hawkes Bay 37 Niven St, Napier 4110 RISE - previously known as Whanganui Living Without Violence Collective Trust 284 St Hill St, Wanganui 4500 Te Manawa Services 117 Fergusson St, Fielding 4740 Kapiti Living Without Violence Charitable Trust 5 Sheffield St, Raumati Beach 5255 Porirua Living Without Violence 16 Hagley St, Porirua Stopping Violence Services Wairarapa 31 Chapel St, Masterton SVS Living-Safe 124 Vanguard St, Nelson 7040 SVS Christchurch 36 Lismore St, Waltham, Christchurch 8011 He Waka Tapu 161 Pages Rd, Wainoni, Christchurch 8643 Otago Psychology and Counselling Support 19 Eden St, Oamaru 9400 Waihopai Runaka Inc 408 Tramway Rd, Invercargill Stopping Violence Dunedin 30 Portsmouth Drive, South Dunedin 9012 Stopping Violence Southland 70 Victoria Ave, Invercargill 9810 2. Location: Nationwide 3. Date the contract/s was awarded: 1 March 2016 ??? 30 April 2018 4. Term of contract/s (including rights of renewals): 2+2 5. Estimated cost of the procurement: $10M - $25M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,14026177,Request for Proposals,Open Competition,IT Application Development Services,7100014153,20150715,20150824,20160226,,Sole Agency,No,,"This RFP seeks to procure application development services to complement the Department???s existing application development capability. The Department needs good quality Microsoft & Mobile, and SAP application development services from organisations that: ??? have the right breadth and depth of expertise whilst providing innovation and passion for delivering results; ??? are prepared to take on new approaches and new technologies to deliver value; ??? understand risk and take some yet also take the utmost precautions in regard to privacy, security and operational surety; ??? have the ability to communicate at all levels of engagement; and ??? have the ability to work in collaboration with the Department and its existing services providers to create, integrate and support new services.",Awarded,"The Department of Corrections based in Mayfair House, 54 The Terrace, Wellington, awards contracts for ICT application development services to: Deloitte, Deloitte House, 10 Brandon Street, Wellington Contract awarded: December 2015 For: ICT application development services; SAP application landscape Fujitsu New Zealand Limited, Level 12, 141 The Terrace, Wellington Contract awarded: December 2015 For: ICT application development services; Microsoft & Mobile application landscape Collectively the estimated value for the application development services is in the range $15m - $20m over five years. The Department used a single step open RFP process advertised via GETS with electronic responses received via e-mail to tenders@corrections,govt.nz.",20201117 Department of Corrections,16869469,Request for Proposals,Open Competition,Mauri Toa Rangatahi,14709,20151009,20151106,20160511,,Sole Agency,No,,"This procurement relates to the delivery of a wrap-around support service to aide the delivery of the rehabilitation programme to address the complex rehabilitative needs of young offenders aged 25 and under based in Canterbury Men???s prison and in the Canterbury community. The programmes will be suitable for offenders serving community-based sentences as well as for those serving prison sentences. The delivery of this rehabilitation programme will support the Department of Corrections in achieving its target of a 25 percent reduction in re-offending by 2017, through a potential increase in the number of young offenders who remain offence free.",Awarded,"1. Name of Successful Tenderer(s): St John Of God Hauora Trust, Nash Road, CHCH 2. Location: Southern 3. Date the contract was awarded: 01/02/2016 4. Term of contract (including rights of renewals): 3+1+1 5. Estimated cost of the procurement: $300k 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,16881221,Request for Proposals,Open Competition,Tikanga M??ori (Te Ihu Waka Framework) Motivational Programmes,14497,20151013,20151112,20170216,,Sole Agency,No,,"Delivery of Tikanga Motivational Programmes using the Department-designed Te Ihu Waka Outcomes Framework. The Programmes will be delivered to prisoners in all 16 Department-run prisons and to offenders on community sentences across all 15 Community Corrections districts. The Programmes??? aim to reduce re-offending by increasing participants??? motivation to address factors that contribute to their offending through increasing tikanga knowledge across four key kaupapa (manaakitanga, whanaungatanga, rangatiratanga, and wairuatanga).",Awarded,"Name of Successful Tenderer(s): 1. National Urban Māori Authority, 7 Shirley Rd, Papatoetoe, Auckland 2025 2. Te Wānanga o Aotearoa, 320 Factory Rd, Te Awamutu, 3840 3. A3 Kaitiaki Ltd, 258 Stuart St, Dunedin 4. Jade Associates, 9A Montrose St, Christchurch 8023 5. Manu Tioriori Ltd, 124 Parekawa Dr, Motuoapa, RD2, Turangi 3382 6. WERA Aotearoa Charitable Trust, 248 Fenton St, Rotorua 7. Mahi Tahi, 1209 Hinemaru St, Rotorua 3040 8. Tupoho Whānau Trust, 97 Bell St Whanganui 4500 9. Hinengakau Maatua Whangai, 153 Hakiaha St, Taumarunui 3920 10. Waihopai Runaka Inc, 408 Tramway Rd, Invercargill 11. Hauraki Māori Trust Board, 41 Belmont Rd, Paeroa 3600 12. Ngati Naho Kaitiaki Society Inc, 12 Arohanui St, Huntly 13. Manna Integrated Services, 60 Onslow St, Kawerau 14. Te Piki Oranga Ltd, 281 Queen St, Richmond 15. Pirirakau Hauora, 3 Lochhead Rd, Te Puna, Tauranga 3176 16. Te Rūnanganui o Ngati Porou, Shed 3, 50 The Esplanade, Gisborne 4010 17. Reikura Whitiora Ltd, 2863 SH2, Waioeka Straits, RD1, Opotiki 3197 18. Te Awhina Marae, 133 Pah St, Motueka, 7120 19. Mata Concepts Ltd, 20 Benefield St, Whanganui East, Whanganui 4500 20. Kairewa Ltd, 17 Wikaira Rd, Whirinaki, Hokianga 21. Hoani Waititi Marae Trust, 451 West Coast Rd, Glen Eden, Auckland 0602 22. Koru Services Ltd, 668B Sandhill’s Rd, Ahipara, Kaitaia 23. Pehiāweri Māori Church and Marae Inc, 99 Ngunguru Rd, Glenbervie, Whangarei 2. Location: Nationwide 3. Date the contract was awarded 31/1/2017 4. Term of contract (including rights of renewals): 3 Years plus an additional term of up to 2 years 5. Estimated cost of the procurement: $10M - $25M 6. Published on GETS / Closed tender: Open 7. Confirm contract has been signed & unsuccessful tenderers advised: Yes",20201117 Department of Corrections,17078621,Request for Quotations,Open Competition,Plumbing Material Requirements - Spring Hill Corrections Facility,15000,20151215,20160201,20161020,,Sole Agency,No,,The Department of Corrections has a T3 Plumbing workshop at Spring Hill Corrections Facility that provides a training opportunity for offenders to learn the basic skills required to enable offenders to enter into plumbing apprenticeships on their release from prison. The Department requires a supplier to deliver plumbing products and materials to enable the Department to deliver the training course.,Awarded,"1. Name of Successful Tenderer(s): Edward Gibbon Plumbing Plus Ltd NZ, 5 Sir Gil Simpson Dr, Christchurch, 8053 2. Location: SpringHill Corrections Facility 3. Date the contract/s was awarded: 19 October 2016 4. Term of contract/s (including rights of renewals): 3+2+2 5. Estimated cost of the procurement: $250K - $500K 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17083999,Request for Proposals,Open Competition,Supply of Whare Oranga Ake Reintegration Service RFP,15003,20151218,20160203,20160613,,Sole Agency,No,,"Request for Proposal (RFP) for the supply of the Whare Oranga Ake Reintegration service (WOA), based at Springhill Corrections Facility in Waikato region. The contract is for the delivery of Kaupapa Maori reintegration services for offenders in the WOA units within the Springhill Corrections Facility (SHCF). The services are ultimately intended to improve public safety and reduce re-offending by the delivery of support services to assist Offenders in the WOA units to address life???s practical problems and issues that, if not addressed, may impact upon their successful re-integration into the community. We are seeking a solution that, through the use of kaupapa M??ori core values and principles, addresses the re-integrative needs of offenders, including facilitation of connection to whanau, culture and identity so they can effectively reintegrate into their communities and lead offence-free lives. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer(s): Raukura Hauora O Tainui , 4 Knox Street, Hamilton, New Zealand 2. Location: Springhill Corrections Facility 3. Date the contract was awarded: 10 June 2016 4. Term of contract (including rights of renewals): 3+1+1 5. Estimated cost of the procurement: $1M-$5M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17086804,Request for Proposals,Open Competition,IT Professional Services RFP,14762,20151218,20160212,20160718,,Sole Agency,No,,"The purpose of this is to release a Request for Proposal (RFP) and RFP Response Document and the draft contract, as well as the Pricing Response documents and relevant rate cards for completion and response for the supply of IT professional services for: Information Management, Business Intelligence and Architecture and Design.",Awarded,"1. Name of Successful Tenderer(s): Anita Easton Associate Principal Davanti Consulting PO Box 254, Wellington 6140 ??? Contract for Architecture and Design and Information Management 2. Victoria Maclennan Managing Director Optimal BI Ltd PO box 5691 Wellington ??? Contract for Business Intelligence 3. Location: Wellington 4. Date the contract/s was awarded: 1 July 2016 5. Term of contract/s (including rights of renewals): 3+2 years 6. Estimated cost of the procurement: $ 0 -$5m 7. Type of Procurement process used: Open 8. Was there an exemption used: No",20201117 Department of Corrections,17206191,Request for Proposals,Open Competition,Prisoner mattresses and linen,13981,20160215,20160318,20160629,,Cluster,No,,"Overview : This procurement is for the supply of mattresses and linen products for use in Department operated prisons throughout New Zealand and within Child, Youth and Family facilities which is part of the Ministry of Social Development. The Department currently houses around 8500+ inmates in 16 public and 2 privately run prisons. The Department operates approximately 200 ???At Risk??? cells nationally for prisoners that require close supervision. Ministry of Social Development (MSD) has approximately 200 beds for which mattresses and linen is purchased on an as needs basis. Given the nature of the environment in which the Department and MSD operate we are look for suppliers who are able to provide durable, fit for purpose mattresses and linen items.",Awarded,"Autex - Prisoner Mattresses Safecare - Prisoner Linen",20201117 Department of Corrections,17235776,Request for Tenders,Closed Competition,Mayfair House Minor Fitout Works,14671,20160223,20160324,20160512,,Sole Agency,No,,This tender is for a Main Contractor for the Contract Works for the Minor Fit out works at Mayfair House.,Not Awarded,"Mayfair House ??? Department of Corrections 12-May 2016 The Department???s operational requirements have resulted in significant scope reduction both during and post the RFT period. As a result, I regret to advise the RFT has been closed without award. Any further questions or queries please do not hesitate to contact. Kind Regards, Heather Joines",20201117 Department of Corrections,17301562,Request for Proposals,Open Competition,Wholesale Food and Canteen Supplies RFP,15168,20160309,20160415,20170614,,Sole Agency,No,,"The purpose of this Request For Proposal (RFP) is for the supply of Wholesale Food and Canteen Supplies. The Department is seeking to appoint two national suppliers, one for both its wholesale food supplies and one for its canteen product supplies. It is intended that the Department???s requirements for its Community sites and Prison Caf?????s will be sourced from its Wholesale provider. Respondents may respond to one or both of these areas. The Department is welcoming of receiving consortium bids that are able to meet and deliver to the Department???s requirements. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Wholesale Food Contract Name of Successful Tenderer: Bidfood Limited, 1st Floor, 1 Marewa Road Greenlane, Auckland 1024 New Zealand Location: National Date the contract/s was awarded: 12 December 2016 Term of contract/s (including rights of renewals): 5+3+3 Estimated cost of the procurement: $50m+ Type of Procurement process used: Open Was there an exemption used: No 2. Canteen Supplies Contract Name of Successful Tenderer: Davis Food Ingredients, 91 Carbine Road, Mount Wellington, Auckland, 1644 New Zealand Location: National Date the contract/s was awarded: 6 June 2017 Term of contract/s (including rights of renewals): 5+3+3 Estimated cost of the procurement: $50m+ Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,17350288,Request for Quotations,Open Competition,Industrial & Medical Gas and Affiliated Products RFQ,15320,20160331,20160415,20160616,,Sole Agency,No,,"The Department Of Corrections is looking to purchase industrial and medical gas and affiliated products. The key objective of this procurement is procuring a national supplier that can provide all the gas and affiliated products at a reasonable cost to the Department at all the facilities. The Department is looking for credible providers who provide good quality products, have the capability, experience and infrastructure to deliver similar goods within delivery time frames and who can provide value for money. Please 'Subscribe to this Notice' to view and download all RFQ documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer(s): BOC Gas Ltd, 970-992 Great South Rd, Penrose, Auckland 1061,New Zealand 2. Location: Nationwide 3. Date the contract/s was awarded: 16/06/2016 4. Term of contract/s (including rights of renewals): 3+2+2 5. Estimated cost of the procurement: $250K - $500K 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17356961,Request for Proposals,Open Competition,Skills For Life Reintegrative Support Programmes,15109,20160401,20160429,20160926,,Sole Agency,No,,"This procurement relates to the delivery of Reintegrative ???Skills for Life??? programmes across the Department???s three Central Region prisons (all male only prisons) at Waikeria, Spring Hill and Tongariro, with the aim of supporting effective reintegrative outcomes. The ???Skills for Life??? programmes being sourced under this procurement are aimed at a range of reintegrative activities, which do not duplicate or compete for offender participants with the other programmes currently being delivered within each prison. Examples of Skills for Life activities and interventions include; ??? Financial management ??? Resilience/self-sufficiency training ??? Navigating society ??? Household management ??? Gaining appropriate identification documents The key objective of this RFP procurement process is to identify providers with the capacity and capability to meet programme needs, streamline delivery in the most cost-effective manner, leveraging all three Central Region prisons in a combined tendering process.",Awarded,"1. Name of Successful Tenderer(s): ??? Waikato Enterprise Agency, 156 Great South Road / P O Box 54, Huntly 3700 ??? Forward Focus Solutions Ltd, 90 Storey Avenue, Forestlake, Hamilton 3200 2. Location: Waikeria, Spring Hill and Tongariro 3. Date the contract/s was awarded: 20 September 2016 4. Term of contract/s (including rights of renewals): 3+1+1 5. Estimated cost of the procurement: $1M-$5M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17499056,Request for Quotations,Open Competition,Supply of Coal for Invercargill Prison,15483,20160510,20160531,20160721,,Sole Agency,No,,"The Department of Corrections is inviting the submission of quotations from suitably qualified and experienced Suppliers for the supply of coal to Invercargill Prison. We require the supply of coal to be delivered to Invercargill Prison. Prospective Respondents will need to be able to demonstrate their capability to supply the appropriate type of coal, fulfill orders in a timely way and offer competitive pricing. Please 'Subscribe to this Notice' to view and download all RFQ documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer: Kai Point Coal Company Limited, 14F James Street Balclutha 9230 2. Location: Invercargill, New Zealand 3. Date the contract/s was awarded: 19/07/2016 4. Term of contract/s (including rights of renewals): 3+1+1 5. Estimated cost of the procurement: $250,000 - $500,000 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17535047,Request for Proposals,Open Competition,MedTech Support and Maintenance Services,15412,20160520,20160613,20170505,,Sole Agency,No,,"The Department is seeking to procure the services of a supplier who will provide a single point of contact for MedTech32 support and maintenance services. The services will cover: 1. application development, 2. application maintenance, and 3. application level 2 and 3 support activities. The successful respondent to this RFP will be the Department???s main point of contact for managing the MedTech32 application, including responding to incidents and problems logged via our Level 1 support supplier. The Department will be holding a briefing in Wellington for potential respondents on Wednesday May 25th, from 2 to 3pm. Details on the briefing and how to register for the event are contained in the RFP.",Awarded,"1. Name of Successful Tenderer(s): Pegasus Health (Charitable) Limited, Level 1, 567 Wairakei Road, Burnside, Christchurch 2. Location: Nationwide 3. Date the contract/s was awarded: September 2016 4. Term of contract/s (including rights of renewals): Three years, with a right to renew for a further two years. 5. Estimated cost of the procurement: $750,000 to $1,000,000 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17556133,Request for Quotations,Open Competition,Supply of Fertiliser Products and Services,15489,20160616,20160712,20170118,,Sole Agency,No,,"The Department of Corrections is inviting the submission of quotations from suitably qualified and experienced Suppliers for the supply of fertiliser products and services to Department farms. This Request for Quotes (RFQ) covers the supply of Fertiliser Products and Services to five prison farm sites. The Department is looking for submissions from providers who can provide all the required Fertiliser Products and Services to at least one of the five farm sites designated in the RFQ. Please note that the Proposed Contract will be released through GETS by Friday 24th June 2016. A notice will be issued when this is made available. Please 'Subscribe to this Notice' to view and download all RFQ documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Name of Successful Tenderer(s): Ravensdown Limited, 292 Main South Road, Hornby, Christchurch Location: Goods/Services delivered at Te Awamutu, Meremere, Turangi, Templeton, Linton. Date the contract/s was awarded: 27/10/2016. Term of contract/s (including rights of renewals): 3+2+2 Type of process used: Open Estimated cost of the procurement: $5,000,000 Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,17611162,Request for Proposals,Open Competition,"Apparel (work wear, offender clothing, 'at risk' clothing and Specialist PPE)",15450,20160617,20160722,20180301,,Sole Agency,No,,"The Department currently spends approximately $4m procuring Apparel for a number of requirements. These being: ??? specialist work wear for prison-based staff (Custodial Officers, Dog Handlers, and Medical staff; ??? corporate work wear for front-line staff; ??? offender clothing in prisons (tee-shirts, shorts, track pants etc); ??? ???at risk??? clothing for prisoners within its ???at risk??? units; ??? specialist PPE - commonly referred to as Tactical Equipment. This includes items such as shields, arm / leg protectors etc. The Department is seeking to appoint two national suppliers, one to provide its work wear, offender apparel, and ???at risk??? clothing (Lot 1) and one for its specialist PPE (Lot 2) supplies. Respondents may respond to one or both of these areas. The Department is seeking a supplier(s) who: ??? are able to provide either all of its work wear, offender apparel, and at risk clothing items (Lot 1) or its specialist PPE products (Lot 2). ??? provide an integrated on-line ordering system; ??? can meet the departments differing product delivery timeframes; ??? has account management at a national and regional level; ??? can provide the Department national reporting information relating to contract volumes, national and regional spend, out of stock items, DIFTOT etc. The Department is welcoming of receiving consortium bids that are able to meet and deliver to the Department???s requirements.",Awarded,"Specialist PPE: 1. Name of Successful Tenderer(s): Tactical Solutions 2. Location: National 3. Date the contract/s was awarded: 6 March 2017 4. Term of contract/s (including rights of renewals): 5 + 4 5. Estimated cost of the procurement: $500K-$1M 6. Type of Procurement process used: Open 7. Was there an exemption used: No Workwear, offender clothing, 'at risk' clothing: 1. Name of Successful Tenderer(s): Workwear Group 2. Location: National 3. Date the contract/s was awarded: 15 Jan 2018 4. Term of contract/s (including rights of renewals): 5 + 4 5. Estimated cost of the procurement: $10M-$25M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17611603,Request for Proposals,Open Competition,Food and Laundry Delivery Services for Canterbury Prisons and Manawatu-Whanganui Prisons,15492,20160617,20160715,20170306,,Sole Agency,No,,"The Department of Corrections is inviting the submission of Proposals from suitably qualified and experienced Suppliers for the supply of Food and Laundry Delivery Services between designated Prison sites. This Request for Quotes (RFP) covers the supply of food and laundry delivery services between two regions: 1. Canterbury Region, consisting of the Christchurch Men's, Christchurch Women's and Rolleston Prisons in Canterbury Region (for both food and laundry delivery) 2. Manawatu-Whanganui Region, consisting of the Manawatu and Whanganui Prisons (for laundry delivery) The Department is looking for submissions from providers who can provide full service coverage for either one or both of the Regions as designated in the RFP. Please note that the Proposed Contracts for Canterbury and Manawatu-Whanganui will be released through GETS by Friday 24th June 2016. A notice will be issued when this is made available. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Manawatu/Whanganui contract awarded to C&V Johnson Partnership (ref 15664) Canterbury contract awarded to Envirclean Ltd (ref 15492)",20201117 Department of Corrections,17699582,Request for Proposals,Open Competition,"First aid, health & safety and vocational training services",15414,20160715,20160822,20170622,,Sole Agency,No,,"This RFP relates to the purchase of a range of staff and prisoner related programmes in the areas of first aid, health and safety and vocational training. All programmes must be made up of NZQA unit standards. The required services break into two landscapes; staff and prisoner training, each with distinct requirements. However, a given response may be for one or more training programmes in either landscape and for one or more sites or regions ??? allowing national responses, regional responses and individual prison based responses. This procurement covers two landscapes across a range of training areas. These are first aid and fire safety for staff, and first aid, health & safety and vocational training for prisoners. Key outputs are trained prisoners and staff obtaining skills and achieving licenses and unit standards. The Department intends to upload a draft outcome agreement for this RFP on or before 29-Jul-16. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"The staff training landscape has been awarded to Life Care consultants, the prisoner training landscape has been awarded to Vertical Horizonz New Zealand. Details are as follows: 1. Name of Successful Tenderer(s): Life Care Consultants Ltd was awarded the staff training landscape on 31-Mar-17 568 Anglesea Street Hamilton Vertical Horizonz New Zealand was awarded the prisoner training landscape on 30-Mar-17 1/282 Chadwick Road Gate Pa Tauranga 2. Services delivered via the contracts established using this procurement will be delivered to various sites across New Zealand. 3. Both contracts have been awarded for an initial three years with two possible extensions of two years each extension. 4. The total value of the appointments is estimated to be between $4.5m and $6m over the seven year whole of life term. 5. An open market RFP procurement process was used and no exemptions were sought or granted.",20201117 Department of Corrections,17719651,Request for Proposals,Open Competition,Medical Officer services for Hawkes Bay Regional Prison,15522,20160722,20160818,20161214,,Sole Agency,No,,"The Department of Corrections is looking to source the services of a Medical Officer for Hawkes Bay Regional Prison. Each prison has a Health center that provides primary health care to prisoners to a level equivalent to that available in the community. This is a nurse led service with Medical Officers contracted to provide General Practitioner services in accordance with the medical standards and practices of the Medical Council of New Zealand. This procurement relates to the purchase of Medical Officer services for the Hawkes Bay Regional Prison. Note, that in accordance with the Corrections Act 2004 and Amendments, Doctors/General Practitioners are designated as a ???Medical Officer??? in prisons. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,"1. Name of Successful Tenderer(s): Totara Health Ltd, 403 Nelson Street North, Hastings 2. Location: Hawkes Bay Regional Prison 3. Date the contract/s was awarded: November 2016 4. Term of contract/s (including rights of renewals): 2 5. Estimated cost of the procurement: $250K - $500K 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17723589,Request for Proposals,Open Competition,HPRM8 Support and Maintenance,15114,20160726,20160816,20170505,,Sole Agency,No,,"The Department needs to procure a supplier who will provide a single point of contact for system development, maintenance, and all Level 2 and Level 3 support activities for the Hewlett Packard Records Manager (HPRM8) electronic records and document management application system. These activities cover: - Service Management - Operational Management - Incident and Problem Management - Customer Relationship Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer(s): InfocentriK Limited, Level 3, Collins and May Building, 44-56 Queens Drive, Lower Hutt 2. Location: Nationwide 3. Date the contract/s was awarded: October 2016 4. Term of contract/s (including rights of renewals): Three years, with a right to renew for a further two years. 5. Estimated cost of the procurement: $500,000 to $750,000 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17795908,Request for Proposals,Closed Competition,"Independent project management services for CCS Manurewa, Westgate and Whangarei upgrade projects",15682,20160815,20160909,20170602,,Sole Agency,No,,"The Department requires a single consultant to provide all the necessary independent project management, construction quality assurance, H&S and where required, Engineer to the Contract services for the upgrade of three Community Corrections Sites (CCS) in Manurewa, Westgate, and Whangarei. Questions posted via GETS will not be answered. Please submit all questions to the CCS team email address.",Not Awarded,"1. *RFx number: 15682 2. *RFx Title: Independent project management, construction quality assurance, H&S and where required, engineer to the contract services for community corrections sites at Manurewa, Westgate and Whangarei 3. Name of Successful Tenderer(s): ??? Xigo Limited 4. *Description of goods or services provided: independent project management, construction quality assurance, H&S and where required, Engineer to the Contract services for the upgrade of three Community Corrections Sites (CCS) in Manurewa, Westgate, and Whangarei 5. *All the applicable tender codes: 80101600 6. Location: Goods/Services delivered at Auckland/Whangarei 7. Date the contract/s was awarded: 12 December 2016 8. Term of contract/s (including rights of renewals): 37 months 9. Estimated cost of the procurement: $100,000 10. Type of Procurement process used: Closed RFP 11. Was there an exemption used: No",20201117 Department of Corrections,17810210,Request for Proposals,Open Competition,Drug Treatment Unit Programmes including Aftercare,14412,20160823,20160928,20170316,,Sole Agency,No,,"The Department currently offers Alcohol and Other Drug (AOD) treatment programmes for prisoners in live-in therapeutic prison units (Drug Treatment Units, DTUs). The key objective of this procurement is to purchase DTU programme services that are up to date with current best practice for alcohol and drug treatment. The Department is looking to achieve the following three main outcomes for offenders with AOD problems: 1. Reduce re-offending by assisting DTU Programme participants to address their dependence on alcohol and other drugs, 2. Reduce alcohol and other drug (AOD)-related harm, and 3. Improve maintenance of treatment gains made in AOD treatment programmes through Aftercare services. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Joint proposals from - Te Oranganui Health Authority, Whanganui District Health Board and Whanganui Regional Health Network - Odyssey House Trust Auckland and Odyssey House Trust Christchurch - Manaaki Ora Trust, Te Taiwhenua O Heretaunga and Tūhoe Hauora Locations are nationwide. . Date the contract/s was awarded: March 2017. Term of contract/s (including rights of renewals): Two years (plus two additional terms of up to three years each). Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,17829948,Request for Proposals,Open Competition,Improving Mental Health Services for Offenders,15753,20160824,20160928,20170109,,Sole Agency,No,N/A,"This procurement relates to the delivery of improved Mental Health Services to Offenders for the Department of Corrections for a 22 month period via a trial. The services are expected to commence in February 2017 and will be restricted to eligible prisoners in 15 prisons, and offenders and prisoner???s/offender???s wh??nau/family located in 4 trial locations at Corrections??? Community sites namely: Manukau, Hamilton, Palmerston North and Dunedin. The trial is designed to test and develop the Department???s preferred long term approach for the provision of Mental Health Services to Offenders. If the trial is successful and funding is secured the Department will go back out to the open market. In prisons, Department health staff provide primary mental health care, support and treatment alongside general health services but have variable and often limited skills and experience to support prisoners with mild to moderate mental health needs and co-existing problems (CEP). Limited additional services are provided through contracted health providers. District Health Boards through Forensic Mental Health services provide assessment and treatment of prisoners with primarily Axis 1 diagnosis. A person???s mental health needs will fluctuate over time ??? at times with stable presentation and self-managing well, at other times acutely unwell. This will mean that Service Providers will need to work in an integrated manner with other services to support prisoners when their mild to moderate mental health needs fluctuate. In the community, the mental health system is operated by District Health Boards through primary, secondary and tertiary services on an assessed needs basis. This means the general public with less acute issues may have limited access to treatment options. Offenders and probation officers frequently experience difficulties in accessing support though the community mental health triage systems , with reports of occasionally having to wait until symptoms worsen before an individual can engage with services. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,,20201117 Department of Corrections,17864570,Request for Proposals,Open Competition,"Drug and Alcohol Testing of Community-based Offenders, Bailees, and Other Persons (Trial)",15452,20160902,20161003,20170622,,Sole Agency,No,N/A,"This procurement relates to, and is dependent on, the passing of the Drug and Alcohol Testing of Community-based Offenders, Bailees, and Other Persons Legislation Bill. The Department of Corrections (the Department) intends on conducting a trial of sample collection and testing for alcohol and other drugs (including psychoactive substances) beginning early 2017 (subject to the passing of the bill). The trial will occur in the Department???s Northern Region, which is situated in the upper North Island of New Zealand (trial area) over 24 months (trial period). The purpose of this trial is to determine whether this testing regime will act as a deterrent to drug and alcohol use for offenders and bailees subject to abstinence conditions. Proposals should detail a solution that meets the Department???s requirements, including provision of a flexible system to accept referrals, conduct sample collection in the community (either at a provider???s location or through a mobile testing unit), and conduct laboratory testing for a range of substances. Breath Alcohol Testing (BAT) of the offender/bailee is also required to occur during the sample collection appointment. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be managed via GETS.",Awarded,,20201117 Department of Corrections,17938695,Request for Proposals,Open Competition,Physical Readiness Assessment (PRA) Support Services Panel,13536,20160921,20161026,20170824,,Sole Agency,No,N/A,"The Department of Corrections is inviting the submission of Proposals from suitably qualified and experienced Suppliers to establish a panel for the delivery of individualised support programmes for prison staff who do not reach a satisfactory standard in the Physical Readiness Assessment. The Department requires the contract to commence by March 2017. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Name of Successful Tenderer: APM Workcare Limited Unit 1b, 25 Airborne Road, Albany, Auckland 0751 Date the contract/s was awarded: 19 June 2017 Location: National Name of Successful Tenderer: Proactive Limited Level 1, 20 Parumoana Street, Porirua City Centre Porirua, 5022 Location: North, Central and Lower North Regions Date the contract/s was awarded: 24 July 2017 Term of contract (including rights of renewals): 3+2+2 Estimated cost of the procurement: $1m - $5m Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,17955244,Request for Proposals,Open Competition,Old Mt Eden Prison Feasibility Study,16101,20160926,20161020,20170329,,Sole Agency,No,,"The Department of Corrections is looking to source a provider to deliver a feasibility study into publically accessible ventures including tourism for Old Mt Eden Prison. The key objective of this procurement is to identify whether there is a feasible future use opportunity that does not impact on the heritage nature of the facility, or the security aspects of the neighbouring prison. Please 'Subscribe to this Notice' to download all RFP documents. All submission of responses to be done via GETS only. Please submit your questions via email to Charles Post, at Charles.Post@corrections.govt.nz.",Awarded,"1. Name of Successful Tenderer(s): Strateg.Ease Ltd, 24 Akiraho Street, Mt Eden, Auckland 1024 2. Location: Auckland 3. Date the contract/s was awarded: March 2017 4. Term of contract/s (including rights of renewals): 6 months 5. Estimated cost of the procurement: $100k - $250k 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,17999446,Request for Proposals,Open Competition,Specialist M??ori Cultural Assessment Coordination Services,15886,20161006,20161109,20170824,,Sole Agency,No,,"The Department of Corrections is inviting the submission of Proposals from suitably qualified and experienced Suppliers to establish a panel for the delivery of Specialist M??ori Cultural Assessment (SMCA) Coordination Services for offenders The Department requires the contract to commence by January 2017 Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Name of Successful Tenderer: Ara Moana Adventures 100 Kohinui Road, Onerahi, Whangarei 0140 Location: Northland Name of Successful Tenderer: Te Wananga o Aotearoa 320 Factory Road, Te Awamutu 3840 Location: Auckland Name of Successful Tenderer: Wera Aotearoa Charitable Trust 1178 Hinemoa street, Rotorua 3010 Location: Central Date the contract/s was awarded: 1 July 2017 Term of contract/s (including rights of renewals): 3+2+2 Estimated cost of the procurement: $5m+ Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,18058213,Request for Tenders,Open Competition,Mt Eden Corrections Facility Building C Main Contractor,15905,20161021,20170120,20170626,,Sole Agency,No,,"Construction services to deliver a multi-storey pre-cast high security accommodation block within an operational prison environment. Please 'Subscribe to this Notice' to view and download all RFT documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer(s): Leighs Construction Ltd, Level 1, 19 Hargreaves Street, Auckland 1011 2. Location: Auckland 3. Date the contract/s was awarded: 11 April 2017 4. Term of contract/s (including rights of renewals): 3 years 5 months 5. Estimated cost of the procurement: $100m 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,18110318,Request for Proposals,Open Competition,Delivery of Art Ed and associated programmes at NRCF,16310,20161107,20161209,20170306,,Sole Agency,No,,"The Department wishes to procure an arts, distance education support and reintegrative programs that link to post release opportunities for continuation in the arts related and other fields at Northland Regional Corrections Facility (NRCF). Please 'Subscribe to this Notice' to download all RFP documents. Please submit questions and proposals via email to Angeline Welsh, at contractsnorthern@corrections.govt.nz.",Not Awarded,"Contract awarded to Redemption Arts and Education Services Contract value: $477,152 Contract term: 30 Jan 2017 - 30 Jan 2019",20201117 Department of Corrections,18262699,Request for Tenders,Open Competition,Mount Eden Corrections Facility Multi Storey Car Park Remediation Project,15403,20161222,20170210,20170731,,Sole Agency,No,,"The Department has identified the need to increase traction of the carpark surfaces as the constant traffic and build up of dust, oil and rubber tyres has created a smooth concrete surface over time, reducing traction. Please send Pre-Qualifications and all Questions to the email address listed below Submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer: TBS Farnsworth, Auckland 2. Location: Auckland 3. Date the contract/s was awarded: 26.06.17 4. Term of contract/s (including rights of renewals): N/A 5. Estimated cost of the procurement: $363,000 - $800,000 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,18286892,Request for Proposals,Open Competition,Whare Oranga Ake Reintegration Service for Hawke???s Bay Regional Prison,16443,20170118,20170217,20170628,,Sole Agency,No,,"This Request for Proposal (RFP) is for the supply of the Whare Oranga Ake Reintegration service (WOA) based at Hawkes Bay Regional Prison. The contract is for the delivery of Kaupapa Maori reintegration services for offenders in the WOA units within the Hawkes Bay Regional Prison (HBRP). The services are ultimately intended to improve public safety and reduce re-offending by the delivery of support services to assist Offenders in the WOA units to address lifes practical problems and issues that, if not addressed, may impact upon their successful re-integration into the community. We are seeking a solution that, through the use of Kaupapa Maori core values and principles, addresses the re-integrative needs of offenders, including facilitation of connection to whanau, culture and identity so they can effectively reintegrate into their communities and lead offence-free lives. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer: Kahungunu Health Services Charitable Trust, 500 Maraekakaho Road, Hastings 2. Location: Hawkes Bay 3. Date the contract was awarded: 28 June 2017 4. Term of contract (including rights of renewals): 3 years with two rights of renewal of up to one year each (i.e. 3+1+1) 5. Estimated cost of the procurement: $1M - $5M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,18296390,Request for Proposals,Open Competition,Action Tracker - Software as a Service,15898,20170117,20170215,20180301,,Sole Agency,No,,"We need to procure an established software as a service offering from a vendor who has met (or can meet) GCIO security and privacy requirements for a hosted solution, that will provide workflow/tracking for all reports and actions resulting from reports for the Department. The solution should also provide consistent risk ratings, and escalation of overdue actions. The Department wants to develop a central register/repository for all reviews, reports and audits, and a mechanism to assess risk, and capture critical actions. This would preferably enable appropriate visibility and management of the actions taken as a result of recommendations or findings from those reviews, reports and audits; a risk profile for each recommendation; and a reporting functionality for the actions undertaken in response to each review, report and audit. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Not Awarded,No contract was awarded due to change in business requirements,20201117 Department of Corrections,18331893,Request for Proposals,Open Competition,Class 1 Driver Licence Training for Prisoners and Community Offenders in Lower North Region,16364,20170130,20170227,20170629,,Sole Agency,No,,"The Department of Corrections is seeking the supply of Class 1 (car) restricted and full licence training for community offenders who report to Community Corrections sites in Wellington, Wairarapa, Manawatu, Whanganui, Taranaki, Hawkes Bay and Gisborne. The Department is also seeking the supply of Class 1 learner licence training for prisoners housed in Rimutaka, Arohata, Manawatu, Whanganui and Hawkes Bay Regional Prisons. We are looking for training that will: -Prepare participants to sit their Class 1 learner, restricted or full licence test -Help participants gain a meaningful understanding of the New Zealand Road Code (including their licence conditions), and why it is important to their safety and the safety of other road users -Help participants understand the vocabulary they may encounter during their learner, restricted or full licence test -Provide support to participants to fill out their application form and apply at a driver licence agent in the community or sit their test in prison. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Successful Tenderer: The Salvation Army NZ Trust, 202-204 Cuba street, Wellington Locations: Lower North region Contract award date: 26/06/2017 Contract term: Two years (plus one additional term of up to two years) Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,18381133,Request for Proposals,Open Competition,Employment Support Services,16204,20170213,20170313,20170629,,Sole Agency,No,,Employment Support Services (ESS) is aimed at clients on release from prison or serving a sentence in the community to find and retain employment.,Awarded,"Successful Tenderer(s): ??? The Salvation Army New Zealand Trust - Territorial Headquarters, 202-204 Cuba St, Wellington ??? Workwise Employment Limited - Kakariki House, 293 Grey St, Hamilton East ??? Pathway Trust - 1/89 Vickery's Road Wigram, Christchurch ??? APM Workcare Limited - Unit 1b, 25 Airborne Road, Albany, Auckland Employment Support Services (ESS) is aimed at clients on release from prison or serving a sentence in the community to find and retain employment. Locations are nationwide Contract award date: 28/6/2017 Contract term: Three years (plus one further term of up to two years) Type of Procurement process used: Open Was there an exemption used: No",20201117 Department of Corrections,18419869,Request for Proposals,Open Competition,"Reintegration Services for Bay of Plenty and Rotorua, Taupo and Tokoroa Districts",16512,20170227,20170327,20170629,,Sole Agency,No,,"This Request for Proposal (RFP) is for the supply of Reintegration Services for the Bay of Plenty and Rotorua, Taupo and Tokoroa districts. The services will support offenders being released from prison to successfully transition back and reintegrate into communities in those districts. The service will be offender centric and provide transitional accommodation and employment along with a wrap-around support component. These wrap-around reintegration services will provide support to offenders and help them to achieve the targets set out in their respective reintegration plans. This in turn allows offenders to be effectively reintegrated back into the community and to fully support themselves. The successful delivery and completion of the reintegration services will result in an offender being better placed to achieve: -sustainable accommodation -paid employment -appropriate strengthened pro-social connections with whanau/family and community -increased engagement and sentence compliance -no further offending.",Awarded,,20201117 Department of Corrections,18429962,Request for Proposals,Open Competition,Pre-Hospital Emergency Care training for health staff,16020,20170320,20170421,20171026,,Sole Agency,No,,"The Department of Corrections is looking to source the service Pre-Hospital Emergency Care training for health staff. This procurement relates to the delivery of both initial training for new staff and ongoing refresher courses for all registered and enrolled nursing staff employed by the Department. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,"1. Name of Successful Tenderer(s): The Priory in New Zealand of the Most Venerable Order of the Hospital of St John of Jerusalem, 2 Harrison Road, Mount Wellington, Auckland 1060 2. Location: Auckland, Hamilton, Wellington and Christchurch 3. Date the contract/s was awarded: 12 October 2017 4. Term of contract/s (including rights of renewals): 3+1+1 5. Estimated cost of the procurement: $100K - $150K 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,18473385,Request for Proposals,Open Competition,Alcohol and Other Drug Testing (AODT) in the Community Trial Fieldwork Interviews,16469,20170316,20170413,20170629,,Sole Agency,No,,"The Drug and Alcohol Testing of Community Based Offenders, Bailees and Other Persons Bill amended legislation that provides for the testing and monitoring of community based offenders and bailees who are subject to abstinence conditions imposed by the courts and NZ Parole Board. On 16 May 2017, the Department of Corrections and NZ Police will commence a two-year trial of Alcohol and Other Drug Testing (AODT) and monitoring of bailees and offenders in the community. This procurement relates to the supply of services to conduct the interviewing component of the evaluation of the AODT in the community trial. We require reliable qualitative evidence to inform future development of alcohol and drug testing in the community processes. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,,20201117 Department of Corrections,18474188,Request for Proposals,Closed Competition,Asset Management and Facilities Management Services,,20170320,20170523,20180801,,Cluster,No,,"The New Zealand Department of Corrections and the New Zealand Ministry of Justice are now seeking a Request for Proposal for the future provision of AM/FM services across their New Zealand wide estate, from shortlisted Respondents of the Expression of Interest process. The Request for Proposal documentation has been posted on GETS and additional data will be placed in a secure sharefile. You will receive an e-mail with access instructions for the sharefile following the market briefing on Wednesday 22 March 2017. Questions about the Request for Proposal can be sent to CMS-MajorContracts@Corrections.govt.nz. Please note that the Request for Proposal process includes optional collaboration sessions. If you wish to attend the first collaboration session on the 30 March 2017 and/or the second collaboration session on 03 or 04 April 2017, you must return the relevant form distributed with the Request for Proposal to the above email by 5pm on Monday 27 March 2017.",Awarded,"1. Name of Successful Tenderer(s): Downer New Zealand Limited, 130 Kerrs Road, Wiri, Auckland, New Zealand 2. Location: Goods/Services delivered Nationwide 3. Date the contract/s was awarded: 28 May 2018 4. Term of contract (including rights of renewals): 10+2 5. Estimated cost of the procurement: NZ$ 100M+ 6. Type of Procurement process used: Open process; Two stages (EOI + RFP) 7. Was there an exemption used: No",20201117 Department of Corrections,18498962,Request for Quotations,Open Competition,Design and Build Services for Rapid Deployment of Prison Accommodation,16756,20170322,20170503,20171204,,Sole Agency,No,,"The New Zealand Department of Corrections is planning to add to its prison network base capacity through rapid deployment of three sets of 126-bed modular prison accommodation units (378 beds in total, intended for lower security prisoners) constructed at existing prison sites. The proposed sites are at Rolleston Prison (two 126-bed units) and Tongariro prison (one 126-bed unit). We are seeking to select an experienced contractor(s) to design and build the prison accommodation (including ground works, ancillary facilities like staff bases, prisoner dining / recreation areas etc.) based on the Department's base design. This is a unique opportunity to be part of the first large scale construction in the Corrections sector using modular building technology in New Zealand. The RFQ and Appendices are attached with this notice. Suppliers interested in this opportunity must indicate their intent to respond as per the format provided in the RFQ by 29 March 2017.",Not Awarded,This tender has been awarded to Decmil Construction NZ Limited,20201117 Department of Corrections,18720649,Request for Proposals,Open Competition,Ferrous Metals for Offender Employment,16915,20170616,20170713,20190118,,Sole Agency,No,,"The department is seeking the supply of mild steel plate, bar, hollow, reinforcing steel products, and associated fastenings for use in Offender Employment within the department???s prisons nationwide, specifically in the Light Engineering, Joinery, and Concrete industry sites. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,"3 year contract awarded for the period 15/11/2017 - 14/11/2020, with a 2 year ROR",20201117 Department of Corrections,18838018,Request for Proposals,Open Competition,Primary Mental Health Packages of Care [PoC] for Offenders,16572,20170713,20170809,20171218,,Sole Agency,No,,"The purpose of this is to issue an open request for proposals for the provision of Packages of Care for Prisoners, for a contract period of 3 years with a possible right of renewal of a further 1+1 years. The services are expected to commence in December 2017 and will be restricted to eligible prisoners in 16 prisons namely: Northland Region Corrections Facility Auckland Prison Auckland Region Women???s Corrections Facility Spring Hill Corrections Facility Tongariro Prison Waikeria Prison Hawkes Bay Regional Prison Manawatu Prison Rimutaka Prison Whanganui Prison Arohata Prison Christchurch Men???s Prison Christchurch Women???s Prison Rolleston Prison Otago Corrections Facility Invercargill Prison Contracted service providers will work with individuals experiencing mental health issues. Increased access to mental health services will be available in prisons. Corrections preference is to have a small number of regional providers who will provide the Package of Care services across prisons in the chosen region. Supplier briefing session booking: Date: 19 July 2017 Time: 9am to 12pm Location: Corrections National Office in Wellington Please provide Names, Position and Telephone nos. of attendees by 17th July 2017 via tenders@corrections.govt.nz All other tender queries to be submitted through GETS.",Awarded,"TTL Healthcare were awarded the Outcome Agreements for Northern Region and Central Region; Healthcare NZ was awarded the Outcome Agreement for Lower North Region RCPHO and Well South were awarded the Outcome Agreement for Southern Region",20201117 Department of Corrections,19006013,Request for Proposals,Open Competition,Pasifika Cultural Programmes at Spring Hill Corrections Facility (Vaka Fa???aola - Pacific Focus Unit),16713,20170929,20171027,20181213,,Sole Agency,No,,"This Request for Proposal (RFP) is for the supply of Pasifika Cultural Programmes for male prisoners residing in Vaka Fa???aola, also known as the Pacific Focus Unit at Spring Hill Corrections Facility. We are seeking a solution that could assist in: (a) increase participant knowledge of their culture and help them to understand and embody core values and principles of their ancestry (b) improve participant conceptual understanding of their culture and help them to practically apply these learnings in their own lives (c) increase participant motivation to take part in further rehabilitation programmes, education, training and/or employment after completing the programme. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"1. Name of Successful Tenderer(s): ??? Pasifika Education Centre, Alexander Crescent, Gate 13, Otara, AUCKLAND 2023 ??? Mary Ama, 1 Newham Place, Henderson, Auckland 0612 2. Location: Spring Hill Corrections Facility 3. Date the contract/s was awarded: Dec 2018 4. Term of contract/s (including rights of renewals): 3 years plus up to two additional terms of up to one year each. 5. Estimated cost of the procurement: $250K - $500K 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,19140437,Request for Quotations,Open Competition,Supply of Meal Trays and Film Sealing Lids,17531,20171016,20171030,20180403,,Sole Agency,No,,The Department of Corrections (the Buyer) is inviting the submission of quotations from suitably qualified and experienced Suppliers for the supply and delivery of meal trays and film sealing lids for Auckland Prison.,Awarded,"1. *RFQ number: 17531 2. *RFQ Title: Supply of Meal Trays and Film Sealing Lids 3. Name of Successful Tenderer(s): ??? Confoil NZ Limited, 3 Piermark Drive, Albany, PO Box 474, Shortland Street, 1140, NZBN 9429038818646 4. *Description of goods or services provided: Meal trays and film seal for a cook chill commercial kitchen operation 5. *All the applicable tender codes: Select appropriate codes by using the search tool on http://www.unspsc.org For e.g. 86000000 - Education and Training Services 6. Location: Auckland 7. Date the contract/s was awarded: 21 / 03 /2018 8. Term of contract/s (including rights of renewals): 3 + 1 + 1 9. Estimated cost of the procurement: $500K 10. Type of Procurement process used: Open 11. Was there an exemption used: No",20201117 Department of Corrections,19396888,Request for Tenders,Open Competition,Nelson Community Corrections Accommodation Solution Project,17364,20180126,20180223,20180820,,Sole Agency,No,,"The Department is seeking a construction services provider for the proposed refurbishment work of the Department owned building at 323 Hardy Street, Nelson. The refurbishment work will include the following: a. New building works including internal partitioning and window joinery; b. Heating and ventilation, fire, plumbing and electrical services; c. Wall, floor and ceiling finishes; d. Sanitary-ware and kitchen joinery; and e. IT, telecommunication and electronic security installation coordination. Site Visit is scheduled for the 07th February 2018. Please register by sending the name/s of the people attending along with the signed Deed of Non-Disclosure to CCSTeam@corrections.govt.nz by 01 February 2018. All Questions and Submission of Responses to be done via GETS.",Awarded,"1. Name of Successful Tenderer: Mudgway Construction Ltd 2. Location: Nelson 3. Date the contract/s was awarded: 16 July 2018 4. Term of contract/s (including rights of renewals): 1 year 5. Estimated cost of the procurement: $500K - $1M 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,19405910,Request for Proposals,Open Competition,Primary Mental Health Education,15363,20180130,20180302,20180718,,Sole Agency,No,,"The department needs to procure continued education services for health staff to ensure they have the skills, knowledge and expertise to assess mental health needs, provide interventions and make referrals that would be expected of a primary health care nurse regarding the general mental health and well-being of patients in their care.",Awarded,"1. Name of Successful Tenderer(s): Te Pou Ltd, 293 Grey street, Hamilton East, Hamilton 3216 2. Location: Auckland, Hamilton, Wellington and Christchurch 3. Date the contract/s was awarded: 28 June 2018 4. Term of contract/s (including rights of renewals):. 3+2+2 5. Estimated cost of the procurement: $250k - $500k 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,19408780,Request for Proposals,Closed Competition,Gender Responsive Alcohol and Other Drug Treatment Pilot Programme,18060,20180201,20180301,20180912,,Sole Agency,No,,"Alcohol and other drugs (AOD) addiction is a serious health issue that is a major factor contributing to crime and other social harm in our community. Research shows there are much higher rates of mental health and substance use disorders amongst people in prison than the rest of the New Zealand population. For instance, approximately 60% of those on community based sentences have an identified AOD need and 87% of people in prison have experienced a diagnosable AOD problem over their lifetime For females in prison, the prevalence rates are even higher. ??? 62% of women in prison have co-morbid mental health and substance disorders across their life time (41% male prisoners) ??? 52% of women in prison have PTSD (22% male prisoners). Current AOD treatment programmes are gender neutral and do not specifically address the unique needs of women. In light of the above, the Programme will include the following key concepts: ??? AOD treatment ??? Trauma-informed practice ??? Addressing co-existing problems (CEP) ??? Kaupapa M??ori ??? Gender responsivity - responsive to the unique needs of women This RFP relates to the purchase of a Gender Responsive AOD Treatment Pilot Programme(the Programme), tailored to women and to be delivered in the high security area of Auckland Region Women's Corrections Facility (ARWCF). The RFP also relates to the purchase of an Aftercare Service for graduates of the Programme.",Not Awarded,"This tender has been awarded to Ngati Whatua Runanga T/A Te Ha Oranga Further Award Information: 1. Name of Successful Tenderer(s): Ngati Whatua Runanga T/A Te Ha Oranga 2. Location: Services delivered to Auckland Regional Women???s Corrections Facility 3. Date the contract was awarded: 19/07/2018 4. Term of contract (including rights of renewals): 2+2 5. Estimated cost of the procurement: $500k-$1m 6. Type of Procurement process used: Closed 7. Was there an exemption used: Yes",20201117 Department of Corrections,19472448,Request for Proposals,Open Competition,Parenting Support Services for Prisoners,18045,20180226,20180323,20190118,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the purchase of effective and value for money Parenting Support Services for Prisoners that will contribute to the reduction of intergenerational offending by: ??? Providing parenting support to people in prison and their wh??nau that is based on ???what works??? within prisons and are culturally intelligent and effective specifically for M??ori parents; ??? Supporting people in prison to develop skills to be prosocial and engaged role models and/or carers with their children and wh??nau, that can be developed further upon release; ??? Providing skills and resources to parents for early intervention and support for their children. The Parenting Support Services for Prisoners programme seeks to break the cycle of violence in homes and contribute to the reduction of intergenerational offending. It is expected that successful proposals will reflect modern best practices and promote gender and culturally responsive parenting solutions. This is to ensure that the programme reflects the changes to the dynamic makeup of wh??nau and families in Aotearoa.",Not Awarded,"This tender has been awarded to the following suppliersfor the below locations: Presbyterian Support Northern (Northern Region Corrections Facility, Auckland Prison, Mount Eden Corrections Facility, Auckland Region Women's Corrections Facility, Springhill Corrections Facility, Waikeria Prison,Tongariro Prison) Tupoho Whanau Trust (Whanganui Prison) Presbyterian Support East Coast (Hawkes Bay Regional Prison) Presbyterian Support Central (Manawatu Prison, Rimutaka Prison, Arohata Prison) Royal New Zealand Plunket Trust (Christchurch Men's Prison, Christchurch Women's Prison, Rolleston Prison) Methodist Mission Southern (Otago Regional Corrections Facility, Invercargill Prison) Further Information: Term of contract: 3+1 Estimated cost of the procurement: $500k - $1m Type of procurement process used: Open Was an exemption used: No",20201117 Department of Corrections,19702063,Request for Proposals,Open Competition,"Supply of Medals & Awards, including the NZ Prison Service Medal",18204,20180507,20180530,20180830,,Sole Agency,No,,"This procurement is for the supply of staff long service and good conduct medals and awards including the New Zealand Prison Service Medal and associated ribbon bars, Non-Custodial Badge in a number of finishes, engraving services, and presentation boxes/ cases. All communications to suppliers and submission of responses will be done via GETS, however shortlisted suppliers will also be required to submit physical medal samples. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be conducted via GETS.",Awarded,"1. Name of Successful Tenderer(s): Winterstoke (1998) Ltd 2. Location: Goods delivered to Wellington 3. Date the contract was awarded: 08/08/2018 4. Term of contract (including rights of renewals): 5+3+2 5. Estimated cost of the procurement: $250k-$500k 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,19772016,Request for Proposals,Open Competition,Perimeter Fence,,20180530,20180614,20180918,,Sole Agency,No,,"The New Zealand Department of Corrections is planning to add to its prison network base capacity through rapid deployment of bed modular prison accommodation. This Request for Proposal (RFP) is an invitation to suitably qualified contractors to submit a Proposal for the Construction Services and Materials supply for Perimeter Fence Civil Works at Rolleston Prison, Christchurch. We are seeking to select an experienced contractor to build the Perimeter Fence (including ground works) based on the Department's base detailed design. This is a unique opportunity to be part of the Corrections prison enhancements in New Zealand. The RFP and Appendices are attached with this notice. Suppliers interested in this opportunity must indicate their intent to respond as per the format provided in the RFP by 31 May 2018.",Awarded,"1. Name of Successful Tenderer(s): Scope Group Ltd. 2. Location: Christchurch 3. Date the contract was awarded: 29 July 2018 4. Term of contract (including rights of renewals): 6 months 5. Estimated cost of the procurement: NZ$ 2,751,000.00 6. Type of Procurement process used: One stage (RFP) 7. Was there an exemption used: No",20201117 Department of Corrections,19783520,Request for Proposals,Closed Competition,Construction Services for Rapid Deployment of Prison Enhancements,PCP 1G,20180601,20180620,20180918,,Sole Agency,No,,"The New Zealand Department of Corrections is planning to add to its prison network base capacity through rapid deployment of bed modular prison accommodation. This Request for Proposal (RFP) is an invitation to suitably qualified contractors to submit a Proposal for the Construction Services for Rapid Deployment of Prison Enhancements. The Enhancements will be done at Christchurch Men`s, Christchurch Women`s and Rolleston Prisons. We are seeking to select an experienced contractor to build these enhancements at our Prisons Sites based on the Department's base detailed design. This is a unique opportunity to be part of the Corrections prison enhancements in New Zealand. The RFP and Appendices are attached for reference. Suppliers interested in this opportunity must indicate their intent to respond as per the format provided in the RFP by 06 June 2018.",Not Awarded,"1. Name of Successful Tenderer(s): Naylor Love Canterbury Ltd. 2. Location: Christchurch 3. Date the contract was awarded: 29 July 2018 4. Term of contract (including rights of renewals): 17 months +12 months DLP 5. Estimated cost of the procurement: NZ$ 522,510.00 (Final value estimated at $60 million). 6. Type of Procurement process used: Two stage process (EOI + RFP) 7. Was there an exemption used: No",20201117 Department of Corrections,19820901,Request for Proposals,Open Competition,General Medical Services to Corrections Prison Health Centres,18327,20180618,20180712,20190612,,Sole Agency,No,,"This procurement relates to the delivery of general practice services to offenders, and the infant children of female offenders (aged up to two years) in emergency situations only, in prisons run by the Department of Corrections (the Department). Health services for prisoners are provided through Corrections Health Centres located at each prison site that are primarily staffed by registered nurses. A Health Centre Manager (HCM) is responsible for managing the day to day function and the overall quality and safety of the health care provided in each prison that forms part of Corrections Health Services. This RFP relates to the purchase of general practice services, as specified in Appendix 1. The key outcomes that the Department wants to achieve are: ??? Safe and competent medical care for prisoners ??? Timely assessment and treatment of emergencies and acute physical and mental health conditions ??? Planned care to manage long term physical and mental health conditions ??? Referrals for specialist care ??? Interventions to support rehabilitation and release planning ??? Prevention and screening interventions designed to improve the health status of the prison population as a whole ??? General practitioner oversight of clinical quality systems ??? Leadership in the Corrections Health Services team. We seek general practitioner services in prisons, provided by an independent supplier or from a collective of general practitioners such as those in a General Practice or Primary Health Organisation (PHO).",Not Awarded,"This tender has been awarded to the following suppliers for the below locations: Broadway Health Management Ltd (Northern Region Corrections Facility ) Dr Matthew Gentry (Auckland Prison) Dr R P Agnihotri (Mount Eden Corrections Facility) Taunoka Ltd (Auckland Region Women???s Corrections Facility, Rimutaka Prison, Arohata Prison, Christchurch Men???s Prison, Christchurch Women???s Prison, Rolleston Prison, Otago Regional Corrections Facility) Sylvania Holdings Ltd (Springhill Corrections Facility) Walker Medical Services (Waikeria Prison) Rene Lenoir (Hawkes Bay Regional Prison) Waihopai Health Services (Invercargill Prison) Further Information: Term of contract: 3+ Estimated cost of the procurement: $10m - $25m Type of procurement process used: Open Was an exemption used: No",20201117 Department of Corrections,19964336,Request for Proposals,Open Competition,Veterinarian services and related products,18354,20180801,20180907,20190117,,Sole Agency,No,,"The department is seeking the supply of Veterinarian services and related products to support milk, sheep and beef production across four main farms: Waikeria Prison dairy farm which includes a run off block at the Spring Hill Corrections Facility Tongariro Prison sheep and beef farm Christchurch Men's Prison sheep and beef farm Otago Corrections Facility dairy farm Suppliers are invited submit responses for one location or a number of locations. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,"1. Name of Successful Tenderer(s): - Clutha Veterinary Association Incorporated, - Veterinary Enterprises Group Ltd trading as VetEnt, - Te Awamutu Veterinary Association Incorporated, 2. Location: Otago, Canterbury, Waikato, Tongariro 3. Date the contract/s was awarded: - Clutha Vets ??? 6 December 2018 - VetEnt ??? 16 January 2019 - Te Awamutu Vet ??? 7 January 2019 4. Term of contract/s (including rights of renewals): - Clutha Vets ??? 5+3 - VetEnt ??? 3+3+2 - Te Awamutu Vet ??? 3+3+2 5. Estimated cost of the procurement: $1m-$5m 6. Type of Procurement process used: Open 7. Was there an exemption used: No",20201117 Department of Corrections,20164075,Request for Proposals,Closed Competition,Integration Services,,20180914,20180920,20181220,,Sole Agency,No,,To provide Integration Services for the Rostering System as part of the Making Shifts Work (MSW) programme.,Not Awarded,,20201117 Department of Corrections,20343951,Request for Tenders,Closed Competition,New Christchurch North Community Corrections Site (CCS) Facility,18798,20181029,20181207,20181218,,Sole Agency,No,,"Seeking to identify a suitably qualified and experienced Developer/Landlord that can provide a turnkey / design build accommodation solution for the purposes of delivering Community Corrections Services to the Christchurch North area. The purpose of the Request for Tender (RFT) process is to seek fully developed proposals from the 18798 Christchurch North Community Corrections Site (CCS) Registration of Interest (ROI) Shortlisted Respondents.",Not Awarded,,20201117 Department of Corrections,20380560,Request for Tenders,Closed Competition,New Tauranga Community Corrections Facility,18942,20181106,20181218,20181218,,Sole Agency,No,,"Seeking to identify a suitably qualified and experienced Developer/Landlord that can provide a turnkey / design build accommodation solution for the purposes of delivering Community Corrections Services to the Tauranga area. The purpose of the Request for Tender (RFT) process is to seek fully developed proposals from the 18942 Taurnaga Community Corrections Site (CCS) Registration of Interest (ROI) Shortlisted Respondents.",Not Awarded,,20201117 Department of Corrections,20643896,Request for Proposals,Open Competition,17733 Minibus Passenger Vans Internal Fit-out,17733,20190128,20190225,20190612,,Sole Agency,No,NA,"This procurement relates to the purchase of Minibus Passenger Van Interior Fit -Out Goods and Services (the Goods and Services) by the Department of Corrections (the Department) for new vehicles that are purchased separately under the existing All of Government (AoG) Motor Vehicle contracts. The base vehicles are currently sourced directly by the Department from the relevant AoG contracts and supplied to the fit-out service provider. The key objective of this procurement is to contract with a suitable Engineering / Fit-Out Supplier, who has the workshop, experience / capability, and skilled capacity, to fit-out and deliver these specially fitted out vehicles, within agreed time frames, according to the Minibus Passenger Van Fit-Out specification, at the best value for money over the whole of life contract period.",Awarded,,20201117 Department of Internal Affairs,2767413,Request for Proposals,Open Competition,Employee Assistance Programme Services,DIA/2014/001,20140326,20140424,20171016,,Sole Agency,No,tenders@dia.govt.nz,"The Department is committed to the wellbeing of its employees. We recognise that a healthy employee is more effective and contributes better to a productive workplace. We recognise the value of timely assistance to employees in times of need, and as a good employer we encourage the wellbeing of our employees through our employee support programme. Our employee assistance programme is a confidential counselling service available to all employees, and their immediate families to help deal with issues that are affecting their work or personal life This is a current service that is being retendered. Our key objectives for the future include: ??? continued access to effective, high quality, brief intervention services that meet our employees needs ??? continued easy access to services through a range of channels that reflect changing technologies ??? client/customer confidentiality at all times ??? timely, accurate reporting that includes trending comparison against other similar public sector agencies. The ideal outcome from this RFP process would be the selection of a Preferred Vendor capable of providing a Department-wide programme for approximately 2,100 staff. The programme is to consist of confidential counselling to employees on any matters that impact their work performance.",Awarded,"Agency Name: Department of Internal Affairs Agency Address: 46 Waring Taylor Street Wellington Successful Supplier Name: Vitae Successful Supplier Address: Level 4, 57 Symonds Street, Auckland Description of the Service or Goods: Employee assistance programme Date Contract was Awarded: 01/08/2014 Duration of the Contract: 5 years (+2 years) Estimted cost of the Procurement: $50-$100k There was not Exemptions Justifications used on the Tender",20201117 Department of Internal Affairs,3432557,Request for Quotations,Open Competition,Harbour Master Patrol Vessel,DIA/2014/011,20140815,20140912,20171016,,Sole Agency,No,,"The Department of Internal Affairs is seeking quotations for the provision of a purpose built, front line, fast response patrol vessel for the Lake Taupo Harbour Master.",Awarded,,20201117 Department of Internal Affairs,3432655,Request for Quotations,Open Competition,Plants Provision & Servicing,DIA/2014/005,20140313,20140401,20140815,,Sole Agency,No,,"Minimum servicing to include turning and general grooming, removal of dead material, watering supply of plant nutrients in order to ensure a high standard of care",Awarded,"Agency Name: Department of Internal Affairs Agency Address : 46 Waring Taylor Street Wellington Successful supplier name: Just Plants Successful supplier Address: Just Plants New Zealand Ltd PO Box 6035 Wellington Description of the Service or Goods : Servicing plants Date Contract was Awarded: 05/05/2014 Duration of the Contract (Including any extensions) 2 year period with a 1 year right of renewal Estimated cost of the Procurement $50k - $100K There was not Exemptions Justifications used on the Tender",20201117 Department of Internal Affairs,4890545,Request for Proposals,Open Competition,Security Physical Guard Services,DIA/2014/009,20140929,20141029,20150302,,Sole Agency,No,,,Awarded,DIA/2014/009 - Contract for the supply of Security Physical Guard Services for DIA awarded to Armourguard following an evaluation process in line with the criteria advertised in the RFP documents.,20201117 Department of Internal Affairs,5742219,Request for Proposals,Open Competition,Additional suppliers to join a panel of suppliers of electronic resource content through the EPIC consortium to New Zealand libraries,DIA/2014/021,20141028,20141124,20150120,,Sole Agency,No,,"The Department of Internal Affairs (the Department), through its National Library of New Zealand, Te Puna M??tauranga o Aotearoa, Business Unit (the National Library), sought proposals in October 2013 from suitably qualified and experienced suppliers of electronic resource content through which the EPIC consortium is able to licence a range of e-resources for the purpose of sub-licensing access to library and information organisations in New Zealand (Goods & Services). This request for proposals process led to the establishment of a panel of suppliers that can provide the Goods & Services to the Department on an as required and non-exclusive basis. The panel that was established is an open panel under the Government Rules of Sourcing, Rule 54. This allows for other suppliers to be added to the panel over the contract term. The purpose of this occasional notice of procurement request for proposals (RFP) is to seek proposals from additional suppliers to be appointed to the panel for the remaining term.",Awarded,Infobase Learning Australia met all the criteria to be added to the existing panel of suppliers delivering electronic resource content through the EPIC consortium.,20201117 Department of Internal Affairs,6908642,Request for Proposals,Open Competition,Telecommunications as a Service (TaaS),,20141128,20150227,20160113,,Syndicated Opportunity,No,,"Telecommunications as a Service (TaaS) is a joint initiative between the Department of Internal Affairs (DIA) and Ministry of Business, Innovation and Employment (MBIE) which aims to deliver a range of cross-government telecommunications and managed security services sourced from a competitive innovative market, which are both easy for government agencies to use and can assist agencies to provide better public services. TaaS is being delivered on behalf of the Government Chief Information Officer (GCIO) as the Functional Leader for ICT, as signalled in July 2013 in the Government ICT Strategy and Action Plan to 2017. The purpose of this information is to advise the market that the TaaS Programme has released the attached Telecommunications as a Service Request for Proposal (RFP). Interested parties are invited to respond to the RFP. This RFP will interest you if you provide services, in the following areas: ??? Connectivity Services (such as cabling, LAN, wireless, WAN, data centre connectivity and interconnectivity, internet and PSTN access). ??? Communications services (such as mobile voice services (including calling, voice, smart phone and tablet provisioning, and mobile device management), PSTN calling services, Telecommunications application services (e.g. VOIP, UC, audio conferencing, and video conferencing). ??? Contact Centre Services (such as PSTN and enterprise voice integration, call handling, and interactive voice response, and voice biometrics). ??? Emergency Services Network (ESN) Services, specific to support the ESN. ??? Managed Security Services that support agencies to manage security risks including those associated with the consumption of telecommunication services. ??? Aggregation Services (such as service management and aggregation) Closing date for the RFP is 12:00 pm, 5 February 2015. Further information is available in the attached RFP. The RFP documentation is made up of six separate parts, labelled Parts A-F. Part D of this documentation also contains nine individual response templates. Please note: Our offices will be closed from 1:00 pm 24 December and will reopen at 9:00 am Monday 5 January 2015. The TaaS team will not be responding to clarifications during this period. General information can be found on ict.govt.nz. Any enquiries should be directed to taas@dia.govt.nz.",Awarded,"Agency: Joint Initiative of MBIE (15 Stout St, Wgtn) and DIA (46 Waring Taylor St, Wgtn) Award Date: 13 November 2015 Award Status: A panel of providers has been established to provide the following range of services. Contracts have been awarded to: AGGREGATION Datacom Systems Wgtn Ltd (L10, 68-86 Jervois Quay, Wgtn) Dimension Data New Zealand Ltd (99-105 Customhouse Quay, Wgtn) Fujitsu New Zealand Ltd (L12, 141 The Terrace, Wgtn) Mobile Mentor NZ Ltd (L9, 115 Queen St, Akl) Vodafone New Zealand Ltd: (L1, 160 Lambton Quay, Wgtn) CONNECTIVITY Citylink Ltd: (L3, 20 Kent Terrace, Wgtn) Dimension Data New Zealand Ltd Spark New Zealand Trading Ltd (L12, 42-52 Willis St, Wgtn) Two Degrees New Zealand Ltd (351 Lincoln Rd, Addington, Chch) Vodafone New Zealand Ltd COMMUNICATIONS Datacom Systems Wellington Ltd Dimension Data New Zealand Ltd Fujitsu New Zealand Ltd Spark New Zealand Trading Ltd Vodafone New Zealand Ltd MANAGED SECURITY Aura Redshield Security Ltd (L12, 79 Boulcott St, Wgtn) Cogito Group Pty Ltd (Suite 5932, 24B Moorefield Rd, Johnsonville, Wgtn) Datacom Systems Wellington Ltd Dimension Data New Zealand Ltd Mobile Mentor NZ Ltd (L9, 115 Queen St, Akl) SMX Ltd (L15, 19 Victoria St West, Auckland) Spark New Zealand Trading Ltd CONTACT CENTRE Agile Integration Ltd (8 Antares Place, Rosedale, North Shore, Akl) Datacom Systems Wellington Ltd Dimension Data New Zealand Ltd Vodafone New Zealand Ltd Further details are available at https://www.ict.govt.nz/services/show/TaaS Term: In accordance with the original RFP documents the term of all contracts is 5 yrs, with three 2-year rights of renewal. Procurement Process: The process used was an initial market engagement (through an RFI process) followed by an RFP. Debriefs: Respondents may request a debrief by applying to the TaaS Programme (taas@dia.govt.nz) by 29 January 2016. Debrief sessions are expected to be held in February.",20201117 Department of Internal Affairs,8663409,Request for Quotations,Open Competition,Panel of Suppliers for the Provision of Professional Services to Support Oral History Programmes,DIA/2015/001,20150209,20150303,20160913,,Sole Agency,No,,"Within the Department of Internal Affairs (the Department), the Alexander Turnbull Library Oral History & Sound collections support and stimulate research into the peoples of New Zealand and the Pacific, of various ethnicities, iwi and hap??, occupations, political affiliations and interests. Ensuring that these collections continue to reflect New Zealand and Pacific society, and meet the needs of researchers, requires a range of specialised professional, technical and administrative skills. In order to maintain this programme of commissions and training, we require a suite of professional services including conducting and recording interviews, producing abstracts of interviews, managing projects, and providing training.",Awarded,The contract has been awarded to 12 Suppliers who form the Panel. All who have signed contracts are on the panel. Apologies for the confusion.,20201117 Department of Internal Affairs,9032520,Request for Quotations,Open Competition,"Insulation requirements for the Department of Internal Affairs, Wellington",DIA/2015/004,20150218,20150313,20150525,,Sole Agency,No,,"We are seeking a solution to replace the current insulation in Archives, 10 Mulgrave Street, Wellington where this has failed. Insulation requirements cover the heated and chilled pipes throughout the building and wall insulation installations. We expect the solution to be delivered in 3 phases over 3 financial years. It is intended that the provider of this initial solution will be our preferred insulation provider for the length of the contract in order to cover any additional insulation replacement or repairs within Archives or the National Library, 58-70 Molesworth Street, Wellington.",Awarded,The contract has been awarded to Total Sheetmetals NZ Ltd.,20201117 Department of Internal Affairs,11711589,Request for Quotations,Open Competition,State of the Nation Report - Ethnic Communities,DIA/2015/010,20150507,20150527,20150622,,Sole Agency,No,,"The Office of Ethnic Communities (OEC) wishes to engage a suitably qualified person or organisation to assist with developing a ???state of the nation??? report for the OEC. The researcher will work alongside the Director and Office to complete a report that begins to answer the question: ???Who are New Zealand???s ethnic communities???? This report will draw on an extensive set of existing surveys, census, academic and polling data to develop an updated strategy which sets a broad direction for the OEC over the medium to long term, i.e. between seven to ten years??? time frame",Awarded,The contract for the DIA/2015/010 State of the Nation Report RFQ has been awarded to Research New Zealand.,20201117 Department of Internal Affairs,11717095,Request for Quotations,Open Competition,External Surveys and Research,DIA/2015/006,20150507,20150602,20160516,,Sole Agency,No,,This RFQ relates to the delivery of external surveys and research. The Department of Internal Affairs has requirements throughout the year for external surveys and research to be conducted. We wish to appoint a panel of suppliers to undertake all our external surveys and research.,Not Awarded,"RE: External Surveys and Research Tender - DIA/2015/006 In line with relevant policies and procedures, a review of the Department of Internal Affairs (DIA) requirements has been undertaken in relation to the above Tender for External Surveys and Research. It has subsequently been determined that this Tender, advertised on GETS May 2015, does not meet DIA???s immediate needs. Please therefore accept this email as formal notice that this Tender is being cancelled. Thank you for your interest in providing services to DIA. We apologise for the inconvenience this cancellation may cause you.",20201117 Department of Internal Affairs,12987380,Request for Proposals,Closed Competition,GCIO Assurance Services Sub-panel Request for Supplementary Information,,20150723,20150814,20151209,,All of Government,No,,"Please see attached Request for Supplementary Information in relation the Government Chief Information Officer (GCIO) Assurance Services Sub-panel. The objective of the GCIO Assurance Services Sub-panel (GCIO Sub-panel) is to improve the quality, consistency and independence of Assurance Services provided to agencies. The GCIO Sub-panel will be a sub-panel of the Assurance sub-category of the Ministry of Business, Innovation and Employment???s (MBIE) AoG Consultancy Services Solution. Providers who have met the Panel requirements for the AoG Consultancy Services Assurance sub-category who wish to be considered for the GCIO Sub-panel are invited to respond to this Request for Supplementary Information. If a Provider does not wish to respond to GCIO???s Request for Supplementary Information, this in no way impedes the Provider???s status for the AoG Consultancy Services Assurance sub-category. A Provider Briefing about the Request for Supplementary Information will be held on Friday 31 July 2015 at 10:00am in the Poutama Room, Archives NZ, 10 Mulgrave Street, Wellington. To register, email the GCIO CoE (gciopanelmanager@dia.govt.nz) by 3:00pm Wednesday 29 July 2015. For more information on the GCIO, visit www.ict.govt.nz",Awarded,"Nineteen suppliers have been selected for the GCIO Assurance Services Sub-panel. Panel members are Ascendo, Beca, Caravel Group, Central Regions Technical Advisory Services, Equinox, Ernst & Young, Gemtech Solutions, Genesis Consulting Group, Grant Thornton New Zealand, IntuiSec, IQA New Zealand, KPMG, Link Consulting Group, Outcome Insights, Resultex, PricewaterhouseCoopers New Zealand, Starfish Consulting, Techspace Consulting and Tenzing. Two suppliers BCI Technology and Genesis Consulting Group submitted responses via email rather than GETS. All providers were notified of their status via email on 5 November 2015.",20201117 Department of Internal Affairs,12991324,Request for Quotations,Open Competition,"Prepaid Envelopes - Over-printing, inventory managemet and delivery",DIA/2015/016,20150619,20150714,20180207,,Sole Agency,No,,"DIA is seeking quotes from organisations that have the capability to offer a credible and cost effective solution for each of the service elements noted below: ??? Envelopes (Predominantly DLE or C4 sizes) ??? Overprinting of address details ??? One side only ??? Printing of Postage Paid stamp ??? Storage and inventory management ??? Electronic ordering and next day delivery ??? Consolidated invoicing and reporting PLEASE NOTE: The closing date for this RFQ is 15:00, Tuesday 14 July. Not Thursday 9th July as stated in the tender document. Any questions are to be referred to DIA by 15:00 Wednesday 8th July, not Friday 3rd of July as stated in the tender document",Awarded,"The contract for Prepaid envelopes - over-printing, inventory management and delivery has been awarded to OfficeMax New Zealand Limited",20201117 Department of Internal Affairs,15501112,Request for Quotations,Open Competition,Indicative Business Case IKS Physical Workplace,DIA/2015/042,20150821,20150916,20151008,,Sole Agency,No,,The purpose of this Request for Quote (RFQ) is to select a consultant to produce a comprehensive Indicative Business Case that will enable the Department of Internal Affairs (DIA) to make a decision on the preferred North Island property portfolio for the Information & Knowledge Services (IKS) branch that complements the DIA (property) strategy. The Indicative Business Case will ensure IKS???s real estate portfolio for the North Island is ???fit for purpose??? and financially sustainable.,Awarded,"The Indicative Business Case IKS Physical Workplace RFQ has been awarded to Martin, Jenkins and Associated Limited (MartinJenkins).",20201117 Department of Internal Affairs,16822293,Request for Proposals,Open Competition,Courier and Freight Services,DIA/2015/015,20150921,20151016,20161011,,Sole Agency,No,,"The Department of Internal Affairs (the Department) offers a number of services to New Zealanders that involve the shipping of goods and documents across New Zealand and the rest of the world. The Department is looking to appoint a minimum number of providers who excel in the provision of these services on a daily basis to maximise the value for money to the New Zealand taxpayer. Respondents are invited to submit a proposal for one, a combination of or all of the following subcategories: ??? Domestic courier services in New Zealand ??? Domestic courier services in Australia ??? International courier services including domestic services in the United Kingdom ??? Domestic freight services in New Zealand Indicatively outside the scope of this procurement are the transport of persons, office relocations and related services, transport of bulk goods and transport services with special requirements (such as for any class of dangerous goods, chilled goods and perishables, valuable goods and money, etc.). The Department is looking for credible providers who have the capacity, capability, experience and infrastructure to deliver the services. They need to have a good track record in the management and implementation of courier and/or freight related programmes, effective networks and strong relationship management structures that enable continuous improvement.",Awarded,New Zealand Post Limited has been awarded a contract in all four subcategories covered by this RFP. New Zealand Post were identified by the evaluation panel as our preferred provider based on New Zealand Post being able to successfully demonstrate that they have the ability to meet our criteria and provide good value for money.,20201117 Department of Internal Affairs,16855780,Request for Tenders,Open Competition,Tokaanu Marina Entrance Sediment Relocation,DIA/2015/047,20151005,20151113,20180216,,Sole Agency,No,,"The purpose of this tender is to select appropriately experienced contractors for the Tokaanu Marina Entrance Sediment Relocation. The Department of Internal Affairs is seeking a competent contractor for the physical relocation of sediment on the lake bed for navigational related safety improvements at Tokaanu Marina Entrance, Lake Taupo. The sediment is to be relocated by mechanical cutter suction methods to a dewatering site at the Turangi Wastewater Treatment Plant site. The volume of sediment to be relocated is in the order of 18,000 cubic metres. The proposed contract is based on the 3910:2013 General Conditions of Contract for Civil Engineering Construction.",Awarded,The Tokaanu Marina Entrance Sediment Relocation tender has been awarded to Rob Burrell Earthmoving Ltd.,20201117 Department of Internal Affairs,16867998,Request for Quotations,Open Competition,Archive Storage Boxes,DIA/2015/007,20151008,20151030,20180216,,Sole Agency,No,,The Department of Internal Affairs is seeking one or more suppliers to provide archival boxes to agencies across New Zealand.,Awarded,The tender for Archive Storage Boxes has been awarded to Port Nicholson Packaging,20201117 Department of Internal Affairs,16893355,Request for Proposals,Open Competition,DIA Archive Exhibition Display Cases,DIA/2015/041,20151016,20151104,20180126,,Sole Agency,No,,"This RFP relates to the purchase of new purpose-built display cases to house New Zealand's constitutional documents. The key documents are the Treaty of Waitangi/Te Tiriti o Waitangi, the 1835 Declaration of Independence of the Northern Chiefs of New Zealand/He Wakaputanga o te Rangatiratanga, and the 1893 Women???s Suffrage Petition 1893.",Awarded,The contract for DIA Archive Exhibition Display Cases was awarded to Glasbau Hahn on 26/07/2016,20201117 Department of Internal Affairs,16912812,Request for Quotations,Open Competition,Security Physical Guard Services,DIA/2015/029,20151022,20151116,20160712,,Sole Agency,No,,The Department of Internal Affairs is seeking to award a contract for the supply of physical guard services (Services) at its nominated locations in Auckland.,Awarded,This contract has been awarded to Evergreen International NZ,20201117 Department of Internal Affairs,16988340,Request for Quotations,Open Competition,Car Auction Services,DIA/2015/048,20151113,20151126,20160126,,Sole Agency,No,,The Department of Internal Affairs requires nationwide car auction services to sell the Department's vehicles.,Awarded,The contract for Car Auction Services has been awarded to Turners Group NZ Ltd.,20201117 Department of Internal Affairs,17046076,Request for Quotations,Open Competition,Archives Christchurch Relocation Project Architectural Services,DIA/2015/037,20151202,20151215,20160517,,Sole Agency,No,,"Archives New Zealand (Archives NZ), part of the Department of Internal Affairs (DIA), is responsible under the Public Records Act 2005 for managing the national archive of New Zealand. A Christchurch office was established in 1984 and provides Archives NZ services to the top half of the South Island. The current facility has reached its holding capacity, and coupled with damage sustained in the 2011 earthquakes, has now meant a new facility is needed. DIA is seeking architectural services to convert the already complete concept design into a typical suite of architectural design documents and to provide typical architectural and construction monitoring services to the conclusion of the project.",Awarded,"Dear Respondents, The subject contract for the Architectural Design Services for the Christchurch Archive Build has been awarded to Designgroup Stapleton Elliott Limited. The contract was awarded on 26 April 2016, following an open competitive tender and will continue through to completion of the project build. The contract value is circa $400,000.",20201117 Department of Internal Affairs,17051294,Request for Proposals,Open Competition,DIA Archive Exhibition Interactives and Audio Visual / Content,DIA/2015/050,20151203,20151223,20160601,,Sole Agency,No,,"The Buyer has created a project to replace the current 25 year old exhibition facility for the security, preservation and access of three of New Zealand???s most important constitutional documents, the Treaty of Waitangi/Te Tiriti o Waitangi, the 1835 Declaration of Independence of the Northern Chiefs of New Zealand/He Whakaputanga o te Rangatiratanga, and the 1893 Women???s Suffrage Petition. When completed, the new purpose built and designed document room will allow these documents to be displayed to the public in a more appropriate setting. Several interactive elements are planned for the exhibition space surrounding the document room. These interactives incorporate AV elements as well as the creative use of latest technologies. This RFP is for the development, supply and installation of those interactives and the creation of AV and other content for them. The Department is looking for credible Suppliers who have the capability, experience and infrastructure to design, create, fabricate and install the proposed interactive elements for the exhibition space.",Awarded,"The Contract has been successfully awarded to Click Suite. We appreciate your patience. Thank you for your interest in this tender.",20201117 Department of Internal Affairs,17219582,Request for Tenders,Open Competition,Motuoapa Marina Redevelopment Civil Works,IA/2015/051,20160218,20160321,20180201,,Sole Agency,No,"Lake Taupo Harbourmaster, 75 Redoubt St, Taupo","To undertake the main civil earthworks for the redevelopment of the Motuoapa Marina. This will include dredging, earthworks, rock wall construction, sealing and sheet piling. The tender documents comprise of: - Motuoapa Marina Tender Document Final - 2016.02.18 Motuoapa Marina Civil Works SOP There are 22 documents supporting the two main tender documents. These are divided into eight sections:: - Appendix 1.0 - Tender Drawings (one document) - Appendix 2.0 - Survey Benchmark (one document) - Appendix 3.0 - Hydro survey (five documents) - Appendix 4.0 - Historical Dwgs (one document) - Appendix 5.0 - Approved Resource Consent (one document) - Appendix 6.0 - Hydrologic Assessments (two documents) - Appendix 7.0 - Geotechnical Info (nine documents) - Appendix 8.0 - Earthworks Management Plan (two documents)",Awarded,The tender has been awarded to Seay Earthmovers Ltd. on 21/03/2016,20201117 Department of Internal Affairs,17222194,Request for Tenders,Open Competition,Motuoapa Marina Jetties Design and Construct,DIA/2016/004,20160219,20160321,20180123,,Sole Agency,No,"Lake Taupo Harbourmaster, 75 Redoubt St, Taupo","To undertake the design, build and installation of the floating marina structures for the Motuoapa Marina redevelopment. This includes all proposed assets that float on the water including the gangways which connect the floating components to land and the piles that secure the floating components to the lake-bed.",Awarded,The contract for Motuoapa Marina Jetties Design and Construct has been awarded to Bellingham Marine New Zealand Limited on 28/04/2016.,20201117 Department of Internal Affairs,17267758,Request for Proposals,Open Competition,National Library Auditorium Refurbishment Design Services,DIA/2016/003,20160302,20160322,20160712,,Sole Agency,No,,"This RFP relates to the design services for the refurbishment of the Auditorium at the National Libray Of New Zealand building in Molesworth Street, Wellington. The Department is seeking a design consortium to develop the concept design and prepare: ??? detailed designs based on this concept; ??? a full suite architectural and engineering documents for construction; and ??? undertake contract monitoring and administration services.",Not Awarded,"The contract has been awarded to Warren and Mahoney for $275,000",20201117 Department of Internal Affairs,17333356,Request for Proposals,Open Competition,Telephone Interpreting Service,DIA/2016/008,20160321,20160422,20160712,,Sole Agency,No,,"This opportunity in a nutshell What we need: The Department of Internal Affairs (the Department) provides an on demand and pre bookable live telephone interpreting service to New Zealanders via over 100 government agencies, NGO`s, charities, and utilities providers. The Department is looking to appoint a provider who excels in the provision of these services on a daily basis to maximise the value for money to the New Zealand taxpayer. Respondents are invited to submit a proposal for both our current service delivery model detailed in the RFP and also for discrete variations on that model also detailed in the RFP. What we don???t want: The following services are outside the scope of this procurement: a) Onsite interpretation services b) Translation services What???s important to us? The Department is looking for credible providers who have the capacity, capability, experience and infrastructure to deliver the services. They need to have an excellent track record in the management and implementation of interpretation services, well developed networks of qualified and experienced interpreters and strong relationship and customer management structures that enable continuous improvement. Respondents will have to meet a number of pre-conditions and mandatory requirements in order to progress to the evaluation stage (see Section 3). Why should you bid? This is a unique opportunity for suitable providers to be part of the Department???s service excellence in an area that affects a growing and diverse group of Non English Speaking Background people throughout New Zealand. Your work will be instrumental in the way that these newly arrived and more settled individuals interact with Government and integrate into life in New Zealand. As a provider of interpretation services you have the opportunity to bid for your area of excellence, potentially secure a contract for a longer term and subsequently help the Department improve its operation and service delivery based on your capacity and capabilities.",Awarded,This contract has been awarded to Serco Citizen Services Pty Ltd,20201117 Department of Internal Affairs,17347812,Request for Quotations,Open Competition,Ground Maintenance Services,DIA/2015/027,20160329,20160426,20160727,,Sole Agency,No,,"What we need and want to procure The Department of Internal Affairs (DIA, the Department) requires a lead provider for grounds maintenance services across 6 sites in Wellington, Wanganui and Palmerston North with the potential to expand these services to cover other DIA sites nationwide. This provider will be responsible for all aspects of maintenance across the grounds and will provide 3 monthly reporting and recommendations to the Department on the standards and maintenance requirements of these grounds.",Awarded,"This was awarded to Bark Ltd for the value of $165,000 for the 2 year period.",20201117 Department of Internal Affairs,17768259,Request for Proposals,Open Competition,The supply of electronic resource content through the EPIC consortium to New Zealand libraries,DIA/2016/046,20160808,20160909,20170208,,Sole Agency,No,,"The Department of Internal Affairs through the National Library of New Zealand, Te Puna M??tauranga o Aotearoa, is seeking proposals from suitably qualified and experienced suppliers of electronic resource content. The intention is that the Department is able to licence a range of e-resources for the purpose of sub-licensing access to the EPIC (Electronic Purchasing In Collaboration) consortium, which is made up of 128 New Zealand libraries and the Ministry of Education on behalf of all schools in New Zealand.",Awarded,,20201117 Department of Internal Affairs,17820254,Request for Quotations,Open Competition,Security Paper,DIA/2016/047,20160822,20160919,20170208,,Sole Agency,No,procurement@dia.govt.nz,"The Department requires security paper for Births, Deaths, Marriages and Citizenship services, to be used for certificates for important life events. The key objective of this Procurement is to obtain security paper which meets anti-forgery requirements and which can be supplied to the Department via a secure and reliable chain of custody and storage.",Awarded,,20201117 Department of Internal Affairs,17832468,Request for Proposals,Open Competition,Request for Proposal for an Archival Storage Solution,DIA/2016/037,20160826,20160927,20170109,,Sole Agency,No,,"The Department of Internal Affairs (Department) is supporting Archives New Zealand (Archives NZ) through the 2017/2018 build of a new archival storage facility in Wigram, Christchurch. The new build has been deemed necessary for Archives NZ as in addition to reaching capacity, the existing Christchurch facility received significant damage during the earthquakes of 2011 and is now unable to support the organization in the delivery of its ongoing duties. As a major part of the build the Department is looking to install an archival storage solution that will meet the requirements of Archives New Zealand and give its staff easy access to what will be thousands of linear meters of paper based archival material. To identify a suitable provider the Department is releasing a Request for Proposal (RFP) for an archival storage solution. Interested parties should download all documents attached to this RFP release. These documents contain the information necessary for prospective respondents to understand and therefore demonstrate to the Department that they have the capacity and capability to deliver on the specifications and requirements for this scope of works. Please note that as the archival storage solution is an integral part of the overall build, the Department is using the RFP process to identify its preferred Respondent (if any) to be the ???Nominated??? supplier for archival storage in an upcoming NZS3910:2013 Request for Tender for Main Build Contractor. Suppliers should ensure that any questions they may have are submitted to us no later than 5pm on the 15th September 2016. Deadline for Suppliers to submit proposals is 12noon on the 27th September 2016.",Awarded,"The Department of Internal Affairs has concluded its evaluation process for the RFP for an Archival Storage Solution, reference DIA/2016/037, and has identified GUD NZ Holdings Ltd. t/a Precision by Dexion as its preferred Respondent. No contract is being signed as in line with the intent provided for within the RFP, the preferred Respondent will be the Nominated Supplier for the archival storage solution and is expected to contract directly to the Christchurch facility Main Build Contractor (if any).",20201117 Department of Internal Affairs,17872089,Request for Proposals,Open Competition,Intelligence and Investigation System,4679950DA,20160909,20161012,20180709,,Sole Agency,No,,"Five business units within the Department of Internal Affairs wish to purchase an investigation case management and intelligence system or systems which will deliver: ??? The ability to manage, gather, share and store information relevant to an investigation. ??? The ability to produce accurate and consistent reports. ??? The ability to capture intelligence from a range of sources. ??? The ability to retrieve, analyse and use intelligence information. The ultimate outcome of the system will be to enable efficient single and multi-unit investigations, supported by an enhanced intelligence capability, with investigators able to share information and investigation activities across units where appropriate and use intelligence in a variety of ways in their work.",Not Awarded,"The only supplier that met the requirements went into liquidation. The other suppliers that responded did not meet the requirements. No supplier was selected from this procurement process.",20201117 Department of Internal Affairs,17994334,Request for Proposals,Open Competition,Web Services Panel RFP,,20161006,20161104,20180126,,All of Government,No,,"The Department of Internal Affairs (DIA) is seeking to establish a panel of providers that can supply subscribing agencies with a range of web services on an as-required and non-exclusive basis. This panel will replace the Common Web Services Panel that was established in 2012. The Department is looking for credible providers who have the capability, capacity and experience to deliver web services in New Zealand. They need to have a demonstrable track record in the provision of web services supported by customer references. Responding to this RFP provides an opportunity to secure a place on a panel for the supply of web services to up to 300 eligible agencies who choose to subscribe to the panel. It is intended that the contract term of the Agreement will be three years with two 1-year extension terms. DIA is seeking providers that are able to demonstrate proven capability to provide one or more of the following web services: ??? Information Architecture (IA) ??? Content Design (CD) ??? User Insight (UI) ??? Analytics & Search Engine Optimisation (AN) ??? Application Testing (AT) ??? Visual Design (VD) ??? Front-end Development (FD) ??? Back-end Development (BD) ??? Native App Development (ND) ??? Website Accessibility (WA) ??? Ongoing Technical Support (OS) Respondents will also need to demonstrate they have a suitable approach to the management of their capability, including management of resource availability, capability development, outcome delivery, and knowledge management. Respondents will be evaluated on their ability to demonstrate a proven approach to capability management, and technical competence and experience in the service areas listed above, supported by case studies and customer references. A briefing for interested suppliers will be help in Wellington at 1pm on 14th October 2016. Places are limited to 40 and will be allocated on a first-come-first-served basis. A maximum of one representative may attend from each supplier. If you wish to attend email our Point of Contact via ICTtenders@dia.govt.nz before 10 October 2016 quoting ""Web Services Panel RFP Supplier Briefing"" in the email subject line. If you intend to respond please notify us by downloading the Intent to Respond form, completing and emailing it to our Point of Contact before 21 October 2016. Responses must be submitted via GETS if the form of the attached Response Template and Pricing Response spreadsheet. Submissions in opensource format are also acceptable.",Awarded,"In addition to the organisations referred in the listing the following organisations have also been awarded a contract on the web services panel. - Designworks - DNA - Integration QA - NVinteractive - Signify - Toast - Unisys - Equinox IT",20201117 Department of Internal Affairs,18008057,Request for Proposals,Open Competition,"Security Hardware, Software, Monitoring and Visitor Management",DIA/2015/030,20161007,20161111,20180222,,Sole Agency,No,,"This is a unique opportunity to be part of a major upgrade of the Departments security and visitor management systems. The Successful Respondent will play an important role providing expertise and support to enhance the user experience of security and visitor systems for staff, contractors and visitor management.",Not Awarded,Advance Security Group,20201117 Department of Internal Affairs,18183711,Request for Proposals,Closed Competition,RFP for DIA National-level Furniture Solution,DIA/2016/060,20161128,20161215,20180207,,Sole Agency,No,,"The Department of Internal Affairs (DIA) has signed up to the Common Capability Office Furniture and Related Services Panel of Suppliers Contract initiated by the Government Property Group (GPG) in 2015, and Proposals are being sought from all panel suppliers. The key objectives of this Request for Proposal (RFP) are to: -Establish a preferred supplier (or suppliers) for DIA's national-level furniture requirements until February 2019, with two further rights of renewal of two years each; -Achieve greater standardisation and consistency for DIA's office fit-outs across New Zealand; -To provide furniture for DIA staff that promotes health and safety and fit for purpose spaces to support the way staff need to work; -To support the concept space trials for St Paul's by enabling workstations and collaboration furniture to be tested prior to final selection; -To purchase the furniture required to fit-out the St Paul's building by December 2017; and -to provide a robust, fair and transparent procurement process that follows approved government procurement guidelines",Awarded,The RFP for DIA National-level Furniture Solution was awarded to Vidak Limited,20201117 Department of Internal Affairs,18219834,Request for Proposals,Open Competition,Digitisation Services for National Library New Zealand,NL_CIMS-# 591002,20170104,20170202,20170810,,On behalf of procurement agent,No,,"The National Library of New Zealand, Te Puna Mātauranga O Aotearoa (the Library), collects, preserves and protects New Zealand’s documentary heritage to enrich our cultural and economic life. The Library has been delivering large-scale full-text digitisation since 2007, mostly newspapers scanned from microfilm but also periodicals, parliamentary papers and books scanned from paper originals. The Library is looking for a supplier to provide the following Digitisation Services: • Full-text digitisation of newspapers • Full-text digitisation of periodicals • Full-text digitisation of books • Full-text digitisation of other documentary material as required. Digitisation Services encompasses scanning and image conversion (including Optical Character Recognition). It may include onsite or local scanning of heritage material. It may include the provision of a QA tool.",Awarded,,20201117 Department of Internal Affairs,18224812,Request for Proposals,Closed Competition,Core Leadership Development Programme,DIA/2016/054,20161212,20170110,20170623,,Sole Agency,No,,"This is a closed RFP for Core Leadership Development Programme following the ROI for the same. Please download the attached RFP and associated documentation for further information.",Awarded,,20201117 Department of Internal Affairs,18266456,Request for Quotations,Open Competition,Customer Experience Survey,DIA/2016/058,20170109,20170208,20170623,,Sole Agency,No,,"The Department of Internal Affairs (Department) would like to contract a supplier to undertake the Customer Experience Survey (CES) and provide related reporting. The CES is a key tool for the Service Delivery & Operations (SDO) branch of the Department to gauge the quality of its service delivery, collect customer centric input into future developments, and test specific business initiatives with its customers. The deliverables are: methodological advice; a questionnaire; field work; analysis and reporting (including an online reporting dashboard); and datasets and documentation. Please see the Attachment section of this Rfx for all relevant and related documentation. All questions required to be submitted through GETs and will be answered within 48 hours where practicable.",Awarded,,20201117 Department of Internal Affairs,18296673,Request for Quotations,Closed Competition,RFQ for Construction Consultancy Services for National Library Plant Room Remediation,DIA/2016/033,20170119,20170203,20180207,,Sole Agency,No,,"The National Library in Molesworth Street, Wellington requires the two existing services and plant structures (rooms) on the roof of the main building to be strengthened and re-clad. The plant rooms protect the main plant and machinery that provide key services to the main building. These structures have been leaking and the work is now essential to ensure protection for the overall building and the collections stored within; all of which are at risk due to water damage. The Department is carrying out a closed RFQ to identify a provider to take the existing concept designs and to finalise and complete all detailed design documentation. In addition to completing detailed design we require supervision during the construction phase. This will be in the form of Design supervision and as Engineer to Contract. For an understanding of the work and scope download the attached RFQ and supporting Appendices/Attachments.",Awarded,The RFQ for construction Consultancy Services for National Library Plant Room Remediation was awarded to Opus International Consultants ltd.,20201117 Department of Internal Affairs,18354533,Request for Tenders,Open Competition,"Request for Tenders - Construction Contractor for an archives facility in Wigram, Christchurch",DIA/2016/028,20170208,20170307,20170529,,Sole Agency,No,,"The Department of Internal Affairs (DIA) is looking for a Construction Contractor to support Archives New Zealand in building a new archival storage facility at Wigram, Christchurch. Archives New Zealand is the official guardian of New Zealand's public archives and gathers, stores and protects an extremely wide range of paper based materials. A new archives facility is necessary as in addition to reaching capacity, the existing Christchurch facility received significant damage during the 2011 earthquakes and is now unable to support Archives NZ in its delivery of ongoing duties. Attached to this RFT release is the documentation necessary for prospective Tenderers to inform themselves about the build, specifications and requirements of this project. In addition to the timelines provided please note: - all proposepective Tenderers are asked to email a completed Appendix 1 - Notice of Intent Form by the 16th February 2017. - all Tender responses must be loaded on to GETS by 5pm on Tuesday the 7th March 2017. and - Whilst Schedule 1 is attached to our Appendix 3 - Draft Conditions of Contract, Schedule 2 - Special Conditions of Contract - Other Conditions of Contract and other schedules will be issued shortly and as a Notice To Tenderers (NTT). If required, Tenderers will be given additional time to respond to these conditions (only) and this will be confirmed within the NTT. If you have any questions about this RFT please direct your enquiries to David Weinberg, Senior Procurement Advisor, using the contact information provided.",Awarded,"The Department of Internal Affairs at 147, Lambton Quay, Wellington has awarded an NZS3910:2013 contract for the sum of $11,071,639.15 (+ GST) to Arrow International (NZ) Ltd. at DMC House, Level 1, 534 Colombo Street, Christchurch. This contract was awarded on the 5th May 2017 and after running an open market Request for Tender. The purpose of the contract is to build a new archival storage facility at Wigram, Christchurch for Archives New Zealand and is expected to take approximately 12 months to complete.",20201117 Department of Internal Affairs,18358335,Request for Quotations,Closed Competition,Request for Quotations - Architectural Services for the Auckland Archives Roof Remediation Project,DIA/2017/002,20170210,20170224,20180207,,Sole Agency,No,,"The Department of Internal Affairs is looking for an organisation to provide Architectural Services for the Auckland Archives building at 95 Richard Pierce Drive, Manukau, Auckland. Please review the attached Request for Quotation documentation and direct any questions you may have to our point of contact David Weinberg, Senior Procurement Advisor. PLEASE NOTE: This is a closed RFQ process and to ensure that we receive an appropriate number of Respondents, all invited suppliers are asked to email the point of contact by 5pm on Monday the 13th February with confirmation of their intent (or not) to respond to this request. The Department reserves the right to replace invited suppliers should they fail to provide confirmation or advise that they are unable to respond.",Awarded,The RFQ for Architectural Services for the Auckland Archives Roof Remediation Project has been awarded to Stephenson & Turner,20201117 Department of Internal Affairs,18380259,Request for Quotations,Closed Competition,Request For Quotations - Engineering Services for the Auckland Archives Roof Remediation Project,DIA/2017/003,20170213,20170227,20180111,,Sole Agency,No,,"The Department of Internal Affairs is looking for an organisation to provide Engineering Services for the Auckland Archives building at 95 Richard Pierce Drive, Manukau, Auckland. Please review the attached Request for Quotation documentation and direct any questions you may have to our point of contact David Weinberg, Senior Procurement Advisor. PLEASE NOTE: This is a closed RFQ process and to ensure that we receive an appropriate number of Respondents, all invited suppliers are asked to email the point of contact by 5pm on Tuesday the 14th February with confirmation of their intent (or not) to respond to this request. The Department reserves the right to replace invited suppliers should they fail to provide confirmation or advise that they are unable to respond.",Not Awarded,This contract was awarded to Norman Disney & Young Limited.,20201117 Department of Internal Affairs,18398971,Request for Proposals,Open Competition,Life Event - Preparing for and Managing Bereavement,,20170222,20170310,20170509,,Sole Agency,No,,"The Department of Internal Affairs (DIA) working alongside with Inland Revenue, Ministry of Health, Ministry of Social Development, Ministry of Justice and Accident Compensation Corporation, want to build digital tools to make it easier for New Zealanders to adequately prepare for their own death while easing the burden for the next-of-kin and will executors following their death. We anticipate contracting under the new Common Capability Professional Services Agreement (CC PSA), soon to be available (replacing the expired Common Web Services Panel). This is a unique opportunity to be part of a cross-government agency initiative that really makes a difference in the lives of New Zealanders. Our first life event to make it easier for expectant parents around the birth of their child, led to SmartStart (smartstart.services.govt.nz). The same team that delivered SmartStart will be delivering the “Preparing for and managing bereavement” life event. DIA plans to deliver the following pieces of work by 30 June 2017: 1. a responsive web application that consolidates bereavement information allowing New Zealanders to: a. learn about how they can: i. better prepare for their own death to reduce the burden on their next-of-kin; ii. manage the funeral arrangements; iii. undertake the role of executor of a deceased estate b. navigate government and private sector bereavement services; and c. simplify their engagement with government and private sector services. 2. an end-of-life preference service that stores preferences around funeral and financial arrangements that can be provided to determined contacts. 3. further enhancements to SmartStart including incorporation of Birth Registration Online into SmartStart. The above opportunities can be via one or more supplier. Discovery work, including customer insight, for Bereavement has been completed, and access to this information can be requested via bereavement@dia.govt.nz. Following your email request, you will be given access to our community realtime board and service design work.",Awarded,,20201117 Department of Internal Affairs,18398994,Request for Proposals,Open Competition,Request for Proposal for a Public Cloud Marketplace Platform,,20170220,20170331,20180219,,Sole Agency,No,,"The Department of Internal Affairs invites proposals from Suppliers for a configurable “off the shelf” Platform that is both able to accommodate our technical requirements and is from an organisation (or consortia) that has the necessary capability, capacity and expertise to deliver the Platform and manage its on-going support. The Platform is intended to act as a one-stop shop for New Zealand government agencies, making it easier, quicker and more cost-effective to access a wider range of technology capabilities; Broadly, the Platform will: * help agencies compare different public cloud services and products; * help agencies select appropriate public cloud services and products; * enable agencies to procure (and pay for) public cloud services and products; * assist agencies with assurance validation of public cloud services and products; and * allow agencies to cease using public cloud services and products within the Platform. Please note that this RFP is not seeking proposals from any of the following types of vendors that may wish to place their products or services on the Platform: * cloud products or cloud services; * general ICT services; or * ICT service intermediation and integration providers. On-boarding requirements for the Platform will be advised separately and, for absolute clarity, will be undertaken independently of this RFP process.",Awarded,,20201117 Department of Internal Affairs,18476804,Request for Proposals,Open Competition,DIA/2016/036 - Relocation Services,DIA/2016/036,20170317,20170410,20180222,,Sole Agency,No,,"The Department of Internal Affairs (DIA) Property Team is responsible for relocations concerning furniture and equipment and other associated products and services as well as all related fit-out refurbishments of all DIAs building/sites located throughout New Zealand. Through this procurement DIA is seeking to engage the services of a suitably qualified Supplier(s) capable of building an integrated relationship with the DIA Property Team as an active participant in the planning, project management and implementation & delivery of relocation Services. Supplier Briefing DIA will be conducting a Supplier Briefing at 12.00 Friday 24th March at the follow: Level 1 147 Lambton Quay Wellington Suppliers are requested to register their intention to participate in the supplier briefing by COB 22 March 2017. To register please email procurement@dia.govt.nz providing details of who will be attending and their position in the supplier's organisation. Please use DIA/2016/ 036 Relocation Services in the Subject line of the email. We are limiting those attending to a maximum of two participants from each supplier. Any questions you have concerning any other matters (other than to register for the briefing) shall be through GETS only.",Awarded,,20201117 Department of Internal Affairs,18482074,Request for Proposals,Open Competition,Supplementary RFP For Telecommunications as a Service,,20170317,20170505,20180409,,All of Government,No,,"The Telecommunications as a Service (TaaS) Programme is an initiative, where the Department of Internal Affairs acts as Lead Agency on behalf of the Government Chief Information Officer, that aims to deliver a range of cross-government telecommunications and managed security services sourced from a range of suppliers appointed to a common capability panel. The TaaS common capability panel is the first to be where the opening is triggered by a requirement or opportunity rather than a scheduled process. The outcome of the RFP may lead to the appointment of new suppliers to the TaaS Common Capability Panel and / or additions to the range of services currently available. Existing TaaS panel members will not need to re-tender for the services they have been approved to provide. However, should existing TaaS panel members want to extend their service capability for services that they are currently not approved for, then they can submit a response to the RFP for those new services only so that these can be evaluated. This RFP will interest you if you provide services, in the following areas: - Connectivity Services (such as cabling, LAN, wireless, WAN, data centre connectivity and interconnectivity, internet and PSTN access). - Communications services (including calling, voice, smart phone and tablet provisioning, mobile handset hardware and mobile device management), PSTN calling services, Telecommunications application services (e.g. VOIP, UC, audio conferencing, and video conferencing and meeting room services) - Contact Centre Services (such as PSTN and enterprise voice integration, call handling, and interactive voice response, and voice biometrics). - Managed Security Services including those associated with the consumption of telecommunication services, and Cloud Access Secure Broker services (CASB) - Aggregation Services (such as service management and aggregation) Closing date for the RFP is 12:00 noon, 28 April 2017.",Awarded,"Additional awards with Datacom Systems have been updated on ICT.govt.nz Additional awards with 2Degrees have been updated on ICT.govt.nz. Additional awards with Dimension Data New Zealand Limited and Vodafone New Zealand Limited have been updated on ICT.govt.nz. Further award notices will be updated on 16 February. This tender has been awarded to: ??? New and existing TaaS suppliers Further Award Information: Agency: Department of Internal Affairs, 45 Pipitea Street, Wellington Award Dates: from 11 December 2017 to 21 December 2017. Award Status: These awards add new services to the towers below from new suppliers and existing TaaS panel members to the Telecommunication as a Service (TaaS) panel. Awards by Tower: CONNECTIVITY Spark New Zealand Trading Ltd (existing TaaS panel member) Fusion Networks Limited Liquid IT Limited Vocus (New Zealand) Limited COMMUNICATIONS Canon New Zealand Limited Conference Call International Pty Limited CSG Business Solutions Limited IPFX Limited Spark New Zealand Trading Ltd (existing TaaS panel member) Vivid Solutions Limited MANAGED SECURITY Cogito Group Pty Ltd (existing TaaS panel member) Gen2 Consulting Limited Liquid IT Limited Liverton Limited InPhySec Security Limited Resultex Limited Spark New Zealand Trading Ltd (existing TaaS panel member) Vocus (New Zealand) Limited CONTACT CENTRE CSG Business Solutions Limited IPFX Limited Spark New Zealand Trading Ltd (existing TaaS panel member) Additional awards are pending with existing TaaS panel members. Further award notices will be updated on 31 January 2018. The ICT.Govt website TaaS supplier directory will be updated to reflect new awards. Term: In accordance with the original term, all new supplier contracts fall within the 5 yrs initial term of the agreement, with three 2-year rights of renewal. Procurement Process: The process used a supplementary RFP. Debrief sessions are expected to be held in February and March 2018.",20201117 Department of Internal Affairs,18482080,Request for Proposals,Closed Competition,"St Paul's Cafe, Wellington",DIA/2016/061,20170317,20170414,20180216,,Sole Agency,No,,"The Department of Internal Affairs (DIA) is seeking a cafe provider to occupy the ground floor cafe space of St Paul's including supporting the final design and fit-out of the space before commencing operation from January 2018 (at the earliest). In addition to the services for the 1000+ DIA staff employed in the building, the cafe will also be open to the public. The cafe will provide a commercial kitchen operation, meaning the cafe provider can prepare food on-site and provide cooked meals. The cafe will also be a licensed premises for after-hours service, with hours to be agreed with the successful provider. DIA would also ideally want the cafe provider to provide catering for DIA's precinct of buildings, and as a minimum the St Paul's building. This is for catered meetings or planned functions on-site. The key objectives of this Request for Proposal (RFP) are to: a. Select a cafe provider for the St Paul's building that provides the best fit for DIA in its new building, to commence service from January 2018; b. Support the final design and fit-out at the St Paul's cafe area; and c. To provide a robust, fair and transparent procurement process that follows approved government procurement guidelines.",Awarded,"The tender for St Pauls Caf??, Wellington has been awarded to Spotless",20201117 Department of Internal Affairs,18563179,Request for Proposals,Open Competition,Facial Recognition Service,DIA/2017/005,20170411,20170531,20190128,,Syndicated Opportunity,No,,"DIA is a world leader in identity verification and issuing secure passports. Facial Recognition (FR) is a cornerstone of the automated rules processing in the Passports System. DIA is now seeking to replace the current FR solution and look more broadly at its usage across DIA. DIA is looking to take advantage of industry improvements both now and for the future and move to a service delivery model as an operational cost rather than ongoing capital investment. DIA is therefore taking an as a service approach to procuring a FR capability. DIA recognises that other New Zealand Government agencies may currently or in the future wish to utilise a DIA Lead FR Service. On this basis, DIA wish to proceed with an Open Syndicated Contract. This will allow any other Government agency to use the contract. DIA will act as the Lead Agency and deal with all aspects of the contract development and management. Please download the RFP document and all associated documents attached to this opportunity.",Awarded,,20201117 Department of Internal Affairs,18837458,Request for Proposals,Closed Competition,"Sourcing, Contract Management, Purchase to Pay and Business Intelligence Solution",DIA/2017/009,20170713,20170810,20180314,,Cluster,No,,"This is a closed RFP to shortlisted Respondents from a previous ROI. The Department of Internal Affairs, The Ministry of Business, Innovation and Employment, Inland Revenue and the Accident Compensation Corporation (the Agencies) are jointly seeking Proposals from the shortlisted respondents from the Registration of Interest (ROI) process. The objective of this RFP is to identify a short list of suppliers who will be invited to presentations and then a preferred supplier or suppliers to cover all required modules.",Awarded,,20201117 Department of Internal Affairs,18949653,Request for Proposals,Open Competition,EPIC - Electronic Resource Content,DIA/2016/046,20170822,20170915,20180222,,Sole Agency,No,,"In 2016 the Department of Internal Affairs (DIA) through the National Library of New Zealand, Te Puna M??tauranga o Aotearoa, established a panel of suitably qualified and experienced suppliers to provide electronic resource content. This enables DIA to licence a range of e-resources for the purpose of sub-licensing access to the EPIC (Electronic Purchasing In Collaboration) consortium, which is made up of 125 New Zealand libraries and the Ministry of Education on behalf of all schools in New Zealand. The EPIC Panel is an ???open??? panel and suppliers may be added at any time during the term of the contract. Each year Proposals will be accepted during a regular window of August ??? September, this will allow for inclusion in the next subscription period beginning April of each year, provided the supplier meets DIA???s mandatory requirements for being part of the panel network. The Department is looking for credible suppliers who have the capability, experience and infrastructure to support the EPIC consortium achieve the following: - The provision to EPIC members of desirable e-resource content. This includes but is not limited to: o Resources with high levels of New Zealand/Pacific content o General aggregated journal databases o General encyclopaedia o Consumer health information o Science o Business o E-books o Subject database packages o Streaming media o Discovery o Genealogy - Pricing models that enable EPIC members to sub-licence the content at a better rate than if they were to purchase access to the content individually. - Support of sub-licensee EPIC members in the delivery of the content.",Awarded,,20201117 Department of Internal Affairs,19139171,Request for Proposals,Open Competition,Enterprise Integration: Te Ara Manaaki | Transforming the System of Service Delivery,DIA/2017/016,20171016,20171214,20180918,,Sole Agency,No,,"Background The Service Delivery and Operations (SDO) Branch of the Department of Internal Affairs (DIA) is responsible for delivering Identity and Life Event related products and services to New Zealanders. Te Ara Manaaki | Transforming the System of Service Delivery (TSSD) Programme, run within the SDO Branch, has been established to redesign services to take them from being a product-centric to a customer-centred business model. Through this innovation centred programme, DIA is seeking to deliver services in more joined up, effective ways, including over digital self-service channels. The scope of the transformation includes services and products related to Life Events including births, deaths, and marriages ??? and Identity; citizenship and name changes, passports and travel documents. Scope In support of the TSSD Programme, DIA is publishing a suite of three individual Request for Proposals (RFPs) on the Government Electronic Tender Service (GETS). The scope of services within the three RFPs include: 1. Enterprise Integration (EI): connects our existing systems and registries, holding the data that feeds into CCMS and CIAM, enabling a single view of our customer. 2. Customer Centred Management Solution (CCMS): seeks account and contact management tools that support our understanding of historical customer interactions with DIA, manages products and stock, and has workflow and workforce management capabilities to support workload management. 3. Customer Identity and Access Management (CIAM): manages the requirements and permissions for identifying our customers, partners and staff, enabling us to know who we are interacting with and what services/information they are entitled to. This RFP This RFP relates to Enterprise Integration only. Separate RFPs are being published for the other service areas identified above. To request a copy of the document set for this RFP email: TSSDinfo@dia.govt.nz Confidentiality Agreement Respondents must have completed and signed a Non-Disclosure Agreement (NDA) ??? specific to this RFP process ??? with DIA before the RFP document set can be issued. The document set will not be uploaded to GETS. To request a copy of the NDA, email: TSSDinfo@dia.govt.nz Supplier Briefing DIA will provide an interactive briefing for pre-registered suppliers on Wednesday, 25 October 2017. Interested suppliers can download and complete the Supplier Briefing Registration Form attached to this RFP.",Awarded,"Date Contract Awarded - 11 September 2018 Term of Contract - 5 years +2 +2 Contract Value $5m-$10m",20201117 Department of Internal Affairs,19139487,Request for Proposals,Open Competition,Customer Centred Management Solution: Te Ara Manaaki | Transforming the System of Service Delivery,DIA/2017/018,20171016,20171214,20180918,,Sole Agency,No,,"Background The Service Delivery and Operations (SDO) Branch of the Department of Internal Affairs (DIA) is responsible for delivering Identity and Life Event related products and services to New Zealanders. Te Ara Manaaki | Transforming the System of Service Delivery (TSSD) Programme, run within the SDO Branch, has been established to redesign services to take them from being a product-centric to a customer-centred business model. Through this innovation centred programme, DIA is seeking to deliver services in more joined up, effective ways, including over digital self-service channels. The scope of the transformation includes services and products related to Life Events including births, deaths, and marriages ??? and Identity; citizenship and name changes, passports and travel documents. Scope In support of the TSSD Programme, DIA is publishing a suite of three individual Request for Proposals (RFPs) on the Government Electronic Tender Service (GETS). The scope of services within the three RFPs include: 1. Enterprise Integration (EI): connects our existing systems and registries, holding the data that feeds into CCMS and CIAM, enabling a single view of our customer. 2. Customer Centred Management Solution (CCMS): seeks account and contact management tools that support our understanding of historical customer interactions with DIA, manages products and stock, and has workflow and workforce management capabilities to support workload management. 3. Customer Identity and Access Management (CIAM): manages the requirements and permissions for identifying our customers, partners and staff, enabling us to know who we are interacting with and what services/information they are entitled to. This RFP This RFP relates to a Customer Centred Management Solution only. Separate RFPs are being published for the other service areas identified above. To request a copy of the document set for this RFP email: TSSDinfo@dia.govt.nz Confidentiality Agreement Respondents must have completed and signed a Non-Disclosure Agreement (NDA) ??? specific to this RFP process ??? with DIA before the RFP document set can be issued. The document set will not be uploaded to GETS. To request a copy of the NDA, email: TSSDinfo@dia.govt.nz Supplier Briefing DIA will provide an interactive briefing for pre-registered suppliers on Wednesday, 25 October 2017. Interested suppliers can download and complete the Supplier Briefing Registration Form attached to this RFP.",Awarded,"Contract Award Date - 11 September 2018 Contract Term - 5 years +2+2 Value: $5-$10m",20201117 Department of Internal Affairs,19139597,Request for Proposals,Open Competition,Customer Identity and Access Management: Te Ara Manaaki | Transforming the System of Service Delivery,DIA/2017/017,20171016,20171214,20180918,,Sole Agency,No,,"Background The Service Delivery and Operations (SDO) Branch of the Department of Internal Affairs (DIA) is responsible for delivering Identity and Life Event related products and services to New Zealanders. Te Ara Manaaki | Transforming the System of Service Delivery (TSSD) Programme, run within the SDO Branch, has been established to redesign services to take them from being a product-centric to a customer-centred business model. Through this innovation centred programme, DIA is seeking to deliver services in more joined up, effective ways, including over digital self-service channels. The scope of the transformation includes services and products related to Life Events including births, deaths, and marriages ??? and Identity; citizenship and name changes, passports and travel documents. Scope In support of the TSSD Programme, DIA is publishing a suite of three individual Request for Proposals (RFPs) on the Government Electronic Tender Service (GETS). The scope of services within the three RFPs include: 1. Enterprise Integration (EI): connects our existing systems and registries, holding the data that feeds into CCMS and CIAM, enabling a single view of our customer. 2. Customer Centred Management Solution (CCMS): seeks account and contact management tools that support our understanding of historical customer interactions with DIA, manages products and stock, and has workflow and workforce management capabilities to support workload management. 3. Customer Identity and Access Management (CIAM): manages the requirements and permissions for identifying our customers, partners and staff, enabling us to know who we are interacting with and what services/information they are entitled to. This RFP This RFP relates to Customer Identity and Access Management only. Separate RFPs are being published for the other service areas identified above. To request a copy of the document set for this RFP email: TSSDinfo@dia.govt.nz Confidentiality Agreement Respondents must have completed and signed a Non-Disclosure Agreement (NDA) ??? specific to this RFP process ??? with DIA before the RFP document set can be issued. The document set will not be uploaded to GETS. To request a copy of the NDA, email: TSSDinfo@dia.govt.nz Supplier Briefing DIA will provide an interactive briefing for pre-registered suppliers on Wednesday, 25 October 2017. Interested suppliers can download and complete the Supplier Briefing Registration Form attached to this RFP.",Awarded,"Date Contract Awarded - 11 September 2018 Term of Contract - 5 years +2 +2 Contract Value $5m-$10m",20201117 Department of Internal Affairs,19332237,Request for Proposals,Open Competition,Building Condition Assessments,DIA/2017/021,20171215,20180112,20180209,,Sole Agency,No,,"The Department of Internal Affairs (the Department) is looking to obtain condition assessment reports for seven of its owned properties in order to ensure that it is in a position to maintain its assets in a proactive manner and to ensure it remains legislatively compliant when it comes to its buildings. The seven buildings are as follows: * 10 Mulgrave Street, Wellington * 58 ??? 78 Molesworth Street, Wellington * 23 Bolton Street, Wellington * Premier House, Wellington * 235 Main South Road, Wigram, Christchurch * 556 George Street, Christchurch * 95 Richard Pearce Drive, Mangere The condition assessment reports will need to be updated every three to five years and the end goal is that over time, asset management plans will be developed. Furthermore, the Department is aiming to have condition assessments for all its remaining owned properties (up to five owned buildings outside the scope of this RFP) across New Zealand over the next three years.",Awarded,"Kia ora, This is to inform you that the Department has awarded the contract for Building Condition Assessments to Beca Ltd. Regards, Thijs Nicolas",20201117 Department of Internal Affairs,19450926,Request for Tenders,Open Competition,National Library Plant Room Remediation Project,DIA/2017/014,20180214,20180314,20180413,,Sole Agency,No,,"The National Library in Molesworth Street, Wellington requires the two existing services and plant structures (rooms) on the roof of the main building to be strengthened and re-clad. The structures of the plant rooms protect the main plant and machinery that provide key services to the main building. These have been leaking for a number of years and the work is now essential to ensure protection for the overall building and the collections stored within; all of which are at risk due to water damage.",Not Awarded,No responses were received to this tender.,20201117 Department of Internal Affairs,19615595,Request for Proposals,Open Competition,Regulatory Services Solution and Data Migration - Request for Proposal,DIA/2017/022,20180411,20180523,20181210,,Sole Agency,No,,"The Department of Internal Affairs Regulatory Services Group is seeking to procure a system or systems to support delivery of regulatory activities in the gambling and anti-money laundering and counter terrorism financing (AML-CFT) sectors. Activities include licensing, auditing, reviews, site visits, data analysis and education. Our work is risk based and requires quick access to historical and related information. We seek system(s) that will support the ongoing development of good regulatory practice, are adaptable to changes in regulatory work and are able to be used in other regulatory areas in the Department as necessary. There are significant common needs across the two regulatory areas and some important differences. We are seeking the best outcome for our needs.",Awarded,"The tender has been awarded to: Intergen Limited (All Modules) Further Information: Date Contract Awarded - 7 December 2018 Term of Contract - 7 years + 3 + 3",20201117 Department of Internal Affairs,19629231,Request for Tenders,Closed Competition,National Library Plant Room Remediation Project,DIA/2017/014,20180413,20180514,20181031,,Sole Agency,No,,"The National Library in Molesworth Street, Wellington requires the two existing services and plant structures (rooms) on the roof of the main building to be strengthened and re-clad. The structures of the plant rooms protect the main plant and machinery that provide key services to the main building. These have been leaking for a number of years and the work is now essential to ensure protection for the overall building and the collections stored within; all of which are at risk due to water damage.",Awarded,Southbase Construction Limited were awarded this opportunity following a closed RFP process.,20201117 Department of Internal Affairs,19708441,Request for Proposals,Closed Competition,RFP for Supply of NZ Travel Document Books and Personalisation Solution,DIA/2017/015,20180508,20180710,20190531,,Sole Agency,No,,,Awarded,"This notice is to inform that Canadian Bank Note has been awarded a contract for the Supply of New Zealand Travel Document Books and Personalisation Solution. Awarding agency???s name and address is Department of Internal Affairs, 45 Pipitea St, Wellington 6011 The successful supplier is Canadian Bank Note Company Limited Description of the services: Supply of Travel Documents, MRTD Personalisation Solution and Related Services Contract was awarded on the 6th of May 2019 The term of the contract is 10 years Contract Value: $100M+ The type of procurement process used: ROI/RFP",20201117 Department of Internal Affairs,19919670,Request for Proposals,Open Competition,Whole of Domain Web Harvest Department of Internal Affairs (NZ),DIA/2018/005,20180717,20180814,20181204,,Sole Agency,No,,"The National Library of New Zealand is part of the Department of Internal Affairs and is seeking Respondents interested in partnering with the Library to undertake a crawl in January 2019 of the publically accessible New Zealand web domain. The New Zealand web domain is broadly defined as those resources belonging to the country-code top-level domain (i.e. .nz) and other resources identified as being hosted within New Zealand. There are effectively two phases to this work. First the crawl is the managed systemic browsing of the Internet via software, following links found from starting URLs (seeds). Second, the resulting harvest is the collected artefacts of the crawl. These are the Internet resources (HTML documents, images, stylesheets, multimedia, social media, etc.) that are collected and packaged in such a way that allows faithful replay of the original webpages. The Library is looking for Respondents with a proven solution, technical and support infrastructure, and track record in Web crawling at scale. They must have the ability to crawl according to breadth and depth specifications that will be supplied by the Library It is important for the Successful Respondent to run a transparent crawl process so that the Library has a view into the crawl underway. This should include the flexibility to add additional seeds and/or stop further crawling of a particular domain during the crawl. It is essential to achieve a harvest that is a good representation of the New Zealand web domain - all provided seeds crawled, captures as complete as possible to allow the faithful replay of the original webpages. This project will enable the NLNZ to collect a snapshot of the entire New Zealand Web space, which it has been doing since 2008. By providing the crawling service for this project, you will be playing a key role in the building of this large and growing historical collection of New Zealand websites and social media.",Awarded,,20201117 Department of Internal Affairs,20498467,Request for Quotations,Open Competition,Anzac Day 2019 - Dawn Service at Pukeahu and National Commermorations at Pukeahu and Ataturk,DIA/2018/020,20181203,20190115,20190308,,Sole Agency,No,tenders@dia.govt.nz,"Anzac Day 2019 ??? Dawn Service at Pukeahu and National Commemorations at Pukeahu and Ataturk The Department is seeking a supplier to provide event production, management and logistics for the Anzac Day 2019 Dawn Service at Pukeahu and the Anzac Day 2019 National Commemoration, and the afternoon service at the Ataturk Memorial. Anzac Day is a national day of remembrance in Australia and New Zealand that broadly commemorates all Australians and New Zealanders ""who served and died in all wars, conflicts, and peacekeeping operations"" and ""the contribution and suffering of all those who have served???. April 25, Anzac Day, was the day the Australian and New Zealand Army Corps landed on the Gallipoli Peninsula in 1915. April 25, was officially named ANZAC Day in 1916. The first dawn service on an ANZAC Day was in 1923. April 25 soon became the day on which Australians remember the sacrifice of those who had died in the war. The Anzacs were courageous and although the Gallipoli campaign failed in its military objectives, the Australian and New Zealand actions during the campaign left us all a powerful legacy.",Awarded,,20201117 Department of the Prime Minister and Cabinet,11769721,Request for Proposals,Open Competition,Request for Proposals for a Supplier Panel for the New Zealand Royal Honours Insignia,DPMC - 2015 - HON - 01,20150508,20150611,20150924,,Sole Agency,No,"The Cabinet Office, Department of the Prime Minister and Cabinet, Level 10 Executive Wing, Parliament Buildings, Wellington 6011, New Zealand","DPMC is seeking to appoint a panel of suppliers (Supplier Panel) who have an interest in: manufacturing and supplying insignia to the Department of the Prime Minister and Cabinet for investing those who have been awarded New Zealand Royal Honours; and refurbishing and repairing these insignia as necessary.",Awarded,"The Department of the Prime Minister and Cabinet on 1 September 2015 appointed Thomas Fattorini Ltd of the United Kingdom and Eng Leong Medallic Industries Pte Ltd of Singapore to the Supplier Panel for the New Zealand Royal Honours Insignia. In general terms, the Services provided will relate to New Zealand Royal Honours Insignia in the following three categories: ??? manufacture and supply of Insignia and other items for the New Zealand Royal Honours system; ??? refurbishment of Insignia and other items for the New Zealand Royal Honours system; and ??? repair of Insignia and other items for the New Zealand Royal Honours system. The Panel has a term of three years, with a maximum term of five years if all renewals were exercised.",20201117 Department of the Prime Minister and Cabinet,17030328,Request for Proposals,Open Competition,Supply Vehicle Leasing Services to the Department of the Prime Minister and Cabinet,PMC-FCM-3-1-4,20151127,20151222,20160415,,Sole Agency,No,"MCDEM Admin, P O Box 5010 Wellington 6145","The Ministry of Civil Defence & Emergency Management is a business unit of the Department of the Prime Minister and Cabinet and require leasing of ten fit for purpose vehicles with associated services across Auckland, Wellington and Christchurch.",Awarded,,20201117 Department of the Prime Minister and Cabinet,17093358,Request for Tenders,Open Competition,Government House Auckland Boundary Wall repair,,20151223,20160215,20160506,,Sole Agency,No,,"Government House is the Auckland residence for the Governor General, located in Epsom. The house is used for functions as part of the Governor Generals programme and therefore access may be restricted at times. Part of concrete block boundary wall at the corner of Mountain Road and Glenfell Place requires repair. A scope of work and drawings have been prepared by Prendos New Zealand Limited for these repairs. Tenders are called for the repair work.",Not Awarded,,20201117 Department of the Prime Minister and Cabinet,19193479,Request for Proposals,Open Competition,Cyber Credentials Scheme,,20171102,20171130,20180131,,Sole Agency,No,,"The National Cyber Policy Office, in the Department of the Prime Minister and Cabinet, has developed a prototype service called the Cyber Credentials Scheme. The Scheme is targeted at lifting the cyber security capability of small to medium enterprises in New Zealand. This scheme is an initiative under the 2015 Cyber Security Strategy and Action Plan. The National Cyber Policy Office is seeking to select one or more entities to deliver the Scheme. This is a unique, one-off opportunity to leverage a significant amount of work that was undertaken to develop a successful business model to tackle an important issue for Small and Medium Enterprise in New Zealand.",Awarded,,20201117 Department of the Prime Minister and Cabinet,20873326,Request for Quotations,Open Competition,GHM 19001 GHA Boundary Fence,GHM19001 GHA,20190325,20190405,20190612,,Sole Agency,No,,"This procurement relates to the delivery of the partial demolition and construction of the replacement boundary wall bordering Glenfell Place and Mountain Road, at Government House, Auckland [GHA] (the project). Our key objective of this sourcing event is to ensure the ongoing provision of a safe and secure GHA effectiveness and safety by effecting necessary repairs to a defined section of the perimeter fence. We need a suitably qualified and experienced supplier based in the Auckland region to undertake the partial demolition of the boundary wall, at the Corner Glenfell Place and Mountain Road - GHA, preparation and construction of the replacement boundary wall, matched to the bordering existing walls.",Awarded,,20201117 Dunedin City Council,19522964,Request for Proposals,Open Competition,Print Services including offset and digital print (Communication and Marketing),7838,20180309,20180424,20180725,,Sole Agency,No,,"This procurement relates to the delivery of high quality printing services, both planned and reactive to meet the need of the DCC and council amenities. These services are currently being provided by a supplier arrangement that is out of contract. This RFP relates to the purchase of all offset and digital printing requirement of the Dunedin City Council, its amenities and potentially other council entities. The key outcomes that we want to achieve are: ??? Creative graphic design solutions ??? High quality planned digital printing, offset printing and print finishing ??? A responsive solution that can accommodate the short-notice/immediate needs of the DCC for special items and cater for both high and low volume printing ??? Back-up provision (i.e. in case of technology failure, etc.) ??? Sustainability initiatives ??? Breadth of service ??? Systems and processes used to manage the relationship with Council and report on performance and job status. We need a printing supply partner that will work closely with all members of the Council Communications and Marketing team on a day to day basis to ensure that the contract and supply requirements are met. We are seeking a solution and provider that meets or exceeds the primary objectives of the Council Communications and Marketing Department, to provide: ??? The Dunedin City Council and all its departments with outstanding creative graphic design solutions ??? Timeliness of response and delivery ??? Value for money ??? Environmentally conscious practices ??? Customer service excellence.",Awarded,,20201117 Dunedin City Council,19637293,Request for Quotations,Open Competition,Review of Enterprise Dunedin,7888,20180417,20180504,20180607,,Sole Agency,No,,"Review of Enterprise Dunedin The DCC wants to commission a high-level review of Enterprise Dunedin (ED); the DCC???s agency for economic development, tourism marketing and promotion. This review and analysis must take into account the perspectives and seek input from a wide range of economic development stakeholders. We expect the successful respondent to use multiple analysis tools/approaches to review, analyse and make recommendation on the optimum structure for future success.",Awarded,The stand-out response amongst a number of high-quality responses,20201117 Dunedin City Council,19665177,Request for Proposals,Open Competition,Valuation Services,7904,20180424,20180605,20180904,,Sole Agency,No,,"What we need The DCC???s current contract with our Valuation Services Provider (VSP) expires at the end of June 2018 and we seek proposals from organisations or consortia with the requisite skills and experience to deliver the services required under the ensuing contract as detailed within this RFP. We require professional and independent valuation assessment of the land and property assets within the DCC???s area of operation.",Awarded,,20201117 Dunedin City Council,19670711,Request for Proposals,Open Competition,Footpath Resurfacing 2018/21,,20180427,20180531,20180723,,All of Government,No,,"As part of our asset renewal programme the Dunedin City Council (DCC) has budgeted to renew approximately 100km of footpaths over the next 3 years. This will include overlaying existing footpath with asphaltic concrete, and in other cases removing the existing surfacing, releveling and replacing with asphaltic concrete. This is an opportunity for competent Contractors who wish to be involved in management of DCC assets and being involved in providing an environment that enhances the well-being of the ratepayers of our city. It is important for us that we work with Contractors who have a vested interest in our city, can build good relationships with our stakeholders and who have a track record of delivering good outcomes. If the performance of the Contractor is satisfactory, there is the option for DCC to extend the term by a further 2 + 1 (max. 3) years.",Awarded,,20201117 Dunedin City Council,19705858,Request for Proposals,Open Competition,Waste Futures 2023 Feasibility Studies and BBC RfP documents,7897,20180508,20180531,20180717,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,19708263,Request for Proposals,Open Competition,Kerb and Channel Renewals 2018/21,,20180508,20180621,20180723,,All of Government,No,,"As part of our asset renewal programme the Dunedin City Council (DCC) has budgeted to renew over 20km of kerb and channel over the next 3 years. This will include replacing existing kerb and channel that is in poor condition as well as upgrading footpaths and vehicle crossing points in some instances. This is an opportunity for Contractors experienced in these works who wish to be involved in management of Dunedin City Council assets and being involved in providing an environment that enhances the well-being of the ratepayers of our city. It is important for us that we work with Contractors who have a vested interest in our city, can build good relationships with our stakeholders and who have a track record of delivering good outcomes. The term of the contract is for 3 years. If the performance of the Contractor is satisfactory, there is the option for DCC to extend the term by a further 2 + 1 (max. 3) years.",Awarded,,20201117 Dunedin City Council,19719002,Request for Tenders,Open Competition,CCTV Inspection of Waste Water and Storm Water Reticulation (Central City Upgrade Plan),7829,20180515,20180601,20180719,,Sole Agency,No,,"As part of the proposed Central City Upgrade Project the DCC needs to understand the condition of the existing drainage network located within the project extents. It is proposed to gather the necessary information via CCTV inspection of the network and visual inspection of Drainage Structures. From this the DCC asset team can determine which areas of the network may need upgrading/renewal/maintenance before the Central City Upgrade Project commences. CCTV filming of approximately 5.5km of public waste water and storm water mains is required",Awarded,,20201117 Dunedin City Council,19720585,Request for Proposals,Open Competition,Civic Centre Workplace Alterations - Construction,7386,20180511,20180606,20180717,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to undertake works that will increase the occupancy levels of the DCC office building (50 The Octagon, Dunedin, 9058) to accommodate short term growth. The works are to be phased in a manner that will cause minimal disruptions to the buildings users. Existing and proposed floor plans have been completed and are included with this RFP. The works involve two separate but overlapping contracts ??? 1/ Construction works 2/ the supply & installation of FF&E to the building This RFP relates to the Construction works package. PLEASE NOTE: Due to File Size Constraints the Asbestos Management Plan will be provided as part of your site visit",Not Awarded,Stewart Construction Ltd,20201117 Dunedin City Council,19733789,Request for Proposals,Open Competition,Community housing - unit change overs (Panel of Suppliers),7879,20180516,20180612,20180917,,Sole Agency,No,,"Dunedin???s Social Wellbeing strategy (2013-2023) outlines that the Dunedin City Council (DCC) contributes to social wellbeing through the provision of community housing, particularly for older persons. The DCC community housing portfolio consists of 942 units across 91 sites. In order to fulfil our obligations as a good landlord the Dunedin City Council seeks to establish a panel of Suppliers through this RFP process for interior maintenance work required when a tenant vacates a unit. We need to partner with Suppliers that are able to either self-deliver and/or manage subcontractors for trade related work in the areas of: ??? Cleaning; ??? Carpentry & joinery; ??? Plumbing; ??? Electrical; ??? Painting & wall papering; and ??? Floor coverings. We do not want suppliers who can deliver only partial services or are unable to manage subcontractors.",Awarded,,20201117 Dunedin City Council,19782879,Request for Proposals,Open Competition,Pavement Rehabilitation - Package 1,7921,20180601,20180622,20180921,,Sole Agency,No,,"This is an opportunity for Contractors with relevant experience in Road Rehabilitation or construction to be part of the DCC team tasked with maintaining and developing infrastructure and delivering an acceptable level of service for the ratepayers of Dunedin. This package 1 of two such road rehabilitation contracts proposed to be awarded in 2018 /19",Awarded,,20201117 Dunedin City Council,19850210,Request for Proposals,Open Competition,Payroll Replacement,P000051,20180626,20180724,20190322,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL The Dunedin City Council???s (DCC) current payroll system has been determined as no longer meeting the DCC???s business and reporting needs. It is fragmented and requires manual work-arounds and interventions. We are now seeking formal proposals from suitable, experienced and credible respondents for a replacement Payroll Software as a Service (SaaS) solution. What we need The DCC is seeking proposals for a SaaS payroll system that accommodates c1000 employees and as a minimum, fulfils the following requirements: - ??? It must provide robust, secure, transparent and auditable people information to help drive business decisions. Assisted by flexible reporting functionality. The reporting requirements are identified in Appendix 1 ??? RFP questions set. ??? Is intuitive, simple and easy to use for HR and Payroll functions and supports further self-service by DCC employees and managers ??? Is ???off the shelf??? with minimal configuration and is tried and tested in comparable organisations and can provide required workflow capabilities for DCC HR Payroll functions with flexible approval structures. ??? Is compliant with all applicable New Zealand payroll legislation and supports the various DCC employment contracts ??? Updates and upgrades will not require significant involvement of DCC resources. ??? Must support Time in Attendance and dynamic investigation The DCC is seeking proposals from respondents with a positive track-record for mid-size (1000-2000) payroll solutions. What we don't want At this stage the DCC does not want payroll systems with integrated HRIS provisions, although the capacity to subsequently implement and integrate an HRIS (undefined) is of longer term interest.",Awarded,,20201117 Dunedin City Council,19871331,Request for Proposals,Open Competition,Pavement Rehabilitation - Package 2,7922,20180702,20180723,20181023,,Sole Agency,No,,This is an opportunity for Contractors with relevant experience in road rehabilitation or construction to be part of the DCC team tasked with maintaining and developing infrastructure and delivering an acceptable level of service for the ratepayers of Dunedin. This is Package 2 of two such road rehabilitation contracts proposed to be awarded in 2018/19.,Awarded,,20201117 Dunedin City Council,19885020,Request for Proposals,Open Competition,"Professional Services for Inspection and Management of Dunedin City Council (DCC) Structural Assets (Bridges, Retaining Walls & Sea Walls)",8020,20180706,20180824,20181123,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,19896140,Request for Proposals,Open Competition,Tree Planting and Post-Planting Maintenance,7987,20180711,20180727,20190322,,Sole Agency,No,,"Dunedin City Council undertakes an annual tree planting programme to replace trees that have been removed and to new plant trees in parks and streets. This contract is a pilot contract, which it envisaged will to lead to a more in-depth and robust planting programme, which will assist in supporting a wider urban forest management plan. This RFP relates to the provision of both:- a) Tree Planting and b) Post-Planting Maintenance Services.",Awarded,,20201117 Dunedin City Council,19910760,Request for Proposals,Open Competition,Traffic Signals and ITS Maintenance,7886,20180713,20180810,20181113,,Sole Agency,No,,"The Dunedin City Council (DCC) has been delegated authority to manage traffic signals and Inteligent Transport Systems (ITS) on both local roads and state highways throughout Dunedin City and Oamaru, as well as the operation of lights at Beaumont Bridge on SH8. Traffic signals and ITS are a vital part of any transport network and are essential to keep traffic moving safely and efficiently through intersections. The annual budget for the work is expected to be approx. $0.5M for maintenance and between $0.5-$1.5M for renewals and capital upgrade. The DCC are looking for a supplier that has expertise in the maintenance and operations of traffic signals and ITS. They will need to be able to monitor the operation of the signals via SCATS and respond quickly to faults and other outages as they develop. We need a Supplier who can take ownership of these assets and treat them as if they were their own. We expect the Contractor will be able to identify potential faults and recommend works that ensure equipment is kept in a good working order.",Awarded,,20201117 Dunedin City Council,19937852,Request for Proposals,Open Competition,18057 Edgar Center Structural Strengthening (ECI),18057,20180723,20180815,20181205,,Sole Agency,No,,"The Dunedin City council (DCC) is seeking to undertake works that will raise the structural rating of the Edgar Center in Dunedin, this building is currently rated at 15% NBS. A design team has already been appointed and we are looking to carry out an Early Contractor involvement (ECI) process to bring in an experienced local main contractor to provide the team with the benefit of their previous experience and expertise. The successful main contractor will assist with intrusive and site inspections, assist the design team and provide comment on proposed design, with emphasis on build ability, H&S, costs, programme and practical options. Following completion of the design stage, the main contractor will then provide a lump sum quote for the final works, providing that the quote is accepted they will them carry those works out. Fort further information please read the RFP.",Awarded,,20201117 Dunedin City Council,19969609,Request for Proposals,Open Competition,Performing Arts in Dunedin - Feasibility Study,8068,20180731,20180905,20181205,,Sole Agency,No,,"Dunedin City Council, with support from Creative New Zealand, is commissioning a comprehensive study into future options for a venue for the performing arts in the City. This should consider a range of options for ensuring the continued provision of performing arts including professional theatre. The recommendations produced should be focused on a fit for purpose venue as well as providing advice on the most effective governance arrangements and sustainable business model in the medium to long term. In May 2018, the Fortune Theatre Trust board, following extensive discussion with Dunedin City Council, Creative New Zealand and the Otago Community Trust (its three principal funders and stakeholders), decided to cease trading as a professional theatre company. Dunedin City Council and Creative New Zealand are agreed that it is important that Dunedin continues to benefit from access to professional theatre and jointly wish to take this opportunity to consider the optimal arrangements for the future of professional theatre and the performing arts in the City. At the same time, and in a potentially linked development, Dunedin City Council has purchased a building at 65 Crawford Street, formerly known as Sammy???s. This building has accommodated a variety of occupants throughout its history and still retains much of the internal structure of a theatre. Previous consultation identified the community???s wish for a performing arts venue.",Awarded,,20201117 Dunedin City Council,19971506,Request for Proposals,Open Competition,"Long-Term Technical, Engineering & Specialist Support (LTES) Panel",7860,20180801,20180919,20190226,,Sole Agency,No,,"This opportunity in a nutshell The Dunedin City Council has an ongoing need for specialist expertise for investigation, design and specification work across the organisation; most notably in the infrastructure and network groups. We intend to: - ??? Establish a panel of specialist suppliers who can provide this Long-Term Technical, Engineering and Specialist support (LTES) services. ??? Streamline the procurement process to appoint a supplier to allow greater throughput of work and to ensure we deliver the required outcomes as approved in our long-term plan. ??? Develop a partnering environment where we benefit from technical and engineering innovation and excellence that delivers the best whole of life solution for our ratepayers. ??? Incorporate a 2-tiered approach to the panel to include national/international/major organisations as well as small and specialist organisations. ??? Provide an opportunity for panel providers to really collaborate and get reward for performance. We need ??? To partner with organisations that are able to provide both the breadth and specialist support services required by the DCC to deliver the project and infrastructure outcomes in the DCC???s long-term plan. ??? For potential suppliers to contribute to a partnering model that stimulates cooperation between panel members and a framework that rewards excellence. It is the intention that there will be transparency between the DCC and panel members in forthcoming projects and the DCC will have a dedicated resource who will manage the commercial relationships with panel members. We are seeking organisations that have: - ??? The experience, capability and capacity to deliver the DCC???s needs. ??? A desire to work with the DCC for the long-term with a continuous improvement approach. ??? The ability to introduce technical and engineering innovation where appropriate. ??? A commitment to providing the best value for money technical and engineering solutions. ??? A pro-active partnering approach that seeks to benefit from reduced competition and a streamlined approach to doing business with the DCC. ??? Commitment to sustainability.",Awarded,,20201117 Dunedin City Council,19995613,Request for Proposals,Open Competition,Postal Services,8036,20180807,20180907,20190506,,Sole Agency,No,,"What we need The Dunedin City Council (DCC) has a current postal contract, which is about to expire and is seeking proposals for a cost-effective postal service which encompasses mail and courier services. The service required is a complete end to end solution including, but not limited to: - ??? The supply of pre-printed business post envelopes ??? Standard and bulk mail ??? International mail ??? Parcels ??? Courier services. We have legislative requirements regarding delivery timeframes and these need to be met by the successful tenderer.",Awarded,,20201117 Dunedin City Council,20011826,Request for Proposals,Open Competition,DCC Mobility Improvements 2018 -19,8086,20180810,20180905,20181205,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedin???s transportation network. A number of small scale pedestrian mobility improvement treatments have been identified around the city and are to be implemented through this contract. All works are concerned with pedestrian crossing locations and typically involve installing new cutdowns, reshaping of footpath and installation of new tactile indicators. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city.",Awarded,,20201117 Dunedin City Council,20017862,Request for Proposals,Open Competition,Vogel Street Abutment Redevelopment,8120,20180813,20180903,20181203,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,20051482,Request for Proposals,Open Competition,DCC Guardrails 2018/19,8097,20180821,20180912,20181214,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedin???s transportation network. Seven sites have been identified, around and within the greater Dunedin area, which will benefit from the installation of safety barrier and is to be implemented through this contract. Barrier types to be installed include w-section, wire rope and timber barrier. Some sites also have retaining requirements. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city.",Awarded,,20201117 Dunedin City Council,20156039,Request for Proposals,Open Competition,Kaikorai Valley Wastewater Overflow - Professional Services,8128,20180913,20181008,20190213,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL - Significant rainfall events in the Kaikorai Valley catchment exceeds current wastewater network capacity and leads to wastewater flooding, contamination and health and safety risks to residents in South Dunedin. The permanent engineered solution will take significant time and therefore we have an urgent immediate need for an interim solution. Wastewater from the Kaikorai Valley catchment flows to the Tahuna Wastewater Treatment Plant (WWTP) via a piped network that passes through the Caversham Tunnel and South Dunedin. The DCC has allocated funding in its 2018-28 Long Term Plan for a new pipeline to divert Kaikorai Valley wastewater flows to the Green Island WWTP and for the Green Island WWTP to be upgraded with the capacity to treat these flows. Commencement of the pipeline and WWTP upgrade is expected to be 3 ??? 4 years away due to the time required to gather data, design and consent the work. Construction is expected to take approximately 3 ??? 4 years to complete. The South Dunedin community has made it clear that having to wait this long to resolve the wastewater flooding issue is not acceptable. As an interim solution; to alleviate the frequency and severity of wastewater flooding in South Dunedin; the DCC is seeking to establish a temporary wastewater overflow to the Kaikorai Stream. The intention is for the overflow to be able to be operated in significant rainfall events to discharge up to the full flow of wastewater from the Kaikorai Valley catchment into the Kaikorai Stream with coarse/primary screening. The outfall structure is intended to have a service life of no more than 10 years, a sufficient timeframe for the new pipeline to and upgrade of the Green Island WWTP to be completed. The DCC is seeking to partner with a professional services provider who will work alongside the DCC to manage all aspects of the investigation, feasibility and design. It is essential that the professional services partner has exceptional stakeholder engagement and management skills as the consenting and agreement aspects are likely to be challenging. The DCC is happy to share risk in this project where it will accelerate the project programme. The professional services partner will then prepare the construction tender, act as engineer to the contract and monitor construction.",Awarded,,20201117 Dunedin City Council,20172274,Request for Proposals,Open Competition,Security Services,7667,20180917,20181015,20190114,,Sole Agency,No,,"The Dunedin City Council (DCC) is proposing a security contract involving scheduled and reactive call out work for its parks/reserves and civic facilities within Dunedin City. The scheduled work will include gate opening and closing of selected parks/reserves and car parks, as well as patrols. Additional tasks under the contract will include monitoring security alarms and responding to callouts. We also require noise control services for the City as well as event security.",Awarded,,20201117 Dunedin City Council,20214940,Request for Proposals,Open Competition,DCC Instream Structures Maintenance,8090,20180927,20181024,20190123,,Sole Agency,No,,"This is an opportunity for Contractors with relevant experience and sound methodology to carryout Instream Structures Maintenance including river bank reinstatement, wall repairs and construction within the wet bed of Dunedin rivers. We want suppliers that are sympathetic to road users and will take steps to minimise disruption to traffic as much as possible. We also require Contractors to be environmentally aware and can demonstrate they are committed to environmental compliance requirements.",Awarded,,20201117 Dunedin City Council,20223176,Request for Proposals,Open Competition,High Speed Pavement Condition Survey 2018/19 - 2019/20,7780,20181001,20181101,20190131,,Sole Agency,No,,"The Dunedin City Council seeks a provider to complete high speed road condition surveys of the Council???s sealed network, approximately 2,100 lane kilometres. The contract is for two years with a possible two year extension. Arterial and Primary Collector roads (approximately 420 lane kms) will be surveyed every year. All other classes of road (approximately 1700 lane kms) will be surveyed once across the two years of the contract. The data required to be collected including associated processing, compliance monitoring and reporting and data load to RAMM is: ??? Longitudinal profile for roughness in both wheel paths ??? Transverse profile for rut depth in both wheel paths ??? Texture depth in both wheel paths and mid lane In addition, the Council requires an Route Position and GPS indexed video of all of Dunedin???s sealed roads and Automatic Defect Detection of cracks and potholes across a 100 lane km sample of the network.",Awarded,,20201117 Dunedin City Council,20262215,Request for Proposals,Open Competition,Brown Street - Road Safety Improvements,8232,20181009,20181029,20190128,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedin???s transportation network. Each year a number of road safety improvement projects are identified and implemented to ensure continuing improvement in safety of the network. These projects typically involve kerb and channel realignments, installation of speed management systems and pedestrian crossing upgrades. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city. This Contract is considered to be a chance for the successful Contractor to prove their ability to efficiently deliver these types of safety improvement works for our city. It is of note that the current government has identified safety improvement projects as being a priority for future transportation investment in New Zealand.",Awarded,,20201117 Dunedin City Council,20269388,Request for Proposals,Open Competition,Probity Auditors Panel,8002,20181010,20181114,20190213,,Sole Agency,No,,"The Dunedin City Council (DCC) has established a professional procurement function to ensure procurement is both leading edge and conducted in a professional and consistent manner across the DCC. Probity is a vital element to the DCC???s procurement process and we recognise that this is, at times, best achieved with external assurance. We are therefore seeking to partner with external parties to provide that independent assurance when required. The Procurement Team is able perform the probity assurance role for much of the DCC???s procurement activity. We also recognise that it is not always appropriate to have the probity assurance function provided by DCC staff (particularly for high-risk, high-value and/or specific high-profile projects) and independent probity assurance may therefore necessary in such cases. This procurement is intended to establish a small panel of pre-qualified probity auditors so that the DCC can draw on their services, as and when required.",Awarded,Panel established,20201117 Dunedin City Council,20291940,Request for Proposals,Open Competition,School Cluster 2 - Road Safety Improvements,8235,20181015,20181105,20190204,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedin???s transportation network. Each year a number of road safety improvement projects are identified and implemented to ensure continuing improvement in safety of the network. These projects typically involve kerb and channel realignments, installation of speed management systems and pedestrian crossing upgrades. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city. This Contract is considered to be a chance for the successful Contractor to prove their ability to efficiently deliver these types of safety improvement works for our city. It is of note that the current government has identified safety improvement projects as being a priority for future transportation investment in New Zealand.",Not Awarded,,20201117 Dunedin City Council,20309494,Request for Proposals,Closed Competition,DCC New Sutton - Mt Ross Road Bridge Construction,8087,20181019,20181112,20190211,,Sole Agency,No,,"This an opportunity for Contractors with relevant experience and sound methodology to construct a new 3 span bridge over the Taieri River on Sutton-Mt Ross Road. What we need: We want suppliers that have sufficient resources and a robust methodology to deliver this construction project on time and within budget. We also require Contractors to be environmentally aware and can demonstrate they are committed to environmental compliance requirements.",Awarded,,20201117 Dunedin City Council,20548764,Request for Quotations,Open Competition,Vegetation Map for Dunedin City,8352,20181214,20190201,20190304,,Sole Agency,No,,The Dunedin City Council (DCC) needs a fine scale map of the district???s current vegetation cover as a baseline for a variety of future monitoring and assessment tasks. This is an opportunity for your business to provide an excellent GIS resource that will help improve indigenous biodiversity outcomes in our district for decades to come.,Awarded,,20201117 Dunedin City Council,20615131,Request for Proposals,Closed Competition,LTES SoW Te Rauone Quantity Surveyor,RR 188,20190118,20190128,20190211,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,20615201,Request for Proposals,Closed Competition,"LTES SoW - Silverstream Pipe Bridge Repair ??? Center Road, Mosgiel",,20190118,20190124,20190217,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,20615577,Request for Tenders,Open Competition,DCC Southern Reservoir Spillway Remediation,7599,20190118,20190218,20190506,,Sole Agency,No,,"DCC CONTRACT NO. 7599 ??? SOUTHERN RESERVOIR SPILLWAY REMEDIATION Dunedin City Council is inviting tenders for the remediation of the spillway at its Southern Reservoir, off Reservoir Road, Burnside Dunedin. The works include the construction and commissioning of a new reservoir spillway outlet, including demolition of the existing spillway, disposal of demolition materials, backfilling, restoration of levels and slopes, and re-grassing.",Awarded,,20201117 Dunedin City Council,20705643,Request for Proposals,Closed Competition,LTES SoW Westwood Chamber Ballast Design,,20190211,20190213,20190217,,Sole Agency,No,,,Awarded,,20201117 Dunedin City Council,20792401,Request for Quotations,Closed Competition,Probity Panel SoW - Network Maintenance,8465,20190301,20190315,20190403,,Sole Agency,No,,Probity Panel Scope of Work for Transport Network Maintenance procurement process. See attached,Awarded,,20201117 Dunedin City Council,20812164,Request for Proposals,Open Competition,Residents' Opinion Survey,8451,20190307,20190408,20190607,,Sole Agency,No,,"The DCC has commissioned a Residents??? Opinion Survey (ROS) since 1994 to canvass the views of residents from Dunedin about a range of services and facilities. The contract with our current provider is nearing expiry and we are therefore requesting proposals from suitably qualified and experienced organisations who are interested in partnering with the DCC to provide these services for the next 5 years.",Awarded,,20201117 Earthquake Commission,16930782,Request for Proposals,Open Competition,Pre-quake valuations for Canterbury properties with Increased Liquefaction Vulnerability (ILV),EQC 20151028,20151028,20151112,20160609,,Sole Agency,No,eqctenders@eqc.govt.nz,"The Earthquake Commission (EQC) is settling claims for Increased Liquefaction Vulnerability (ILV), a form of land damage, through 2016. Where EQC settles this type of land damage through a Diminution of Value (DOV), a valuation of the residential property as of the 3rd September 2010 (pre-quake valuation) is required. A property is defined as being the insured residential land and any improvements as set out in the Earthquake Commission Act 1993. EQC is looking to appoint a single supplier who is capable of delivering robust pre-quake valuations signed by a Registered Valuer, in a timely manner, for up to 6,000 residential properties.",Not Awarded,This contract was awarded to QV.,20201117 Earthquake Commission,17054064,Request for Proposals,Open Competition,Canterbury Drainage Assessment Service Panel,EQC20151204,20151204,20160108,20160307,,Sole Agency,No,,"EQC is looking for certified drainlayers who hold a current practicing licence issued by the Plumbers, Gasfitters and Drainlayers Board (PGDB) to assess residential drains in Canterbury to determine whether the assessed drains have been damaged by the Canterbury earthquakes. EQC intends to use the information obtained from the drainage assessments to settle its customer???s drainage claims. Successful Respondents to this Request for Proposal will form a supplier panel to be referred to as the Canterbury Drainage Assessment Service Panel (the Panel).",Not Awarded,"EQC has agreed individual contacts with the following companies; CB Civil and Enviro Dynamics Limited Civil and Land Construction Limited Easyflow Drainage GN Brewer Hydrotech Laser Plumbing Limited MHR Limited Peter Diver Limited SJO Limited Discount Drainage All Clear",20201117 Earthquake Commission,17086727,Request for Proposals,Open Competition,Remuneration and Staff Performance Management Tool,EQC20151218,20151218,20160122,20160517,,Sole Agency,No,,"The Earthquake Commission (EQC) is seeking Proposals from suitably qualified and experienced organisations to assist EQC in the provision of a Remuneration and Performance Management tool or tools. EQC currently performs performance management and remuneration processes annually for permanent and fixed term staff. These processes currently require significant manual effort. EQC Human Resources requires a remuneration tool that provides greater control, allows direct collaboration with managers, meets its reporting needs, and removes the risks associated with the current reliance on spreadsheets, HR and payroll information provided manually and vendor updates during the remuneration process. The remuneration review process is to be supported by a tool that can: ??? Integrate with EQC???s HRIS and Payroll system. ??? Provide greater transparency, access and control of remuneration review information. ??? Enable a single point for real-time collaboration between HR, Remuneration Managers and Executive Leadership Team (ELT). ??? Enable business rules and letter template changes to be completed by HR removing significant reliance on vendor support. ??? Deliver improved reporting. As with the remuneration tool requirements above, EQC also requires a performance management tool that provides greater control, allows direct collaboration with managers, meets its reporting needs and removes the risks associated with the current reliance on spreadsheets. The performance management process will be supported by a new tool that will: ??? Integrate with EQC???s HRIS and Payroll system. ??? Remove the need for disparate performance plans in word format. ??? Provide greater transparency, access and control of performance plans and ratings. ??? Enable a single point for real-time collaboration between HR, Managers and ELT for performance plans and ratings. ??? Enable HR to systematically set performance plans against EQC???s strategic direction. ??? Enable improved reporting, particularly in highlighting staff that do not have performance plans or whose performance is being actively managed. ??? Provide integration with EQC???s LMS (Totara) for input to, and output from EQC???s employee learning plans (noting that staff learning plans are held in Totara).",Awarded,EQC is informing the market that Remesys Pty Ltd was awarded this contract. EQC would like to thank everyone who participated in this tender process.,20201117 Earthquake Commission,17162164,Request for Proposals,Open Competition,Claims Management System (CMS) Reimplementation,EQC 20160129,20160129,20160229,20160513,,Sole Agency,No,eqctenders@eqc.govt.nz,"EQC seeks a strategic partnership which can deliver to EQC an integrated Claims Management System (CMS) solution utilising the Guidewire ClaimCenter v8 product (which EQC has licensed already), implemented using a Guidewire PartnerConnect??? partner, residing on the All of Government Infrastructure as a Service (AoG IaaS), which is the preferred option, or an alternative public or private cloud that meets New Zealand Information Security Manual (NZISM) requirements and presents a risk profile acceptable to EQC. This opportunity is for a Strategic Partner to design, implement and provide Service Aggregation and Project Services across the CMS solution stack. The CMS solution stack is based on a clean install of Guidewire version 8 products, rather than an upgrade of the Guidewire version 4. The CMS solution stack needs to have appropriately specified, implemented and supported peripheral components plus integrations/interfaces to EQC supplied systems, including the existing SAP B1 Financial Management Information System (FMIS). Following implementation EQC will require on-going Service Aggregation support and Project Services (enhancements) across the full CMS solution stack. EQC does not want theoretical proposals about abstract or speculative approaches to claim management or government services provision using bespoke software development, non-core applications outside of the application stack or provision of services unrelated to the reimplementation and support of the CMS solution stack based on Guidewire ClaimCenter v8.",Awarded,4impact Pty Ltd has been awarded the CMS Reimplementation contract following a comprehensive procurement process. EQC would like to thank all parties who participated in the process.,20201117 Earthquake Commission,17537255,Request for Proposals,Open Competition,Customer Satisfaction Survey and Insight,EQC20160520,20160520,20160613,20160815,,Sole Agency,No,,"The Earthquake Commission (EQC) is seeking Proposals from suitably qualified and experienced organisations to assist EQC in the provision of a Customer Satisfaction Survey and insight of the information collected. EQC wish to obtain the services of a supplier who has a good track record of assisting their customers with a high quality Customer Satisfaction Survey that will establish their level of satisfaction with the service provided by EQC and our contractors. Accuracy and timeliness in collecting survey responses, and having assurance that the raw data collected can be translated into actionable intelligence, are primary requirements for EQC.",Not Awarded,TNS New Zealand has been awarded this tender.,20201117 Earthquake Commission,19146932,Request for Proposals,Closed Competition,RFP for Reinsurance Broking Services,18956364,20171018,20171108,20180309,,Sole Agency,No,,"This opportunity What we need The Earthquake Commission (EQC) provides coverage for specified insured residential land, buildings and personal property in New Zealand against earthquake, tsunami, natural landslip, volcanic eruption and hydrothermal activity. EQC covers residential land only against storm and flood damage. EQC currently purchases more than $4.5 billion of reinsurance capacity involving more than 70 reinsurance markets, making it one of the largest reinsurance programmes world-wide. EQC is seeking the services of a reinsurance intermediary to: ??? Advise EQC on the competitive purchase of conventional reinsurance as well as viable alternatives as part of an overall strategy for the protection of the Natural Disaster Fund. ??? Advise on counterparty risk policy and assist with implementation. ??? Ensure the proposed strategy will remain feasible for EQC. ??? Assist in the negotiation and placement of reinsurance and/or any risk financing alternative. ??? Assist in reinsurance claim recoveries. EQC is looking to award the final contract to an intermediary or intermediaries with experience in major governmental natural disaster insurance programmes or similar reinsurance placements and can demonstrate that they can add value to reinsurance negotiations. What we don???t want EQC is not seeking the provision of a loss modelling tool or seeking loss modelling tool options. A bit about us Originally established by the New Zealand Government in 1945 as the Earthquake and War Damage Commission, the Earthquake Commission has been operating continuously since that time and today provides coverage for all insured residential property in New Zealand for several natural perils, principally including earthquake, tsunami, natural landslip, volcanic eruption, hydrothermal activity and flood damage to land. Further information is contained on the EQC web site. Request for Proposal (RFP) Shortlisted respondents from the ROI stage are now invited to submit a RFP response. The purpose of this notice is to inform potential respondents of the details and timing of the RFP process to support preparation and submission of proposals.",Awarded,,20201117 Earthquake Commission,20027603,Request for Proposals,Closed Competition,RFP for Geotechnical Services,A00001-00-00,20180827,20180914,20190405,,Sole Agency,No,,"As part of delivering our statutory functions, EQC has a requirement for suitably qualified and experienced consultants who specialise in Geotechnical Services. These Consultants will provide advice and services as members of the Geotechnical Panel (???the Panel???) to various areas within EQC which include Event Response and Management, Claims, Legal, and Resilience. EQC is planning to appoint a small panel of preferred suppliers of Geotechnical Services, to respond to baseline events and Major Events, and to provide Geotechnical Services and associated co-ordination activities. Respondents interested in being considered for the Panel must submit a proposal demonstrating they have the personnel and resources to provide the following services: ??? Land damage assessment including liquefaction, slope stability assessment and land hazard mitigation advice ??? Communications support associated with the geotechnical aspects of the above ??? Input into land hazard policy advice including associated research ??? Legal support and expert witness services if required ??? Emergency response management including coordination/management of all subcontractors ??? Input into related training, lessons learnt and event response documentation ??? Participation in event readiness planning EQC is looking for suppliers of Geotechnical Services with experience and/or understanding of natural disaster response, and who can demonstrate that they can add value to the claims, reconstruction and contingency planning processes.",Awarded,,20201117 Earthquake Commission,20411342,Request for Proposals,Open Competition,Mental Health Awareness & Resilience Training,A00033-00-00,20181113,20181207,20190214,,Sole Agency,No,,"The EQC is seeking an experienced training provider, to develop and deliver face-face training to all EQC staff, on the topic of mental health awareness and personal resilience. This training is part of a wider set of initiatives being rolled out to EQC staff, as part of our new workplace Wellbeing Programme. It???s important to us that you are a credible provider, and you will have delivered training of this nature before, to organisations similar (in nature and scale) to the EQC. The training subject matter will be well known to you, and you will be highly competent in delivery of this subject matter in a way that is easily understandable, engaging and sensitive to the needs of your training audience.",Awarded,,20201117 Earthquake Commission,20490644,Request for Proposals,Open Competition,"EQC Office 365 Design, Implementation and Support Services",A00037-00-00,20181128,20181219,20190411,,Sole Agency,No,,"EQC is embarking on the design and implementation of a Modern Workspace in order to deliver to the EQC People and Location Strategy. The Modern Workspace will enable the best employee experience and ensure that the organisation can operate during a natural hazard event, as it will enable authorised access to corporate information from anywhere at any time. EQC intends to transition to Microsoft Office 365 in two stages during 2019. The Investigate stage will complete planning activities and includes the development of employee personas, requirements confirmation, high level design and the completion of a Final Business case for the implementation and support. A final business case will require approval in order to progress the implementation of the Modern Workspace. EQC requires a partner to deliver the design, implementation and support of our Microsoft Office 365 Platform. The Partner will be a leader in their field and must have a full catalogue of capabilities to support delivery. This supplier will be a Microsoft partner and has had experience in: ??? The design, enhancement and delivery of an Office 365 offering, ??? Office 365 hosting and development patterns, ??? Change Management, ??? implementation of records management solutions using SharePoint, including: a) an understanding of the NZ Public Records Act; b) experience in implementing solutions that meet these requirements. EQC also wants to ensure the supplier is well placed to take advantage of Office 365 features and a new ways of working. EQC is seeking a supplier that; ??? can assist in the identification and implementation of new capabilities and; ??? can provide opportunities for new ways of working. The successful supplier must be available to start providing input into the development of the business case in March 2019. The agreement for this service will be for an initial 2.5 year term with a 2 year right of renewal at EQC???s discretion.",Awarded,,20201117 Education New Zealand,15746527,Request for Proposals,Open Competition,Development and Implementation of a new Valuation Methodology for New Zealand???s Education Services Exports,,20150827,20150925,20151102,,Sole Agency,No,"Level 5, Lambton House, 160 Lamton Quay, Wellington, New Zealand.","Education New Zealand (ENZ) has issued a Request for Proposal (RFP) to develop and implement a valuation methodology to more comprehensively determine the value of New Zealand???s educational services exports in order to better achieve the Government???s Goals for International Education (in particular Goal 2*). Specifically the valuation methodology should seek to establish a broad measurement base that extends well beyond the organisations that currently identify themselves as educational services exporters and to also measure the broader value to the New Zealand economy from these activities beyond measurement of direct export revenues *Goal 2 ??? New Zealand???s education services in other countries are highly sought after by students, education providers, businesses and Governments overseas",Awarded,,20201117 Education New Zealand,17897395,Request for Proposals,Open Competition,International Delivery Plan for NZs International Education Industry,IDP001,20160912,20161007,20161117,,Sole Agency,No,,"10. ENZ is seeking proposals from suitably qualified consultants to undertake the development of an International Delivery Plan for New Zealand???s International Education Industry.",Awarded,,20201117 Education New Zealand,17901679,Request for Proposals,Open Competition,Database Marketing Partner,DBMP01,20160913,20160928,20161103,,Sole Agency,No,,This RFP is for appointing a database marketing partner to develop and implement a marketing database and data-driven direct marketing programme across Education New Zealand???s sixteen international markets for international student recruitment.,Awarded,,20201117 Education New Zealand,18858762,Request for Proposals,Open Competition,Strategic Market Assessment of Mexico???s Education Market,,20170721,20170901,20171024,,Sole Agency,No,"L5 160 Lambton Quay, PO Box 12041 Wellington 6144","Purpose of this RFP ENZ is seeking proposals from suitably qualified consultants to assist in the development of a clearer understanding of the current and future potential of the education market in Mexico, specifically how Mexican outward student mobility will evolve over the next 5-10 years and what will be the prevalent demand characteristics. Scope of this RFP The research should consider the potential for outbound student mobility from Mexico to New Zealand across all key education sectors spanning K-12 through to higher education.",Awarded,,20201117 Education New Zealand,19254503,Request for Proposals,Open Competition,2018 Economic valuation of international education in New Zealand,,20171123,20171221,20180307,,Sole Agency,No,"Education New Zealand Level 5, 160 Lambton Quay PO Box 12041 Wellington 6144","ENZ is seeking proposals from suitably qualified companies to undertake the biennial economic valuation of international education delivered in New Zealand. Education New Zealand defines an international student as a non-NZ resident who has entered NZ expressly for the purpose of study (this definition is wider than full fee paying students and captures those international students, such as PhD, that pay domestic fees) This valuation will build on the previous valuations, utilise the same methodology (see schedule 3 for a copy of the 2016 valuation) but there remains room for enhancement of the methodology if it is appropriate. Specifically, the economic valuation should cover: a. The value of tuition fees attributable to full-fee paying students by provider sector, market, and NZ region b. Exploration of the economic value generated by those international students that are non-full-fee paying c. A detailed summary of the economic value attributable to all international students by sector, market, and NZ region (full-fee paying and non-full-fee paying, gross activity, and value-added analysis including multipliers) d. A disaggregated look at student expenditure by region, and specific markets e. Exploration of the hours and type of work undertaken by international students while in-study f. Capture/estimate the potential value from the numbers and nationalities of students that anticipate remaining in New Zealand to undertake work after the completion of study g. Capture and explore the potential value from visiting family and friends h. Regional valuations that detail and explore the points above by specific New Zealand regions",Awarded,,20201117 Education New Zealand,19254665,Request for Proposals,Open Competition,2018 biennial valuation of New Zealand???s education services exports,,20171123,20171221,20180307,,Sole Agency,No,"Education New Zealand Level 5, 160 Lambton Quay PO Box 12041 Wellington 6144",,Awarded,,20201117 Education New Zealand,19394401,Request for Proposals,Open Competition,Upgraded Learning Management Systems (LMS) for student agents,,20180124,20180222,20180508,,Sole Agency,No,,"ENZ is seeking proposals from suitably qualified New Zealand based companies to upgrade the LMS for education agents, and assist with the development of new content. ENZ offers online training to all education agents via Learning Management System (LMS).This training assists education agents who want to increase their knowledge of the benefits of the New Zelaand education system, and the benefits of studying and living in New Zealand, see: https://enz.govt.nz/support/agent-support/enz-agent-training/ (there are currently no restrictions in registering for, and undertaking, this training). ENZ now intends to upgrade the agent training LMS, and develop new content to assist agents to continually develop the knowledge and skills required to effectively promote New Zealand, have meaningful and informative conversations with prospective students and their parents, enhancing the student experience, and contributing to the student well-being strategy.",Awarded,,20201117 Education New Zealand,19499045,Request for Proposals,Closed Competition,Digital Student Experience (DSX) Platform,,20180302,20180323,20180518,,Sole Agency,No,"Education New Zealand Level 8, 139 Quay Street Auckland 1010","ENZ is seeking proposals from suitably qualified New Zealand based companies to develop and deliver the Digital Student Experience (DSX) Platform for prospective and current international students. Broadly this task may include the following: ??? Recommendations around how to develop content and a digital experience that will best engage our student audience, who are largely aged 16 to 26 years old ??? Developing a??????bespoke platform ??? Leveraging Study in NZ website Silverstripe templates where possible including INZ content redesign ??? ENZ designed and curated content entered via the existing CMS ??? Push out ENZ designed and curated content using our Automated Marketing Platform Marketo, social and other digital tools ??? A flexible and scalable information architecture ??? Student connection mechanisms e.g. blogs, social media",Awarded,,20201117 Education New Zealand,20102358,Request for Proposals,Open Competition,New Zealand Student Experience Survey (NZSXS),,20180903,20180921,20181122,,Sole Agency,No,,"The Government recently released the ???International Education Strategy, He Rautaki M??tauranga A Ao, 2018-2030. This is an ambitious roadmap for the entire international education sector over the coming twelve years. As Minister Hipkins, Minister of Education says, ???At its best, International Education transforms lives???. One significant action informing this work will be the delivery of a robust measurement of student experience for international students. What we need ??? ENZ will commission the design and delivery of a customer experience measurement survey to gather the insights required to evaluate student experience across all education sectors and at different stages of the student journey; and provide insight on the impact of our work programmes and initiatives. ??? The ENZ survey will measure the student experience across all education sectors and regions, enabling granular insights in to the overall international education sector in New Zealand. ??? It will be designed to report on metrics ENZ is required to report on under the International Education Strategy 2018-2030 as it relates to Student Experience (Schedule One) and the International Student Wellbeing Strategy (Schedule Two). ??? Broadly this will include the following: 1. Design of a customer experience research methodology 2. Execution of research nationally 3. Reporting and analysis",Awarded,,20201117 Electoral Commission,5537568,Request for Proposals,Open Competition,EMS Redevelopment Project,EC/33,20141020,20141128,20150211,,Sole Agency,No,"Electoral Commission, Level 10, 34-42 Manners Street, Wellington 6140","The Electoral Commission is an independent Crown entity responsible for the delivery of parliamentary elections and referenda, and requires Services and Deliverables for the redevelopment of its Elections Management System (???EMS???) and associated modules and websites. Do not submit responses via email as per RFP instructions. Note: an error has been noted in the RFP document. Page 20, Section 5.10.6 Cost Information, first paragraph incorrectly references Section 5.7 ""Costings"" this should be Section 5.9. Please accept my apology for any inconvienence it may have caused.",Awarded,The contract has now been signed.,20201117 Electoral Commission,15229863,Request for Proposals,Open Competition,Provision of Services relating to Storage and Distribution of Electoral Equipment and Supplies,EC/34,20150818,20150922,20160914,,Sole Agency,No,"Electoral Commission, L10, Sovereign House, 34-42 Manners Street, Wellington, New Zealand","The Electoral Commission (???the Commission???) is seeking a supplier for the storage, distribution, and management of electoral supplies and equipment (???the Deliverables???). Ideally the Commission is seeking a single supplier to provide an end-to-end service. However, the Commission is open to receiving proposals from suppliers that can provide one or more of the components (i.e. storage, distribution, management). From the responses to this request for proposals (???RFP???), one or more organisations may be invited to the contract negotiations stage. The responses to this RFP process will be used to select one or more preferred Respondent, and as a basis for negotiation. This RFP does not give a detailed specification of the manner in which the Deliverables are to be provided. Respondents are expected to make proposals for appropriate delivery methods based on their expert assessment of best practice. This may include presenting two or more options, each offering different strengths and weaknesses.",Awarded,,20201117 Electoral Commission,17248722,Request for Proposals,Open Competition,"E-Learning Services: Consultation, Capability Development and LMS",EC/36,20160225,20160401,20160720,,Sole Agency,No,,"The Electoral Commission (???the Commission???) seeks proposals from one or more suppliers to develop and deliver one or both of the components of an e-learning package which include: [1] Development of E-Learning Strategy, Approach and Internal Capability Expert consultation is required to identify and develop a plan that enables the Commission to implement e-learning as an integrated component of a wider training programme for the 2017 General Election and beyond. [2] Learning Management System (LMS) The Commission currently uses Moodle 2.7 to provide basic e-learning. The Commission is open to either further developing and/or upgrading its existing LMS or procuring an LMS and related IT infrastructure that may better suit our requirements.",Awarded,Inspire Group have been awarded the contract for services outlined in Part 1 of the RFP documents. Learning Works have been awarded the services outlined in Part 2 of the RFP documents.,20201117 Electoral Commission,17546626,Request for Proposals,Open Competition,Design and Production of Voting Place Signage,EC/37,20160525,20160627,20161214,,Sole Agency,No,"Tender Box, Design & Production of Voting Place Signage, Electoral Commission, Level 10, 34-42 Manners Street, Wellington 6140","The Electoral Commission is seeking a supplier for the services to design and produce voting place signs for the 2017 and 2020 general elections. Ideally the Commission is seeking a single supplier to provide the deliverables, however, the Commission is open to purchasing from more than one supplier.",Not Awarded,,20201117 Enable New Zealand,3935710,Request for Proposals,Open Competition,The Provision of Freight and Distribution Services,SDM 01/14,20140829,20140929,20151211,,Sole Agency,No,,"Enable New Zealand is seeking an integrated freight distribution solution that facilitates the uplift and delivery of outbound and returning freight and equipment, effective coordination and management of the service and the provision of outstanding customer service. The purpose of this Service is to support Enable New Zealand during its provision of service and equipment solutions to disabled and aged persons, across varied environments, by ensuring the efficient delivery and return of equipment items.",Awarded,"Fliway Transport awarded contract for general freight and courier freight Toll Holdings awarded contract for point to point bulk freight.",20201117 Enable New Zealand,13871063,Request for Proposals,Open Competition,Panel Supply - Power Wheelchair Category,PWCPANEL,20150710,20150814,20160224,,Sole Agency,No,,Enable New Zealand is seeking Request for Proposal (RFP) from organisations for the supply of goods and services in the Power Wheelchair Category.,Awarded,Three suppliers were selected to the Panel and contracts have been confirmed.,20201117 Enable New Zealand,17291451,Request for Proposals,Closed Competition,Batteries and Chargers,RFP March 2016,20160308,20160408,20160708,,Sole Agency,No,,Enable New Zealand are seeking a Request for Proposal (RFP) from organizations who have successfully been through the previous ROI process for the supply of goods and services in the Batteries and Chargers category (for Rehabilitation Equipment).,Awarded,,20201117 Enable New Zealand,17291862,Request for Proposals,Closed Competition,Tyres and Tubes,RFP March 2016,20160308,20160408,20160708,,Sole Agency,No,,Enable New Zealand are seeking a Request for Proposal (RFP) from organizations who have successfully been through the previous ROI process for the supply of goods and services in the Tyres and Tubes category (for Rehabilitation Equipment).,Awarded,,20201117 Enable New Zealand,17878218,Request for Proposals,Closed Competition,Equipment Subcontractors Services,Subcontractors Services RFP,20160906,20160930,20170330,,Sole Agency,No,,"Following on from the Registration of Interest (ROI) Reference: Equipment Subcontractors ROI August 2016, Enable New Zealand is seeking Request for Proposal (RFP) from organisations for the supply of goods and services in the Category. The second stage of the tender process is this ???closed tender??? Request for Proposal (RFP). The RFP has been issued only to suppliers who have demonstrated a degree of capability and experience through their ROI submission.",Awarded,,20201117 Enable New Zealand,18583370,Request for Proposals,Closed Competition,Ownership and Governance Arrangements RFP,,20170421,20170515,20170814,,Sole Agency,No,,The Enable New Zealand Governance Group is seeking an independent assessment of the types of ownership and governance structures that will best serve Enable New Zealand to achieve its strategic goals.,Awarded,,20201117 Energy Efficiency & Conservation Authority,2260374,Request for Proposals,Open Competition,Product Energy Projections and Priorities,2260374,20140801,20140901,20171006,,Sole Agency,No,,"The purpose of this request for proposal is for the Energy Efficiency and Conservation Authority of New Zealand (EECA) to procure and contract a suitable consultant to develop modelled energy savings based on New Zealand data. This project aims to develop a tool that can be easily used by EECA personnel to enable the estimating of energy savings and prioritisation of products for MEPS and labelling including ENERGY STAR. To ensure the robustness of the modelling actual changes in product energy efficiency and subsequent energy savings will be included and used to adjust future energy savings predictions and calibrate future modelling. All key assumptions in converting improvements in sales weighted energy efficiency to modelled and actual energy savings need to be explicit, aligned and easily revised as new research becomes available on how products are used by New Zealanders in their homes and businesses. The alignment of the key assumptions has up to now been the difficultly in comparing modelled and actual energy savings and this alignment is a key outcome of this project.",Awarded,,20201117 Energy Efficiency & Conservation Authority,9360459,Request for Proposals,Open Competition,Life Cycle Assessment of Electric Vehicles,,20150227,20150324,20170710,,Sole Agency,No,,"As there is currently no detailed New-Zealand specific analysis regarding the environmental footprint of electric vehicles, EECA is looking for a robust life cycle assessment of electric vehicles in a New Zealand context. EECA invites suitably qualified suppliers to submit a proposal to the attached RFP for the Life Cycle Assessment of Electric Vehicles contract opportunity.",Awarded,,20201117 Energy Efficiency & Conservation Authority,10822903,Request for Proposals,Open Competition,Crown loans programme review,,20150410,20150511,20170907,,Sole Agency,No,,"EECA is seeking an independent review of the Crown Loans programme that looks at its delivery over the past 5 years and assesses whether programme management could be improved, and what opportunities, if any, exist for improving / expanding the programme.",Awarded,,20201117 Energy Efficiency & Conservation Authority,11263563,Request for Proposals,Open Competition,Heavy Vehicle Aerodynamic Device Evaluation,,20150424,20150521,20170901,,Sole Agency,No,"PO Box 388, Wellington 6140, New Zealand","We wish to understand the relevancy of overseas fuel economy information related to the use of aerodynamic devices fitted to heavy vehicles, when considering the use of such devices on heavy vehicles in New Zealand. Additional note dated 15 May 2015: the Pre-conditions listed in the RFP have been removed but parties will need to otherwise clearly show that they have the experience to deliver the required outputs of the Project in a robust manner, at the level of quality required, and within the timelines outlined in the RFP.",Awarded,,20201117 Energy Efficiency & Conservation Authority,16907664,Request for Proposals,Closed Competition,Warm Up New Zealand: Healthy Homes - Auckland Special Project 2015,,20151021,20151117,20170421,,On behalf of procurement agent,No,Not applicable,"The Energy Efficiency Conservation Authority (???EECA???) is seeking proposals under a closed RFP basis from service providers wishing to deliver home insulation retrofits for homes that meet the Warm Up New Zealand: Healthy Homes programme eligibility criteria in the Auckland area. The term of the contracts will be up to 7 months commencing as soon as practicable and concluding 30 June 2016. Proposals for the Auckland Special Project may only be made by those service providers who were selected under the 2014/16 WUNZ: HH RFP. Proposals will be made via the EECA GEM database. EECA will select the preferred service provider(s) based on its evaluation of the proposals received against the evaluation criteria specified in the Auckland Special Project RFP document. Questions relating to this RFP must be emailed to both of the following addresses by midday 12 November 2015: 1. nigel@trlnz.com 2. applications@eeca.govt.nz",Not Awarded,Greenstar Energy Solutions and Smart Energy Solutions,20201117 Energy Efficiency & Conservation Authority,16914244,Request for Proposals,Closed Competition,Warm Up New Zealand: Healthy Homes - South Auckland Special Project 2015,,20151023,20151119,20160914,,On behalf of procurement agent,No,Not applicable,"Please find attached an RFP issued on behalf of the Energy Efficiency Conservation Authority (???EECA???), which is seeking proposals from service providers wishing to deliver home insulation retrofits for homes that meet the criteria in the South Auckland area only. This is a highly specific and targeted piece of work that has become available by tender. Supported by Government, EECA and Auckland Council will provide up to 60% of the required funding. The balance of funding (minimum of 40%) will be contributed by third party or service provider funders. The Auckland Council grant contribution is being made on the condition that the funds will be ring fenced for home insulation for not-for-profit community housing, emergency house providers, and low income rental accommodation in South Auckland that meets the WUNZ:HH programme eligibility requirements. This specifically excludes HNZC and other government housing. There is no supporting Foundation North contribution for the Auckland Council contribution although distribution of funds will occur via Foundation North. Any enquiries seeking clarification on any aspect of the RFP must be submitted in writing via email to both of the following addresses: nigel@trlnz.com and applications@eeca.govt.nz Questions or enquiries must clearly identify the tender name on their correspondence. The last day for questions is Monday 16 November 2015 at 12:00 PM (midday) The closing date for this RFP is Thursday 19 November 2015 at 4:00PM. Proposals must be delivered to the two nominated email addresses and loaded into GEM, in electronic format by 4.00pm on the Closing Date.",Not Awarded,Greenstar Energy Solutions,20201117 Energy Efficiency & Conservation Authority,16965874,Request for Proposals,Open Competition,ENERGY STAR Programme Review,169,20151106,20151209,20170901,,Sole Agency,No,N/A,"EECA has had an ENERGY STAR voluntary labelling programme since 2005 (under license from the US Environmental Protection Agency), to promote high efficiency products in New Zealand. This is an endorsement label for products that meet a high efficiency specification. EECA delivers marketing promotions to raise awareness of the ENERGY STAR mark, and works with retailers and suppliers to promote their ENERGY STAR products. EECA requires a review of the ENERGY STAR programme. This will include: ??? an overview of the programme???s achievements, ??? a robust assessment method, ??? an outline of how ENERGY STAR fits in with EECA???s goals and the New Zealand market, ??? the potential for future development of the programme. EECA are looking for a credible respondent who has the capability and experience to review the ENERGY STAR programme. They need to have a good track record in assessing government programmes and providing robust analysis. This is a unique opportunity to measure the performance of a marketing programme and forecast future opportunities in high efficiency labelling.",Awarded,,20201117 Energy Efficiency & Conservation Authority,17495792,Request for Proposals,Open Competition,Conduct In-store Compliance Surveys,,20160512,20160606,20160914,,All of Government,No,,"This is a great opportunity to play a vital role alongside of EECA in empowering New Zealand consumers to make informed decisions about a product???s energy efficiency and its energy consumption. You will be supporting EECA to determine the levels of compliance in the market and gather additional market intelligence on the products subject to the MEPL programme and regulated under Energy Efficiency (Energy Using Products) Regulations 2002. EECA is looking to contract a company for completing Energy Rating Labelling (ERL) compliance surveys. Energy rating labels provide consumers with information on the energy efficiency of a product. Products are labelled so that the information is available at the point-of-sale. This allows consumers to take into account how much an appliance will cost to run, when considering which model to buy. EECA has been conducting compliance store surveys and surveillance in New Zealand for retailers who stock and sell products that are subject to the Minimum Energy Performance Labelling (MEPL) programme under the Energy Efficiency (Energy Using Products) Regulations 2002 to determine the levels of compliance in the market and gather additional market intelligence. A robust, transparent and non-intrusive survey process is required for EECA to be able to determine the levels of compliance in the New Zealand retail market of energy rating labelling on products.",Awarded,,20201117 Energy Efficiency & Conservation Authority,17510216,Request for Proposals,Open Competition,Energy Star Retail partner training and merchandising,,20160512,20160606,20160914,,All of Government,No,,"This is a great opportunity to play a vital role alongside EECA in empowering New Zealand consumers to make informed purchasing decisions about products that are super energy efficient. The ENERGY STAR label represents products that are ???best in class???. The delivery of key messaging combined with your proven experience and knowledge of the appliance retail sector and your ability to build and maintain key ENERGY STAR retail partnerships, puts you in the ideal position to deliver great outcomes for this exciting and dynamic voluntary labels programme. EECA is looking to contract a retail merchandiser company to carry out prescribed point of sale (PoS) marketing/merchandising activities, in retail appliance stores who collaborate with EECA, in the New Zealand ENERGY STAR Programme. EECA has had an ENERGY STAR voluntary labelling programme since 2005 (under license from the US Environmental Protection Agency), to promote high energy efficiency products in New Zealand. ENERGY STAR is an endorsement label for products that meet a high energy efficiency specification. EECA delivers marketing promotions to raise awareness of the ENERGY STAR mark, and works with retailers and product suppliers to promote their ENERGY STAR qualified products.",Awarded,,20201117 Energy Efficiency & Conservation Authority,17511208,Request for Proposals,Closed Competition,Internal Audit Services,,20160512,20160608,20160914,,Sole Agency,No,N/A,"The Energy Efficiency and Conservation Authority (EECA) is a Crown Entity under the Energy Efficiency and Conservation Act 2000, and has responsibilities under the Crown Entities Act 2004. EECA implements the Government???s priorities in the areas of energy efficiency, energy conservation, and renewable energy. This procurement relates to the provision of risk-based Internal Audit services for a period of up to three years from 1 July 2016.",Not Awarded,Deloitte,20201117 Energy Efficiency & Conservation Authority,17671536,Request for Proposals,Open Competition,EECA Warm Up NZ Healthy Homes Rental RFP,WUNZ001,20160706,20160801,20170714,,Sole Agency,No,https://eecagem.eeca.govt.nz,"This procurement relates to the delivery of insulation retrofit services under the Warm Up New Zealand: Healthy Homes Rental programme , to qualifying, tenanted, residential houses throughout New Zealand in the financial years 2016/17 and 2017/18.",Not Awarded,Awarded to 10 different service providers across New Zealand,20201117 Energy Efficiency & Conservation Authority,17902788,Request for Proposals,Open Competition,RFP for Low Emission Vehicles Contestable Fund,Round 1,20160914,20161017,20170710,,Sole Agency,No,N/A,"The purpose of the Low Emission Vehicles Contestable Fund (the Fund, or LEVCF) is to encourage innovation and investment that will accelerate the uptake of electric and other low-emission vehicles in New Zealand. The Energy Efficiency and Conservation Authority (EECA) is seeking proposals to deliver projects that will lead to this outcome by contributing to at least one of the following objectives: ??? Increasing the variety and supply of low emission vehicles available. ??? Improving the availability of servicing or charging infrastructure in areas where demand is not fully developed. ??? Increasing demand for low emission vehicles. ??? Developing innovative products or systems to take advantage of growing electric vehicle use. The Fund will offer up to 50% funding towards suitable projects that lead to the achievement of these objectives (larger proportions of funding will be considered by exception). The Fund is intended to support a range of projects, including initial feasibility studies, small-scale, early-stage initiatives, and large-scale programmes of work. The Fund will provide up to $4m in 2016/17 and up to $6 million per year after that.",Awarded,,20201117 Energy Efficiency & Conservation Authority,18007300,Request for Proposals,Closed Competition,WUNZ Rental Auckland Project,WUNZ 20161007,20161007,20161020,20170724,,Sole Agency,No,https://eecagem.eeca.govt.nz/Main/,"Delivery of insulation retrofit services under the Warm Up New Zealand: Healthy Homes Rental (WUNZ: Healthy Homes Rental) programme, to qualifying, tenanted, residential houses in the Auckland Council boundaries, in the financial years 2016/17 and 2017/18.",Not Awarded,Awarded to GreenStar and SES,20201117 Energy Efficiency & Conservation Authority,18467240,Request for Proposals,Open Competition,Request for Proposals to the Low Emission Vehicles Contestable Fund,Round 2,20170315,20170426,20170926,,Sole Agency,No,N/A,"The purpose of the Low Emission Vehicles Contestable Fund (the Fund) is to encourage innovation and investment that will accelerate the uptake of electric and other low-emission vehicles (LEV) in New Zealand that might not otherwise occur. The Energy Efficiency and Conservation Authority (EECA) is seeking proposals to deliver projects that will lead to this outcome by contributing to at least one of the following: (i) Increasing the variety and supply of LEVs available. (ii) Improving the availability of servicing or charging infrastructure in areas where demand is uneconomic or not fully developed. (iii) Increasing demand for LEVs. (iv) Developing innovative products or systems to take advantage of growing electric vehicle use. The Fund will offer up to 50% funding towards suitable projects that lead to the achievement of these objectives. For this round the fund will provide up to $3 million to co-fund projects with private and public sector partners.",Awarded,,20201117 Energy Efficiency & Conservation Authority,18587100,Request for Proposals,Closed Competition,Foundation North - Auckland home Insulation Retrofit Project,,20170421,20170516,20170714,,On behalf of procurement agent,No,,"This procurement relates to the delivery of home insulation retrofit services to qualifying, owner-occupied, low income residential houses in the Auckland Council boundaries for the period May 2017 to March 2018. Foundation North Charitable Trust (Foundation North) have requested and authorised EECA, as Foundation North’s agent, to procure and enter into an agreement between Foundation North and relevant service provider(s) for a special Auckland based project (Project) funded jointly by Foundation North, third party funding sourced by contracted service providers, and home owners. EECA will act as Foundation North’s agent to manage the following processes in the same way as EECA has done for its Warm Up New Zealand: Healthy Homes project: - procuring service provider(s); - administering and enforcing the contract; and - taking all actions necessary to ensure the funds are used as allocated. The opportunity to tender for delivery of this Project is limited to the Respondents who passed administrative pre-conditions under the WUNZ: Healthy Homes Rental programme Request for Proposal (RFP) released by EECA in July 2016, who deliver in the Auckland region and who have registered Charitable Trusts able to receive donations from Foundation North.",Not Awarded,Awarded to GreenStar Energy Solutions and Smart Energy Solutions,20201117 Energy Efficiency & Conservation Authority,18587343,Request for Proposals,Open Competition,Check Testing of Electric Storage Hot Water Heaters,,20170421,20170518,20170821,,Sole Agency,No,rfp@eeca.govt.nz,This procurement relates to the check testing of electric storage hot water cylinders (ESHW). EECA is looking to procure an accredited and independent test laboratory for check testing these cylinders against the required/requested standards. The key objective of this procurement is to validate the manufacturer&/importers energy efficiency claims and to ensure that the product meets the minimum energy performance standards (MEPS) requirements.,Awarded,,20201117 Energy Efficiency & Conservation Authority,18841576,Request for Proposals,Open Competition,EECA WUNZ Healthy Homes Extension RFP,,20170714,20170810,20171109,,Sole Agency,No,https://eecagem.eeca.govt.nz,"This procurement relates to the delivery of insulation retrofit services under the Warm Up New Zealand: Healthy Homes Extension programme , to qualifying low income residential houses throughout New Zealand by 30 June 2018.",Awarded,,20201117 Energy Efficiency & Conservation Authority,18855626,Request for Proposals,Open Competition,Electric Vehicle Community Outreach Programme RFP,,20170720,20170818,20171004,,Sole Agency,No,N/A,"EECA is seeking proposals for a supplier to deliver a Community Outreach Programme normalising EVs and promoting the uptake of EVs. EECA is looking for ONE supplier to help us deliver a well-coordinated series of events and promotional activities across NZ that provide EV ???see, ride and drive experiences. The supplier will assist EECA in delivering face to face interactive information to a wide audience with at least 1200 EV drive experiences delivered over the initial 12 month duration of the contract across a minimum of 48 events nationally. Proposals must be submitted by email to evcop@eeca.govt.nz Proposals sent to GETS WILL NOT BE ACCEPTED",Awarded,,20201117 Energy Efficiency & Conservation Authority,18910117,Request for Proposals,Open Competition,RFP for Low Emission Vehicles Contestable Fund,Round 3,20170814,20170927,20180226,,Sole Agency,No,N/A,"The purpose of the Low Emission Vehicles Contestable Fund (the Fund, or LEVCF) is to encourage innovation and investment that will accelerate the uptake of electric and other low-emission vehicles (LEV) in New Zealand that might not otherwise occur. The Energy Efficiency and Conservation Authority (EECA) is seeking Proposals to deliver projects that will lead to this outcome by contributing to at least one of the following objectives: ??? Increasing the variety and supply of LEVs available. ??? Improving the availability of servicing or charging infrastructure in areas where demand is uneconomic or not fully developed. ??? Increasing demand for LEVs. ??? Developing innovative products or systems to take advantage of growing electric vehicle use. The Fund will offer up to 50% funding towards suitable projects that lead to the achievement of these objectives. For this round the fund will provide up to $3 million to co-fund projects with private and public sector partners. It is anticipated the next round of the Fund will open in the first half of 2018. Proposals must be submitted by email to EECA at the following address: levfund@eeca.govt.nz Proposals sent by post or fax, or hard copy delivered to our office, or submitted directly through GETS, will not be accepted.",Awarded,,20201117 Energy Efficiency & Conservation Authority,18962878,Request for Proposals,Open Competition,Supply of information on electrical heating technologies,,20170828,20170929,20171211,,Sole Agency,No,Nil,,Awarded,,20201117 Energy Efficiency & Conservation Authority,19296030,Request for Proposals,Open Competition,Hot Water Systems (Consultancy support for Standards and labelling policy development),,20171206,20180115,20180207,,Sole Agency,No,,"Hot water represents approximately 23 per cent of residential energy use in Australia and 28 per cent of residential energy use in New Zealand and energy efficiency standards for Electric storage water heaters and Gas water heaters have been in place under the programme for a number of years. The Australian E3 programme has also done a lot of work developing policy options for other water heating technologies and reviewing existing requirements over the past ten years. However, new work was put on hold as part of the E3 prioritisation process in 2016/17. In 2017/18 E3 work plan funding has been provided to develop a hot water policy framework and high level roadmap for the development of Hot Water Systems Standards and labelling regulations. The existing E3 work will form a key input into the policy framework and roadmap development along with investigation of international best practice regulations. This work will help the E3 programme governance determine the direction and resources required to be allocated to this hot water stream of work and provide E3 programme stakeholders with a roadmap for future regulatory development in this area. The Energy Efficiency and Conservation Authority (EECA) of New Zealand will lead this first stage of the hot water work on behalf of the E3 programme. EECA is looking for credible Respondents who have in-depth knowledge of the hot water industry in Australia and NZ and international standards methodology and trends. In addition, Respondents must have extensive experience in cost benefit analysis (CBA) modelling and drafting policy documents. Responses must be sent by email to the EECA contact person named below.",Awarded,,20201117 Energy Efficiency & Conservation Authority,19568436,Request for Proposals,Open Competition,Commercial Refrigeration Testing,,20180326,20180418,20180518,,Sole Agency,No,Nil,"EECA is looking for a facility to test commercial refrigeration products covered by the proposed new energy efficiency standards for New Zealand and Australia; ISO23953.2:2015, EN 16825, EN 16901 and EN 16838. EECA is looking for a credible testing facility / laboratory who has the capability, experience, accreditation and infrastructure to perform testing on commercial refrigeration products and deliver reports on the testing. EECA is looking for value-for-money over whole-of-life of the project and experience/credibility in testing similar products.",Awarded,,20201117 Energy Efficiency & Conservation Authority,19632169,Request for Proposals,Open Competition,RFP for Market Research Partner,,20180416,20180509,20180913,,Sole Agency,No,,"EECA is looking for a market research partner who will help to achieve our purpose of making New Zealand a nation of clean and clever energy users. EECA wants a market research partner who can work with us for the next three years at both a strategic and tactical level to better understand our customers and how we can make complex subjects (like climate change) resonate with them and drive a change in attitudes and behaviours. Key Dates: ??? If you are interested in being involved in this RFP and would like to attend the Agency Briefing session on Monday 23rd April, please RSVP by noon 19th April. Session details are in the RFP. ??? Deadline for proposals: 5pm, 9th May.",Awarded,,20201117 Energy Efficiency & Conservation Authority,19632399,Request for Proposals,Closed Competition,RFP for Strategic Marketing and Communications Partner,,20180416,20180509,20181029,,Sole Agency,No,,"EECA is looking to appoint a strategic marketing and communications partner who will help to achieve our purpose of making New Zealand a nation of clean and clever energy users. We need a partner / group of partners who can work with us for the next three years at both a strategic and tactical level to engage with our customers and make complex subjects (like climate change) resonate with them and drive a change in attitudes and behaviours. As members of the All of Government Advertising Services panel we thought this might be of interest to you and have attached the RFP and the initial Response Form for your information. Key Dates: ??? If you are interested in being involved in this RFP and would like to attend the Agency Briefing session on Monday 23rd April, please RSVP by noon 19th April to phoebe.collins@eeca.govt.nz (limit 2 attendees per Respondent). Other details in the RFP. ??? Deadline for proposals: 12 noon, 9th May.",Awarded,,20201117 Energy Efficiency & Conservation Authority,19828055,Request for Tenders,Open Competition,Warmer Kiwi Homes,WKH 18-19,20180618,20180720,20181029,,Sole Agency,No,,"Warmer Kiwi Homes is a government-funded programme designed to improve the wellbeing of lower income New Zealanders. The programme will offer grants to eligible low income or high health need (as referred through the Healthy Homes Initiative) homeowners for the retrofit of underfloor and ceiling insulation, on-ground moisture barriers and pipe lagging and installation of effective heating (from July 2019). This procurement is for the appointment to a Provider Panel and then initial EECA allocation of funding for the insulation retrofit part of the programme. A separate procurement process will occur for heating in Q1 of 2019. We are looking to form a Panel of approximately 12 ??? 18 capable retrofit insulation installers who will supply and install underfloor and ceiling insulation and where necessary on-ground moisture barriers and pipe lagging for eligible homeowners. To be eligible, the recipient of the grant needs to be the homeowner and a permanent occupant of the home, which must have been a residential property before January 2008, and either: ??? the homeowner holds a Community Service Card or SuperGold combo card; or ??? the home occupied is in an area with a value of 9 or 10 on the ordinal scale of NZ Dep 2013 (and future reviews); or ??? any permanent occupant of the home has been referred through the Healthy Homes Initiative. Providers on the Panel must have the capacity to install quality assured retrofits of at least 100 low income homes per annum over the next four years.",Awarded,,20201117 Energy Efficiency & Conservation Authority,20131072,Request for Proposals,Open Competition,Heat Pump Market Research,,20180907,20181003,20190117,,Sole Agency,No,,"This procurement relates to the delivery of information that will help facilitate the uptake of electrical heat pumps able to replace fossil fuel boiler, or increase an industrial or commercial site overall energy efficiency (by using waste heat for example). The main focus is on the supply of commercial and industrial process heat but large scale space and water heating, for example for hospitals, is also in scope. Process heating consumes a significant amount of the fossil fuels used in New Zealand and burning these fuels produces greenhouse gas emissions. We want credible information about NZ???s market for commercial and industrial heat pumps, and experience feedback of related existing projects so that this information can be used to facilitate uptake in New Zealand.",Awarded,,20201117 Energy Efficiency & Conservation Authority,20724314,Request for Proposals,Open Competition,Market Research Study on EV Charging technology and systems,M017,20190212,20190308,20190424,,Sole Agency,No,applications@eeca.govt.nz,EECA is seeking respondents to undertake research into current and near future EV charging technologies and systems. The research focus is ???smart??? charging technologies and systems that can be applied to light electric vehicles that are charged on the low-voltage electricity grid in New Zealand.,Awarded,,20201117 Energy Efficiency & Conservation Authority,20876909,Request for Quotations,Open Competition,RFQ - Warmer Kiwi Homes Heating: Approved Heating Appliances,WKH 19-20-AHA,20190326,20190415,20190520,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. The aim of this procurement project is to identify a limited number of models and ranges of single split non-ducted heat pumps which can be supplied to approved Heating Service Providers (installers) throughout the North and South Islands of New Zealand. This procurement process will determine a list of Approved Heating Appliances (and their prices) which cover a range of heat pump sizes. These must meet minimum technical specifications and minimum warranty requirements, and the appliance must be suitably priced for the low-income market the programme is targeting. A second stage of procurement will be completed subsequent to this process to appoint a panel of Heating Service Providers with capacity and capability to install the approved heating appliances in one or more regions across New Zealand.",Awarded,,20201117 Environmental Protection Authority,18258449,Request for Proposals,Open Competition,Financial Management Information System (FMIS) Implementation Partner,1634,20161223,20170120,20171124,,Sole Agency,No,,"With the EPA’s most recent Four Year Plan establishing its future direction, the EPA is looking at up-grading its systems to better meet current and future requirements. One of these systems identified as requiring replacement to better support the EPA’s future direction is the Financial Management Information System (FMIS). The recent All of Government’s (AOG) software market place initiative presents the ideal environment for the EPA’s selection of a suitable FMIS without the traditional detail requirements, Request for Proposal (RFP) and evaluation process. As a result the EPA has begun evaluation of the Oracle Cloud FMIS Solution (Oracle Cloud solution) as a possible replacement product. This document is a request for an Implementation Partner based on the use of the Oracle Cloud solution. If the case for the Oracle Cloud solution is established in the evaluation, a final proposal will be presented to EPA senior management, combining the selection of the Oracle Cloud solution with the implementation services of the successful respondent to this RFP (Implementation Partner).",Not Awarded,The Contract was awarded to PrimeQ NZ Ltd. Start Date: 20 February 2017. End Date: 1 June 2018.,20201117 Environmental Protection Authority,18780400,Request for Proposals,Open Competition,EPA HR Systems Review,1702,20170626,20170728,20171122,,Sole Agency,No,,"The Environmental Protection Authority (EPA) is seeking Proposals from suitably qualified and experienced organisations to assist the EPA in the provision of HR solutions that will help deliver a cohesive, integrated HR capability. The EPA is interested in hearing from suppliers that are able to provide either a single integrated system or separate systems that interface well across the employee lifecycle.",Awarded,,20201117 Environmental Protection Authority,18993890,Request for Quotations,Closed Competition,EPA Print Technology and Associated Services,1734,20170905,20170921,20171124,,Sole Agency,No,,"New Zealand's Environmental Protection Authority (EPA) administers applications for major infrastructure projects of national significance, and regulates new organisms (plants, animals, GM organisms) and hazardous substances and chemicals. The EPA also administers the Emissions Trading Scheme and New Zealand Emission Unit Register, and manages the environmental impact of activities in the EEZ, including prospecting for petroleum and minerals, seismic surveying and scientific research. This procurement relates to the delivery, installation and configuration of new Multi-Functional Devices (MFDs) and the on-going maintenance and management of the fleet. Currently the MFDs used by the Environmental Protection Authority (EPA) are provided on a managed cost per copy basis.",Awarded,Contract awarded to Ricoh New Zealand on 24th November 2017.,20201117 Environmental Protection Authority,19104098,Request for Proposals,Open Competition,1738_Oracle Cloud Financial Management Information System Support Partner,1738,20171005,20171101,20180319,,Sole Agency,No,,"This RFP is for an Oracle Cloud FMIS support partner for the EPA. The support partner must be experienced and successful in providing Oracle support services and will need to provide the EPA with a single service desk offering for all Oracle applications staffed by qualified and experienced Oracle support engineers. In 2017, the EPA implemented the Oracle Cloud FMIS Solution, and ongoing support partner services are now required. It is important that the EPA obtains the services of a Support Partner that: ??? has proven successful experience in providing Oracle support; ??? is an expert in Enterprise Resourcing Planning, Enterprise Performance management and Cloud Services support; and ??? is service orientated and has a strong focus on service levels and quality.",Awarded,,20201117 Environmental Protection Authority,19446960,Request for Proposals,Open Competition,1787 EPA Office Cleaning Services,1787,20180214,20180309,20180618,,Sole Agency,No,,"The EPA is looking for a supplier to provide consolidated cleaning, hygiene and laundry services for the five floors of the EPA offices in Grant Thornton House, Wellington. The EPA is seeking a Supplier with the required capability and capacity to provide a complete cleaning, hygiene and laundry service to a government office environment standard. The term of the contract for the successful respondent will be three years, with the option to extend for a further two terms of up to one year each.",Awarded,"Contract awarded to City Cleaning Services Limited. This is a rate based contract with no fixed award value, with expected spend greater than $100,000.",20201117 Environment Canterbury,16972720,Request for Tenders,Open Competition,U-178 Waimakariri to Airport and Hornby Commuter Service,,20151109,20151202,20161124,,Sole Agency,No,"Environment Canterbury Offices, Matthew Fraser House, 5 Sir William Pickering Drive, Burnside, Christchurch",Request for Tender for Waimakariri to Airport and Hornby commuter service as outlined in the tender documents. Commences May 2016.,Not Awarded,,20201117 Environment Canterbury,19643768,Request for Proposals,Open Competition,Improved Productivity / High Value Manufacturing (Stage One),1185 - 17/18,20180419,20180513,20180613,Strategic Policy,Cluster,No,"c/o Canterbury Mayoral Forum Secretariat, 200 Tuam Street, Christchurch","Project summary 1. The fundamental objective of the Project is to commercialise value-add innovations in the agri-tech sector and nascent high value manufacturing across Canterbury, contributing to an increase in regional productivity and GDP growth, making the best of Canterbury???s natural advantages and strengths within acceptable environmental limits. 2. The Project will identify potential value-add inventions and innovations from within the Canterbury agricultural industry and the research and innovation ecosystem. 3. The Project will develop and broker pathways and methods for adoption by industry of these new inventions and innovations. 4. The first stage of work focusses on identifying opportunities to increase the value add to Canterbury from agricultural production. Research will focus on identifying specific opportunities to generate additional value through, for example, different market development strategies, new product development and increasing processing within Canterbury. These opportunities will be identified and selected in partnership with industry, partner agencies, and others in the Canterbury innovation ecosystem. The work will complement and integrate with existing supply-side initiatives such as the Lincoln Hub and collaboratively, will contribute towards the development of increasing value-added exports from Canterbury???s traditional and emerging market strengths. 5. Activities undertaken in the first stage are to identify the following: ??? the current state and potential of the Agri-tech sector within the Canterbury region ??? the key players ??? Agri-tech sector; manufacturing / technology; research (Lincoln Hub; University / CRI???s; Agri businesses i.e. PGG Wrightson, Farmlands etc.; farming and relevant business leaders; Foundation for Arable Research (FAR); Callaghan Innovation; NZ Trade and Enterprise; Economic Development NZ. ??? worldwide technology trends which will ultimately affect the likes of land use systems, logistics, and customer behaviours ??? high value manufacturing/processes/ systems/products, present and potential, which have direct impact on agricultural production, harvesting, marketing and supply. ??? Focus on sustainable and eco-friendly opportunities.",Awarded,,20201117 External Reporting Board,17469895,Request for Proposals,Open Competition,External Reporting Board Website Rebuild,,20160429,20160520,20160705,,Sole Agency,No,,"We are seeking a credible provider who has the capability, experience and technical ability to deliver a reliable and professional website befitting that of an important government entity and the official body responsible for accounting and auditing & assurance standards in New Zealand. The site is a major access point and valued repository of New Zealand standards and is regularly accessed. It is an extensive site, currently in excess of 1,000 pages. The new website will: ??? provide clear and simple access to accounting and auditing & assurance standards ??? enable us to promote a better understanding of standards and financial reporting ??? be accessible for all New Zealanders with an interest in financial reporting. We do not require you to provide a design for the new website as this is already being completed by another supplier. However, we envisage that the successful Respondent will work closely with the designer, and will have the opportunity to discuss design specifications and implications throughout the project.",Awarded,,20201117 Far North District Council,18110196,Request for Proposals,Open Competition,Legal Services Services Delivery Review,,20161108,20161124,20180713,,Sole Agency,No,,"The Far North District Council delivers a range of services, facilities and infrastructure to the Far North communities. The Council performs corporate functions, such as Finance, ICT, Rates, and Legal Services that support the delivery of services to the community and the 2015-2025 Long Term Plan. Council is undertaking a service delivery review of its Legal Services to determine if the current delivery method is providing these services efficiently and effectively, or if not, what alternative delivery method will. The overall aim of the review is to drive more efficient use of resources whilst providing a service that meets the needs of the Council, organisation and ultimately, the community. The project is to determine whether the existing mechanisms for delivering Councils legal services remains the most efficient, effective and appropriate means of delivering these services, by comparison with alternate delivery strategies.",Awarded,"Awarded to Morrison Low & Associates Ltd Award Date December 2016 Contract Sum $35,000+ Procurement Approach: Open tender",20201117 Far North District Council,18131526,Request for Proposals,Open Competition,Contract 6/17/301 Professional Services for Paihia Wastewater Treatment Plant Upgrade,,20161115,20161209,20180613,,Sole Agency,No,,"We require suitably experienced and qualified companies to submit a proposal to provide Professional Services for the preparation of a Design-Build (DB) Tender document for the Paihia Wastewater Treatment Plant Upgrade. Additional services include Tender evaluation and recommendation of a preferred option, Contractor design review, Engineer to the Contract, supervision of testing and commissioning and associated activities.",Awarded,"Successful Supplier:OPUS Description of Goods or Services: Professional Design Services Contract Award Date Contract Term Approximate Spend: $30,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18195030,Request for Proposals,Open Competition,Far North District Council Property File Digitisation Project,,20161130,20170120,20180611,,Sole Agency,No,,"The Far North District Council (FNDC) Property File Scanning project will procure a vendor to meet the goals stated here: • All Property and Resource Consent files collected from FNDC and taken to the vendor site and stored according to FNDC requirements • All Property and Resource Consents scanned according to FNDC requirements • All scans and metadata provided to FNDC according to requirements • All pilot phase files are sent back to FNDC for quality assurance testing • The non-pilot phase files are shipped to an offsite storage location specified by FNDC, once they have been scanned and quality assurance tested. Project Scope All FNDC Property and Resource Consent files held in the archive will be scanned to create a digital record. • 38,266 Property files • 12,838 Resource Consent files. These files are comprised of the following numbers and types of pages: • Estimated 6 million A4-A5 pages • Estimated 300,000 A0-A3 pages • Estimated 300,000 pre-1970 pages.",Awarded,"Procurement Name GETS ID Number Successful Supplier Desktop Imaging Description of Goods or Services Property File Digitisation Services Contract Award Date September 2017 Contract Term 18 months Approximate Spend $1.5M+ Procurement Process Open tender Exemption No",20201117 Far North District Council,18225038,Request for Tenders,Open Competition,5/16/029 Te Hiku Sports Hub Kaitaia Civil Works,5/16/029,20161212,20170201,20170630,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Te Hiku Sports Hub – Civil Works, State Highway 1, Kaitaia. The works involve the re-development of the existing Moerua Park to provide - new multi-sports playing fields with improved drainage, - a relocated access road and intersection upgrade, - new sealed car-parking and - footpath network. Extensive earthworks are required to enable the proposed development. This contract also includes works that will facilitate future stages of the Te Hiku Sports Hub development. The delivery of this contract is being progressed through a Value Engineering (VE) process. The principle objective of this is to have the Contractor involved in the development of the detailed design, with the aim of achieving greater cost effectiveness and cost certainty in construction, as well as expediting overall delivery. The Value Engineering process will involve two separate stages: Stage 1 - Collaborative Detailed Design Stage 2 - Construction of Physical Works. (The Principal reserves the right not to proceed to Stage 2 the second stage with the Contractor.) Key dates: Tender release date 12th December 2016 Tender closing date 25th January 2017 Evaluation complete 3rd March 2017 Advise successful and unsuccessful suppliers 6th March 2017",Awarded,,20201117 Far North District Council,18416103,Request for Tenders,Open Competition,FNDC 5/17/401 Kerikeri Housing for the Elderly Refurbishment,5/17/401,20170224,20170322,20180713,,Sole Agency,No,"Tender Box, Far North District Council, 5 Memorial Avenue, Kaikohe 0405","Tenders are invited for the above contract, located at: • 3 Hobson Avenue, Kerikeri 30m from the roundabout between Hobson Avenue and Kerikeri Road. This housing complex consists of 7 units. The one unit separate from the rest was refurbished two years ago. With this tender invitation FNDC intends to refurbish the remaining six. The scope of works for this project includes the following works: • Removal and appropriate disposal of the current Asbestos Cement cladding • Replacement of the existing timber windows and doors with new aluminium in profile • Installation of thermal insulation and recladding of the side walls • Painting of the exterior • Reroof of the existing roofs (3 units) Tenders for the contract shall be prepared and submitted in accordance with the attached conditions of tendering",Not Awarded,"Awarded to Henwood Builders Description of Goods or Services: General Construction Contract Award Date: March 2017 Approximate Spend: $160,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18500747,Request for Tenders,Open Competition,Contract 7/17/302 Ahipara Tasman Heights Stormwater Stage 2,7/17/302,20170323,20170420,20180713,,Sole Agency,No,,"This contract is for the construction of the stage 2 (the upper section) of the stormwater upgrade located at Tasman Heights, Ahipara. The works consists of installing a collector line of 450mm dia. RC pipes and two branch lines of 300mm dia. RC pipes. In addition construction/landscaping of a shallow swale drain above the pipeline is required.",Awarded,"Awarded to Kaitaia Contractors Ltd Description of Goods or Services: Stormwater services Contract Award Date: May 2017 Approximate Spend: $350,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18518170,Request for Proposals,Open Competition,Review of Library Services,,20170329,20170424,20180611,,Sole Agency,No,,,Awarded,"Evaluation method was Weighted Attributes Contract Term 4 months Contract for Professional Review of Library Services",20201117 Far North District Council,18632585,Request for Tenders,Open Competition,Kerikeri Wastewater Treatment Plant Construction,6/17/303,20170505,20170623,20180713,,Sole Agency,No,,"Tenders are invited for the construction of a new Wastewater Treatment Plant (WWTP), located at Kerikeri, Northland (contract 6/17/303) and the preparation of the site identified for the new WWTP. The existing WWTP located on Shepherd Road has reached its hydraulic and biological capacity. FNDC has identified the requirement for a new WWTP to serve Kerikeri township. The new WWTP will be located on the site of a disused quarry approximately 2.4km to the east of Kerikeri. The works will include construction of a new access road to the site, bulk earthworks for site clearance and levelling, site retaining structures and the supply of all mechanical and electrical equipment, materials, labour and plant for:  Installation of a new road bridge (box culvert) at the end of Okura Drive to the site  Installation of seven other Culverts  Bulk earthworks for site clearance and levelling  Construction of site retaining structures  Road formation and construction  Provision of erosion and sediment control measures  Stormwater reticulation  Construction of a new WWTP, including all ancillary controls, monitoring equipment and facilities for its successful performance  Construction of a sludge dewatering facility. Construction and testing of the treated effluent discharge pumping station and delivery pipeline through the Waitangi Forest to the existing discharge point in the wetlands.  Testing and commissioning of the new plant and all associated equipment as well as co-ordination of the ‘livening’ of the plant",Awarded,"Awarded to Broadspectrum NZ Limited Description of Goods or Services: Construction Approximate Spend: $9M+ Procurement Process: Open Exemption: No",20201117 Far North District Council,18650534,Request for Proposals,Open Competition,Provision of Election Services,ES2017,20170512,20170526,20180613,,Sole Agency,No,,"The Far North District Council has its headquarters located in Kaikohe with offices in Kerikeri & Kaitaia. Council employs approximately 330 people across the district. The Council has a statutory requirement to conduct elections, by-elections and polls pursuant to the Local Electoral Act 2001 and other relevant enactments. The conduct of the Far North District Council triennial election of members of the Council includes the election of members of the Northland Regional Council and the Northland District Health Board. We require the services of an experienced consultancy in the provision of the above functions for the period 1 July 2017 to 30 June 2020.",Awarded,"Successful Supplier: Independent Election Services Description of Goods or Services: Supply of Electoral Management Services Contract Award Date: Jul 17 Contract Term: Jul 2017 - Jun 2020 Approximate Spend: $244,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18654757,Request for Tenders,Open Competition,5/17/601 SH10 Kaeo Footpath Renewal,,20170512,20170606,20190614,,Sole Agency,No,,"The project's objective is to construct replace of the existing asphalt footpath on the southern side of Leigh Street (State Highway 10) with a 2.2m wide concrete footpath from the entrance to Whangaroa College to 4166 Leigh Street, Kaeo. The construction includes, removal of the existing asphalt footpath, excavations for the preparation of footpath subgrade, retaining structures, concrete work, and landscaping reinstatement.",Not Awarded,After an open market tender the contract was awarded to Tarmac Northland Ltd,20201117 Far North District Council,18660787,Request for Tenders,Open Competition,Forestry Reslilience Package 1,7-17-131,20170515,20170619,20180713,,Sole Agency,No,,"This tender is for work on unsealed portions of Pipiwai Road, Matawaia-Maromaku Road, Ngapipito Road and Pokapu Road. The works consist of pavement upgrade/strengthening and ancillary works. This includes supply, laying and compacting of road metal plus strengthening of water tables, localised road widening, retaining walls, sight benching, culvert extensions and road shaping.",Not Awarded,"Awarded to Broadspectrum NZ Limited Description of Goods or Services: Construction Contract Award Date: August 2017 Approximate Spend: $2M+ Procurement Process: Open Exemption: No",20201117 Far North District Council,18822101,Request for Proposals,Open Competition,Water and Wastewater Alliance Contract Development,,20170710,20170721,20180613,,Sole Agency,No,,"The purpose of this project is to engage a professional services provider to lead, facilitate and undertake with FNDC officers the development of a water wastewater alliance contract. Followed by the public tender of the alliance contract and have the new alliance contract and the successful alliance partner in place to commence the delivery of services from 1 July 2018. The requirements of the commission are in three stages as below: Stage One ??? Contract Development Stage Two ??? Legal and Peer Review Stage Three ??? Contract negotiation and final approval to award",Awarded,"Successful Supplier: Morrison Low Description of Goods or Services: Professional Services Contract Award Date Contract Term Approximate Spend: $54,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18905780,Request for Proposals,Open Competition,Independent Audit of Procurement Practices,,20170810,20170907,20180613,,Sole Agency,No,,"The Far North District Council is seeking the services of an appropriately qualified consultant to conduct an audit of procurements from the past 2 years to provide assurance that the practices followed are fair, robust and transparent and meet Far North District Council???s Procurement Policy requirements as well as best practice guidelines set out in the All of Government Rules of Sourcing.",Awarded,"Successful Supplier: KPMG Description of Goods or Services: Audit of Procurement Practices Contract Award Date: 5 Oct 17 Contract Term: 3 months Approximate Spend: $22,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,18951419,Request for Tenders,Open Competition,Slip Repairs for Matauri Road rp 1.330 and Wainui Road rp 3.290,,20170823,20170912,20190614,,Sole Agency,No,"FNDC Offices, Memorial Drive, Kaikohe",FNDC require the services of an experienced contractor to construct two timber pole retaining wall slip repairs and road remediation as required.,Not Awarded,"After an open market tender, the contract was awarded to Setve Bowling COntracting Limited",20201117 Far North District Council,18952818,Request for Tenders,Open Competition,FORESTRY RESILIENCE PACKAGE 2,CONTRACT No. 7/17/132,20170823,20170920,20180713,,Sole Agency,No,"Tender Box, Far North District Council. Memorial Avenue, Kaikohe","Tenders are invited for the above contract, located at: Matawaia-Maromaku Road, Iwitaua Road and Diggers Valley Roads (sections along each road). The works consist of pavement upgrade/strengthening and ancillary works. This includes strengthening of water tables, localised road widening, retaining walls, sight benching, culvert extensions, road shaping plus provision, laying and compacting of road metal.",Awarded,"Awarded to Far North Roading Description of Goods or Services: General Civil Works Contract Award Date: Oct 17 Approximate Spend: $1.5M+ Procurement Process: Open Exemption: No",20201117 Far North District Council,19259125,Request for Proposals,Open Competition,Water Services Alliance Contract,,20171124,20180119,20190614,,Sole Agency,No,,"The Far North District Council has over some years developed and refined its alliance model for the delivery of its water and wastewater service (water services) network and facilities management, operations and maintenance. This approach has been highly successful in delivering high quality outcomes, customer satisfaction and self-assessing performance improvement within an ever-tightening budget across the Far North District Council (FNDC) area. The Far North District Council wishes to identify contractors who have the right people with the necessary vision, experience, capacity, understanding and commitment to enter into an alliance with the Council to deliver best value outcomes for the network and the community within approved budgets. Proponents are invited to make submissions that demonstrate their ability to meet these criteria and their willingness to enter into an alliance with Council. Far North District Council (Council) invites proposals from interested parties in accordance with this request for proposals (RFP). NB. Please be aware of the requirement for a site visit. Also please note that we are aware of the short timelines for this RFP and will be communicating with you regarding this in the near future.",Not Awarded,After an open market tender the contract was awarded to Broadspectrum NZ Ltd,20201117 Far North District Council,19331054,Request for Tenders,Open Competition,Pawarenga Road Slip Repair Package,7/17/191,20171215,20180201,20190614,,Sole Agency,No,"FNDC Offices, Memorial Avenue, Kaikohe","This tender is for a package of slip repairs at Pawarenga Road, Broadwood, Northland",Not Awarded,"After an open market tender, the contract was awrded to Kaitaia Contractors Limited",20201117 Far North District Council,19337258,Request for Tenders,Open Competition,Provision of Drilling Services for New Water Source - Omapere/Opononi,7/18/400,20171218,20180125,20180626,,Sole Agency,No,"Tender Box in foyer of FNDC Kaikohe Office, Memorial Drive, Kaikohe","Water supply to the Omapere/Opononi urban area is provided by a Council operated reticulated system which is supplied by the Waiorohia Stream and more recently (the last 30 years approximately) the Waiotemarama Stream. Originally the Waiotemarama Stream was a temporary augmentation to the supply from the Waiorohia Stream however the use continued and became the larger source for supply overtime due to its superior quality. The level of take from each stream varies. The scope of this project is to drill 3 bores, 2 for observation and one to be developed into production well including testing as required by CH2M Beca.",Awarded,"Awarded to McMillan Drilling NI Description of Goods or Services: Drilling services Contract Award Date: Approximate Spend: $170,000 Procurement Process: Open Exemption: No",20201117 Far North District Council,19389342,Request for Proposals,Closed Competition,FNDC Water Services Alliance Contract Part 2,,20180213,20180216,20190614,,Sole Agency,No,,,Awarded,,20201117 Far North District Council,19440757,Request for Tenders,Open Competition,Rawene/Omanaia Water Treament Plant Construction,6/18/201,20180212,20180319,20190614,,Sole Agency,No,,,Awarded,Following an open markket tender the contract was awarded to Broadspectrum NZ Ltd,20201117 Far North District Council,19458057,Request for Tenders,Open Competition,Kerikeri Road-Access Road Intersection Upgrade,7/18/103,20180216,20180312,20180713,,Sole Agency,No,"Tender Box, Far North District Council, Memorial Avenue, Kaikohe","Tenders are invited for the above contract, located at: The intersection of Kerikeri Road with Access Road. The works consist of road widening and pavement marking works on Kerikeri Road and Access Road. Construction also includes cut works, retaining walls, drainage works, vehicle crossings and footpaths.",Not Awarded,"Awarded to Broadspectrum NZ Ltd Award Date May 2018 Contract Sum $250,000+ Procurement Approach: Open tender",20201117 Far North District Council,19585442,Request for Proposals,Closed Competition,FNDC Water Services Alliance Final Submission,,20180410,20180411,20180713,,Sole Agency,No,,,Not Awarded,"Awarded to Broadspectrum NZ Limited Award Date June 2018 Contract Sum $50m+ Procurement Approach: Open tender",20201117 Far North District Council,19652295,Request for Tenders,Open Competition,"Slips Repair Package - Larmers, Callaghan and Broadwood",7/17/184,20180420,20180510,20180620,,Sole Agency,No,,"This RFT is for Slip repairs on Larmers Road, Callaghan Road and Broadwood Road( as a Separable Portion) in the Far North. Tenders are called from suitably qualified contractors for these works.",Awarded,"Awarded to Far North Roading Description of Goods or Services: Roading services Contract Award Date: 17 May 18 Approximate Spend: $602,215 Procurement Process: Open Exemption: No",20201117 Far North District Council,19774851,Request for Tenders,Open Competition,Greenacres Drive Footpath - Kawakawa,5/18/001,20180530,20180627,20190311,,Sole Agency,No,,"Tenders are invited for the above contract, located at: ??? Greenacres Drive between Hospital Road and Johnson Road, Kawakawa The works consists of constructing a 1.5 m wide concrete footpath next to Greenacres Drive. The construction also includes the installation of hardfill under the footpath, kerb and channel, pram pedestrian crossings, boardwalk, sign relocations and traffic services.",Not Awarded,The contract was awarded to Tarmac Ltd.,20201117 Far North District Council,20149101,Request for Tenders,Open Competition,Paihia Wastewater Treatment Plant Upgrade,,20180913,20181030,20190311,,Sole Agency,No,,"The contract is for the design, supply, installation and commissioning of equipment to enable the current WWTP meet the Resource Consent Conditions for ammonia, sustainably and cost effectively. The Contractor shall be responsible for all site establishment required, including electrical and water supply (utilities) for the duration of the contract. The Contractor shall also supply utilities for the construction, installation and commission activities. The services shall include, but not be limited to: ??? Surveying and setting out of works ??? Detailed Design of the works ??? Construction of the works ??? Installation of the works ??? Commissioning of the plant ??? Plant Performance monitoring",Not Awarded,No contract was awarded for this RFT,20201117 Far North District Council,20221608,Request for Proposals,Open Competition,FNDC IT Backup Solution,,20180928,20181105,20190614,,Sole Agency,No,,"We are looking for a solution that not only fits our needs today, but is easily scalable to meet future (known and unknown) requirements. The solution needs to be compatible with our current technology and be able to be compatible with any new systems that we put in place in the near future (our current Servers and SAN are due for replacement shortly) The current environment generates both online (disk) and offline (tape) backups. We are not committed to this same technology, however we do need to retain online and offline backups across multiple sites. Any solution must include performance guarantees.",Awarded,Following an Open Market tender the contract was awarded to Datacom,20201117 Far North District Council,20686253,Request for Proposals,Open Competition,Far North District Council Website Platform Renewal,,20190205,20190304,20190614,,Sole Agency,No,,"FNDC are seeking a website solution to replace the existing council website at www.fndc.govt.nz. The solution will enhance the digital customer service offering provided by Far North District Council. The website at www.fndc.govt.nz is the Far North District Council???s primary online customer service tool to support our residents and ratepayers to complete tasks, source information and engage with council on community and district-wide issues. The solution should be: ??? Effective: improves the quality of service that we deliver to our customers, and enhances the customer experience. ??? Efficient: easier to update by staff, with a streamlined workflow, and minimal technical support required internally. ??? Compliant: meets our regulatory needs and organisational requirements, as well as any national/global requirements (e.g. WCAG 2.1 Accessibility guidelines) ??? Economically viable: responds to existing budget, and provides known lifetime costing and service support options to allow us to be accurate in our forecasting and source additional budget as required ??? Aligned to our strategic direction - supports FNDC???s transition to providing online services and our Creating great places and supporting our people ??? Future-proofed: can accommodate the organisation???s changing and future requirements, therefore inherently flexible. The product must be subject to a programme of continuous improvement.",Awarded,Following an open market tender the contract was awarded to Opencities,20201117 Far North District Council,20710157,Request for Tenders,Open Competition,5-18-002 Mangonui Footpath-Mill Bay Road to Beach Road RFT,5-18-002,20190211,20190308,20190408,,Sole Agency,No,,"Tenders are invited for the above contract, located at: ??? State Highway 10 between Mill Bay Road and Beach Road, Mangonui. The works consist of constructing a 1.5 m wide concrete footpath next to State Highway 10. The construction also includes the installation of hardfill under the footpath, kerb and channel, pram pedestrian crossings, retaining walls, sign relocations and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $200,000 and $230,000.",20201117 Far North District Council,20811208,Request for Tenders,Open Competition,7-19-100 Kaikohe Footpath - Thorpe and Recreation Road,7-19-100,20190308,20190328,20190408,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Thorpe Road and Recreation Road, Kaikohe. The works consist of constructing a 1.5m to 2.2m wide concrete footpath in Thorpe Road to Recreation Road. The construction also includes the installation of hardfill under the footpath, kerb and channel, pram pedestrian crossings, retaining walls, sign relocations and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $140,000 and $170,000.",20201117 Far North District Council,20814140,Request for Tenders,Open Competition,7-19-101 Okaihau Footpath - Horeke Road,7-19-101,20190308,20190328,20190408,,Sole Agency,No,,"Tenders are invited for the above contract, located at: ??? Horeke Road, Okaihau. The works consist of constructing a 1.5m wide concrete footpath in Horeke Road to Saint Catherines Church. The construction also includes the installation of hardfill under the footpath, sign relocations and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $50,000 and $60,000.",20201117 Far North District Council,20843490,Request for Tenders,Closed Competition,7-19-109 Landing Road Footpath - Kerikeri,7-19-109,20190315,20190410,20190509,,Sole Agency,No,,"Tenders are invited for the above contract, located at: ??? LANDING ROAD FOOTPATH - KERIKERI. The works consist of constructing a 1.5m wide concrete footpath in Landing Road to Skudders Beach Road. The construction also includes the installation of hardfill under the footpath, kerb and channel, pram pedestrian crossings, retaining walls, sign relocations, board walk and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $130,000 and $160,000.",20201117 Far North District Council,20843564,Request for Tenders,Closed Competition,7-19-110 Riddell Road Footpath - Kerikeri,7-19-110,20190315,20190410,20190509,,Sole Agency,No,,"Tenders are invited for the above contract, located at: ??? RIDDELL ROAD FOOTPATH - KERIKERI. The works consist of constructing a 1.5m wide concrete footpath in Riddell Road to end. The construction also includes the installation of hardfill under the footpath, kerb and channel, pram pedestrian crossings, retaining walls, sign relocations, and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $90,000 and $115,000.",20201117 Financial Markets Authority,19652177,Request for Proposals,Open Competition,FMA Analytics,4847,20180420,20180521,20180723,,Sole Agency,No,,"This RFP relates to the purchase of additional analytics products/capabilities. FMA currently has already acquired the following analytics products, and is looking to further develop them: ??? SAS Enterprise Guide ??? IBM i2 Analyst's Notebook The FMA is seeking an SAS and/or IBM partner/s who can assist with the purchase of licenses, design and implementation of a stable and future proofed analytics platform that is hosted in the IaaS Revera service. The supplier/s will be required to provide ongoing support and maintenance for their products for the life of the contract. Please note the FMA: ??? Is seeking an approved SAS Partner and/or IBM Partner/s who have proven experience in delivering analytics solutions and associated services in New Zealand. ??? Is seeking partner/s that can mobilise to deliver a solution to support the aggressive timeframe, while bringing the necessary experience for a successful delivery outcome. ??? Is seeking an implementation that brings FMA stakeholders and key staff along for the journey and operates under a ???no surprises??? approach to delivery.",Awarded,,20201117 Financial Markets Authority,20460926,Request for Proposals,Open Competition,SAS Professional Services,4847-2,20181217,20190201,20190620,,Sole Agency,No,,"The Financial Markets Authority???s (FMA) principal objective is to promote and facilitate the development of fair, efficient and transparent financial markets. To do this we focus our resources on conduct that we think poses the most significant risk to that objective - utilising intelligence and research to identify potential problems, assess the likelihood that poor practice or non-compliance will occur, and considering its impact on the market. To support this approach we have recently been to market to select an advanced analytics platform (the SAS Detection and Investigation for Government platform). We are now looking to grow our data analytics capability and are looking for a supplier to advance our analytics capability through the provision of SAS professional support services. We are looking for a credible professional services provider with proven capability, experience and resource to ensure that the FMA makes full use of the SAS Detection and Investigation for Government platform with minimum technical risk. The FMA are looking to set up automated business rules, predictive modelling, search and discovery, entity resolution, profiling, text summarisation and real time reporting, to name a few. However, it is important that the platform is configured to provide for the needs of a range of users i.e. it is intuitive to use and easily navigable for novice users whilst providing the full range of capabilities to experienced data analysts.",Awarded,,20201117 Financial Markets Authority,20539304,Request for Proposals,Open Competition,Finance System,5046,20181212,20190201,20190611,,Sole Agency,No,,"The Financial Markets Authority (FMA) seeks a partner to supply a financial management information system (Finance System). The FMA is seeking an experienced provider of proven financial management information systems. We expect the Finance System we choose to offer the range of functionality that meets our requirements. It is likely to be cloud-based, ???off the shelf??? and available online through a full range of devices. Implementation should be straightforward and reflect the simplicity of financial processes the FMA manages. We want a Finance System that???s easy to adopt for our users. It must offer them a seamless and streamlined experience. The Finance System must be fairly priced to reflect the simplicity of the FMA???s needs.",Awarded,,20201117 Fire and Emergency New Zealand,3879606,Request for Tenders,Open Competition,Region 3 Electrical Testing,NP1744,20140828,20141002,20141205,,Sole Agency,No,,New Zealand Fire Service (Region 3) seeks a qualified supplier to undertake testing and tagging of all electrical appliances to ensure compliance with AS / NZS 3760.,Awarded,,20201117 Fire and Emergency New Zealand,3962741,Request for Tenders,Open Competition,Fleet Maintenance for Central and Northern Hawkes Bay Area,NP1738,20140901,20141010,20151116,,Sole Agency,No,"Address: Level 12, 80 The Terrace, PO Box 2133, WELLINGTON","NZFS expects to identify preferred vendors who will: ??? Provide a ???one stop shop??? for the provision of all vehicle and pump maintenance, including scheduled servicing and repairs within a specific geographic area. Respondents should note that this does not preclude tenderers from managing sub-contractors to provide services in remote areas. ??? Provide maintenance/ servicing in the workshop wherever possible. ??? Provide administration of the NZFS Fleet within the geographic area, including maintaining and providing fleet management/maintenance information in electronic format. ??? Provide maintenance and management reporting as required. ACTION ITEMS/DEADLINES 1. Submit any questions to tenders@fire.org.nz no later than noon Friday 3 October 2014. 2. Submit your tender to NZFS by the closing noon Friday 10 October 2014. 3. NZFS is to evaluate tenders, select and notify shortlist or preferred tenderer by Friday 7 November 2014. 4. Commencement of negotiations for refinement of tender(s) with shortlist or preferred tenderer from Friday 7 November 2014. Note: Any of the above may be changed by NZFS by notice. All times/dates are New Zealand standard times/dates.",Awarded,,20201117 Fire and Emergency New Zealand,3962893,Request for Tenders,Open Competition,"Fleet Maintenance for Tairawhiti, Waikato, East Waikato and Central Lakes Areas",NP1742,20140901,20141003,20151116,,Sole Agency,No,"Level 12, 80 The Terrace, PO Box 2133, WELLINGTON","NZFS expects to identify preferred vendors who will: ??? Provide a ???one stop shop??? for the provision of all vehicle and pump maintenance, including scheduled servicing and repairs within a specific geographic area. Respondents should note that this does not preclude tenderers from managing sub-contractors to provide services in remote areas. ??? Provide maintenance/ servicing on station wherever possible. ??? Provide administration of the NZFS Fleet within the geographic area, including maintaining and providing fleet management/maintenance information in electronic format. ??? Provide maintenance and management reporting as required. ACTION ITEMS/DEADLINES 1. Submit any questions to tenders@fire.org.nz no later than noon Friday 26 September 2014. 2. Submit your tender to NZFS by the closing noon Friday 3 October 2014. 3. NZFS is to evaluate tenders, select and notify shortlist or preferred tenderer by 24 October 2014. 4. Commencement of negotiations for refinement of tender(s) with shortlist or preferred tenderer from 24 October 2014. Note: Any of the above may be changed by NZFS by notice. All times/dates are New Zealand standard times/dates.",Awarded,,20201117 Fire and Emergency New Zealand,4355138,Request for Tenders,Open Competition,Filming Services,NP1733,20140912,20141020,20150217,,Sole Agency,No,"Level 12, The Terrace, Wellington","NZFS has been making DVDs as a way of communicating with staff over 5 years. It's a successful medium for reaching a large group of people and delivering a consistent and dynamic message. The DVD's range from a magazine type format to training specific information, from project introduction sessions to aiding with our recruitment process. We are seeking responses from qualified suppliers for filming services.",Awarded,,20201117 Fire and Emergency New Zealand,4516890,Request for Tenders,Open Competition,Class A Foam NP1733,NP1733,20140917,20141022,20150923,,Sole Agency,No,,This Request for Tender is for the establishment of a contract for the supply of Class A Foam for the New Zealand Fire Service. Under the current contractual arrangements the Supplier stores 20 litre pails nationally in an Auckland warehouse and consignment stock stored at six other strategic locations spread throughout New Zealand. Under the current arrangements the Supplier raises monthly invoices following a monthly stocktake of the number of pails at each location. Note a system will need to be in place to identify Rural Authorities usage and invoice these organisations accordingly.,Awarded,,20201117 Fire and Emergency New Zealand,5029111,Request for Tenders,Open Competition,Type 1 - Body Build,RFT NP1734,20141003,20141111,20151117,,Sole Agency,No,,"The NZFS requires the ongoing replacement of the Type 1 Fire Appliance which makes up approximately 40% of the fleet. This type of Fire Appliance will typically respond up to 300 emergency incidents per year (between 1,500km to 2,000km per year), generally in urban/rural areas, carry up to 6 crew safely and comfortably, with 900kg 1000kg of equipment, with a pump to supply up to 1,900 920 litres of water per minute, and carry 2,000 litres of water. This body build RFT is on the basis of a single prototype being delivered for assessment and acceptance testing by NZFS prior to any production appliances being ordered. NZFS anticipates ordering approximately 20 appliances per year for the contract period. The proposed term of the contract is three years with three rights of renewals of one year each. The main target attributes of the Type 1's are: ??? Provide the highest practical level of safety. ??? Provide an acceptable level of comfort. ??? Be agile enough to meet the demands of urban/rural emergency response. ??? Be capable of stowing the required equipment in a safe and practical manner. ??? Be robust enough to stand up to the rigors of emergency response work for at least 25 years. ??? Be reliable and cost effective to operate. A draft contract will be issued - this could be subject to amendment.",Awarded,,20201117 Fire and Emergency New Zealand,6099322,Request for Tenders,Open Competition,Wanaka Fire Station,NP1721,20141107,20150116,20150526,,Sole Agency,No,,Construction Services are required for New Zealand Fire Service to build a new three bay Fire Station in Wanaka.,Awarded,,20201117 Fire and Emergency New Zealand,6630259,Request for Tenders,Open Competition,Online Examinations,NP1767,20141124,20141216,20150202,,Sole Agency,No,,"New Zealand Fire Service seeks a provider to develop, implement and host an online exam system.",Awarded,,20201117 Fire and Emergency New Zealand,8245810,Request for Tenders,Open Competition,Electrical Testing RFT Waikato,NP1736,20150123,20150220,20150710,,Sole Agency,No,"Level 12, 80 The Terrace, Wellington","NZFS (Region 2) seeks a qualified supplier to undertake testing and tagging of all electrical appliances to ensure compliance with AS / NZS 3760. Region 2 covers Waikato, Eastern Waikato, Bay of Plenty Coast, Central Lakes and Tairawhiti.",Awarded,,20201117 Fire and Emergency New Zealand,9324462,Request for Proposals,Open Competition,"NP1820 Seismic Upgrades Waikanae, Shannon & Marton Fire Stations",NP1820,20150226,20150325,20150501,,Sole Agency,No,"NZFS, National Headquarters, Level 12, AXA House, 80 The Terrace, Wellington","1. NZFS has a Property Capital Works Programme to bring the National Property Portfolio of fire stations to a minimum 67% NBS IL4 and where practical, 100%. 2. This programme includes work at Waikanae, Shannon and Marton Fire Stations, which form this Request for Tender. 3. Works are required to be completed before the end of the 14/15 financial year - 30 June 2015, where practical",Awarded,,20201117 Fire and Emergency New Zealand,9324661,Request for Proposals,Open Competition,"NP1821 Seismic Upgrades - Stratford, Hawera & Okaiawa Fire Stations",NP1821,20150226,20150325,20150501,,Sole Agency,No,"Level 12, AXA House, 80 The Terrace, Wellington","1. NZFS has a Property Capital Works Programme to bring the National Property Portfolio of Fire stations to a minimum 67% NBS IL4 and where practical, 100%. 2. This programme includes work at Stratford, Hawera and Okaiawa Fire Stations, which form this Request for Tender 3. Works are required to be completed before the end of the 14/15 financial year - 30 June 2015, where practical.",Awarded,,20201117 Fire and Emergency New Zealand,9324729,Request for Tenders,Open Competition,NP1822 Ohakune Fire Station Seismic Upgrade,NP1822,20150226,20150325,20150501,,Sole Agency,No,"Level 12, 80 The Terrace, Wellington","1. NZFS has a Property Capital Works Programme to bring the National Property Portfolio of fire stations to a minimum 67% NBS IL4 and where practical, 100%. 2. This programme includes work at Ohakune fire station, which forms this Request for Tender. 3. Works are required to be completed before the end of the 14/15 financial year - 30 June 2015, where practical.",Awarded,,20201117 Fire and Emergency New Zealand,9369188,Request for Tenders,Open Competition,NP1802 Oban Fire Station - Seismic & Reclad,NP1802,20150227,20150327,20150527,,Sole Agency,No,"Level 12, 80 The Terrace, Wellington","The work in this contract consists of the re cladding of exterior walls, replacing existing exterior joinery, an extension to the existing appliance bay to store personal protection clothing, structural strengthening to increase the building???s seismic strength to 100% NBS IL4. It also includes an upgrade to the existing electrical services, installing a T3 fire alarm and emergency lighting system, accessible ablution space, creating a new operational wash area and installing a new vehicle fume extraction system.",Awarded,,20201117 Fire and Emergency New Zealand,9473227,Request for Quotations,Open Competition,Breathing Apparatus Cylinders,NP1826,20150303,20150326,20150526,,Sole Agency,No,,,Awarded,,20201117 Fire and Emergency New Zealand,10401539,Request for Quotations,Open Competition,"NP1841 55"" LED TV's",NP1841,20150327,20150414,20150527,,Sole Agency,No,"NZFS, Level 12, 80 The Terrace, Wellington","NZFS wishes to purchase between 210 and 250 televisions as per the below specifications, to upgrade current tvs and provide consistency within our volunteer stations, nationwide. The primary purpose of the televisions will be to use them as displays for training purposes. They should be able to have a laptop connected to them to play content in the form of presentation, multimedia or other training material. In addition the TV should be able to play multimedia via a USB memory stick of an external portable USB hard drive. NZFS would also like to explore potential technology that allows the TVs to be able to access the Internet and have the ability for keyboard and mouse input thus potentially removing the need to use a laptop for web based training material. Also explore the possibility of having TVs with local storage connected to its network for pushing material down to the TV to be viewed locally.",Awarded,,20201117 Fire and Emergency New Zealand,10866158,Request for Tenders,Open Competition,"NP1835 Millers Flat Fire Station Seismic Strengthening, Reclad and Refurbishment",NP1835,20150413,20150511,20150624,,Sole Agency,No,"NZFS, Level 12 80 The Terrace, Wellington","Millers Flat Fire station requires structural strengthening to increase the building???s seismic strength up to 100% of the new building standards (NBS) for an importance level 4 building (IL4). An upgrade of the existing electrical and lighting systems, existing entry ramp, stairs and appliance bay floor structure will also be undertaken. Further, the works require the installation of a new fire exit from the training room area, installation of a new fire alarm system and emergency lighting, replacement of the existing windows, doors, roofing, spouting and cladding with new and repaint timber work. The appliance bay door needs replacing and the ablutions and kitchen needs refurbishing including creating a new meeting room, shower, decontamination area and accessible toilet. Finally, a vehicle fume extraction system is required.",Awarded,,20201117 Fire and Emergency New Zealand,11173578,Request for Tenders,Open Competition,NP1836 - Invercargill Fire Station Site Access Spey Street,NP1836,20150421,20150519,20150624,,Sole Agency,No,"Level 12, 80 The Terrace, Wellington","NZFS requires a new yard / site access to be constructed off Spey Street, Invercargill. Currently yard / site access is off Jed Street NZFS are also taking this opportunity to install a new vehicle wash area with enviro valve interceptor tanks along with appropriate new drains connecting to Spey Street foul and storm water systems. The works will also include a yard entry security gate, fencing to the current lower car park and the resurfacing of the lower car park used by on duty staff along with the removal and reinstatement of a section of unstable boundary retaining wall on the South side of the existing lower car park.",Awarded,,20201117 Fire and Emergency New Zealand,12272250,Request for Tenders,Open Competition,Availability and Messaging System,NP1771,20150525,20150625,20160907,,Sole Agency,No,,,Awarded,,20201117 Fire and Emergency New Zealand,12920827,Request for Quotations,Open Competition,Winterm Rollout ??? Nationwide,NP1925,20150615,20150626,20160317,,Sole Agency,No,"NZFS HQ, Level 12, 80 The Terrace, Wellington","1.1. NZFS wishes to engage a company to upgrade Winterm devices and make other software updates in 230 - 250 Stations across the country with PCs built by NZFS as part of a Citrix upgrade project. Stations to be upgraded are listed in Appendix A. 1.2. This work will include collecting the built PCs from NZFS, travelling to the Station and replacing nominated Winterm devices, installing a new Citrix Client application, applying a new Certificate and undertaking other IT related tasks as necessary and under instruction from NZFS",Awarded,,20201117 Fire and Emergency New Zealand,13409118,Request for Tenders,Open Competition,Operational Pagers,NP1928,20150629,20150727,20151116,,Sole Agency,No,,"NZFS is seeking proposals from suppliers for the provision of Supply, Support and Maintenance of Operational Pagers over a three year term.",Not Awarded,NZFS have cancelled this tender.,20201117 Fire and Emergency New Zealand,13622561,Request for Proposals,Open Competition,Database Administration Services,NP1918,20150703,20150729,20160317,,Sole Agency,No,,"The NZFS requires a supplier with extensive expertise and specialisation in database management and support to provide database services to assist internal database administration staff. The NZFS database environment is predominantly based on Microsoft SQL Server database servers and also includes a small number of Oracle database servers. These servers are primarily run as virtual machines on a VMWare platform. There are 2 data centres covering production and stage/UAT systems in the Wellington Data Centre and the Disaster Recovery (DR) systems in the Auckland Data Centre.",Awarded,,20201117 Fire and Emergency New Zealand,13767043,Request for Tenders,Open Competition,Volunteer Project PC Installation,NP1917,20150708,20150731,20160317,,Sole Agency,No,"NZFS, Level 12, 80 The Terrace, Wellington","There are 361 volunteer Fire Stations (Brigades) across the country. The aim of this project is to provide an up-to-date and consistent PC and Presentation solution to all Volunteer Stations to support their training and administrative needs going forward. The objectives of the project are to upgrade all current Computers, Monitors and Printers as part of a standard IT life-cycle replacement, and also to implement Laptops and LCD TVs to support in-Station training initiatives. Around 165 Stations (possibly more, to be determined later in 2015) will be implemented between July 2015 and February 2016, with the balance to be installed after July 2016.",Awarded,,20201117 Fire and Emergency New Zealand,13831578,Request for Proposals,Open Competition,"Services of supplier with expertise, experience, skills specialising in the development of Cabinet Papers and supporting Business Cases for a future NZFS",NP1965,20150709,20150805,20161214,,Sole Agency,No,,,Awarded,Awarded PwC Aug 2015,20201117 Fire and Emergency New Zealand,16512753,Request for Proposals,Open Competition,Fleet Maintenance Southland Region 5,NP1976,20150911,20151009,20151116,,Sole Agency,No,,"New Zealand Fire Service (NZFS) is seeking to establish a supply contract for the provision of fleet maintenance services for Southland Area to ensure that; ??? Fire appliance (i.e. ???fire engine???) servicing provides high quality vehicle maintenance services for NZFS in the Southland Area at a competitive price. ??? NZFS and vendor establish and maintain a close and effective working relationship. ??? The vehicle maintenance services are provided to NZFS in the Southland Area under a clear and transparent accountability framework.",Awarded,,20201117 Fire and Emergency New Zealand,16827301,Request for Tenders,Open Competition,NHQ Level 9 Fit Out Construction,NP2005,20150923,20151019,20160225,,Sole Agency,No,,"New Zealand Fire Service (NZFS) invites tenders from main contractors for the fit out of level 9 of its National Headquarters premises in Wellington, 80 The Terrace. Full construction is to be completed by 22nd January 2016.",Awarded,,20201117 Fire and Emergency New Zealand,16833120,Request for Tenders,Open Competition,TV Installation & CAT5e Cables at Volunteer Stations,NP2014,20150925,20151021,20160317,,Sole Agency,No,"PO Box 2133, Wellington","NZFS wishes to engage a company or companies to implement CAT5e Network cabling and install new 55"" LED TVs being purchased for our volunteer stations, as part of the volunteer station hardware refresh project. Some simple PC installation is also required at some stations. This work will include (as required per station) implementing CAT5e network cabling and wall-plates, implementing power outlets and cables, installing replacement desktop PCs, Laptops, monitors and printers. It requires mounting TVs to walls and testing laptops, cables and power are working correctly. Validation of printing on the local network and via Citrix and validating logons. Testing that any updated equipment is working correctly and the HDMI input on the TV, and showing the NZFS team how to use all installed equipment",Awarded,,20201117 Fire and Emergency New Zealand,16865415,Request for Quotations,Open Competition,Scott Safety Canisters MPC Plus Cartridge,NP2026,20151007,20151021,20151116,,Sole Agency,No,,NZFS seeks quotes for Scott Safety Canisters MPC Plus Cartridge.,Awarded,,20201117 Fire and Emergency New Zealand,16892449,Request for Tenders,Open Competition,National Incident Ground Communications Radio,NP1825,20151016,20151123,20160601,,Sole Agency,No,,"The purpose of this tender is to purchase incident ground communications (IGC) handheld portable radio's that fulfill the requirements of the New Zealand Fire Service. Suppliers will be required to provide support services for any IGC radio equipment supplied as part of this tender. This will include programming radios, conditioning batteries, working with NZFS to develop training material and troubleshooting issues during the deployment of the supplied equipment.",Awarded,,20201117 Fire and Emergency New Zealand,16975728,Request for Proposals,Open Competition,Vehicle Leasing,NP1904,20151110,20151207,20170323,,Sole Agency,No,"Level 12, 80 The Terrace, Wellington","The New Zealand Fire Service (NZFS) currently leases around 300 vehicles known as the ""whitefleet"". NZFS operates under a 'fully maintained lease' with the lease company supplying the vehicle and all servicing, warrants and expected maintenance being included in the monthly lease cost. The purpose of this tender is to engage a leasing company with a proven track record of managing a vehicle fleet of this size.",Awarded,,20201117 Fire and Emergency New Zealand,17070472,Request for Proposals,Open Competition,National Coordination Centre Technology Fit-out,NP1998,20151214,20160203,20160711,,Sole Agency,No,,"The NZFS is currently implementing a dedicated National Coordination Centre (NCC) on Level 9, NHQ, 80 The Terrace. When enacted, it is imperative the NCC must be operational for the duration of the incident or event being managed. Durations of events can vary from a few hours to many weeks. This RFP is for the supply, installation and support of the required display units and the necessary input/output control mechanisms. The NZFS requires a supplier with proven expertise in the design, supply and support of such equipment within New Zealand. This should include but not be limited to: ??? Design and functionality of components to satisfy NZFS requirements as stated in this document ??? Proactive solution checks to ensure the NCC components are efficient and reliable. ??? Configuration of components to provide functionality required by NZFS ??? Expert support, incident management, problem troubleshooting ??? Onsite support provision in Wellington",Awarded,,20201117 Fire and Emergency New Zealand,17071873,Request for Tenders,Open Competition,Bronto 10 year servicing,NP1830,20151211,20160205,20161214,,All of Government,No,"Level 12, 80 The Terrace, Wellington","The New Zealand Fire Service is requiring the Provision of fleet maintenance services for the Bronto Types 4 & 5, ten year vehicle maintenance service. There are 16 Appliances at varying stages of nearing the 10 year thereby requiring the maintenance service. The NZFS is open to appointing one or more providers for the services. There will be a information session in Wellington for tenderers to be able to learn about the Appliances and be able to inspect one or more while on site on: 19 January 2016 - 11.00am Avalon Fire Station 955 High Street Avalon RSVP by 14 January 2016 4.00pm if attending. Phone Lynne 04 496 3705",Not Awarded,Awarded to Access Specialities Ltd in April 2016,20201117 Fire and Emergency New Zealand,17079486,Request for Proposals,Open Competition,Thermal Imaging Cameras,NP1573,20151215,20160202,20190618,,Sole Agency,No,"NZFS, L12, 80 The Terrace, WELLINGTON, Attn Bruce Thomas","This procurement relates to the delivery of Thermal Imaging Cameras (TIC). Previously these have been supplied by companies with agencies located in New Zealand who supply fire and safety equipment. Going forward we wish to procure TIC???s which take advantage recent developments and innovations with this critical life safety and tactical tool, that allows firefighters to carry out tasks safely and effectively. Additionally we would consider including new smaller size (small form factor) units as long as they are equally performing but may have downscaled functionally. The environment within which we operate TIC???s is often harsh, hostile and exposed to extreme temperatures and moisture. Pricing information is to be supplied separately in a sealed envelope. Please note that NZFS will accept electronic responses to this tender provided these are received before the deadline",Not Awarded,,20201117 Fire and Emergency New Zealand,17091192,Request for Proposals,Open Competition,"Fleet Maintenance Region 3 - Areas Ruapehu, Palmerston North, and Tararua",NP2042,20151221,20160212,20170216,,Sole Agency,No,"level 12, 80 The Terrace, Wellington 6011","New Zealand Fire Service (NZFS) is seeking to establish supply contracts with one or more providers for the provision of fleet maintenance services for Region 3 Ruapehu, Wanganui, Palmerton North and Tararua Areas to ensure that; ??? Fire appliance (i.e. ???fire engine???) servicing provides high quality vehicle maintenance services for NZFS in Region 3 - Ruapehu, Wanganui, Palmerton North and Tararua Areas at competitive prices. ??? NZFS and vendor establish and maintain a close and effective working relationship. ??? The vehicle maintenance services are provided to NZFS in the Ruapehu, Wanganui, Palmerton North and Tararua Areas under a clear and transparent accountability framework.",Awarded,"CablePrice NZ Ltd Fleet maintenance services for Ruapehu, Wanganui, Palmerston North & Tararua contract awarded March 2016 3 year contract with 2 x 2 year right of renewal Approx value $1.4 million",20201117 Fire and Emergency New Zealand,17118013,Request for Tenders,Open Competition,Havelock North Fire Station Re Roof,NP2070,20160115,20160211,20160225,,Sole Agency,No,,"New Zealand Fire Services wishes to engage with a roofing / construction company to re-pitch and re-roof the Havelock North Fire Station. Work must be completed by 22nd April 2016.",Awarded,,20201117 Fire and Emergency New Zealand,17118047,Request for Tenders,Open Competition,Taradale Fire Station Re Roof,NP2069,20160115,20160211,20160225,,Sole Agency,No,,"New Zealand Fire Service wishes to engage with a roofing / construction company for the re-pitch and re-roof of Taradale Fire Station. Work must be completed by 22nd April 2016",Awarded,,20201117 Fire and Emergency New Zealand,17134096,Request for Proposals,Open Competition,"Fleet Maintenance Region 5, Central/North and East Otago Areas",NP2072,20160120,20160311,20160921,,All of Government,No,"NZFS, Level 12, 80 The Terrace, Wellington 6011","New Zealand Fire Service (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for NZFS Region 5 comprising Central/North and East Otago areas. NZFS wants suppliers whose core business is heavy vehicle fleet maintenance services, and who can also service the built-in fire fighting components of fire appliances i.e. pumps, foam system, valves, lockers etc. We need to be given priority service, have a reliable service, with experienced and skilled staff to ensure all fleet vehicles are maintained to a high standard. We need 24/7 support, and we need to minimise time vehicles are off the road for repair or maintenance.",Not Awarded,Fulton Hogan,20201117 Fire and Emergency New Zealand,17164798,Request for Tenders,Open Competition,NP2077 Seismic Upgrade Feilding Fire Station,NP2077,20160201,20160222,20160711,,Sole Agency,No,,"Seismic and Upgrade works required at : FEILDING VOLUNTEER FIRE STATION ??? 205 KIMBOLTON ROAD, FEILDING ??? Structural upgrade to the Appliance Bay and training room. ??? Reorganisation of the existing Ablutions block to allow for an inclusion of an accessible toilet. ??? Reconfiguration of the existing workshop/hose store and the lockers/storage addition to accommodate a new breathing apparatus wash station (BA wash), laundry and two WC/shower pod.",Awarded,,20201117 Fire and Emergency New Zealand,17165012,Request for Proposals,Open Competition,Satellite Paging Distribution Services RFP NP2063,NP2063,20160201,20160222,20160711,,Sole Agency,No,,"The NZFS requires a supplier with extensive expertise and specialisation in satellite services for the distribution of text based paging to replace and enhance its soon to be obsolete Sky based service. Currently NZFS is using a Sky based satellite service to provide pager message distribution to 83 locations throughout NZ. These messages are then passed to a local low power paging transmitter and broadcast around the local area. These stations are currently at locations where Spark does not have sufficient coverage to provide an effective turn out from its national paging network. With the loss of the current Spark paging network it is likely that there will be additional sites that will be converted to infill paging and also be triggered from satellite so it is likely the that number of locations will increase",Awarded,,20201117 Fire and Emergency New Zealand,17217907,Request for Proposals,Open Competition,National Paging Network,NP2068,20160218,20160318,20160809,,Sole Agency,No,N/A,Currently emergency services are using a Spark???s National paging service to provide pager messages throughout NZ for alerting and notification of emergency response personnel. Spark have announced their intention to close this network at the end of June 2016. NZFS require a supplier with expertise and capability in network paging to provide a replacement for this service.,Not Awarded,Tender cancelled,20201117 Fire and Emergency New Zealand,17317453,Request for Tenders,Open Competition,Waiuku Volunteer Fire Station Seismic Upgrade,NP1874,20160315,20160413,20170630,,Sole Agency,No,N/A,"1.1. NZFS wishes to complete seismic strengthening work on Waiuku Station, located at 13 King St, Waiuku 1.2. The scope of works will include seismic strengthening and upgrade works including decontamination area, BA wash area, locker room, ablution upgrade",Awarded,,20201117 Fire and Emergency New Zealand,17317599,Request for Tenders,Open Competition,West Harbour Volunteer Station Upgrade,NP2067,20160315,20160413,20170630,,Sole Agency,No,N/A,"1.1. NZFS wishes to complete an upgrade at West Harbour Fire Station located at Lots 290,291 & 293 DP 76735, 17-21 Hobsonville Road, West Harbour, Auckland. 1.2. The scope of works will include an upgrade to ablutions, decontamination area, locker room, office and watchroom.",Awarded,,20201117 Fire and Emergency New Zealand,17326462,Request for Quotations,Open Competition,Property Valuation Report,NP2058,20160318,20160401,20160601,,Sole Agency,No,tenders@fire.org.nz,"New Zealand Fire Service wishes to engage a supplier for the provision of valuation services to specifically value its Land and Building portfolio for financial reporting and insurance purposes for the financial year end 30th June 2016. Key dates for delivery are; * Delivery of the Insurance Valuation Report by 17/6/16 * Delivery of the Building Valuation Report by 8/7/16.",Awarded,,20201117 Fire and Emergency New Zealand,17353739,Request for Proposals,Open Competition,Appliance Door Management Region 3,NP2103,20160401,20160427,20160712,,Sole Agency,No,,"New Zealand Fire Service seeks proposals for the management of the Region 3 Fire Appliance Bay Doors. These doors are a means of access from a fire station when fire appliances respond to an emergency incident and as such it is critical that emergency response is not inhibited by any malfunction. A supplier must be easily contactable and be able to respond to any probelms 24/7. Region 3 encompasses; Hawkes Bay, Taranaki, Whanganui, Manawatu, Hutt, Wairarapa and, Wellington",Awarded,,20201117 Fire and Emergency New Zealand,17370115,Request for Tenders,Open Competition,Seismic Upgrade & Refurbishment Frankton Fire Station,NP1847,20160407,20160505,20170317,,Sole Agency,No,N/A,"FRANKTON VOLUNTEER FIRE STATION ??? 54 DOUGLAS STREET, FRANKTON ??? Structural upgrade to the Appliance Bay and Training Room. ??? Construction of an addition to the north side of the building to house level 2 PPE gear. ??? Reconfiguration of the existing workshop/hose store to accommodate a new breathing apparatus wash station (BA wash) and laundry. ??? New fire rated / smoke rated linings to the Training Room and Appliance Bay",Awarded,,20201117 Fire and Emergency New Zealand,17390624,Request for Tenders,Open Competition,Ruakaka Fire Station Re-roof,NP2095,20160413,20160511,20161129,,Sole Agency,No,N/A,"Ruakaka Fire Station is strategically placed to cover Marsden Point oil refinery and the surrounding community. After ongoing repairs and a recent survey, it has been determined that the roof is beyond economic repair. The recommendation is to redesign and replace full roof area including removal of internal gutters and parapet walls.",Awarded,,20201117 Fire and Emergency New Zealand,17433177,Request for Proposals,Open Competition,"Accommodation & Meals for Training Courses ??? Akl, Chch & Dud",NP2104,20160420,20160518,20160711,,Sole Agency,No,N/A,"The New Zealand Fire Service (NZFS) holds national training courses at the National Training Centre in Rotorua. Due to the centre being so busy with national courses, training have elected to push some courses out to the regions for delivery, to ensure important courses are not delayed due to constraints in Rotorua???s capacity. This tender relates to finding appropriate accommodation and meals (breakfast and dinner) in Auckland, Christchurch and Dunedin",Not Awarded,"Auckland awarded to IBIS Hotel Auckland Christchurch to The Heartland Hotel Cotswold Dunedin to Mercure Leisure Lodge",20201117 Fire and Emergency New Zealand,17537826,Request for Tenders,Open Competition,Old Woolston Fire Station Demolilition,NP2124,20160520,20160617,20160816,,Sole Agency,No,,"New Zealand Fire Service wishes to engage with a certified demolition company to demolish, and remove from site the Earthquake damaged unused Woolston Fire Station, and the workshop / former USAR base at Woolston Fire Station site. Some of these buildings have been confirmed to contain asbestos, which is required to be removed by a certified contractor. A copy of the report identifying the affected buildings is attached. Site clearance works need to be completed, including removal of hardstand, landscaping, fencing, services and partial firewall removal. All items for removal are detailed in the attached demolition plan and specifications from Holmes Consulting Group. The removal of asbestos must be in accordance with the New Zealand guidelines for the Management and Removal of asbestos (3rd Edition). NZFS values our volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project.",Awarded,,20201117 Fire and Emergency New Zealand,17549307,Request for Proposals,Open Competition,Azure Cloud Services Provider,NP2084,20160525,20160623,20170630,,Sole Agency,No,N/A,"The NZFS requires Azure cloud service providers with extensive expertise in Microsoft Azure Cloud Services technologies, to provide services as follows: Support ??? will be provided by a single supplier ??? provide expert 24x7 support for Azure cloud services, some of which are mission critical and some future ones that will be life critical, including grey area resolution to ensure all matters are addressed and resolved with maximum efficiency and effectiveness ??? proactively monitor, tune and report on cloud services, and undertake capacity planning, to ensure they are efficient and reliable Professional Services ??? will be provided by a panel of suppliers, whereby for each piece of work, quotes will be requested from the panel members ??? contribute to projects and initiatives by, for example: o configuring new cloud services o changing configurations of existing cloud services o providing guidance, design review and estimations ??? provide strategic and design input to NZFS strategies and plans ??? supplement internal staff and work collaboratively with complementary suppliers to NZFS",Awarded,Intergen also awarded as a panel member. One further supplier to be added when contract negotations complete.,20201117 Fire and Emergency New Zealand,17600448,Request for Proposals,Open Competition,"Fleet Maintenance Region 2, Bay of Plenty Coast Area",NP2099,20160614,20160726,20160902,,Sole Agency,No,,"New Zealand Fire Service (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for NZFS Region 2, the Bay of Plenty Coast Area to ensure that; ??? Fire appliance (i.e. ???fire truck???) servicing provides high quality vehicle maintenance services for NZFS in Region 2 ??? Bay of Plenty Coast Area at competitive prices. ??? NZFS and vendor establish and maintain a close and effective working relationship. ??? The vehicle maintenance services are provided to NZFS in the Bay of Plenty Coast Area under a clear and transparent accountability framework.",Not Awarded,Awarded to Phil Buckland Motors Ltd,20201117 Fire and Emergency New Zealand,17600520,Request for Proposals,Open Competition,"Fleet Maintenance Region 3, Taranaki Area",NP2101,20160614,20160726,20160921,,Sole Agency,No,,"New Zealand Fire Service (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for NZFS Region 3, Taranaki area to ensure that; ??? Fire appliance (i.e. ???fire truck???) servicing provides high quality vehicle maintenance services for NZFS in Region 3 ??? Taranaki area at competitive prices. ??? NZFS and vendor establish and maintain a close and effective working relationship. ??? The vehicle maintenance services are provided to NZFS in the Taranaki area under a clear and transparent accountability framework.",Not Awarded,Bell Block Service Centre,20201117 Fire and Emergency New Zealand,17600568,Request for Proposals,Open Competition,Wainoni Ground Remediation,NP2148,20160614,20160708,20160907,,Sole Agency,No,,"New Zealand Fire Service wishes to engage with a company to carry out ground remediation (stone piling) for its new Fire Station in Wainoni, Christchurch. The new Fire Station for which the ground is being remediated (stone plied) will comprise of four appliance bays stacked, with rear entries and front exits, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, five single bedrooms with provision for a sixth and appropriate ablutions, gym, kitchen and lounge, training room, kitchen and canteen, volunteer operations room, career operations room, quite rooms and accessible ablutions. The yard is secure providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off along with an axillary vehicle garage to house current NBVFB assets.",Awarded,,20201117 Fire and Emergency New Zealand,17622204,Request for Proposals,Open Competition,Change Support Programme,NP2135,20160622,20160718,20160907,,Sole Agency,No,,"The NZFS requires a supplier/s to develop and design a change support programme incorporating two specific modules: 1. The design and delivery of a change leadership module to be delivered to the NZFS Organisational Leadership Team (Org LT). Org LT consists of 18 people, from the Strategic Leadership Team and Operational Leadership Team. This may also be extended to Tier 3 leaders at a later date. This should focus on leading an organisation through emergent change and what is required of organisation senior leadership throughout a sustained change programme in an environment that does not have a strong change implementation history. The material would need to be scalable and adaptable so that appropriate parts could potentially be delivered to all leadership levels in the organisation. 2. The design of a change readiness module for all our people (paid and volunteer) that builds their resilience and helps to develop the attitudes, understanding and skills that people need to adapt the way they work.",Awarded,,20201117 Fire and Emergency New Zealand,17627626,Request for Proposals,Open Competition,NZFS Region 2 BWoFs NP2134,NP2134,20160623,20160721,20161129,,Sole Agency,No,N/A,"The New Zealand Fire Service (Region 2) seeks a supplier to manage Building Warrant of Fitness (BWOF) tasks for 36 fire stations and associated building facilities and the National Training Centre in Rotorua. The work requires inspection, advice on maintenance and reporting of all Specified Systems. All specified system checks, maintenance checks and supply of 12A forms from an IQP are to be sourced and managed by the contractor excluding mechanical ventilation. All owner inspections are to be included by the contractor. The successful tender is responsible for managing the performance of all the contractors that they provide including; ??? Meeting NZFS safety and site requirements ??? Quality of work and service delivery ??? accuracy of reports and invoicing ??? Region 2 covers; ??? Bay of Plenty ??? Waikato ??? Eastern Waikato / Coromandel ??? Central Lakes ??? Tairawhiti / Gisborne The initial contract will be for three years with reviewable roll-over for a further two 1 year rights of renewal.",Awarded,,20201117 Fire and Emergency New Zealand,17631942,Request for Tenders,Open Competition,National Communications Field Support,NP1827,20160624,20160721,20160907,,Sole Agency,No,,"NZFS seeks proposals for a National Communication Field Support services. While there is a preference for a single national supplier, respondents are invited to bid for the region(s) where they feel they have a particular strength. Respondents can also bid for as many regions as they can demonstrate the required competency. This project focuses on the whole concept of the management of the communication equipment and not just routine maintenance and fault recovery. The emphasis on, preventative maintenance, identification of major issues and there repair and/or replacement well before they malfunction.",Awarded,,20201117 Fire and Emergency New Zealand,17741089,Request for Quotations,Closed Competition,Minor Fit out 88 The Terrace Wellington,NP2178,20160729,20160811,20160830,,Sole Agency,No,,,Awarded,,20201117 Fire and Emergency New Zealand,17742751,Request for Proposals,Open Competition,IGC Radio Funding,NP2176,20160801,20160825,20170317,,Sole Agency,No,N/A,"The New Zealand Fire Service (NZFS) recently undertook a tender for the supply of new Incident Ground Control (IGC) Radios. Motorola /Spark consortium were the successful parties in the tender. At a high level, NZFS committed to purchasing a minimum of 4594 new radios and supporting accessories before the 30th of June 2018. The intention was/is to purchase the required equipment using three separate purchase orders. The three separate order are as follows: 1.1. 2015/16 (Purchase Order 1) - 572 radios = $1,877,659.00 - This order has been confirmed and will be delivered and paid for either late 2015/16 or early 2016/17. 1.2. 2016/17 (Purchase Order 2) - 2,011 radios = $6,054,316.00 - This order can???t be confirmed until the NZFS has completed site audits. This equipment is expected to be purchased sometime between mid-October and the 24th of December 2016. 1.3. 2017/18 (Purchase Order 3) - 2,011 radios = $5,870,560.00 - This order can???t be confirmed until we have completed site audits. This equipment is expected to be purchased sometime between the 1st of July 2017 and the 25th of August 2017. The NZFS is now looking for a supplier to fund the IGC radio???s, distribution and installation. Total value of the funding required would be approximately $ 13,802,535",Awarded,,20201117 Fire and Emergency New Zealand,17779169,Request for Proposals,Open Competition,NP2179 - National Paging Network Replacement,NP2179,20160809,20160906,20161129,,Sole Agency,No,N/A,"Currently emergency services are using a Spark???s National paging service to provide pager messages throughout NZ for alerting and notification of emergency response personnel. Spark have announced their intention to close this network at the end of June 2017. In February 2016, New Zealand Fire Service issued two Request For Tenders for satellite message distribution network to replace our current Sky TV service and a national paging replacement solution. The satellite based message distribution contract has been won by Sea, Air and Land Communication Ltd (Salcom) based in Christchurch. Unfortunately we were unable to find an acceptable solution for the national paging replacement and the tender was duly closed. However, the satellite based system has created an opportunity that could be leveraged to provide a revised solutions for a paging network. We now require a supplier with proven expertise and capability in network paging to provide a replacement for this service.",Awarded,,20201117 Fire and Emergency New Zealand,17781600,Request for Tenders,Open Competition,Education and Training Services Panel,NP2175,20160810,20160905,20170630,,Sole Agency,No,,The Education Services team within the New Zealand Fire Service New Zealand Fire Service is seeking a preferred panel of education and training specialists from experienced organisations to assist as required with future design and development work for Training. We are seeking credible providers who have the capability and experience for the skills outlined in this tender. These services will cover both rural and urban training needs.,Awarded,,20201117 Fire and Emergency New Zealand,17800469,Request for Tenders,Open Competition,Sockburn Fire Station Ground Remediation,NP2150,20160816,20160912,20161215,,Sole Agency,No,,"The New Zealand Fire Service wishes to engage with a company to complete the earthworks for the new Sockburn Fire Station, Christchurch. The earth works involve ??? striping the existing top soil, and removal of trees ??? excavating the building footprint to ???good ground??? ??? excavating storm water swales ??? reuse of suitable excavated materials ??? Backfilling site to required levels",Awarded,,20201117 Fire and Emergency New Zealand,17876492,Request for Tenders,Closed Competition,Redwood & Spencerville Architectural Services,NP2184,20160906,20160930,20161215,,Sole Agency,No,,Architectural Services Redwood and Spencerville Fire Stations.,Awarded,APG Architects have been awarded Redwood and team Architects have been awarded Spencerville.,20201117 Fire and Emergency New Zealand,17894929,Request for Proposals,Open Competition,Recruitment Process Redesign Project,NP2093,20160912,20161006,20161129,,Sole Agency,No,N/A,"NZFS has begun work on a project with the aim of fully understanding the current recruitment processes undertaken at NZFS in detail, identifying the parts which are not adding value and areas which need to be improved/redesigned. Once these are clearly defined, the project will redesign and enhance the processes where required, by eliminating ineffective and valueless steps. The project has been structured over 3 stages, with stage 1 including a robust data collection activity which provided clarity on where our current process are not effective, user friendly or adding value. The 2nd stage of the project is where changes identified in the data will be trailed and the impacts assessed. Then any changes will be made part of BAU in stage 3. Stage 1 was completed successfully at the end of June and has provide a good blueprint for what should be progressed in stage 2. This tender is for stage 2 and if delivered successfully, may cover stage 3 as well. As with Stage 1 of the project, this work will be conducted using a systems thinking approach to ensure we are focusing on the whole function and not just individual pain points and ???noise???. This will ensure we are designing something that is more efficient, practical and user friendly for the people we wish to attract to our organisation, as well as the staff working with the processes every day. The project team need a systems thinking expert to support them through trialling different changes out in the organisation. At the same time they need to be coached and up skilled in how the systems thinking approach can be imbedded into the way we do work every day.",Awarded,,20201117 Fire and Emergency New Zealand,17971602,Request for Proposals,Open Competition,Printed Training Materials,NP2191,20160929,20161027,20170317,,Sole Agency,No,N/A,"The New Zealand Fire Service is looking for a print supplier who is capable of printing a large number of training materials on demand, for delivery to multiple locations around the country. The Supplier should have a robust online ordering tool, with capacity for document management and FTP (File Transfer Protocol) and be technologically focused on innovations in the market, including e-learning.",Awarded,,20201117 Fire and Emergency New Zealand,18039386,Request for Proposals,Open Competition,"Fleet Maintenance for Wellington, Hutt & Wairarapa area",NP2155,20161017,20161111,20170307,,Sole Agency,No,,"New Zealand Fire Service Commission (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for Wellington, Hutt & Wairarapa area to ensure that;  Fire appliance (i.e. “fire truck”) servicing provides high quality vehicle maintenance services for NZFS in this region at competitive prices.  NZFS and the supplier establish and maintain a close and effective working relationship.  The vehicle maintenance services are provided to NZFS in this area under a clear and transparent accountability framework.",Awarded,,20201117 Fire and Emergency New Zealand,18109749,Request for Tenders,Closed Competition,Sockburn Fire Station - Construction,NP1798,20170125,20170224,20171115,,Sole Agency,No,,"This procurement relates to the construction of a fire station to meet the operational needs of the Fire Region and community. The station will be built on a greenfield site at 60 Wilmer’s Street, Sockburn, Christchurch. The new Sockburn Fire Station will comprise four appliance bays, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, ten single bedrooms, appropriate ablutions facilities, gym, kitchen and lounge, training/meeting room, quiet rooms and accessible ablutions. The yard is secure providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off. The station has been designed around the principals in the NZFS Fire Station design guidelines.",Awarded,,20201117 Fire and Emergency New Zealand,18109834,Request for Tenders,Closed Competition,Wainoni (Anzac) Fire Station - Construction,NP1893,20161205,20170120,20170308,,Sole Agency,No,,NZFS as part of the Christchurch Area Fire Station re build project following the Christchurch earthquakes needs to construct a new two bay Fire Station at Wainoni (3423) to be named Anzac Fire Station.,Awarded,,20201117 Fire and Emergency New Zealand,18125069,Request for Tenders,Open Competition,Gisborne Fire Station - Tower Remediation,NP2206,20161115,20170203,20170313,,Sole Agency,No,,"The New Zealand Fire Service wishes to engage with a construction company to undertake upgrade/remediation works to the Tower at Gisborne Fire Station. The scope includes replacement of timber framing, roofing and cladding, mechanical services upgrade and re-painting.",Awarded,,20201117 Fire and Emergency New Zealand,18156189,Request for Proposals,Open Competition,"Online Learning Resource for Leadership, Management and Personal Effectiveness",NP2208,20161118,20161216,20170630,,Sole Agency,No,N/A,"The New Zealand Fire Service are looking for a suitable supplier to provide a cloud based learning resource that provides access to content on Leadership, Management and Personal Effectiveness. The intent of the resource is to support individual personal development by providing an alternative learning methodology that is flexible, adaptable and supports blended learning. We, the NZFS, want to provide learning solutions that are appropriate in today’s modern society as it allows freedom and flexibility for learning. The resource must provide a comprehensive collection of educational and developmental learning resources available in variety of learning styles and formats. The resource must provide an exceptional user experience by having access to in-depth quality information, providing quick and easy access, is easy to use and navigate, and available on demand 24/7.",Awarded,,20201117 Fire and Emergency New Zealand,18202250,Request for Proposals,Open Competition,Eltham Volunteer Fire Station - Ablutions Upgrade,NP2210,20170109,20170207,20170507,,Sole Agency,No,,"The New Zealand Fire Service (NZFS) wishes to engage with a construction company to upgrade the interior of the Eltham Volunteer Fire Station. The work will involve minor alterations to the stations layout particularly in the ablution areas. There are also minor external works to accommodate the altered layout and to maintain the buildings weather tightness. NZFS is looking for responses from credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a track record in comparable projects, project management and implemented sound health and safety related policies. For all general queries please message using the GETS site. For site visit bookings only please phone Mr Tony Adie on 027 230 8681.",Not Awarded,McMillan Lockwood,20201117 Fire and Emergency New Zealand,18217475,Request for Proposals,Open Competition,Fleet Maintenance Services Canterbury,NP2158,20161208,20170131,20170405,,Sole Agency,No,N/A,"New Zealand Fire Service Commission (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for North, Mid and South Canterbury including Christchurch but excluding Kaikoura.",Awarded,"CablePrice awarded work for north Canterbury, mid Canterbury & Christchurch Heavy Diesel Parts & Service awarded work for south Canterbury",20201117 Fire and Emergency New Zealand,18217483,Request for Proposals,Open Competition,Fleet Maintenance Services Tasman Marlborough,NP2213,20161208,20170131,20170315,,Sole Agency,No,N/A,New Zealand Fire Service Commission (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for Tasman and Marlborough.,Awarded,,20201117 Fire and Emergency New Zealand,18217487,Request for Proposals,Open Competition,Fleet Maintenance Services West Coast,NP2156,20161208,20170131,20170405,,Sole Agency,No,N/A,New Zealand Fire Service Commission (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for the West Coast.,Awarded,,20201117 Fire and Emergency New Zealand,18247521,Request for Proposals,Open Competition,Fleet Maintenance Services for Greater Auckland,NP2157,20161216,20170224,20170622,,Sole Agency,No,N/A,New Zealand Fire Service Commission (NZFS) is seeking to establish supply contracts for the provision of fleet maintenance services for the Greater Auckland area.,Awarded,Awarded to Prestige Diesel.,20201117 Fire and Emergency New Zealand,18250358,Request for Proposals,Open Competition,Waiau Shed Construction,NP2198,20161219,20170210,20170404,,Sole Agency,No,,,Awarded,,20201117 Fire and Emergency New Zealand,18305866,Request for Proposals,Open Competition,Strategic and Senior Leadership Development Programmes - Design and Delivery,NP 2212,20170119,20170217,20170507,,Sole Agency,No,,"The New Zealand Fire Service (NZFS) is looking to raise the leadership capability of all current and future leaders across our organisation. In July 2017 NZFS will amalgamate with all new Zealand rural fire authorities creating a new organisation known as Fire and Emergency New Zealand (FENZ). To help build effective and inspirational leaders we are looking for a partner to design and deliver two leadership development programmes for NZFS/ FENZ. These will be for the most senior levels of our organisation and align with the principles laid out in our Leadership Development Blueprint. For all queries regarding this RFP please message using the GETS site.",Awarded,,20201117 Fire and Emergency New Zealand,18328571,Request for Proposals,Open Competition,National Training Centre Thermal Oxidiser Upgrade and Maintenance,NP 2196,20170126,20170227,20170703,,Sole Agency,No,,"The Thermal Oxidiser at the National Training Centre in Rotorua was installed and commissioned in 2005. Following 11 years of regular use, the NZFS now requires an upgrade of the oxidiser to a ‘Fit for Purpose’ condition, and regular maintenance. NZFS is seeking suppliers that have a reliable network of qualified, experienced and capable staff that can ensure the reliable operation of the Thermal Oxidiser and respond to all maintenance requirements when faults or outages occur. *** A supplier briefing is to be held at NZFS National Training Centre, 67-97 Te Huaki Crescent, Rotokawa, Rotorua, on Wednesday 08 February. If you wish to attend please phone Tony Christensen on 027 703 9631 to register before 02 February 2017. *** Please note that the upgrade to the Thermal Oxidiser must be performed between the dates of 03 April and 13 April 2017. if you are unable to commit to these dates your response will not be evaluated. For further queries please use the GETS message system.",Awarded,,20201117 Fire and Emergency New Zealand,18364730,Request for Quotations,Closed Competition,Woolston Fire Station - Construction,NP1793,20170227,20170317,20170707,,Sole Agency,No,,NZFS as part of the Christchurch Area Fire Station re build project following the Christchurch earthquakes needs to construct a new two bay Fire Station at Woolston.,Awarded,,20201117 Fire and Emergency New Zealand,18380727,Request for Tenders,Open Competition,Ashburton Fire Station Upgrade,NP2227,20170623,20170726,20170829,,Sole Agency,No,,"New Zealand Fire Service wishes to engage with a construction company to upgrade the fire station in Ashburton, South Canterbury. The Ashburton Fire Station comprises of three appliance bays with rear entries and front exits. This extension will, when combined with earthquake strengthening of the existing appliance room will complement the overall safety of the station. It will also allow the segregation of ???dirty??? and ???clean??? areas thus adding to this safety element Additionally, the new layout provides the opportunity to move the existing Fire Risk Management Office from the rear to the front of the station, making it more user-friendly for visiting members of the community. The revised design effectively removes the current workshop, hose store, equipment, uniform and BA rooms currently attached to the eastern end of the appliance room. This block is effectively replaced with the new extension as seen in the plan below. The new block accommodates new locker/toilet, communications, equipment and BA facilities to accommodate the enlarged establishment. The station has been designed around the principals in the NZFS fire station design guidelines. NZFS values our volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project. Requirements NZFS is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies. The Station has been designed around the principals in the NZFS Fire Station design guidelines. Resource consent was applied for on 15th of May 2017. This is a three phase project: Phase I ??? Complete seismic upgrade works and roof replacement Phase II ??? Undertake and complete internal refurbishment works for the amalgamation Phase III - Construction of appliance shed for support vehicles and equipment NZFS values our volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project.",Awarded,,20201117 Fire and Emergency New Zealand,18386342,Request for Tenders,Open Competition,Kaikohe Fire Station Seismic Upgrade,NP2228,20170214,20170314,20170630,,Sole Agency,No,N/A,"NZFS wishes to complete seismic strengthening work and an upgrade/refurbishment on Kaikohe Volunteer Fire Station, located at 4 Clifford Street, Kaikohe, Northland. The scope of works will include a seismic upgrade plus locker area refurbishment, station repaint, install type 3 fire alarm system, installation of vehicle extraction system and refurbishment to appliance wash down area. Work needs to be completed by 30 June 2017. See RFT and other documents for further information.",Awarded,,20201117 Fire and Emergency New Zealand,18391462,Request for Proposals,Open Competition,Working Safely Around Water,NP2229,20170222,20170323,20170829,,Sole Agency,No,,"The Working Safely Near Water Project has been established to equip personnel with the skills, tools and experience needed to work competently in and around water. The aim is to improve the safety of personnel and the community, as well as contributing to NZFS strategy of a Safer New Zealand. The equipment covered in this tender is to support that initiative. This initiative relates to the purchase of water safety equipment, namely : o Personal Floatation Device / Buoyancy Aid (2800 units) o Rescue Whistle (2800 units) o Throw Bag (1400 units) o Rescue Knife (2800 units) o Helmet (2800 units) Please note. This is not rescue equipment.",Awarded,"Topline - Throwbags PSL - Rescue Whistle Outsider Mountain Sports - PFD and Rescue Knife Pacific Helmets - Helmet",20201117 Fire and Emergency New Zealand,18440182,Request for Proposals,Open Competition,IBM Cognos Enterprise BI Upgrade,NP1289,20170306,20170407,20171127,,Sole Agency,No,N/A,"The New Zealand Fire Service Commission (NZFS) requires IBM Cognos Enterprise Business intelligence systems suppliers with extensive expertise to provide services as follows: Professional Services – will be provided by a single supplier, whereby changes required to the IBM Cognos enterprise business intelligence system will be completed as change requests and statements of work including: • change and enhancement planned for the IBM Cognos enterprise business intelligence and TM1 system include: o Upgrade IBM Cognos Enterprise infrastructure upgrade to Business Critical [including High Availability] o Upgrade IBM Cognos Security - LDAP to AD security and authentication migration o Migrate IBM Cognos Impromptu Users [Payroll] to IBM Cognos Report Studio o Upgrade IBM Cognos TM1 software [v10.1.1 -> v11.x] o Upgrade IBM Cognos Enterprise software [v10.2.1 -> v11.x] o Implement additional Software Modules [Motio, Audit Analytics] o Deliver business change to IBM Cognos TM1 Financial Reporting, Forecasting and Audit o Deliver business change to IBM Cognos Enterprise, including scoping for migration of the IBM Cognos Enterprise to cloud-based SaaS/PaaS and mobile capable • supplement internal staff and work collaboratively with complementary suppliers to NZFS The supplier needs to be flexible in terms of the ability to increase/decrease the volume and types of professional services when required.",Awarded,,20201117 Fire and Emergency New Zealand,18450512,Request for Proposals,Open Competition,Akaroa Fire Station Upgrade,NP2232,20170310,20170407,20170510,,Sole Agency,No,,"It is proposed to undertake minor upgrading of the building as follows: Remodel the bathroom area providing, Male, Female and a unisex / Accessible bathrooms for the disabled (incorporating, shower, toilet and hand basins). Remodeling of the kitchen to provide additional bench space, cupboards, drawers and new white ware. An 21m2 addition on the southern side to incorporate , Generator, Dirty shower room including toilet and hand basin and BA / Decontamination facilities to follow our base lines. New floor coverings will be provided in all areas. A Type 3 Fire Alarm. Structural work will comprise of fly bracing throughout the Appliance Bay with Ply sheathing walls, Gib and Ply Bracing throughout the Training wing with diaphragm ceilings to achieve 67% NBS IL4. The provision of 28 lockers based on the NZFS standard design. **************************************************************************** Can you please note in the tender that this floor plan supersedes the original plan dated 22/9/16 that shows Wall removed by the generator and slight change to the fire walls surrounding the generator. The amended council stamped issue should also be in hand next week The generator electrical specs are attached please note the change in position of the MSB from that showed on the wiring spec. The full electrical spec is still under way and hope to have this next week.",Awarded,,20201117 Fire and Emergency New Zealand,18497214,Request for Proposals,Open Competition,New Plymouth Fire Station - First Floor Ablutions Upgrade,NP 2221,20170321,20170418,20170507,,Sole Agency,No,,"The New Zealand Fire Service (NZFS) wishes to engage with a construction company to upgrade the first floor ablutions at the New Plymouth Fire Station. The upgrade will include the smart use of space while incorporating future proofing initiative in moving to unisex facilities. NZFS is looking for responses from credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a track record in comparable projects, project management and implemented sound health and safety related policies. For all general queries please message using the GETS message system. For site visit bookings only please phone Mr Pat Fitzell 027 446 0027.",Awarded,,20201117 Fire and Emergency New Zealand,18531426,Request for Proposals,Open Competition,National Training Centre Facilities Management (FM) Services,NP2218,20170410,20170529,20190514,,Sole Agency,No,,"The New Zealand Fire Service (NZFS) is looking to contract out its Facilities Management (FM) Services for the National Training Centre located in Rotorua. The Successful Respondent must deliver a range of FM services as further detailed in this Request for Proposal (RFP). The National Training Centre is sited on a 2-hectare site with some of the key site features being: An administration building comprising: commercial office space. training rooms. meeting rooms. ablution amenities.  fire simulation structures (retail shops, hotel, residential dwellings etc).  simulation areas (service station, motor vehicle crash, train and tunnel etc).  sheds, workshops and appliance bays.  water harvesting and retention system. The NZFS is looking to work with an FM provider who can quickly mobilise to improve the condition and resilience of the assets.",Not Awarded,,20201117 Fire and Emergency New Zealand,18533996,Request for Proposals,Open Competition,Contestable Research Fund 2017,NP2233,20170403,20170502,20171013,,Sole Agency,No,"PO Box 2133, Wellington or contact tenders@fire.org.nz for a physical address to courier to","The Contestable Research Fund aims to advance knowledge in fire prevention and fire management in New Zealand and to meet the Commission's statutory commitments to research as laid out in Part 2 of the Fire Service Act 1975. The Fund has a total annual budget of $550,000 and this year we are proposing 8 research areas for possible funding. Please note: NZFS is not currently operating from it's National Headquarters. Please contact tenders@fire.org.nz closer to the closing time if you wish to courier your documentation to a street address. Thanks.",Not Awarded,"Multiple contracts awarded to: Scion NZ Council for Educational Research SkylightTrust & Allen and Clarke University of Otago Shore and Whariki Research Centre",20201117 Fire and Emergency New Zealand,18687447,Request for Proposals,Open Competition,ICT National Rollouts,NP2234,20170523,20170620,20171013,,Sole Agency,No,N/A,"NZFS has an ongoing programme of upgrading or refreshing hardware and software in our 448 fire stations. This number of stations is set to grow, come July 1, when NZFS becomes Fire Emergency New Zealand. These fire stations run the width and breadth of New Zealand, so being able to manage resources to ensure we deliver to all stations in a timely manner is important. To aid NZFS, we are looking to work with a supplier or suppliers, who can provide ICT hardware installation services, software upgrades, hardware disposal and training to our staff on the changes, for these refresh projects. Suppliers can bid to perform these services by region, or as a national supplier, but noting NZFS???s desire to work closely with ???the people on the ground??? rather than a third party managing subcontracted companies.",Awarded,,20201117 Fire and Emergency New Zealand,18884998,Request for Proposals,Open Competition,Building Warrant of Fitness (BWoF) and Compliance,NP2219,20170804,20170904,20180611,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand Region 3 seeks a supplier to manager Building Warrant of Fitness (BWoF) and related compliance. This work includes inspection, maintenance, reporting, the ability to undertake any defects approved by Fire and Emergency NZ, and to offer management advice with regards to building and facilities on compliance requirements. Fire and Emergency NZ also requires air conditioning supply, maintenance and installations for Region 3. The installation component is included in this tender however should a suitable company not be able to provide BWoFs and the air conditioning installation component, then a separate air conditioning tender may be issued at a later date. The initial contract will be for three years with a reviewable roll-over for a further two 1 year rights of renewal.",Awarded,,20201117 Fire and Emergency New Zealand,18943531,Request for Proposals,Open Competition,Command Vehicle Camera Equipment,NP 2065,20170821,20170918,20180406,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) requires CCTV recording equipment for our 18 mobile command vehicles. FENZ requires the supplier to provide warranties and be able to supply spare parts if and when required. FENZ is looking for credible providers who have the capability, experience and infrastructure to deliver our requirements.",Awarded,,20201117 Fire and Emergency New Zealand,18952634,Request for Proposals,Open Competition,Satellite Communication Tender,NP - 2244,20170825,20170921,20180611,Fire and Emergency New Zealand,Sole Agency,No,,"The Fire and Emergency New Zealand (FENZ) currently has 18 Hazmat/Command Vehicles deployed nationally. These vehicles provide internet access options via fixed wire, wireless (802.11), cellular and satellite as they are available. The satellite hardware units currently fitted to 18 Hazmat/Command vehicles: ??? iNetVu 980 Mobile Satellite Dish ??? 7000b Satellite controller ??? IPX-5100 Modem In addition, there are 8 fixed IPstar installation plus another that has not yet been installed.",Awarded,,20201117 Fire and Emergency New Zealand,18956357,Request for Quotations,Closed Competition,Thin-Walled Couplings,NP 2269,20170824,20170907,20171009,Fire and Emergency New Zealand,Sole Agency,No,,"Prior to 1977 the NZ Fire Service identified failures with instantaneous couplings. This resulted in the standard NZFS 4505: Specification for Firefighting Waterway Equipment to be updated thickening the walls of the couplings. However, recent audit findings indicate a number of these non-compliant couplings have found their way back into service. The Thin Walled Couplings Replacement Project aims to provide certainty that all thin-walled couplings not compliant with NZFS 4505:2007 are removed from service, and rendered inoperable, on both urban and rural fire appliances owned and operated by Fire and Emergency NZ. The project will also ensure through national coordination, that couplings are replaced, and associated waterway equipment is also replaced or repaired, so that there is no loss in operational capability.",Awarded,,20201117 Fire and Emergency New Zealand,18959777,Request for Quotations,Open Competition,Supply of Smoke Alarms,NP 2048,20170825,20170908,20171124,Fire and Emergency New Zealand,Sole Agency,No,,"We are seeking a supplier that can provide smoke alarms to Fire and Emergency NZ, to be installed as part of our Home Fire Safety Check (HFSC) programmed as well as through other targeted initiatives to reduce the risk of fire in the communities we serve. We are not after products for business or commercial installation, what we need is for residential homes as part of our Home Fire Safety Check.",Awarded,,20201117 Fire and Emergency New Zealand,19023385,Request for Proposals,Open Competition,Tairua Fire Station Ablution Alterations,NP2275,20170918,20171019,20180205,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to make alterations to the ablution area at the Tairua Fire Station, 233 Main Road, Tairua. The project includes enclosing the rear covered area of station so that sufficient room is available for the new layout. The alterations to the ablution area also includes installing new showers, toilet facilities, creating a new entry, type 3 fire alarm, decontamination facilities, repositioning a chiller, drainage and associated yard works. FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction, programme management, and have implemented sound health and safety related policies. A site visit is encouraged - please contact Tony Christensen for a suitable date and time on 027 703 9631.",Awarded,,20201117 Fire and Emergency New Zealand,19024799,Request for Proposals,Open Competition,Redwood Fire Station Early Works,NP 2271,20170913,20171003,20171120,Fire and Emergency New Zealand,Sole Agency,No,,,Awarded,,20201117 Fire and Emergency New Zealand,19040784,Request for Tenders,Open Competition,Cromwell Fire Station - Seismic Upgrade and PPE Storage,NP 2273,20170918,20171020,20180205,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to provide a seismic upgrade and PPE storage alterations to the Cromwell Fire Station, 96 Barry Stree, Cromwell. FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They must have a good track record in construction, programme management, and implemenetd sound health and safety related policies.",Awarded,,20201117 Fire and Emergency New Zealand,19062544,Request for Proposals,Open Competition,"Purchase, Maintenance & Management of Large Capacity Output Standby Generators",NP 2257,20170925,20171024,20180406,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the supply, maintenance and management of large capacity generators within Region 3 of FENZ. Previously all generators have been purchased on an individual basis as/when required and maintained and managed by a contracted supplier. FENZ is looking for credible providers who have the capability, experience and infrastructure to deliver the requirements based on all of life principals. This will include ongoing capital replacement including supply, maintenance and disposal.",Awarded,,20201117 Fire and Emergency New Zealand,19105353,Request for Proposals,Open Competition,Wellington NHQ - Accomodation Options,NP2286,20171006,20171031,20190514,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) was established on 1 July 2017 and is a new unified fire organisation that brings together our country???s urban and rural fire services. It is the amalgamation of the New Zealand Fire Service, the National Rural Fire Authority, 12 enlarged rural fire districts and 26 territorial authority rural fire authorities. PwC Advisory Services has been engaged by Fire and Emergency to assist in an RFP process to identify accommodation options for its National Headquarters (NHQ) in Wellington. Fire and Emergency NHQ currently occupies two leased office premises ???80 The Terrace (levels 9 -11) and part level 3 and part ground floor of the Wellington Club Building at 88 The Terrace. These leases expire in 2019 with decisions to renew both or either leases due by November 2018.",Not Awarded,,20201117 Fire and Emergency New Zealand,19111177,Request for Proposals,Closed Competition,Pukete Fire Station,NP 2245,20171009,20171101,20171120,Fire and Emergency New Zealand,Sole Agency,No,,"This RFQ relates to the architectural services for the design and construction of a 2-bay 6-bedroom new fire station to meet the operational needs of the fire region and community. This is a greenfield development that will be located at 160 Arthur Porter Drive, Hamilton (LOT 36 DP502753). The design will be broadly based on the concept design in Appendix 1 which shall be taken and developed in consultation with FENZ project team.",Not Awarded,"APG Architect, Hamilton is the selected supplier for these services.",20201117 Fire and Emergency New Zealand,19120062,Request for Proposals,Open Competition,Crowdsourcing,NP 2270,20171011,20171108,20180626,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency intend to introduce a technical platform that will promote the engagement of our workforce and to provide transparency between them and the organisation in the submission of ideas, gaining feedback from their peers (via voting and comments) and the identification of potential solutions. The best ideas or solutions, after further assessment (such as a cost benefit analysis, including risk assessment) will provide benefits to themselves and their communities to deal with the day to day challenges they face.",Awarded,,20201117 Fire and Emergency New Zealand,19143042,Request for Proposals,Open Competition,Fleet Maintenance Services - Central Lakes,NP2282,20171017,20171114,20171205,Fire and Emergency New Zealand,Sole Agency,No,,Fire and Emergency New Zealand (original the New Zealand Fire Service Commission) is seeking to establish supply contracts for fleet maintenance services in the Central Lakes area which covers Tirau in the north to Turangi in the south.,Awarded,,20201117 Fire and Emergency New Zealand,19161999,Request for Proposals,Open Competition,Rotorua Fire Station - Bedrooms Refurbishment,NP 2276,20171020,20171120,20180406,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to complete a refurbishment of the bedroom facilities at the Rotorua Fire Station. The project includes creating a fire separation to the bedroom area, replacing cabinetry, floor coverings, upgrade electrical, install a fire alarm along with the associated compliance schedule requirements. The bedroom area is an integral part of the stations operational requirements and therefore a project time frame of ten weeks is anticipated. A refurbishment of the male and female ablution area is a possible inclusion if pricing permits. FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,,20201117 Fire and Emergency New Zealand,19162088,Request for Tenders,Open Competition,NHQ Level 8 Fitout,NP 2277,20171020,20171106,20171115,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency intend to enter into an agreement to lease 779m?? of level 8, 80 The Terrace, Wellington to accommodate Fire and Emergency Integration personnel currently accommodated on Level 3, 88 The Terrace, and personnel from P&C. The majority of the space on level 8, 80 The Terrace is currently occupied by Damwatch who are to relocate to level 3, 88 The Terrace, Wellington replacing the Fire and Emergency Integration team personnel currently on this floor. In addition to its own fit out on level 8, 80 The Terrace; Fire and Emergency has reached agreement with Damwatch and agreed to undertake fit out to level 3, 88 The Terrace to facilitate the floor swap.",Awarded,,20201117 Fire and Emergency New Zealand,19259006,Request for Tenders,Open Competition,Leigh Fire Station Seismic Upgrade,NP 2302,20171124,20171221,20180626,Fire and Emergency New Zealand,Sole Agency,No,,"Leigh Fire Station Seismic / Refurbishment. 28 Hauraki Rd, Leigh, 0985 Area 03 Waitemata.",Awarded,,20201117 Fire and Emergency New Zealand,19259317,Request for Tenders,Open Competition,Clevedon Fire Station Seismic Upgrade,NP 2066,20171124,20171221,20180626,Fire and Emergency New Zealand,Sole Agency,No,,Clevedon Fire Station Seismic / Refurbishment,Awarded,,20201117 Fire and Emergency New Zealand,19291511,Request for Quotations,Closed Competition,Structural Engineering Christchurch City Station,NP2304,20171207,20180112,20180302,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand invites Structural Engineering Service Panel members to submit a lump sum fee proposal for all structural engineering consultancy services for the design and construction of the new Christchurch City Fire Station and Area Office which consists of; ??? two level, six bay, 12-bedroom fire station and auxiliary storage facilities ??? single story area office building ??? hardstand areas, retaining walls and landscaping The design will be broadly based on the concept design in Appendix 1 which shall be taken and developed in consultation with the Fire and Emergency project team. It is expected that the structural design will take precedence over the architectural to provide an economical structural solution which is easy to build and provides future flexibility. All Fire and Emergency Fire Stations including the associated services and fittings shall be designed and constructed to meet Importance Level Four Buildings (IL4) in terms of the National Building Standard (NBS) and all consultancy services are to base design around IL4 requirements.",Awarded,,20201117 Fire and Emergency New Zealand,19297646,Request for Quotations,Closed Competition,Architect Christchurch City Station,NP2306,20171207,20180112,20180606,Fire and Emergency New Zealand,Sole Agency,No,,"This procurement relates to the architectural services for the design and construction of the new Christchurch City Fire Station and Area Office, facilities to meet operational needs of the Fire Region and community. The new facilities will replace current and temporary buildings at 200 Kilmore St, Christchurch. The design will be broadly based on the proposed concept plans in Appendix 1 which shall be taken and developed in consultation with the Fire and Emergency project team.",Awarded,,20201117 Fire and Emergency New Zealand,19387294,Request for Quotations,Open Competition,Basket Rescure Stretchers NP2297,NP2297,20180123,20180223,20180406,Fire and Emergency New Zealand,Sole Agency,No,,"The Rescue Stretchers will be used by FENZ personal for, or in conjunction with: ??? general patient carrying ??? body recovery ??? high and low angle line rescue. ??? Remote rural and rough terrain patient transfer and carrying ??? Technical and rope rescue ??? Aerial ladder/platform fire apparatus platform recovery, manoeuvring and securing ??? Suspension from approved Aerial ladder/platform fire apparatus, crane and gantry where required",Awarded,,20201117 Fire and Emergency New Zealand,19444321,Request for Quotations,Open Competition,Rescue Stability Struts,NP2301,20180213,20180306,20180406,Fire and Emergency New Zealand,Sole Agency,No,,"FENZ wishes to purchase approximately 100 Vehicle Rescue Stability Struts in a one-off purchase and then retain the ability to purchase more items on an ad-hoc basis over the following 4 years of the contract. The contract would also cover a list of accessories to support the equipment. Current Situation- For the past 18 years we have been taught improvised side stabilisation using, hold-em foot, crowbar and ratchet strap. For number of years commercially available stabilisation kits have been available. In recent years their ergonomics has improved markedly, in terms of ease of use and weight. There is a number of disadvantages of the traditional set up including; improvisation, slow setup, inability to work on sloping ground, only being able to set up on the chassis side of the vehicle and variability of equipment been available on the Pump Rescue Tender.",Awarded,,20201117 Fire and Emergency New Zealand,19444991,Request for Quotations,Open Competition,Quarter Turn Couplings,NP2315,20180213,20180313,20180406,,Sole Agency,No,,"This plan relates to the purchase of quick connect quarter turn (QCQT) couplings and adapters The key objective of this procurement is international interoperability and superior couplings than the current 38 mm BSP threaded coupling. Specifically, the ability to rapidly connect/disconnect couplings and reduce the incidence of coupling damage requiring servicing or repair. The procurement???s proposed outcomes are conversion of all lay flat 25, 38 and 41 mm fire hoses screw thread couplings to quick connect quarter turn couplings and all nozzles, adapters and fittings using 1 ????? BSP threads to have QCQT adapters attached. We do not currently provide this coupling.",Awarded,,20201117 Fire and Emergency New Zealand,19449527,Request for Proposals,Open Competition,Medium Water Tanker Cab and Chassis,NP2243,20180214,20180308,20180514,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand require a medium water tanker to meet operational requirements. The procurement will comprise of two stages, i.e. cab and chassis and then body build. This RFP is for the first stage only - the cab and chassis.",Awarded,,20201117 Fire and Emergency New Zealand,19457537,Request for Quotations,Open Competition,Fire Extingushers,NP2280,20180216,20180319,20190214,Fire and Emergency New Zealand,Sole Agency,No,,"Across the entire country we are purchasing the following fire extinction types: ??? 4.5 kg Multipurpose Dry Powder. ??? 3.5 kg Carbon Dioxide with Horn (No wand). ??? 2 kg Multipurpose Dry Powder. ??? Option for refilling used Extinguishers. ??? Options for disposal of used Extinguishers.",Awarded,,20201117 Fire and Emergency New Zealand,19462777,Request for Proposals,Open Competition,"Supply, Support and Maintenance of Operational Pager",NP 2283,20180219,20180321,20180823,Fire and Emergency New Zealand,All of Government,No,,"This procurement relates to the supply and ongoing maintenance of our pager hardware. The supply of pagers, with required programming at no charge. Cost is questimated to be under $1m over 3 years. $300k per year.",Awarded,,20201117 Fire and Emergency New Zealand,19523731,Request for Proposals,Open Competition,Core Research Programme,NP2325,20180309,20180416,20180626,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Fire and Emergency New Zealand invites tenders for the Core Research Programme for 2018. The proposed research services will provide us with more information around our current priorities to enable Fire and Emergency NZ to advance our knowledge. Respondents are invited to submit a proposal for one or more of the following areas: #1 Understanding fire related injuries in NZ #2 Understanding the volunteer firefighter journey #3 Becoming a firefighter",Awarded,,20201117 Fire and Emergency New Zealand,19528388,Request for Proposals,Closed Competition,Availability and Messaging System,NP2323,20180312,20180413,20180626,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Fire and Emergency NZ seeks to optimise the processes and tools it uses to enable its personnel to effectively perform their role. There is a need to have accurate up to date information at any point in time relating to who is available to respond and who is responding to emergency incidents throughout the country to more effectively manage and perform at emergency incidents. Operations need to have visibility of who is responding to a request to turn out and to make faster crewing decisions by ensuring we have the right people in the right place at the right time with the right training and expertise. Operations also need to be able to easily send out targeted communications (messaging) to different groups or brigades. Fire and Emergency NZ is looking for a suitable supplier from its Azure Cloud Services Panel to deliver an availability and messaging system that provides visibility of who is responding and greatly increase the ability of brigades, stations and other groups to manage personnel availability as part of operational readiness.",Awarded,,20201117 Fire and Emergency New Zealand,19540684,Request for Proposals,Open Competition,Resource Management Act (RMA) Monitoring,NP 2290,20180316,20180416,20180807,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) requires a provider to supply Resource Management Act (RMA) Monitoring Services to ensure that resource management matters, which affect FENZ, are identified, managed, and administered in a transparent and cost effective manner. FENZ is looking for credible providers who have the capability, experience and infrastructure to deliver this monitoring service. They need to have a good track record in the management and implementation of the requirements and be able to ???knowledge transfer??? to our FENZ employees and volunteers. Services that FENZ requires include but are not limited to: ??? Nationwide environmental / resource management monitoring services. ??? Monitoring of relevant local / central government law and policy. ??? Assessment of resource consent applications by third parties. ??? Presentation of evidence at local authority and Environmental Court hearings (and in other forums as required). ??? Expert evidence and preparation of submissions on regional / district plans, plan changes and variations, and other types of national and local planning instruments. ??? Consultation with government agencies to facilitate resource management outcomes that support FENZ???s interests. ??? General RMA advice to FENZ.",Awarded,,20201117 Fire and Emergency New Zealand,19555001,Request for Tenders,Closed Competition,Redwood Fire Station Construction,NP2316,20180319,20180413,20180508,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to construct a new 696m2 Fire Station at 163 Styx Mill Road, Casebrook, Christchurch. The new Redwood Fire Station will comprise of two appliance bays with rear entries and front exits, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, six single bedrooms, ablutions, gym, kitchen and lounge, operations room, quite room and meeting rooms. The yard is to be fully landscaped and secure, providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off.",Awarded,,20201117 Fire and Emergency New Zealand,19560111,Request for Tenders,Open Competition,Rimutaka Fire Station Construction,NP1808,20180322,20180419,20190130,,Sole Agency,No,N/A,"Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to build a new fire station in Upper Hutt. The new Rimutaka Fire Station will comprise of four appliance bays, with rear entries and front exits, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, six single bedrooms with provision for appropriate ablutions, gymnasium, kitchen, lounge, operations room, quite quiet rooms and accessible ablutions. The yard will be secure, providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off. The Station has been designed around the principals of the Fire Station design guidelines.",Awarded,,20201117 Fire and Emergency New Zealand,19601824,Request for Proposals,Open Competition,Kingswell Fire Station Yard Re-Surfacing,NP 2348,20180406,20180507,20180807,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to remedy several yard issues at the Kingswell Fire Station. The project includes a full yard re-surfacing. FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies. Please phone Michael Adam 027 801 2437 to arrange a site visit",Awarded,,20201117 Fire and Emergency New Zealand,19625518,Request for Proposals,Open Competition,Drawer Design & Fit Out for Utility Vehicles,NP2305,20180412,20180510,20180801,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand requres the design, build and installation of storage drawers within Wellside Utility Vehicles.",Awarded,Contract awarded.,20201117 Fire and Emergency New Zealand,19840638,Request for Proposals,Closed Competition,Software License Reseller,NP2363,20180622,20180720,20190514,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Software is critical in ensuring emergency services are delivered quickly and effectively, equipping our teams with all the information they need to provide these vital services. Management and governance of these software assets is just as important in ensuring emergency services are supported effectively and efficiently. The precursor urban organisation, the New Zealand Fire Service Commission, had a requirement for a wide range of computer software to support its business and operational needs. Combining this with the software estates from the 39 rural fire and emergency services requires the development and implementation of new methodologies to consolidate the purchasing of software assets through one vendor across a large and geographically diverse organisation. Further to the above FENZ encourages respondents to include an optional additional proposal within their submission for solutions on how to identity and manage these software assets throughout the organisation (a Software Asset Management solution). The end state vision of this procurement is one that includes: ??? Simplified consumption methodologies and licensing paradigms. ??? Structures to support self-service where appropriate. ??? Detailed and transparent tracking of cost and consumption; service costings/pricing policies, methodologies. ??? Optimised IT delivery through process standardisation, cloud-based delivery with elastic capacity where appropriate. ??? Services are aligned to organisational demand and consumption requirements. ??? Financial transparency and probity to drive informed decision making around consumption and purchasing.",Awarded,,20201117 Fire and Emergency New Zealand,19958763,Request for Tenders,Open Competition,Weston Fire Station Ablution Upgrade,NP2373,20180727,20180822,20181106,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to complete an ablution upgrade at the Weston Fire Station, located at 26 Main Street, Weston. The project will include the addition of showers, decon wash facilities, accessible toilet, washing machine and drier, smoke separation from the appliance bay and installation of a type 3 fire alarm. The ablution area is an integral part of the fire stations operational requirements and therefore a project time frame of four months is anticipated. Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,,20201117 Fire and Emergency New Zealand,19958927,Request for Tenders,Open Competition,Lumsden Fire Station Construction of Service Building,NP 2374,20180727,20180822,20181106,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to complete the construction of a service building at the rear of the emergency services building which includes the Lumsden Fire Station located at 28 Hero Street, Lumsden. The scope of works included in the service building are, decon wash facilities, breathing apparatus cylinder storage, breathing apparatus compressor room and filling area, volunteer support officer store for surrounding brigade supplies including an area to store personal protection equipment and the garaging of the brigade???s van and trailer. The service building will an integral part of the fire stations operational requirements and therefore a project time frame of four months is anticipated. The land on which the proposed building will be built is currently owned by Southland District Council. The Council is currently in the process of transferring to Fire and Emergency New Zealand the ownership of the piece of land on which the construction of the service building is to take place. Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,,20201117 Fire and Emergency New Zealand,20008033,Request for Tenders,Open Competition,Oneroa Fire Station - Alterations and Addtions (Waiheke Island),NP2383,20180810,20180914,20190130,Fire and Emergency New Zealand,Sole Agency,No,N/A,"FENZ wishes to complete seismic strengthening work and an upgrade/refurbishment on Oneroa Volunteer Fire Station, located at 3 Weka Road, Oneroa, Waiheke, Auckland. The scope of works will include a seismic upgrade plus a refurbishment that includes ablutions, BA wash area, decontamination area, lockers, garage, offices, living accommodation, and associated services upgrades.",Awarded,,20201117 Fire and Emergency New Zealand,20132705,Request for Proposals,Open Competition,Medium Water Tanker Body Build,NP2295,20180907,20181026,20190125,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) requires the manufacture of a 4x2 Single Cab Medium Water Tanker to support the operational needs of the organisation. Please note: do to a problem with the GETS system Addendum 4 will be uploaded on Monday. It is the Hino 500 Series Body Mounting Manual.",Awarded,,20201117 Fire and Emergency New Zealand,20150650,Request for Proposals,Open Competition,Fleet Maintenance Services for Waikato & Hauraki-Coromandel Region,NP2360,20180912,20181008,20181112,Fire and Emergency New Zealand,Sole Agency,No,,Fire and Emergency New Zealand is seeking to establish supply contracts for the provision of fleet maintenance services for the Waikato and Hauraki-Coromandel region,Awarded,,20201117 Fire and Emergency New Zealand,20207687,Request for Quotations,Closed Competition,Ilam Fire Station & Fire Engineering Education Facility - Architectural Services,NP2404,20180925,20181016,20181109,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage an architect from the Fire and Emergency Architectural Services Panel. This procurement relates to the architectural services for the design and construction of the new Ilam Fire Station and Fire Engineering Education Training Facility as part of Fire and Emergency???s post- earthquakes rebuild programme in Christchurch to meet operational needs of the Fire Region and Community. This is a greenfield development that will be located on the University of Canterbury Campus at 79 Creyke Road and 3, 5, 6 and 9 Montana Avenue, Ilam, Christchurch.",Awarded,,20201117 Fire and Emergency New Zealand,20212483,Request for Quotations,Closed Competition,Ilam Fire Station & Engineering Education Facility - Structural Engineering Services,NP2404,20180926,20181017,20181109,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage a Structural Engineer from the Fire and Emergency Structural Engineering Services Panel. This procurement relates to the structural engineering services for the design and construction of the new Ilam Fire Station and Fire Engineering Education Training Facility as part of Fire and Emergency???s post- earthquakes rebuild programme in Christchurch to meet operational needs of the Fire Region and Community. This is a greenfield development that will be located on the University of Canterbury Campus at 79 Creyke Road and 3, 5, 6 and 9 Montana Avenue, Ilam, Christchurch.",Awarded,,20201117 Fire and Emergency New Zealand,20316637,Request for Proposals,Closed Competition,Ilam Fire Station & Engineering Education Facility - QS Services,NP2404,20181023,20181113,20181220,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand invites quantity surveyors to submit a proposal for all quantity surveying and cost consultancy services for the design and construction of the new Ilam Fire Station and Fire Engineering Education Training Facility as part of Fire and Emergency???s post-earthquakes rebuild programme in Christchurch to meet operational needs of the Fire Region and Community. This is a greenfield development that will be located on the University of Canterbury Campus at 79 Creyke Road and 3, 5, 6 and 9 Montana Avenue, Ilam, Christchurch. Following documents attached: 1. Request for Proposal 2. Response Form 3. Resource Consent Drawings 4. Draft Agreement ( ACENZ Short Form Agreement)",Awarded,,20201117 Fire and Emergency New Zealand,20351857,Request for Proposals,Open Competition,Rotorua Training Course - Accommodation and Meals,NP2412,20181031,20181128,20190130,Fire and Emergency New Zealand,Sole Agency,No,N/A,"The National Training Centre (NTC) for Fire and Emergency New Zealand is situated at 67-97 Te Huaki Cres, Eastgate Park Rotorua. Annually over 100 courses are delivered to firefighters and Fire and Emergency NZ personnel who attend from all over the country. These courses vary in length from 2 days to 12 weeks and attendees require in excess of 21,000 bed nights per annum. The purpose of this Request for Proposal (RFP) is to procure appropriate accommodation and meals (breakfast and dinner) for attendees of courses delivered at the National Training Centre, in Rotorua.",Awarded,,20201117 Fire and Emergency New Zealand,20387759,Request for Proposals,Open Competition,Brooklands/Bottle Lake Fire Station Ground Remediation Works,NP2413,20181107,20181129,20190131,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a company to complete the early works for the new Brooklands/Bottle Lake Fire Station, Christchurch. The site is located at 361 Lower Styx Road, Spencerville, Christchurch and comprises an area of approximately 4523 square metres of land. The work comprises earthworks; installation of sediment controls and construction of the foundation raft as shown in the construction drawings and specifications. All works are in accordance with the work required to shape the land and construct infrastructure for this fire station development. Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. The providers need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,The contract for the FENZ Brooklands/Bottle Lake Fire Station Land Remediation Project has been awarded to Frews Contracting Limited.,20201117 Fire and Emergency New Zealand,20394203,Request for Proposals,Open Competition,Deployment Case Upgrade Project,NP2417,20181109,20181205,20190305,Fire and Emergency New Zealand,Sole Agency,No,N/A,"This RFP is for the upgrade and replacement of approximately 15 data communications hubs (deployment cases) used for deployment in disasters and major incidents. The deployment cases enable operational staff deployed to a major event to easily set up a robust solution. This solution provides access to vital information with or without Internet connectivity, as well as manage seamless switching of bearer systems to leverage any Internet connection available. Additionally, it provides a WiFi portal for others to connect. The proposed contract for goods and services will be added as an addendum next week.",Not Awarded,Ingition Networks Limited were awarded this contract.,20201117 Fire and Emergency New Zealand,20404739,Request for Proposals,Open Competition,Pukete Fire Station Construction,NP1798,20181112,20190122,20190214,Fire and Emergency New Zealand,Sole Agency,No,,"Pukete New Build Construction The new Pukete Fire Station has been designed around the principals in the Fire and Emergency Fire Station Design Guidelines and will comprise of two appliance bays, with rear entries and front exits, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, six single bedrooms with appropriate ablutions, gymnasium, kitchen, lounge, quite room, accessible ablution, operations room with direct connection to a meeting room than can operate as a local coordination centre. The yard will be secure providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off.",Awarded,,20201117 Fire and Emergency New Zealand,20441567,Request for Tenders,Open Competition,Mangawhai Heads Volunteer Fire Station New Build,NP2401,20181119,20181214,20190305,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Fire and Emergency New Zealand wishes to engage with a construction company to build a new volunteer fire station in Mangawhai Heads. The new station will have three engine appliance bay, a training room, kitchen and ablution facilities, operation room and meeting room, equipment storage areas, decontamination facilities and associated yard areas.",Awarded,,20201117 Fire and Emergency New Zealand,20496175,Request for Quotations,Closed Competition,"Lay Flat Hose 45mm,70mm and 90mm",NP2425,20181129,20181220,20190129,Fire and Emergency New Zealand,Sole Agency,No,,"??? The key objective of this procurement is to temporarily procure known, reliable and fit for purpose lay flat firehose until the full hose tender process is successfully completed. The following hoses will be required: o 38/41 mm x 30 m extruded lay flat hose. May be ordered fitted with 38mm BSP male/female swivel coupling sets Note 1: Maximum working pressure of 38/41mm lay flat hose is 1400 kPa. Test pressure 2100 kPa o 45 mm x 25 m extruded fire hose. May be ordered fitted with internally feruled instantaneous couplings o 70 mm x 25 m extruded fire hose. May be ordered fitted with internally feruled instantaneous couplings complying with NZS PAS 4505:2007 o 90 mm x 30 m extruded fire hose. May be ordered fitted with instantaneous couplings",Awarded,,20201117 Fire and Emergency New Zealand,20513274,Request for Proposals,Closed Competition,National Training Centre - Rotorua -Ablutions Redevelopment Stage 1,NP2399,20181204,20190114,20190225,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a building contractor for the Ablutions Redevelopment project at its National Training Centre located at Te Huaki Crescent in Rotorua. This construction project will basically consist of a 46 square metre uniform shed extension and redevelopment of approximately 115 square metres of internal building area to create new ablutions and changing room facilities as detailed in the tender documents. The project will be delivered in 3 separate portions: ??? Separable Portion 1: Uniform store shed extension and administration sound proofing remedial works. ??? Separable Portion 2: Area C ablutions, changing room, accessible WC, toilets, cleaners and first aid room. ??? Separable Portion 3: Area A ablutions, changing rooms, toilets and laundry. Stage 2 Area B does not form part of this procurement and is shown for information only. Requirements Fire and Emergency is looking for credible building contractors who have the capability, capacity, experience and infrastructure to deliver this required construction service. They need to have a good track record in construction, quality and programme management, and implement sound health and safety related policies.",Awarded,CBC Construction 2010 Ltd has been awarded the contract for this project.,20201117 Fire and Emergency New Zealand,20515491,Request for Tenders,Open Competition,East Coast Bays Fire Station Construction,NP2400,20181204,20190208,20190604,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Fire and Emergency New Zealand wish to demolish existing buildings and construct a new fit for purpose fire station on East Coast Bays Road, located at 982A, 984 and 986 East Coast Bays Rd, Auckland. The scope of works will include a two and a half story building that will meet our importance level 4 construction requirements. The fire station will accommodate a 24hr 7 day a week career and volunteer establishment. The building will provide operational needs and meet the national design guidelines.",Awarded,,20201117 Fire and Emergency New Zealand,20537779,Request for Tenders,Open Competition,Waikouaiti Fire Station - Construction of Resource Building,NP2427,20181211,20190128,20190225,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is inviting suitably qualified building contractors to submit a tender for the construction of a resource building to store operational equipment at the Waikouaiti Fire Station located at 5 Court Street, Waikouaiti, Otago",Awarded,Amalgamated Builders Ltd from Dunedin has been awarded the contract for this project..,20201117 Fire and Emergency New Zealand,20569959,Request for Quotations,Open Competition,"Nozzles, Monitors and Fittings",NP1535,20181220,20190129,20190311,Fire and Emergency New Zealand,Sole Agency,No,,"What we need: This RFQ relates to the supply of Nozzles, Monitors and Fittings. What???s important to us: That the Nozzles, Monitors and Fittings are all to the standards and have a proven track record of performance in the Fire and Emergency environment.",Awarded,,20201117 Fire and Emergency New Zealand,20643516,Request for Tenders,Open Competition,Balmoral Fire Station Upgrade,NP2435,20190128,20190222,20190517,Fire and Emergency New Zealand,Sole Agency,No,N/A,"Fire and Emergency New Zealand wishes to engage with a construction company to complete Seismic Upgrade plus refurbishment that includes; Decontamination/Shower/ Bedroom/Watch-Room and Office reconfiguration at Balmoral Volunteer Fire Station. This building is located at 211 Balmoral Road, Balmoral, 1024, Auckland.",Awarded,,20201117 Fire and Emergency New Zealand,20648314,Request for Proposals,Open Competition,Lake Okareka Fire Station Construction,NP2419,20190129,20190226,20190508,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a main building contractor for the construction of a new 348m2 Fire Station at 1 Acacia Road, Lake Okareka, Rotorua. The new Lake Okareka Fire Station will comprise of two appliance bays with one rear entry and front exits, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, kitchen and training room and an operations room. The site is to be fully landscaped, providing off street car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off.",Awarded,,20201117 Fire and Emergency New Zealand,20682115,Request for Tenders,Open Competition,Twizel Fire Station - Construction of Resource Building,NP2430A,20190204,20190207,20190408,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to construct a four bay resource building at Twizel Fire Station located at 17 MacKenzie Drive, Twizel to meet the operational needs of the Fire Region and community. This construction project must be completed by 17 May 2019. Please note that due to technical reasons this RFT replaces the earlier RFT posted on GETS on 11 December 2018. There is no changes to the content of attached RFT document or the documentation attached to the RFT posted on 11 December 2018. The only change is that the Close Date for the replacement RFT is: Midday, Thursday 07 January 2019",Awarded,The contract for the Twizel Fire Station Resource Building Project was awarded to McIntosh Commercial Construction Ltd.,20201117 Fire and Emergency New Zealand,20692938,Request for Quotations,Open Competition,Supply of Self-Contained Breathing Apparatus (SCBA) Cylinders,NP2437,20190318,20190401,20190506,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) seeks to purchase 550 Self-Contained Breathing Apparatus cylinder units. The cylinders are to be 9-litre in volume and supplied with 90-degree valves. The cylinders must be able to be used with FENZ???s Draeger PSS-5000 Breathing Apparatus Sets. FENZ also require valves to be supplied and correctly fitted with each cylinder unit. Please note that the cylinder units with correctly fitted valves are required to be delivered by 30 June 2019.",Awarded,The contract for the supply of self contained breathing apparatus cylinders has been awarded to Fire and Rescue Products NZ Ltd,20201117 Fire and Emergency New Zealand,20780243,Request for Proposals,Open Competition,Woolston Training Centre Motor Vehicle Accident (MVA) Cutting Pad,NP2431,20190226,20190320,20190411,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a company to complete the Concrete Pad and associated works for a Motor Vehicle Accident (MVA) training facility at the Woolston Training Centre in Christchurch. The site is located at 9 Olds Place (929 Ferry Road), Ferrymead, Christchurch. The work comprises earthworks, construction of the pad as shown in the construction drawings and specifications. In addition, the surrounding yard is to be paved and a storm water swale installed. Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,Fire and Emergency New Zealand advises that the contract for the FENZ Woolston Training Centre MVA Cutting Pad has been awarded to Frews Contracting Limited of Christchurch..,20201117 Fire and Emergency New Zealand,20787941,Request for Proposals,Closed Competition,Compressors and associated equipment for filling BA Cylinders,NP2454,20190306,20190318,20190508,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the supply and installation of a replacement compressor, storage capability and filling panel, plus the de-commissioning of the existing facility. The exact requirement at each location differs depending on what equipment is already installed.",Awarded,,20201117 Fire and Emergency New Zealand,20794327,Request for Tenders,Open Competition,New Plymouth Fire Station Bedrooms Refurbishment Project,NP2453,20190301,20190327,20190409,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a construction company to complete a refurbishment of 11 bedroom facilities at the New Plymouth Fire Station. The project includes upgrading the existing facilities, supplying and installing cabinetry, supplying and installing window joinery, floor coverings, upgrade electrical, install mechanical ventilation, along with the associated compliance schedule requirements. This project is to commence by mid April 2019 and must be fully completed, invoiced, and Certificate of Compliance obtained prior to 30 June 2019.",Not Awarded,The Contract for the Fire and Emergency New Zealand's RFT for the bedrooms refurbishment project at New Plymouth Fire Station has been awarded to Chris Bell Construction & project Management Ltd,20201117 Gisborne District Council,18132156,Request for Proposals,Open Competition,Digitise Property Records,[GDC-3-16/17],20161111,20161202,20170126,,Sole Agency,No,,"Gisborne District Council (the Council) is currently undertaking a number of transformation initiatives in order to reduce business risk, and improve levels of service for our customers. As part of this transformation Council wishes to digitise the Council's Property File records. To prepare for this project, the Council has been assessing its requirements for digitising an important group of the Council's records. In many cases the collection refers to data that goes back decades. This historical and archival information is both relevant and referred to by the Council and customers. However accessibility has been the challenge in that because much of the information is located currently in two, geographically dispersed locations, it is difficult to access and to disseminate to those who need it. Therefore Council is seeking to capture the information contained in these physical files in a digital format for input into the EDRMS, with a view to make this information available online in future. These files are working files accessed by Council staff in response to public enquiries on a day-to-day basis. Council has a policy to respond to certain enquiries within a 24 hour period and as these files will need to leave the Council's premises, the successful Supplier will be required to supply details of on-going access whilst digitisation is being undertaken. The Supplier will be responsible for the safe keeping of all records removed from the Council's premises. The Supplier will be also responsible for timely producing scanned images in response to individual "Scan-on-Demand" requests from Council's users. Additionally, the Council expects assistance in defining its future Information Metadata/Architecture and Digital Preservation strategy. All existing property records will be digitised, and scanned files securely and confidentially destroyed where they can be (retention criteria to be defined). Files will be taken offsite and will be digital from day one.",Awarded,"Power Business Services have been selected as the successful vendor to partner with GDC for the next 2 years to digitise the property files. Tender process summary: * Five vendors submitted applications and were reviewed by GDC * Top 3 vendors were shortlisted * Four reps from GDC undertook site visits to vendors' premises in Auckland and Wellington * After the site visits the top 3 vendors were narrowed to 2 * Reference checks were then completed for both Key points where PBS were considered better (based on the site inspections) related to: * secure storage of the paper files and relationship with Recall * computer generated metadata using extensive barcode technology eliminating the need for manual data entry to increase quality * separation and protection of GDC records from contamination from other customer records * live reporting and data feeds via the NOVA system to track progress, quality control, issues and urgent scanning requests was superior",20201117 Gisborne District Council,18948376,Request for Proposals,Open Competition,Gisborne Wastewater Management Options Phase 2B ??? Consultation Support,,20170822,20170905,20171212,,Sole Agency,No,None,"This request for proposal is for the supply of consultation support services for Gisborne District Council (Council). The Wastewater Management Options project has reached a stage at which a number of technically feasible wastewater management options have been identified, and community consultation is required in order to determine the preferred option. Whilst this is a stand-alone project, the consultation work will need to be carried out integrating relevant aspects of the Drainwise Project, dry weather overflows, the Te Karaka wastewater treatment upgrade, as well as mortuary waste considerations. The successful supplier will need to integrate technical and non-technical aspects related to all of these projects at a level commensurate with consultation requirements, including relevant engineering detail, cultural, social and environmental considerations.",Not Awarded,This tender was awarded to 4Sight Consulting.,20201117 Gisborne District Council,19176810,Request for Proposals,Open Competition,Hyper Converged Infrastructure Solution,,20171030,20171122,20180209,,Sole Agency,No,,"The purpose of this RFP is to identify an organization able to supply, install, and configure a Hyper Converged Infrastructure solution to replace our existing end of life SAN and Servers. The preferred supplier will supply, install, and configure the solution and be able to provide future professional services if/when required. The key driver for this purchase is in keeping our core infrastructure current, reliable and supportable. This purchase should also contribute to the Council???s Disaster Recovery (DR) plan.",Not Awarded,"Awarded to BEArena Pty Ltd, was not submitted via GETS",20201117 Gisborne District Council,20252068,Request for Proposals,Open Competition,Critical Flood Control Asset Assessment,,20181005,20181114,20181121,,Sole Agency,No,,"The Gisborne District Council (GDC) has identified a number of potential critical flood control assets that require a range of further investigations to ascertain their: condition; performance; integrity; remaining life; risk to life and property/infrastructure; and consequences of failure. The assets are defined as: a) 1 Detention Dam b) 5 concrete flood control walls c) 2 access bridges GDC hereby requests proposals from suitable consultants to deliver these assessments.",Awarded,"The contract has been awarded to GeoSolve Ltd and DC Structures Studio Ltd for $42,650 + GST. Thank you for your time and effort in preparing your proposal. Nick Gordon - Gisborne District Council",20201117 Gisborne District Council,20676510,Request for Tenders,Open Competition,School Safety Improvements 2018-19,,20190201,20190228,20190624,,Sole Agency,No,,"The scope of the works is to complete pavement widening, line marking and signage changes at Gisborne Girls High School and crossing changes and linemarking at Kaiti School, Gisborne.",Awarded,,20201117 Gisborne District Council,20841626,Request for Proposals,Open Competition,Rural Delineation Improvements,,20190315,20190405,20190624,,Sole Agency,No,,This RFP is an invitation to suitably qualified and experienced contractors to supply and install NZ Transport Agency compliant Edge Marker Posts delineation devices specified on Gisborne's local road network.,Awarded,,20201117 Gisborne District Council,20957055,Request for Tenders,Open Competition,Wigan Bridge Repairs,,20190417,20190522,20190627,,Sole Agency,No,,"This contract is for the repair of the Wigan???s Bridge across the Mangaheia River. Wigan???s Bridge is located on the Tauwhareparae Road out of Tolaga Bay, Gisborne. All work is to be completed in accordance with the industry standards, the supplied specification and designs shown on the drawings.",Awarded,,20201117 Government Property Group,11308286,Request for Proposals,Open Competition,Request for Proposals for Office Accommodation in New Plymouth,RFP-2015-005,20150424,20150605,20160330,,Sole Agency,No,"Charles Fergusson Building, 34 Bowen Street, Wellington","The PMCoE has initiated a multi-agency New Plymouth based procurement requirement for office accommodation/service delivery. Known as the New Plymouth Office Accommodation (???NPOA???) requirement, its objective is to deliver a better office accommodation result for agencies by presenting an aggregated requirement to the market. On behalf of the proposed government agencies who will be the end-users (or occupiers of the required office space), the Government Property Management Centre of Expertise (???PMCoE???) is seeking proposals from suitably qualified suppliers who are able to meet our requirement for office accommodation in New Plymouth.",Not Awarded,"This contract has been awarded to: DDK Properties Limited. Please ignore the comment above 'no winner'. This was automatically inserted by the GETS system because we did not use the GETS e-Tenderbox function and therefore could not select a winner from the list of respondents in the system.",20201117 Government Property Group,12122274,Request for Proposals,Open Competition,Request for Proposal for Office Accommodation in Whanganui,RFP-2015-006,20150519,20150717,20160415,,Sole Agency,No,,"On behalf of the proposed government agencies who will be the end-users (or occupiers of the required office space), the Government Property Management Centre of Expertise (???PMCoE???) is seeking proposals from suitably qualified suppliers who are able to meet our requirement for office accommodation in Whanganui. The Response Template should be completed by all respondents. If short-listed, we will then request that you complete the second document ??? the Building Performance Specification (BPS). This second document is comprehensive as the intent is to reduce the review period and foster an open dialogue with potentially successful respondents.",Not Awarded,"This contract has been awarded to: DHB Properties Limited Please ignore the comment above 'no winner'. This was automatically inserted by the GETS system because we did not use the GETS e-Tenderbox function and therefore could not select a winner from the list of respondents in the system.",20201117 Government Property Group,17333163,Request for Proposals,Open Competition,Provision of Architectural Services Wellington Accommodation Project (WAP2 Phase 3),RFP - 2016 - 001,20160322,20160422,20161207,,Sole Agency,No,,"The Government???s Wellington Accommodation Strategy is to deliver a property portfolio that is fit for purpose and supports emerging workplace practices and the emerging workforce, whilst at the same time allowing greater flexibility for change and offering an environment that is conducive for co-location and collaboration. Following the success of Wellington Accommodation Project Tranche 1 (WAP1). The Wellington Accommodation Project WAP2 Tranche 2 Phase 3 (implementation phase) is undertaking a similar single process to procure Architectural Services for four buildings in the Wellington Central Business District. The approach of WAP2 is a three phase project: ??? Phase One ??? Initial procurement, market engagement and Business Case; ??? Phase Two ??? Negotiations with preferred suppliers; and ??? Phase Three ??? Implementation On behalf of the Government Property Management Centre of Expertise (PMCoE) and participating agencies we are sourcing Architectural Services (AS) for WAP2 Phase 3. We will soon begin the delivery of WAP2 Phase 3 being the tenant design, fit-out work and implementation phase. To support the delivery of this work PMCoE is seeking proposals from suitably qualified Respondents who can meet our requirements for AS as part of the next stage of work. NOTE: Completion and return to PMCoE of the Confidentiality Agreement (Appendix L) is required prior to PMCoE releasing Appendix B, C and D to respondents.",Awarded,"Contract Award Notice for RFP 2016 - 001 Provision of Architectural Services for the Wellington Accommodation Project (WAP 2 Phase 3) Contracts were awarded to: Catalyst Consulting Wellington Building - No5 St Pauls Lead Agency - Department of Internal Affairs. Contract Term - October 2016 - March 2018 Value - $600,000 - $700,000 Warren and Mahoney Architects Wellington Building - No2 Pastoral House Lead Agency - Ministry of Primary Industries Contract Term - September 2016 - March 2018 Value - $300,000 - $400,000 Workspace Architects Wellington Building - No4 3 The Terrace Lead Agency - The Treasury Contract Term - October 2016 - March 2018 Value - $100,000 - $200,000",20201117 Government Property Group,18747995,Request for Proposals,Open Competition,Facilities Management Services,,20170711,20170901,20180511,,All of Government,No,,"The Government Property Group???s (GPG) main role is to lead and assist agencies in meeting the goals set by Government for the efficient and effective management of the Crown estate. In addition to adopting the role of Functional Lead for Property, GPG undertakes the All-of-Government procurement function for all office accommodation and public interface property???related goods and services including Facilities Management Services. The High level objectives for this procurement of Facilities Management Services include: ??? Efficiency - create opportunities to leverage the Government???s collective buying power, minimising procurement exercises leading to efficiencies of time and cost for Agencies. ??? Visibility - build visibility and understanding across Government purchasing of FMS, creating the opportunity to strategically manage property and associated budgets. ??? Consistency ??? create consistent FM and property standards across Participating Agencies and the Government as a whole. ??? Quality Data - collect quality information, data and cost reporting, providing the opportunity to build benchmarks and assist with creating strategic directions for Government property. ??? Proactive Asset Management ??? develop proactive asset management practices and asset life cycle methodologies creating cost and time efficiencies, as well as more effective use of assets across Government. All responses to this RFP must be received using the response workbook (MS Excel) provided and submitted through GETS. Please note that the response workbook uses macros - please enable the macros if you see a prompt. Responses will not be accepted through any other channel and should be submitted by 12pm, Friday 1st September 2017.",Awarded,"The Government Property Group (GPG) is pleased to announce the launch of an All-of-Government contract for Facilities Management Services. The following six providers have been appointed to the panel following a competitive sourcing process. ???Broadspectrum (New Zealand) Limited ???Citycare Property ???Colliers International ???Cushman & Wakefield New Zealand Limited ???Programmed Facility Management NZ Limited ???Spotless Facility Services (NZ) Limited The contract offers government agencies the following services for office accommodation and public interface areas: ???Management Services ???Technical Services ???Non-technical services The panel offers quality services with a focus on proactive asset management, quality data and more effective management of facilities across government. The initial term of the contract will be four years with two rights of renewal of two years. For further information on the contract and to find out how to join, please visit the Facilities Management Services contract page https://nzgpp-mbie20.cwp.govt.nz/contracts/facilities-management-services/",20201117 Government Property Group,19595804,Request for Proposals,Open Competition,Property Consultancy Services Panel Refresh,,20180404,20180504,20181011,,All of Government,No,,"The Government Property Group within the Ministry of Business Innovation and Employment (MBIE) is leading a Panel Refresh for the Property Consultancy Services (PCS) Common Capability contract established in March 2017. The purpose of this RFP is to seek proposals from suitably qualified suppliers for this opportunity. The following property related consultancy services are within scope of the contract: - Property Management - Property Advisory - Property Planning - Market Rental Valuation - Other Valuation - Workplace Strategy - Workplace Change Management Respondents are invited to submit a response for single or multiple subcategories. Note: The Panel Refresh process will not impact current Providers from the panel. However, current Providers may submit responses for consideration in other subcategories.",Awarded,,20201117 Greater Wellington Regional Council,18169183,Request for Proposals,Closed Competition,Biodiversity Guidance Document,,20161122,20161213,20170707,,Sole Agency,No,,"Provision of content for a guidance document "Biodiversity Offsetting in New Zealand: Guidance for Local Government decision makers. The proposed document to be published will provide guidance to regional and district councils in New Zealand to effectively use biodiversity offsetting to maintain biodiversity values under the RMA, 1991.",Not Awarded,"The contract was awarded to a joint proposal by The Catalyst Group (Dr Fleur Maseyk), RMA Ecology (Dr Graham Ussher), Kessels Ecology (Gerry Kessels), Dr Marie Brown, and Natural Resources Law (Mark Christensen)",20201117 Greater Wellington Regional Council,18866156,Request for Proposals,Open Competition,OmniBus Development,,20170725,20170814,20171120,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) requests proposals from suitably qualified providers who want to influence the improvement of systems that support the delivery of public transport in the Wellington region. The desired solution consists of two main components: a Workflow component to manage timetable consistency, accuracy and distribution, and a Business Intelligence (BI) component to provide business intelligence and calculation of Key Performance Indicators. Workflow component will be based on MS Dynamics CRM with a small separate reusable enterprise services layer deployed onto IIS, SQL Server and Logic Apps hosted in Azure. BI component will be based on MS Power BI and MS SQL Server 2016, including SSIS and SSAS hosted on premises. These new components are tightly integrated with a number of existing systems that make up the OmniBus solution. Each of the new components need to exchange complex sets of information with multiple existing systems, as either a provider or consumer, at appropriate times with suitable security and performance in support of the overall business process and aims. GWRC???s requirements are outlined in the RFP document. Please email GWRC (OmniBus@gw.govt.nz) to register to attend the Supplier briefing session (3 August 2017).",Not Awarded,"Greater Wellington Regional Council undertook a competitive supplier selection process using an RFT and selection based on Price Quality Methodology. On the 27th of October, 2017 a contract to undertake a 2 stream development based on MS Dynamic CRM and MS Power BI was awarded to: Intergen Level 4, Press Hall 80 Willis St Wellington The expected spend is 900k",20201117 Greater Wellington Regional Council,18884909,Request for Proposals,Open Competition,Professional Services in relation to the design and construction of seven Bus Hubs,,20170810,20170911,20180405,,Sole Agency,No,,"GWRC calls for proposals for the following professional services to construct and commission the seven Bus Hubs by July 2018: 1. Civil Works Design: comprising the design and specification of Civil Works including but not limited to all drainage, kerb and channel, shelter foundations, underground services, road paving and pedestrian paving comprising the seven Hubs 2. Shelter Design: comprising the design of passenger shelters that will be installed at each of the Hub locations upon completion of the Civil Works 3. Obtaining consents: comprising the obtaining of all consents necessary to undertake the construction of the Civil Works and the manufacture and installation of the Shelters 4. Tendering and Contracting: comprising the competitive tendering of a contract for the Civil Works and a contract for Shelter manufacture/installation, and the award of those Contracts on behalf of GWRC 5. Contract Supervision: comprising the administration and supervision of the Contracts awarded for the Civil Works and for Shelter manufacture/installation 6. Project Management: comprising the professional management of 1-5 above including liaison with and reporting to the Hub Steering Group.",Not Awarded,"The contract for professional services in relation to the design and construction of seven Bus Hubs was awarded by Wellington Regional Council (PO Box 11646, Manners St, Wellington 6142) to: Calibre Consulting Limited Level 6, John Wickliffe House, 266-269 Princes Street, Dunedin 9016 The contract was awarded through an open, competitive tender process. The expected spend under this contract is $312,192. The contract will run until service completion in July 2018.",20201117 Greater Wellington Regional Council,19660887,Request for Proposals,Open Competition,"Demolition and Replacement of Baring Head East Harbour Regional Park Bridge, Coast Road, Wainuiomata",,20180423,20180601,20180924,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) would like to replace the existing 42m vehicle bridge across the Wainuiomata River, at 1700 Coast Road, Wainuiomata. The existing bridge was constructed in 1931, which has reached the end of its lifespan and therefore requires replacement. The purpose of this request for proposal is to seek quotes from experienced contractors to undertake Dismantling and Demolition works for an existing bridge, and the construction of a new vehicle bridge across the Wainuiomata River. Please download the attached tender documents for further details and direct any questions to our Point of Contact Donald Richardson.",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Demolition and Replacement of Baring Head East Harbour Regional Park Bridge, Coast Road, Wainuiomata tender has been awarded to Concrete Structures (NZ) Ltd. Further Award Information: Services: To replace the existing 42m vehicle bridge across the Wainuiomata River. Contract value: approximately NZ$1,000,000 (excluding GST). Contract term: 8 months Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 3, September 2018",20201117 Greater Wellington Regional Council,20200514,Request for Proposals,Open Competition,Radio Communication Network System,,20180924,20181024,20190429,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFP???s from suitably qualified providers who want to influence the improvement of GWRC???s radio communications network systems to deliver communications within remote areas in the Wellington region. GWRC's primary objective is to uplift the current radio coverage and data capability within its remote areas, to enable GWRC staff to carry out their activities safely and effectively. The proof of concept (PoC) have proven the feasibility of an extended radio coverage network to remote areas in the Wellington region, using temporary repeaters in three key locations, Mount Climie, Mount Wainui and Orongorongo using a combination of VHF and UHF devices. GWRC???s desired solution end state consists of: 1. a suitable communications network that supports the intended outcomes. 2. implementation of a communications network providing suitable coverage as confirmed in the PoC phase. 3. implementation and maintenance support that delivers to GWRC ICT an operating model for maintaining the Radio Network and ensures the solution remains fit for purpose through its lifecycle. The supply and services contract will be for the design, implementation and maintenance of a future proofed solution that addresses the requirements relating to voice communications and provides capability to transport data more efficiently. Pricing is sought to deliver a full solution, and GWRC is looking to respondents to provide viable options that meets it needs. Included in this RFP are Business Requirements that need to be met, with further information GWRC is looking to see in proposals. Additional information can be provided on request to support the proposal. GWRC seeks a provider with experience in both the delivery and management of such a scaled solution, that can demonstrate a good understanding of GWRC, the environment where the solution will be deployed and an appreciation of the local region. Questions can be directed to GWRC via kiri.brown@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Radio Communication Network System has been awarded to Tait Mobile Radio Wgtn. Further Award Information: Services: To improve GWRC???s radio communications network systems to deliver communications within remote areas in the Wellington region. Contract term: 3 years Type of procurement process: open competitive Request for Proposals (RFP).",20201117 Greater Wellington Regional Council,20290447,Request for Proposals,Open Competition,Residential Property Management Services,,20181019,20181114,20190128,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFP???s from suitably qualified providers to appoint a residential property management supplier to proactively manage 111 residential tenancies in 109 properties that have or are in the process of being acquired. The supplier will be responsible for all day-to-day property management for the portfolio which, upon acquisition of all the properties, will have an estimated gross rent roll of approximately $2.1 million dollars per annum. GWRC seek a service provider with capability, experience and resources to deliver quality residential property management services to a large portfolio. They need to have a good track record in the management of residential property and will be ready to take this portfolio on within a month of being appointed. Note: GWRC issued an Advance Notice on 28 Sept 2018 relating to this RFP. Proposals must be submitted electronically through the GETS website. Questions can be directed to GWRC via jess@jigsawproperty.co.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Residential Property management Services tender has been awarded to Oxygen.Co.NZ Limited. Further Award Information: Services: GWRC to appoint a residential property management supplier to proactively manage residential tenancies in properties that have or are in the process of being acquired. Estimated Contract value: $147K per annum (excluding GST). Contract term: Initial Term of 3 years with option to renew Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 18, December 2018",20201117 Greater Wellington Regional Council,20323266,Request for Proposals,Open Competition,Hill Road Connector Track- Belmont Regional Park,,20181024,20181119,20181212,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFP???s from suitably qualified providers to construct a new track for dual use, that will run from [the Hill road picnic area] to [the Old Coach Road] over a distance of approximately 2.5km. Proposals must be submitted electronically through to the following address; Tenders@gw.govt.nz Respondents are required to attend the site visit as outlined in the RFP. Please email to confirm. Questions can be directed to GWRC via Jeremy.Paterson@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Hill Road Connector Track tender has been awarded to P G & D Y O'Hagan (Trading as Valley Landscape). Further Award Information: Services: To construct a new Hill Road connector multi-use track, which will run from the Hill Road picnic area to the Old Coach Road over a distance of 2.5km. Contract value: approximately NZ$80,000 (excluding GST). Contract term: 5 months Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 10, December 2018",20201117 Guardians of New Zealand Superannuation,13871347,Request for Proposals,Open Competition,Document Management System,1657136,20150710,20150810,20150929,,Sole Agency,No,,"The Guardians of NZ Superannuation (Guardians) is seeking to replace the current Electronic Document Management system with a SharePoint based solution. The project will be split into two phases: ??? Phase 1 will be to build a prototype solution that the confirms that the key Guardians requirements are met and that documents can be successfully migrated to the new solution ??? Phase 2 is to complete the development of the prototype into a fully functioning Document Management solution and migrate all documents from the current solution into the new solution. The successful Respondent will be appointed to deliver both phases with a Milestone decision point being made on the completion of phase 1. If phase 1 is unsuccessful the project will be closed and phase 2 to not be done.",Awarded,,20201117 Guardians of New Zealand Superannuation,19193790,Request for Proposals,Closed Competition,Desktop Upgrade,2321765,20180201,20180202,20180307,,Sole Agency,No,,Develop and rollout SOE at Guardians based on current desktop infrastructure and support processes,Awarded,"Name and address: Guardians of New Zealand Superannuation Fund, Level 12, 21 Queen Street Auckland Successful supplier: Datacom New Zealand Limited. Gaunt Street, Auckland. Description of the goods, services or works: Desktop SOE services Date the contract was awarded: 2 February 2018 Term of the contract: No fixed term Expected spend under the contract: $100k to $250k Type of procurement process used: Direct Source Process Exemption from open advertising: Exemption under section 15, 9, c, i. Datacom have provided support services for many years and have in depth technical understanding of our desktop and infrastructure. This knowledge is a key requirement to deliver the new Desktop SOE and would require a significant amount of time and cost to develop.",20201117 Guardians of New Zealand Superannuation,19355782,Request for Proposals,Open Competition,Executive Search Services Provider,,20180105,20180201,20180222,,Sole Agency,No,,"OVERVIEW The Guardians is seeking a suitably qualified service provider to deliver an executive search service to assist with the search and selection of a new Chief Executive Officer. The Guardians manages a substantial fund, and the executive search provider that the Guardians requires will need to have the knowledge, expertise and experience to source high calibre Chief Executive candidates with deep and demonstrable experience in the financial services sector, locally or internationally. REQUIRED PRE-QUALIFICATIONS To be considered eligible for this opportunity, the Guardians have important pre-qualifications that service providers must meet. Providers wishing to respond must have a proven record of undertaking local and international search and placement activities, including the following specific criteria: - executive search and placement activities for at least two Chief Executive Officers in institutions with a similar pre-eminence and public profile as the Guardians within the last 3 years; - experience in successfully placing C-Suite candidates in the New Zealand and/or Australian markets within the last 2 years; - if New Zealand based, they have an international office and/or international affiliated partner; - they can provide a satisfactory service guarantee; and - they have a demonstrated process and ability to engage with the successful candidate following appointment. Service Providers who fail to meet these pre-qualifications will not be considered eligible and should conclude that they will not benefit from submitting a proposal.",Awarded,"The Guardians of New Zealand Superannuation have concluded the process to procure the service of an Executive Search Services Provider. A contract for this service has been awarded to Caldwell Partners New Zealand. The Guardians wish to thank all those organisations that registered their interest in this opportunity. Further Award Information: Agency name: The Guardians of New Zealand Superannuation Agency address: Level 12, 21 Queen Street, Auckland 1010, New Zealand Successful supplier???s name: The Caldwell Partners International New Zealand Limited Successful supplier???s address: Level 34, Vero Centre, 48 Shortland Street, Auckland 1010, New Zealand Date the contract was awarded: 20 February 2017 Term of the contract: Term not applicable Estimated cost: $150K-$200K Type of procurement process: Open tender",20201117 Guardians of New Zealand Superannuation,19514443,Request for Proposals,Closed Competition,Infrastructure Support Service,,20180306,20180306,20180307,,Sole Agency,No,,,Awarded,"Name and address: Guardians of New Zealand Superannuation Fund, Level 12, 21 Queen Street Auckland Successful supplier: Datacom New Zealand Limited. Gaunt Street, Auckland. Description of the goods, services or works: Infrastructure Service Date the contract was awarded: 7 February 2018 Term of the contract: No fixed term Expected spend under the contract: $100k to $250k Type of procurement process used: Direct Source Process Exemption from open advertising: Exemption under section 15, 9, c, i. Datacom have provided support services for many years and have in depth technical understanding of our desktop and infrastructure. This knowledge is a key requirement to deliver the infrastructure services required.",20201117 Hastings District Council,9696632,Request for Tenders,Closed Competition,CON2014042 Test,CON2014042,20150309,20150313,20150325,Assets - Transportation,Sole Agency,No,,"As per Instructions in Tender Document, Tenders are to be submitted in two separate Files. Please note wording for Files. FILE ONE - Non Price Submission shall NOT contain any information regarding price. If price information is included, the Principal may treat the tender as being invalidated. Please title your file: NON PRICE TENDER [NAME OF THE TENDERER] CON2014042 HAVELOCK ROAD SOUTHERN FOOTPATH-. Please note whether the tender includes TAGS on the outside of the single large sealed tender envelope. FILE TWO - is to contain the Tenderer's Price submission only. Note Prices shall be net, excluding GST. Please title you file: PRICE TENDER [NAME OF THE TENDERER] CON2014042 HAVELOCK ROAD SOUTHERN FOOTPATH. Please note whether the tender includes TAGS on the outside of the single large sealed tender envelope. Tenders for Contract Havelock Road Southern Footpath Construction shall close on the Gets Website. before 1.00 pm on Friday 13th March 2015",Awarded,she was great,20201117 Hastings District Council,18240595,Request for Proposals,Open Competition,Maintenance of Public Space Closed-Circuit Television Cameras (CCTV) and Equipment Upgrades,CON2016121,20161214,20170118,20170802,Planning & Regulatory,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"We are looking for qualified organisations to maintain Council's public space Closed-Circuit Television Cameras (CCTV) and equipment. Council expects the successful Respondent to maintain the CCTV fleet by offering the following maintenance services: (a) Preventative maintenance (b) Reactive maintenance (c) Remote maintenance/configuration The Supplier may also be required to upgrade the equipment at some sites and complete the installation of new equipment at additional CCTV locations to be added over the next few years. Engagement for these activities will be on a project by project basis and will exclude the provision of Civil Works. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS Please use the Response form(s) provided. Supporting information and catalogues should be submitted separately and may need to be compressed to avoid exceeding the maximum file size. Please allow sufficient time to upload your tender response into GETS. Please note: There will be no-one available to respond to questions in the period between 23rd December and 3rd January (inclusive).",Awarded,,20201117 Hastings District Council,19024774,Request for Tenders,Closed Competition,CON2017081 Lyndhurst Road Reconstruction,CON2017081,20170913,20171004,20180328,Assets - Transportation,Sole Agency,No,"Tender Box, Hastings District Council, Ground Floor, 207 Lyndon Road East, Hastings 4122","The construction of bulk stormwater, water and wastewater pipelines and ancillary items to the end of Lyndhurst Road including: Water works:- ??? Installation of approximately 66m of DN150 PVC-M PN16 water main, 25m of OD355 PE100 SDR11 PN16 water main, and 40m of OD125 PE100 SDR11 PN16 water main ??? Installation of fittings and connections including tees, valves, hydrants and all associated thrust blocks ??? Testing, flushing and disinfection of all pipework and fittings prior to connection to the live water network Stormwater works:- ??? Installation of approximately 20m of 450mm RRJ RC Class 2 pipe, 27m of 900mm RRJ RC Class 4 pipe, and 175m of 1200mm RRJ RC Class 4 pipe ??? Installation of all manholes ??? Associated sumps and leads Sewer works:- o Installation of approximately 300m of 225mm?? sewer mains on St Hill Lane with associated manholes and connections o Testing of all pipework prior to connection to the live sewer network The reconstruction and upgrade of Lyndhurst Road from Nottingley Road to end including: ??? Cut to waste earth works to form base of new road ??? Footpath, Kerb and Channel and subgrade drainage construction; ??? Supply and construction of straight haul sub-base gravels, ??? Supply and construction of basecourse gravels, ??? Stabilising existing subbase ??? Chip sealing and Asphalt ??? Protection of existing services ONLY TENDERS SUBMISSIONS RECEIVED IN THE HDC TENDER BOX WILL BE ACCEPTED (as per tender document) Note: Tender Documents delivered by Courier must be placed in the Tender Box",Not Awarded,Fulton Hogan Limited,20201117 Hastings District Council,19049919,Request for Proposals,Closed Competition,Professional Services to Support the Renewal of the Retail Electricity Contracts for the HBLASS Councils,ADM-03-6-2,20170928,20171018,20180117,Finance,Cluster,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"This Request for Proposal is being issued on behalf of the HB LASS Councils ??? Central Hawkes Bay District Council (CHBDC) ??? Hastings District Council (HDC) ??? Hawke???s Bay Regional Council (HBRC) ??? Napier City Council (NCC) ??? Wairoa District Council (WDC) The Councils are seeking professional services to support the renewal of the retail electricity contracts for the HBLASS Councils. The successful Respondent will be expected to: ??? Understand the electricity market and conditions ??? Identify all relevant energy related data to be gathered ??? Assist in collating the required electricity information ??? Assist in preparing the RFx documents ??? Prepare a written report which provides a summary of cost analysis ??? Make recommendation on the optimal supplier for each Council ??? Negotiate and develop a contract with the successful bidder ??? Advise the most advantageous term for the electricity supply contract ??? Ensure a smooth transition from current to new electricity contracts Please use the Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Use the response form provided and clearly identify the name of your organisation. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,This contract was awarded to Smart Power Limited.,20201117 Hastings District Council,19103888,Request for Quotations,Closed Competition,CON2017096 Havelock North Geotech Site Investigation,CON2017096,20171005,20171011,20171108,Assets - Water Services,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED (as per tender document),"Scope Quotations are invited for: ??? Intrusive site investigation along the proposed Havelock North Trunk Water Main alignment. ??? Boreholes (14) are to be 4.5m deep (except one being 20m deep) and two 20m deep CPT???s. ??? In-situ testing will include SPT and Shear Vane. ??? A standpipe piezometer will be installed in 8 of the investigation boreholes. Quotations for Contract CON2017094 Havelock North Geotechnical Site Investigations must be submitted electronically via the Government Electronic Tendering System (GETS) website https://www.gets.govt.nz before 4.00 pm on Wednesday 11th October 2017. The GETS mailbox limit is 50MB in total (i.e. your total response must not exceed this limit, this includes the response plus any additional information such as brochures, etc.) More information about GETS and the electronic submission process can be found at: http://www.procurement.govt.nz/procurement/for-suppliers/gets/user-guides Proposals sent by post, courier, facsimile, email or any other means other than via GETS will not be accepted. Instructions for submitting quotations are contained within the RFQ documents.",Awarded,,20201117 Hastings District Council,19894368,Request for Proposals,Closed Competition,Request for Proposal (RFP) for Professional Services to conduct a Feasibility Study into a Hawke???s Bay Food Innovation Hub,PRJ18-51,20180716,20180801,20181101,EGOI,On behalf of procurement agent,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"This tender is being conducted by Hastings District Council (Council) on behalf of the Hawke???s Bay Food Innovation Hub Governance Group. The purpose of this Request for Proposal (RFP) is to invite proposals from appropriately qualified and experienced consultants to complete a Feasibility Study and Business Case, into the establishment of a Food Innovation Hub in Hawke???s Bay. The Feasibility Study will need to determine the feasibility and sustainability of the project, and consider and compare several options, the report will include: ??? The long-term financial sustainability of the option(s) in the context of the potential location. ??? The likely success of its implementation ??? The long-term scale of its likely economic contribution to Hawke???s Bay and New Zealand, and ??? Its affordability. The Feasibility Study has been split into three work components, Respondent's may submit a Proposal for one two or all three components. One outcome may be separate Suppliers for each work component. This approach is to allow consultants to provide a Proposal to the work component(s) that aligns with their field of expertise. The Feasibility Study will include a detailed assessment of whether a Food Innovation Hub and a supporting Food Innovation Network (FIN) facility could succeed in Hawke???s Bay including suggestions on how these could be structured. Approval of the Feasibility Study may lead to the requirement for a Business Case to be completed. The Business Case will explore the preferred option in more detail. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,20201117 Hastings District Council,20249175,Request for Quotations,Closed Competition,CON2018087 Haumoana Public Water Supply Bore,CON2018087,20181004,20181017,20181115,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","CON2018087 Haumoana Public Water Supply Bore Quotations are requested for the above contract which involves the construction and supply of an Investigation Bore and Production Bore for the Haumoana Public Water Supply for the Hastings District Council. Quotation documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Quotations must be received by Wednesday 3pm via GETs, Wednesday, 17 October 2018",Awarded,,20201117 Hastings District Council,20359790,Request for Tenders,Open Competition,CON208050 CCTV and Trenchless Repair,CON2018050,20181102,20181128,20190513,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","REQUEST FOR TENDER CON2018050 ??? CCTV and Trenchless Repair Tenders are requested for the above contract which involves CCTV and condition assessment of the Hastings District Council wastewater and stormwater network containing pipelines up to 1800mm in diameter. The contract also includes trenchless repairs of reticulation pipework and pipe coring of trunk pipework. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 28 November 2018 and must be submitted electronically via GETS. Submissions are to be uploaded in one file with a maximum file size of 50MB. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,20201117 Hastings District Council,20427080,Request for Proposals,Open Competition,CON2018099 UV Package Design and Supply,CON2018099,20181115,20181214,20190503,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","REQUEST FOR PROPOSAL CON2018099 ??? UV Package Design and Supply Tenders are requested from suitably-qualified organisations or teams (consisting of multiple organisations) that are interested in submitting a proposal for the engineering design and equipment supply services related to the upgrade work for the Hastings District Council. Hastings District Council is in the process of upgrading the following water treatment plants: Whirinaki-Esk, Clive Tucker, Whakatu, Haumoana, Waimarama, Waipatiki, Frimley and Eastbourne. This tender is for the design and supply of a ultraviolet (UV) disinfection system for each of these plants that meets the protozoal and bacteriological requirements of the Drinking-Water Standards for New Zealand 2005 (revised 2008) (DWSNZ). The RFT document is available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this RFT must be made via www.gets.govt.nz. The total submitted file size must not exceed 50 MB. HDC???s preference is to receive submissions in one file. Tenders close at 15:00hrs on Friday 30 November 2018 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,20201117 Hastings District Council,20629672,Request for Proposals,Open Competition,Unified Communications Services Request for Proposal,PRJ16-131,20190130,20190227,20190529,Community & Facilities,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"Hastings District Council (Council) is seeking a qualified supplier to provide unified communications services i.e. telephony software solution and associated services, including integrated contact centre tools. The scope of this project includes the software, the implementation of the solution and ongoing support. It should be noted that the following services are not included in this request: ??? ISP services ??? Server and storage infrastructure ??? Mobile (cellular network) and existing copper landline connectivity ??? Telemetry and alarm monitoring QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,20201117 Hastings District Council,20960411,Request for Tenders,Open Competition,CON2019025 Middle Road AWPT Stage 2 - 9.11 to 10.49km,CON2019025,20190418,20190522,20190628,Assets - Transportation,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted as per tender documents","REQUEST FOR TENDER - CON2019025 ??? Middle Road AWPT Stage 2 - 9.11km to 10.49km Only HDC Pre-qualification Class 1: Category: Road Construction Complex A tenders will be considered for these works: Tenders are requested for the above contract which involves the construction of approximately 1375m of Middle Road between locations 9.11km and 10.49km including the Mutiny Road intersection for the Hastings District Council. The scope of work shall include: ??? Health and Safety Management ??? Traffic Management ??? Site clearing; ??? Fencing; ??? Earthworks; ??? Cement stabilisation of the subbase layer; ??? Pavement construction; ??? Chip-seal surfacing; ??? Stormwater drainage construction; ??? Construction of MSE retaining walls; ??? Safety barrier works; ??? Berm hydroseeding. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. All questions are to be sent through the GETs site and will be answered accordingly Tenders close at 3pm Wednesday 22 May 2019 and must be submitted electronically via GETS with a maximum file size of 50MB. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,20201117 Hastings District Council,20987127,Request for Tenders,Open Competition,Bridge 417 Ohara (Big Hill No 2) Strengthening,CON2019028,20190501,20190522,20190612,Assets - Transportation,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","REQUEST FOR TENDER - NB. Only tender submissions from HDC pre-qualified tenderers in Bridge Construction Complex B will be considered. CON2019028 ??? Bridge 417 Ohara (Big Hill No 2) Strengthening Tenders are requested for the above contract which involves the strengthening of existing steel beams and the replacement of the existing concrete deck with a new concrete deck for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Tenders close at 3pm Wednesday 22 May 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,20201117 Hastings District Council,21025656,Request for Quotations,Closed Competition,Hawke???s Bay Opera House Precinct Branding Contract for Services,PRJ19-161,20190513,20190522,20190613,Community & Facilities,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"Hastings District Council (Council) is seeking a qualified supplier to provide Hawke???s Bay Opera House and Arts Precinct rebranding. We require an identity system that is versatile enough to be rolled out across a number of diverse applications and platforms. The ID system will need to include a brand architecture that is useful for current and future needs. The new brand may potentially be transitional with room to evolve, grow or refine as the precinct opens and its full use is realised. The brand will need to reflect heritage elements in the original buildings while being contemporary and flexible. Initial brand development will include skinning of the new website and initial street signage. Delivery of the ID system will need to include a rendering of the new overarching name and brand architecture that takes account of specific names for various spaces within the facility, a look and feel, roll-out potential, a font family and style guide. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,The contract has been awarded to Unit Design,20201117 Hawke's Bay District Health Board,3792754,Request for Proposals,Open Competition,Executive Coaching / Mentoring,PSP 42,20140826,20140916,20170808,,Sole Agency,No,"Cnr Mcleod Street and Omahu Road, Hastings","Hawke???s Bay District Health Board wishes to provide Executive Coaching to selected second and third tier managers and clinical leaders. There is a desire to identify a provider who can provide high quality and effective Executive Coaching services to: ??? Executive Management Team members ??? Medical and Surgical Directors ??? Tier 3 Managers Coaching sessions would include (but not limited to) coaching in the areas of: ??? Professional Development ??? Strategic development ??? Career development ??? Performance / People Management Note that no tenders will be received by the GETS website.",Not Awarded,Performed manually.,20201117 Hawke's Bay District Health Board,5532857,Request for Proposals,Closed Competition,Strategic Partner for Community Laboratory Services,PSP 43,20141020,20141113,20170314,,Sole Agency,No,,This Request for Proposal is accessible for organisations that have been successfully approved through the Registration of Interest Process.,Awarded,,20201117 Hawke's Bay District Health Board,7615472,Request for Proposals,Open Competition,Whanau Navigation Services,PSP40,20141219,20150123,20150211,,Sole Agency,No,No Physical Delivery Permitted,"Rheumatic Fever is recognised nationally as an important child health issue and significant inequalities exist between M??ori and Pacific children and other New Zealand children. Rheumatic Fever is a disease affecting mostly children and young people aged 4-14 years, and is a consequence of a throat infection caused by Group A Streptococcus (GAS) bacteria. Rheumatic Fever is the leading cause of heart disease in childhood in New Zealand and can result in chronic heart disease and reduced life expectancy. Following the success of the Auckland-Wide Healthy Homes Initiative (AWHHI) model we would like to deliver a service that incorporates similar key with the addition of a whanau support worker who is able to support whanau to complete small ???odd jobs??? around their properties including curtain tracks, broken windows as which we have seen this to be an important function of our current service The Whanau Support Navigation Service to be provided will be made up of the following components: 1. Co-ordination Service 2. Individual Whanau Case Work 3. Whanau Supporter ALL COMMUNICATION AND SUBMISSIONS WILL BE VIA THE GETS WEBSITE",Awarded,,20201117 Hawke's Bay District Health Board,7673657,Request for Proposals,Open Competition,Evaluation for the Whanau Wellness Resource,HHB01,20141223,20150121,20150205,,Sole Agency,No,Through GETs,"Health Hawke???s Bay Project Overview This project is the result of a number of known challenges to reaching the most in need populations who also have high need for health services. This group for a number of reasons are unequally served and result in under-utilising services when they need them, or over-utilise services as a result of increased health deterioration, sometimes requiring further increased health support as a result. The project is derived from an intent to begin to reach those people most in need of health services who are currently not receiving ???foundation health services??? consistently because: ??? they do not know how to manage their health well (or) ??? they are not informed of the benefits in accessing ???foundation health services??? (or) ??? the cost to access services is a barrier The whanau wellness resource will assist vulnerable whanau to access certain health and social services within a timely and appropriate manner at no cost. This will inform and provide access for families to the free screening services that are available within primary care and receive free access to general practice (GP/nurse consultations) over a 12 month period. Resources will assist individuals and their whanau to learn about their health and wellbeing, to better manage illness/conditions as and when required. ALL QUESTIONS WILL BE SUBMITTED THROUGH GETS ALL RESPONSES TO THIS CONTESTABLE PROCESS WILL BE SUBMITTED VIA GETS This tender is submitted by the Hawke's Bay District Health Board on behalf of our alliance partner Health Hawke's Bay Ltd.",Awarded,Evaluation and awarded to SHORE and Whariki for further negotiation.,20201117 Hawke's Bay District Health Board,7674389,Request for Proposals,Open Competition,Needs Assessment of Health Literacy,HHB02,20141223,20150121,20150205,,Sole Agency,No,Through GETs,"Health Hawke???s Bay Project Overview The health literacy project plan has been developed as a specific target area of health promotions due to its correlation to health outcomes. In order for health literacy to be effective, there must be a clear directive for implementation into general practice, and in the community ensuring effective ???health literate??? communications and cultural appropriateness for the enrolled M??ori population, so that appropriate heath information and service can be accessed. Purchase objectives The objective of this purchase is to: Successfully complete a Health Literacy Needs Assessment of Hawke???s Bay Primary Care Teams with the aim of designing, developing and implementing a health literacy training programme for primary care teams. ALL QUESTIONS WILL BE SUBMITTED THROUGH GETS ALL RESPONSES TO THIS CONTESTABLE PROCESS WILL BE SUBMITTED VIA GETS This tender is submitted by the Hawke's Bay District Health Board on behalf of our alliance partner Health Hawke's Bay Ltd.",Awarded,,20201117 Hawke's Bay District Health Board,7674674,Request for Proposals,Open Competition,Health Literacy Training Programme,HHB03,20141223,20150121,20150205,,Sole Agency,No,Through GETs,"Health Hawke???s Bay Project Overview The health literacy project plan has been developed as a specific target area of health promotions due to its correlation to health outcomes. In order for health literacy to be effective, there must be a clear directive for implementation into general practice, and in the community ensuring effective ???health literate??? communications and cultural appropriateness for the enrolled M??ori population, so that appropriate heath information and service can be accessed. Purchase objectives The objective of this purchase is to: Design and develop a health literacy training programme for primary care teams based on the Needs Assessment of Health Literacy Knowledge of Primary Care Teams in Health Hawke???s Bay. ALL QUESTIONS WILL BE SUBMITTED THROUGH GETS ALL RESPONSES TO THIS CONTESTABLE PROCESS WILL BE SUBMITTED VIA GETS This tender is submitted by the Hawke's Bay District Health Board on behalf of our alliance partner Health Hawke's Bay Ltd.",Awarded,,20201117 Hawke's Bay District Health Board,12734620,Request for Proposals,Open Competition,Musculo-skeletal & Orthopaedic Services Review and Redesign,PSP 47,20150610,20150707,20150908,,Sole Agency,No,NB: All communication and submission of responses via GETs,"We need a consulting organisation to support the review and redesign of the Musculo-skeletal Service and Orthopaedic service (???Ms & Os???) for the Hawke???s Bay District Health Board. A particular focus will be on ensuring excellent and timely resolution of back, hip and knee pain within our population and the interdependencies with acute management of patients within the service. This review and redesign will address the tension and pressure on resources between the need to meet both acute and elective needs of the population and determine the resources required meet the expectations placed upon it. It will address a wide range of interventions including conservative management, therapy interventions as well as surgical options and include these in pathway redesign. NB: ALL QUESTIONS AND SUBMISSION VIA GETS PLEASE",Not Awarded,"Thank you to those that have submitted proposals for this Request for Proposal. Following review of the project and resource requirements, HBDHB has decided to resource this project internally. We apologise for any inconvenience that this may have caused. Regards, Ashton Kirk Head of Contracts Hawkes Bay District Health Board.",20201117 Hawke's Bay District Health Board,13020949,Request for Proposals,Open Competition,Development of Travel Plan for HBDHB,HBDHBTP15,20150617,20150706,20170622,,Sole Agency,No,,"The purpose of this RFP is to invite parties to submit their proposals to provide professional services to HDBHB for the Development of a Travel Plan. The Services in scope include, but not limited to are: travel planning, stakeholder engagement, project management, planning/resource management and traffic engineering. OUR 'PROBLEM' The Hawke's Bay Fallen Soldiers' Memorial Hospital has approximately 1000 parks and is currently experiencing problems with parking because, although there is more on-site parking than the District Plan requires, demand exceeds supply. As a result HBDHB is experiencing the following: - a rising number of complaints and feedback about the lack of parking for patients and visitors - staff parking in patient or visitor nominated areas - 'Illegal' parking on yellow lines, lawns footpaths etc. - Minimal turnover of parks - once full, areas tend to remain that way for the day - Access to parking for shift and part-time workers is difficult - A perception that site works (new builds) are limiting on-site parking - Parking is spilling over into residential areas and around the Hospital - There have been instances of Council ticketing staff over-staying in time-limited parking or parking on clearways on surrounding streets In May 2015 a Travel Plan Proposal was presented to HBDHB Management, through which approval was sought to initiate the development of a travel plan.",Not Awarded,Awarded to Opus International Consultants,20201117 Hawke's Bay District Health Board,14944837,Request for Proposals,Open Competition,Information Services Function Review (Modified),PSP48,20150810,20150901,20150924,,Sole Agency,No,ALL Information and Questions via GETS,"What we need To review the Information Systems function at HBDHB. To assess and document: ??? The challenges and tasks facing the Department now, and those that are likely to arise. ??? The capability of the department in terms of skills, experience, and expertise. ??? The capacity of the department in terms of manpower, functions, and scale. ??? The resilience of the department in terms of business process and practice. ??? Any gaps (and consequent business risks) between challenge and capability/capacity/resilience. To express a clear opinion as to the fit between challenge and resources and to make recommendations on short, medium, and long term actions required to mitigate immediate risks and to maintain or build a ???fit for purpose??? Information Services function going forward. NB: Contract Details to follow. ALL COMMUNICATION VIA GETS PLEASE",Awarded,"The evaluation panel met this morning to evaluate the proposals. The proposals were generally of very high quality. Thank you for submitting a response to the Request for Proposal. Davanti Consulting Ltd have been selected as the preferred provider and Deloitte as the second preferred provider. It is HBDHB's policy to offer a debrief to organisations involved in the Request for Proposal process. If you would like a debrief please contact me at ashton.kirk@hbdhb.govt.nz Regards, Ashton Kirk Head of Contracts",20201117 Hawke's Bay District Health Board,16863300,Request for Proposals,Open Competition,Health Literacy Strategic Review,PSP49,20151006,20151030,20151120,,Sole Agency,No,No Delivery to Physical Address,"As a first step towards the development of a framework and plan for health literacy within Hawke???s Bay, HBDHB (on behalf of the sector) wish to commission a high-level strategic review of infrastructure, policies, systems, processes, information and communications, to identify the changes needed to become a health literate sector. Proposals are therefore requested to undertake such a review that will result in a report that logically concludes with: ???Findings and recommendations that will inform the development of a health literacy Action Plan and the establishment of an appropriate framework for improving the health literacy of Hawke???s Bay health sector and community.??? ALL COMMUNICATION, QUESTIONS AND SUBMISSION OF RESPONSES VIA GETS PLEASE",Awarded,,20201117 Hawke's Bay District Health Board,17470100,Request for Proposals,Closed Competition,Urgent Care - Health Services Change Proposal,PSP 51,20160502,20160912,20161122,,Sole Agency,No,VIA GETS,"We have identified through working with our local consumer and health sector stakeholders that our Urgent Care services do not currently meet the needs of the people of Hawke???s Bay and need to change. The Urgent Care Alliance on behalf of Hawke???s Bay District Health Board and Health Hawke???s Bay Primary Health Organisation is seeking solutions to provide new Urgent Care Services that will: ??? reflect the needs of the people of Hawke???s Bay ??? have a 24/7 approach to an urgent model of care ??? be based in primary care ??? partner closely with Secondary Services including Emergency Department Following the Registration of Interest (ROI) process five providers have been shortlisted after self- identifying as interested as delivering some aspect of Urgent Care Services. ONLY ROI RESPONDENTS CAN RESPOND TO THIS RFP. A model of Urgent Care services has been developed from the consultation/ ROI process and is detailed within this document. A simplified high level explanation of what is in the scope of this RFP is appended for providers understanding. We want detailed proposals that demonstrate how the provider will address the requirements of the model of Urgent Care. In addition to existing funding $500,000 has been identified to help support moving Urgent Care Services to this new model in Hawke???s Bay PLEASE NOTE ALL COMMUNICATION WILL BE VIA GETS THE FINANCIAL TEMPLATE WILL BE UPDATED TO GETS SHORTLY.",Not Awarded,,20201117 Hawke's Bay District Health Board,17631849,Request for Proposals,Open Competition,Concept and Design Work for Campaign Advertising,PSP 41,20160624,20160718,20161017,,Sole Agency,No,ALL COMMUNICATION VIA GETS,"This procurement relates to the purchase of advertising and marketing services for Hawke???s Bay District Health Board (HBDHB) The key objectives of this procurement is to contract with a preferred supplier(s): ??? for the provision of innovative advertising and marketing services, who will be approached when their skills are required by the HBDHB; and ??? to work with the HBDHB to achieve its objectives over a long-term timeframe. We are seeking providers that are able to demonstrate the following capabilities: 1. Innovation: the provision of services that demonstrate originality and a fresh approach, incorporating the application of web / social media platforms, where relevant; and 2. Efficiency: the ability to deliver the services to specified timeframes and on budget; and 3. Experience: proven background (including details of any achievements) in the provision of advertising and marketing services similar to, or the same as, that required at local government level. 4. Relevance: the ability to provide services targeted to connect with the demographical population of the HBDHB. ALL COMMUNICATION VIA GETS PLEASE",Awarded,,20201117 Hawke's Bay District Health Board,17742043,Request for Tenders,Closed Competition,HBDHB Renal Project Stage 4 - Main Contractor Services,HBDHB Renal Project Stage 4,20160729,20160822,20161103,,Sole Agency,No,"Facilities Management, Hawke???s Bay District Health Board, Gate 6, Orchard Road, Hastings",Refer to attached tender documents,Not Awarded,Awarded to Alexander Construction on 28/10/16,20201117 Hawke's Bay District Health Board,18040519,Request for Proposals,Open Competition,Community Mental Health Medication Support Napier/ Wairoa,PSP 61,20161017,20161121,20170314,,Sole Agency,No,No Physical Address,"This community mental health medication support service must meet the objective of ensuring mental health and addiction clients living in the community are supported to understand the importance of taking their medication. The medication must be taken appropriately and as and when possible the client transitioned to managing their medication independently. Providers may elect to apply for the Wairoa service, Napier service or Wairoa and Napier service. ALL COMMUNICATION, SUBMISSIONS AND NOTIFICATION VIA GETS PLEASE",Awarded,This notification is to confirm that this RFP is now complete and Glenns Pharmacy has been awarded the agreement.,20201117 Hawke's Bay District Health Board,18475031,Request for Tenders,Open Competition,HBDHB Piki Te Ora Outdoor Playground,,20170320,20170411,20170622,,Sole Agency,No,"TENDER BOX, Facilities Management, Hawkes Bay District Health Board, Gate 6, Orachard Road, Hastings","This project is expected to produce an environment offering a variety of possibilities for exploring, planning, reasoning, relaxation and learning. A space arranged to encourage active exploration providing both new challenges and familiar settings so that children develop confidence. This space will meet the differing needs of all patients accessing the children's ward. This contract will be running under NZS3910:2013. The Hawkes Bay District Health Board will be looking for a contractor that is familiar with these conditions and has the relevant experience to successfully complete this project.",Not Awarded,Contract awarded to Espaso Verde,20201117 Hawke's Bay District Health Board,18658518,Request for Proposals,Open Competition,Health & Safety Consultancy Services,,20170516,20170612,20170718,,Sole Agency,No,"Facilities Management Office, HBDHB, Gate 6, Orchard Road, Hastings","Hawke???s Bay District Health Board is inviting proposals from suitably experienced health and safety consultants for works that are to be undertaken as part of implementing the Facilities Team???s health and safety systems for contractors. Consultants will be expected to have extensive experience in Health & Safety implementation work and be able to deliver a high standard of work within specified timeframes. A demonstrated ability to understand the health care environment and its associated constraints is preferred. It is expected that the Respondents will be accredited members of New Zealand Institute of Safety Management or equivalent. The extent of the works required for the project would typically include, but is not limited to the following: ??? Review and assessment of approximately 30 contractor H&S documentation packages, for compliance with the Health & Safety at Work Act 2015 and associated regulations ??? Liaising with contractors, directly advising contractors where improvements are needed, additional documentation is required and the like ??? Review and advise on Facilities H&S systems and procedures ??? Development of procedures/policies if required ??? Timely preparation and submission of all progress reporting and reviews",Not Awarded,This Contract has been awarded and the supplier has confirmed ability to undertake works as required.,20201117 Hawke's Bay District Health Board,18845496,Request for Tenders,Open Competition,Central Hawkes Bay Radiology Upgrade,CP10159,20170724,20170829,20180309,,Sole Agency,No,,"Hawke???s Bay District Health Board is calling for tender submissions from suitably experienced construction companies for the upgrade of the existing Radiology suite at the Central Hawke???s Bay Health Centre in Waipukurau. The project consists of the refurbishment of the existing structure (approx 40m2) to enable new radiology equipment to be installed and reconfiguration of existing spaces for improved work flow. Contractors shall have a demonstrated ability to coordinate and carry out demolition and building works while maintaining normal business operations. Contractors will be expected to have wide ranging experience in all normal building trades and to deliver a high standard of workmanship within specified timeframes. Construction is expected to commence in the third quarter of 2017, subject to local authority consent.",Not Awarded,awarded and completed,20201117 Hawke's Bay District Health Board,19244559,Request for Tenders,Closed Competition,Te ara Manapou (Pregnancy & Parenting Support) Construction Project,,20171120,20171215,20180130,,Sole Agency,No,"TENDER BOX, Facilities Management, Hawkes Bay District Health Board, Gate 6, Orchard Road, Hastings","This project is expected to produce an environment offering staff an open and warm working environment where they can successfully work as a team. This project will also offer the clients an environment that is welcoming and homely. The service is mainly outreach (community based) but will have the option to cater for clients that want to come in as they feel it is a safe, and private space to talk. This contract will be running under NZS3910:2013. The Hawkes Bay District Health Board will be looking for a contractor that is familiar with these conditions and has the relevant experience to successfully complete this project.",Not Awarded,Oak Construction has been awarded the tender for this project.,20201117 Hawke's Bay District Health Board,19497019,Request for Tenders,Open Competition,Surgical Services Stage One - Pre-admissions Relocation Project,,20180301,20180327,20180529,,Sole Agency,No,,"The project requires construction of a consult/clinic, offices, and staff room (approx. 100m2), and refurbishment of the existing Renal House (approx. 183m2). The clinic, office & staff room extension will be a new single story timber frame structure with a suspended timber floor and a profiled metal roof. It will join into the existing building. This contract will be running under NZS3910:2013. The Hawkes Bay District Health Board will be looking for a contractor that is familiar with these conditions and has the relevant experience to successfully complete this project.",Not Awarded,"Oak Construction was the successful tenderer. The other tenders were close in price.",20201117 Hawke's Bay District Health Board,19840144,Request for Tenders,Open Competition,Admin & Outpatient - Stage 3 QIPS Relocation,,20180622,20180719,20181026,,Sole Agency,No,,"The project requires construction and refurbishment of offices, and a meeting room (approx. 187m2). There is a small extension using the existing concrete pad and roof structure. This contract will be running under NZS3910:2013. The Hawkes Bay District Health Board will be looking for a contractor that is familiar with these conditions and has the relevant experience to successfully complete this project.",Not Awarded,Project has been put on hold.,20201117 Hawke's Bay Regional Council,20550243,Request for Proposals,Open Competition,Whakaki Catchment ??? Land Use Assessment,20550243,20181224,20190125,20190504,,Sole Agency,No,"Nathan Heath HBRC; 46 Freyberg Street, Wairoa 4108","??? A detailed Farm Environmental Management Plan (FEMP) that includes a Land Resource Assessment that identifies for each property - o Key bio-physical characteristics at an appropriate farm scale. o Identifies areas of the highest erosional risk and prioritises where investment should occur over time. o Identifies areas of opportunity for increased profitability or productivity. o Presents a ranges of management options and alternatives for addressing sustainable land use issues. o Identifies any other sustainable land use issues that may need to be addressed. ??? A consolidated LUC description for all properties that identifies the key LUC classes in Whakaki that can be used in group conversations around land use alternatives. o That is not limited by the conventions of the existing LRI/LUC framework in the categorisation of LUC units, but rather adapts it to the needs of the land holders and the bio-physical characteristics of the catchment. o Works closely with the landholders to understand their needs and issues and tailors recommendations based on those. o Considers the risks, limitations, opportunities and alternatives to existing and potential land uses",Not Awarded,"This contract was awarded to Land Vision Ltd. ??? experience and proven track record at delivering the types of maps we are looking for, for this bit of the project was by far the best. ??? already been working in the area and done mapping before in Whakaki. ??? known to the catchment group ??? The soil map was an added bonus ??? The price was good and happy to return unspent funds to the project. ???",20201117 HealthAlliance N.Z. Limited,3699772,Request for Proposals,Open Competition,Supply of Furniture to the North Shore Hospital's Patient Service Center,P14-21,20140822,20140917,20141205,,Cluster,No,,"healthAlliance is seeking proposals from suppliers who can demonstrate competence and value for money to supply Furniture to NSH's Patient Service Center. hA does not intend to accept Proposals from Respondents who have not submitted a Notification/Intention to Respond.",Awarded,,20201117 HealthAlliance N.Z. Limited,4408807,Request for Proposals,Open Competition,Supply of Universal Newborn Hearing Screening Devices (aABR) and Associated Services,hA-14-2164,20140915,20141021,20150226,,Sole Agency,No,,"FAXED RESPONSES WILL NOT BE ACCEPTED. healthAlliance (FPSC) Limited (hA) provides procurement related shared services to New Zealand's district health boards (DHBs). It is authorised to enter into contracts for procurement of products for DHBs, and accordingly it is running this Request for Proposals for Supply of Universal Newborn Hearing Screening Devices (aABR) and Associated Services for all DHBs. The purpose of this RFP is to identify suppliers who have the knowledge and capability to provide a total package for a single supplier of newborn screening devices for the supply, servicing and training support of aABR newborn hearing screening device for all 20 DHBs in New Zealand.",Awarded,,20201117 HealthAlliance N.Z. Limited,4964593,Request for Proposals,Open Competition,Northern Region Histology Specimen Tracking Systems RFP,HEALTH-657765,20141001,20141112,20150417,,Sole Agency,No,,"HEALTH-657765 (Tenderlink Reference number) Northern Region Histology Specimen Tracking Systems RFP Description : The objective of this request process is to find the most suitable and cost-effective overall solution for the supply of Histology Specimen Tracking Systems to the Northern Region Laboratories at ADHB, CMDHB, NDHB and WDHB. Important Note: healthAlliance is looking to contract with one provider for both the hardware and software components of the solution for each DHB. healthAlliance may select different providers for different DHBs. The specifications are set out in the RFP documents attached to the tender notice as posted on Tenderlink. The RFP reference is HEALTH-657765 and it can be reviewed by registering (free) at the e-tendering portal, https://www.tenderlink.com/healthalliance/ Registration for Tenderlink is required to complete this electronic RFP. Closing date and time for this tender is: Wednesday12th November 2014 @ 10am.",Awarded,,20201117 HealthAlliance N.Z. Limited,5654980,Request for Quotations,Open Competition,Request for Quotation for the Supply of Library Subscription Services,,20141023,20141106,20141219,,Sole Agency,No,as set out in the RFP,"New Zealand's District Health Boards (DHBs) are non-profit making entities, charged with using public money to provide or fund the provision of health services in their district. There are twenty DHBs in New Zealand. healthAlliance (FPSC) Limited (hA) provides procurement-related shared services to New Zealand's District Health Boards, including entering into contracts for procurement of products under which individual DHBs then purchase Products/Services. healthAlliance is running this Request for Quote (RFQ) for the supply of journal subscriptions as set out in this RFQ. Journals required include: New England Journal of Medicine Pediatrics Pediatrics in Review The Red Book",Awarded,Awarded to EBSCO NZ Ltd,20201117 HealthAlliance N.Z. Limited,5759353,Request for Proposals,Open Competition,EAP Services,P14-31,20141028,20141121,20150501,,Sole Agency,No,"Connect Building 581-3 Great South Rd, Penrose, Auckland","The objective of this Response Process is to deliver a value for money solution to supply Staff Counselling Services to the Participating DHBs and hA, consistent with the expectations of both the Office of the Auditor-General and DHBs??? obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. You are invited to provide information in response to this document about your business and Staff Counselling Services, with associated prices.",Not Awarded,,20201117 HealthAlliance N.Z. Limited,6281147,Request for Proposals,Open Competition,Printing Services for Clinical and Corporate Forms,P14-10,20141114,20141216,20150529,,Sole Agency,No,,"healthAlliance (FPSC) Limited (hA) provides procurement related shared services to New Zealand's district health boards (DHBs). As part of this role it is seeking to establish a Panel (Supplier Panel) for the supply of printing services for clinical and corporate forms to DHBs and accordingly it is running this Request for Proposals (RFP). Respondents are encouraged to propose innovative solutions to successfully manage and supply Printing Services for clinical and corporate forms as well as deliver value for money to the District Health Boards (DHBs). The specifications are set out in the attached RFP documents including the process and instructions for you to follow on the submission of proposals.",Awarded,,20201117 HealthAlliance N.Z. Limited,7614959,Request for Proposals,Open Competition,CLINICAL COMMUNICATION TOOL,P14-50,20141219,20150209,20150825,,Sole Agency,No,"585 Great South Road, Penrose, Auckland","The objective of this Response Process is to deliver a value for money solution to supply a Clinical Communication Tool to the Participating DHBs, consistent with the expectations of both the Office of the Auditor-General and DHBs??? obligations to balance ethical and sound commercial practices within a robust, transparent and fair process.",Not Awarded,No submissions have clearly met all the RFP requirements???,20201117 HealthAlliance N.Z. Limited,8585090,Request for Proposals,Open Competition,Upgrade to Access Control & CCTV System,P14-54,20150205,20150313,20160316,,Sole Agency,No,"581-583 Great South Road, Penrose, Auckland","The objective of this Response Process is to deliver a value for money solution to enable for a upgrade of the Access Control system and Closed Circuit TV system at the Grafton and Greenlane sites. A solution is required for ADHB that best suites the need for a regional security access control system; any proposal should have the abilty to intergrate with the Cardax solutions currently being used by other Auckland metro DHBs.",Not Awarded,"FORTLOCK SECURITY SYSTEMS (2008) LTD Contract signed December 2015 for 5 years",20201117 HealthAlliance N.Z. Limited,9929435,Request for Proposals,Open Competition,Supply of Bone Cement and associated accessories and consumables,P15-75,20150313,20150508,20150903,,Sole Agency,No,"Unit 2, 3 Birmingham Drive, Middleton, Christchurch, 8024, New Zealand","The District Health Boards of New Zealand have a requirement for Bone Cement, and associated accessories and consumables for use during Orthopaedic surgery, including but not limited to the following surgeries: ??? Hip Arthroplasty ??? Knee Arthroplasty ??? Unicompartmental Knee Arthroplasty and are inviting responses from suitable Suppliers of these products.",Not Awarded,"Unfortunately, due to unforeseen circumstances healthAlliance are no longer in a position to proceed with Request for Proposal P15-75 for the Supply of Bone Cement. We would like to thank you for your time in responding and please accept our apologies for any inconvenience caused. yours sincerely Nicola Lowings Procurement Specialist healthAlliance FPSC",20201117 HealthAlliance N.Z. Limited,11384191,Request for Proposals,Open Competition,Interim Care Scheme Services,P15-88,20150428,20150604,20160303,,Cluster,No,,"healthAlliance is seeking to establish a panel for the supply of Interim Care Scheme Services to the Auckland and Waitemata DHBs. The Interim Care Scheme (ICS) involves admission of DHB patients with non-acute injuries or conditions into a contracted facility with Residential Facility-Hospital Level Care certification or an environment with Medical Services certification. Patients will have identified needs that are unable to be safely and appropriately managed at home. The purpose of the Interim Care Scheme Service is to provide a time-limited rehabilitation period. The aim is to maximize patients??? level of rehabilitation and maintenance of functioning during the period of care and to enable a safe return home or return to hospital for further treatment or rehabilitation. There will be a briefing session for potential providers on 7 May in Auckland. Please read the RFP for details. NB: Do NOT submit RFP responses via GETS",Not Awarded,,20201117 HealthAlliance N.Z. Limited,13122321,Request for Quotations,Closed Competition,P15-90: Office Furniture and Related Services,P15-90,20150619,20150703,20160203,,Sole Agency,No,,"healthAlliance (FPSC) Limited (hA) provides procurement related shared services to New Zealand's district health boards (DHBs). It is authorised to enter into contracts for procurement of products for DHBs, and accordingly it is running this Request for Quote for the supply of Office Furniture and Related Services to District Health Boards. The specifications are set out in the attached RFQ document including the process and instructions for you to follow on the submission of quote.",Awarded,,20201117 HealthAlliance N.Z. Limited,15619576,Request for Proposals,Open Competition,Supply of Clinical Transcription Services to ADHB,P15-107,20150825,20150914,20180829,,Sole Agency,No,,"1.1. The scope of this RFP is transcribing of clinical dictation by ADHB clinicians using Winscribe Author into Soprano Medical Documents templates within a specified timeframe. This is for the daily processing of overflow work, over and above the work that can be processed within the current in-house transcription resource pool.",Not Awarded,Panel contracts have been signed with five suppliers.,20201117 HealthAlliance N.Z. Limited,16989368,Request for Proposals,Open Competition,The Supply of Air Transportation of DHB staff between Whangarei and Kaitaia,P15-135,20151117,20151217,20160122,,Sole Agency,No,,"1.1. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the provision of Air Transportation Services to Northern District Health Board (NDHB). 1.2. NDHB require a supplier to transport staff by air between Whangarei and Kaitaia to enable them to carry out daily surgical and medical services in Kaitaia. The Transportation Service will return the staff back to Whangarei each afternoon. The Transportation Service will carry on average four to five passengers per day from Monday through to Thursday each week. There will be times when the passenger load will exceed seven up to a maximum of nine passengers daily. 1.3. The following services are excluded from any goods/services required to be provided in connection with this RFP: ??? Transportation of DHB patients ??? Transportation of minors ??? Transportation of greater than nine passengers on any leg",Not Awarded,HealthAlliance wishes to advise this RFP will be re-issued due to the following change to scope which will reduce the business requirement for the number of passengers to be transported daily from a maximum of 9 passengers per day to a maximum of 7 passengers per day. All other business requirements remain unchanged.,20201117 HealthAlliance N.Z. Limited,17065997,Request for Proposals,Open Competition,Supply of Meat Products to Waikato and/or Hawkes Bay District Health Boards,hA15-124,20151211,20160128,20160627,,Sole Agency,No,,"The purpose of this RFP is to implement two regional suppliers of meat products to Waikato and/or Hawkes Bay District Health Boards. Meat products include beef, sheep, pork, offal and small goods. The contract is managed by healthAlliance (FPSC) Ltd.",Not Awarded,Contract awarded to Wilson Hellaby Ltd,20201117 HealthAlliance N.Z. Limited,17190049,Request for Proposals,Open Competition,Waitemata DHB Request for Proposal Curtains,P16-145,20160205,20160315,20170316,,Sole Agency,No,"healthAlliance, Private Bag 92801, Penrose, Auckland","Waitemata DHB is looking for one or both of the following products and services a) Suply, install and maintain curtain tracking for hospital wards b) Supply, manufacture and install curtains (including bedside privacy curtains and window curtains) or blinds with standardised fit for purpose curtain fabric to work with the currently approved design theme",Awarded,The contract has been awarded to Harvey Furnishings Limited.,20201117 HealthAlliance N.Z. Limited,17474676,Request for Quotations,Open Competition,Surface Wipes (non patient use) for Auckland region,P16-167,20160502,20160520,20161025,,Sole Agency,No,"Connect Business Park, 581-585 Great South Road, Penrose, Auckland",This RFQ is for the supply of Surface Wipes (Non Patient Use) for the four Auckland region DHBs.,Not Awarded,"This notice has reference to the RFQ document P16-167. As of now, only Waitemata DHB has selected a supplier (Global Medics Limited) as a result of the RFQ and an Agreement has been signed for the supply of Surface Wipes (non patient use), valid for 24 months with effect from 01 June 2016.",20201117 HealthAlliance N.Z. Limited,17651604,Request for Proposals,Open Competition,IMPLEMENTATION AND INTEGRATION SERVICES FOR MULESOFT PLATFORM,4382-1,20160705,20160810,20170628,,Sole Agency,No,"Connect Building, 581-585 Great South Road, Penrose, Auckland (for copies of responses on electronic media only)","The services to be provided are the design and implementation of a regional Software Defined Application Service (SDAS) which comprises an Integration Engine, Enterprise Service Bus (ESB) and API Manager for healthAlliance N.Z. Limited, as the IT and services shared services organisation for the four Northern Region District Health Boards. The legacy JCAPS enterprise service bus integration functionality will be replaced by a MuleSoft Anypoint solution and new API management functionality will be delivered using the Anypoint solution.",Awarded,"""Best met evaluation criteria - Datacom Limited awarded services agreement for implementation services with the first of several statements of work entered into in March 2017. The SOWs are and will be under the Supply of Services Agreement terms (template terms were included in the RFP). As the work is on a T&M basis, it is not possible to provide a contract value but the highest and lowest pricing estimates received were - $7.1m to $218k (NZD) """,20201117 HealthAlliance N.Z. Limited,17651621,Request for Proposals,Open Competition,END TO END TESTING SERVICES FOR MULESOFT PLATFORM,4382-2,20160705,20160810,20170628,,Sole Agency,No,"Connect Building, 581-585 Great South Road, Penrose, Auckland (for copies of documents on electronic medium only)","The services to be provided are end-to-end testing services in relation to the implementation of a MuleSoft Integration Engine and API Management solution (???Regional API Gateway and Integration Platform???) for healthAlliance N.Z. Limited, as the IT and services shared services organisation for the Northern Region District Health Boards. The Regional API Gateway and Integration Platform will be deployed in healthAlliance???s IT environments by a third party . The MuleSoft integration solution will replace the legacy JCAPS integration platform current deployed in the healthAlliance environment. API management will be a new capability to be introduced into the healthAlliance environment. The selected respondent will be required to define the scope of and execute the test plans on behalf of healthAlliance. This will entail working with the implementation and integration vendor selected by healthAlliance.",Awarded,"Best met evaluation criteria - Assurity Consulting Limited awarded services agreement for end to end testing services with the first of several statements of work entered into in March 2017. The SOWs are and will be under existing Supply of Servivces Agreement (template terms were included in the RFP). As the work is on a T&M basis, it is not possible to provide a contract value but the highest and lowest pricing estimates received were - $2.4m to $42k (NZD)",20201117 HealthAlliance N.Z. Limited,17759870,Request for Proposals,Open Competition,COMMUNITY WORKER ALARM SYSTEM,P16-176,20160805,20160909,20170811,,Sole Agency,No,,The scope of this RFP is for an alarm system for Waitemata District Health Board to improve the safety of health workers who are vulnerable to safety threats due to providing services in isolated locations or after hours.,Not Awarded,,20201117 HealthAlliance N.Z. Limited,17791524,Request for Proposals,Open Competition,"Panel for the Supply of Drinking Water Solutions, Consumables and Maintenance Services",P16-197,20160812,20160907,20161124,,Sole Agency,No,,"healthAlliance (FPSC) Limited seeking to establish a Panel for the supply of drinking water solutions which include bottled water delivery, plumbed in units, fill your own bottles, water fountains or under bench options and also consumables and maintenance services to DHBs.",Awarded,"Agency name healthAlliance (FPSC) Ltd. Agency address: Connect Business Park, 581-585 Great South Road, Penrose, Auckland Successful supplier: Big Blue Limited Description of contract: PANEL FOR THE SUPPLY OF DRINKING WATER SOLUTIONS, CONSUMABLES AND MAINTENANCE SERVICES Date of contract award: 19 November 2016 Contract term: Initial term of 3 years + 2 years right of renewal",20201117 HealthAlliance N.Z. Limited,17804792,Request for Proposals,Open Competition,SDHB Integrated Taxi Management Services,P16-201,20160817,20160920,20170411,,On behalf of procurement agent,No,,"The Southern District Health Board (SDHB) invite proposals from respondents for the provision of a regional and out of region integrated taxi management service to SDHB. This includes the provision taxi, taxi van and mobility van journeys and all associated administrative requirements to provide and effectively manage a service of this scale and complexity. Indicative volumes and service requirements have been provided in the tender documents to provide further detail on what the SDHB mean by scale and complexity.",Awarded,The outcome of this RFP process was that the contract has been awarded to Southern Taxis Ltd.,20201117 HealthAlliance N.Z. Limited,18128273,Request for Proposals,Open Competition,Auckland Regional Public Health - website redevelopment,P16 - 220,20161115,20170117,20170628,,Sole Agency,No,None,"Auckland Regional Public Health Service (ARPHS) is seeking a vendor who will be responsible for the development of a new ARPHS website on the All of Government’s Common Web Platform, using SilverStripe. The successful respondent will also be expected to train two ARPHS content managers on how to use and maintain the new site and provide limited support services post go live..",Awarded,"Best met evaluation criteria and pricing Toastm Limited awarded services agreement for web design ervices with the first of 2statements of work entered into in May2017. The SOWs are and will be under the ADHB standard terms (template terms were included in the RFP). The highest and lowest pricing estimates received were - $395k to $68k (NZD) """,20201117 HealthAlliance N.Z. Limited,18156610,Request for Proposals,Open Competition,IT Service Desk services,P16-215,20161118,20170124,20181015,,Sole Agency,No,,"This RFP is issued by healthAlliance N.Z. Limited. The scope of the managed services to be provided by the successful respondent are IT Service Desk services between the hours of 7 p.m. and 7 a.m. on 365 day basis, including public holidays in New Zealand. The healthAlliance IT Service Desk currently provides 24 x 7 IT support to District Health Boards (and related entities) in the Northern Region of New Zealand. We invite proposals from suppliers who meet the technical, commercial and other requirements set out in this RFP and who wish to enter into an Agreement to supply these managed services to healthAlliance.",Not Awarded,"As a result of a review of internal processes, healthAlliance management has decided that outsourcing part of its IT service desk would not create a sustainable model for the Northern Region DHB end users and consumers of the IT service desk services",20201117 HealthAlliance N.Z. Limited,18422506,Request for Proposals,Open Competition,Flight services for NDHB from Whangarei to Kaitaia and Auckland,P17-243,20170301,20170324,20170822,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the provision of Air Transportation Services for the Northland District Health Board (NDHB). NDHB requires a supplier to transport staff and patients using a fixed wing aircraft between Whangarei and Kaitaia in an 8 seater plane to enable them to carry out daily surgical and medical services in Kaitaia. The Transportation Service will return the staff back to Whangarei each weekday afternoon. hA also requests submissions from suppliers to transport staff by air between Whangarei and Auckland in a 5-13 seater plane two or three days a week to enable them to carry out daily surgical and medical services and meetings in Auckland and Wellington. This service may run from Whangarei to Auckland two or three days a week, up to twice a day a using fixed wing aircraft to transport 5-13 passengers daily from Whangarei to Auckland return.",Awarded,,20201117 HealthAlliance N.Z. Limited,18789478,Request for Proposals,Closed Competition,TELE-HEALTH CONSULTING SOLUTIONS FOR NORTHERN REGION DHBs,P17-266,20170629,20170802,20180815,,Sole Agency,No,,"the scope of this RFP is for a regional tele-health consulting solution to enable consultations to be performed by clinicians and support staff, engaging with patients at remote locations via video. The scope of the RFP will include the supply, design and implementation of the hardware and software to support the tele-health consulting solutions (the Solution or Solutions).and maintenance and support services for the Solutions.",Awarded,This RFP has been awarded to Connect NZ using the Zoom solution.,20201117 HealthAlliance N.Z. Limited,18944542,Request for Proposals,Open Competition,REAL-TIME TEMPERATURE MONITORING SYSTEM [RTTMS],P 17-269,20170821,20170926,20181121,,Sole Agency,No,,"The scope of this RFP is for the purchase and installation of a centralised Real Time Temperature Monitoring System (RTTMS) for medication rooms and medication fridges/freezers throughout ADHB inpatient and community facilities (around 150 locations in total). The centralised system must monitor, record, and store temperature data electronically 24/7/365, with an auditable, clear and accountable process flow for required actions should temperature measurements fall out of pre-set parameters. We are also interested in the full range of monitoring options that your solution offers so that we can determine applicability to our LabPlus laboratory facility.",Awarded,,20201117 HealthAlliance N.Z. Limited,18944837,Request for Proposals,Open Competition,Perinatal and Infant Mental Health Workforce Development,P17-275,20170821,20170918,20171106,,Sole Agency,No,,"The scope of this RFP is to find a blended learning solution for workforce development for the Perinatal and Infant Mental Health (PIMH) services and maintenance and support services for the development solutions. The desired solution is to: (a) Address workforce development requirements across the continuum of acute care including: inpatient services, NGO respite services and community maternal mental health services. (b) Develop a core skills training programme for the workforce in this specialised area of the sector. (c) Be modular in nature to meet the needs the workforce and complement the existing training already in place. (d) Include a mix, as required of: (i) e-Learning (ii) Workplace training (iii) Electronic and paper based support material (iv) Printable material",Awarded,"Contract awarded after the three rounds of Evaluations, including Interviews and refer material checks.",20201117 HealthAlliance N.Z. Limited,19045643,Request for Proposals,Open Competition,Appointment of a partner for the Rangatahi Programme,P17-276,20170919,20171013,20180904,,Sole Agency,No,,"Auckland DHB???s strategy is to increase the number of M??ori and Pacific employees and we are seeking to appoint a Partner to co-design, build and deliver the Rangatahi Programme. The Rangatahi Programme is a workforce development initiative designed to increase supply of M??ori and Pacific into our workforce through active recruitment of M??ori & Pacific youth (aged 16 -24 years) into careers in health. Through increasing the number of M??ori and Pacific health workers and thus a diverse and culturally congruent workforce, one of the key outcomes of the programme is to reduce the health inequities and improve the overall health outcomes for our M??ori and Pacific populations. The Rangatahi Programme was one of two finalists in the Diversity and Inclusion category for the Human Resources Institute of New Zealand (HRINZ) 2017 awards.",Not Awarded,This project has been closed off.,20201117 HealthAlliance N.Z. Limited,19389635,Request for Proposals,Open Competition,Workload Discovery and Cloud Placement Services RFP,P18-295,20180213,20180312,20181009,,Sole Agency,No,,"healthAlliance provides IT related shared services to the four Northern Region District Health Boards (Auckland, Northland, Waitemata and Counties Manukau DHB's). hA is looking at transformative approaches to enable the delivery of business outcomes to the Northern Region. This includes implementing future-state Data Centre and Infrastructure capability procured ???as a service??? from All of Government (AoG) service providers. The DTaaS Programme has been established by hA with the view to working with the Northern Region to deliver various outcomes via established All-of-Government (???AOG???) Catalogues around Infrastructure as a Service (IaaS), Telecommunications as a Service (TaaS) and processes, tools and systems to support delivery of these. This specific Request for Proposal is for Workload Discovery and Cloud Placement Services to support our migration to IaaS.",Awarded,"Description of goods and services: Workload discovery Services as detailed in RFP information above. Type of Procurement Process: Request for Proposal (RFP). Date awarded: 25 September 2018 Contract term: 3 month engagement Expected spend: Lowest value evaluated was $195,000 and highest was $452,000",20201117 HealthAlliance N.Z. Limited,19512872,Request for Proposals,Closed Competition,P17-267 Secondary RFP Patient Experience & Online Engagament,P17-267,20180309,20180406,20180925,,Sole Agency,No,,"Secondary RFP for short-listed suppliers selected from EOI Tender GETS RFx ID 18796841. Auckland DHB currently uses online survey tools to monitor and understand patient experience and to engage with both Reo Ora Health Voice panel members and others in the wider community about a range of topics. These activities are part of a broad programme of work focussing on better understanding and responding to people who use our services, and our wider community. These may be service specific surveys or part of wider consultations about strategy, proposals or understanding aspects of health needs. Auckland DHB provides services to people from across New Zealand and the Pacific and we have special responsibilities to address health and wellbeing for the people resident in our own district. Increasingly we are moving to a co-design /co-production approach that involves working in partnership with the people we serve; in this context we would like tools that enable people to proactively identify what is important to them and engage with us easily, across a range of methods, about what matters to them. These activities are within a wider framework of performance improvement and a focus on person centred care and design. We are seeking innovative and engaging approaches that will best help us hear from a diverse range of people and improve experience and outcomes. Primary Categories: - Web Panel (Website and Online Panel Management) - Online Survey Tools - Patient Experience Survey Program",Awarded,Contract awarded to Qualtrics LLC,20201117 HealthAlliance N.Z. Limited,19515846,Request for Proposals,Open Competition,Auckland District Health Board Designing and developing eLearning modules for a Management Development Programme,P 18 - 298,20180307,20180411,20180709,,Sole Agency,No,,"The objective of this Response Process is for a provider to be appointed to design and develop the eLearning modules of the Management Development Programme for Auckland District Health Board(the Solution), the process being consistent with the expectations of both the Office of the Auditor-General and Auckland DHB???s values and obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. Maintenance and support services for the Solutions also need to clarified and transparent. Respondents are required to read the RFx documents and attachments (Appendix A,B,C & D) and provide the acknowledgement of receipt/intension to respond in the time set in the RFP document Section 5.2.",Awarded,,20201117 HealthAlliance N.Z. Limited,19719135,Request for Proposals,Open Competition,WDHB Outpatient Flow Tools Postage and Printing Solution,P18-304,20180511,20180608,20180709,,Sole Agency,No,,"The scope of this RFP is to enable the use of email to communicate with patients in order to save costs and to improve DNA (Did not attend) rates. Waitemata DHB does not currently have the mechanisms in place to support contacting our patients via email. Our primary method of communicating outpatient appointments is by post, supplemented by phone calls when re-scheduling is required. We invite proposals from suppliers who meet the pre-conditions, technical, commercial and other business requirements set out in this RFP. The selected solution required to be Fit for purpose with a future proofing methodology.",Awarded,A shortlist is formed and the final position would be taken place after presentation and interviews with the shortlisted supplier.,20201117 HealthAlliance N.Z. Limited,19720005,Request for Proposals,Open Competition,ADHB Design and Delivery of an Organisational Engagement Survey and Reporting Tool,P18-302,20180511,20180608,20180709,,Sole Agency,No,,"The objective of this Response Process is for a provider to be appointed to design and deliver an Engagement Survey and Reporting tool (the Solution) to Auckland DHB The Purpose of the engagement Survey and Reporting is (a) To measure, understand, take action on and regularly track progress of the staff experience at Auckland DHB. A future state would be the ability for us to map this to Patient Experience surveys to understand the connection and impact. (b) We are interesting in tracking performance and trends of our results, over time. We are also interested to understand other ways to capture employee experience. (c) To provide useful data and insights for people leaders to enable swift, targeted responses to both areas of need and build on areas of strength. (d) Organisational results may be used to feed into CE, Executive and Director Performance Reviews. (e) Additionally surveys need to be suitable for use in accreditation processes (e.g. IANZ) and provide benchmark insights to allow us to reflect both internally and externally.",Awarded,Shortlisted three Vendors for presentations and reference checks. One would be selected after presentation and interviews.,20201117 HealthAlliance N.Z. Limited,19944976,Request for Proposals,Closed Competition,Health and Safety Management System,P18-316,20180724,20180904,20190122,,Sole Agency,No,,"1.1. The scope of this RFP is to procure a suitable cloud based Health and Safety software (the Solution) to replace existing standalone systems for WDHB with a requirement of on-going maintenance and support services for the Solutions. 1.2. The sourcing plan was based on two step process, initially an expression of interest (EOI) was issued and suppliers were evaluated and shortlisted. The shortlisted suppliers are now invited to participate in the second stage of the tendering process (RFP)",Awarded,,20201117 HealthAlliance N.Z. Limited,20163058,Request for Proposals,Open Competition,P18-314 Clinical Registry & Audit Database Platform,P18-314,20180914,20181026,20190517,,Sole Agency,No,,"ADHB has a large number of applications in use for collecting clinical data. The majority of these applications have been designed for a specific purpose/speciality and have a data set that supports that need. The northern region has been trying to reduce the number of applications in use as the current state is difficulty to support and is costly when major work such as upgrading the desktop operating system is undertaken. Instead of implementing new applications each time the capture of a new dataset is identified, ADHB is adopting a strategy of using platforms that would allow new databases to be created. Platforms are currently in place to meet some of our requirements. However there is a continuing need to capture new datasets to support clinical audit and registry requirements and a platform is required to support these requirements.",Not Awarded,"No award for the RFP was granted. Auckland DHB will utilize current installed instance to address needs and requirements.",20201117 HealthAlliance N.Z. Limited,20898302,Request for Quotations,Open Competition,RFQ P19-347 CYBER OBSERVER CORE & ANALYTICS SYSTEM & TOOL SOFTWARE LICENCES,P19-347,20190401,20190415,20190627,,Sole Agency,No,,"This RFQ is an invitation to suitably qualified Resellers of Cyber Observer to submit a Quote for the supply of the following: Cyber Observer Core & Analytics System and Tool Software Licences",Awarded,"Contract awarded to Witz Cybersecurity 26/6/2019. Term: 3 years; Total value: $400K",20201117 HealthAlliance N.Z. Limited,21089282,Request for Quotations,Open Competition,P19-360 IBM Storwize V7000 Storage Arrays,P19-360,20190528,20190611,20190620,,Sole Agency,No,,"Require a certified IBM Reseller/Partner to provide a quote and deliver the following BOM: ??? IBM Storwize V7000 NVMe Storage Array ??? 24 x 9.6TB Flash Drives ??? 1TB Cache ??? IBM Storwize V7000 HD Expansion ??? 48 x 6TB 7.2K HDD ??? IBM Virtual Storage Center SW Suite ??? 3 Years HWMA Upgrade (24x7xSD) ??? All inclusive IBM hardware and software support. Including all hardware failure replacements and access to IBM software/firmware update and releases. ??? Upgraded year round IBM Support with Service Levels (SLA) 24 hours x 7 days x 4 hours respond. ??? Addition of this Storage Array to the existing IBM Support Contract.",Awarded,RFQ awarded based on lowest price conforming and ability to meet 3 week delivery timeframe. Value of award price band: $500K-$1M,20201117 Health Promotion Agency,6579962,Request for Proposals,Open Competition,WCC Voluntary Accord Trial,RSC0203/14-15/01,20141121,20141219,20150721,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) works to promote healthy lifestyles so that New Zealanders experience less harm, injury, illness, and disease. As part of its programme on reducing alcohol-related harm, HPA???s research and evaluation team is seeking to procure a research provider to develop and implement a trial that will evaluate the outcomes of a voluntary accord, where Wellington City off-licensed premises reduce their trading hours for a limited period of time. The objective of the trial is to assess whether the reduction in trading hours has any impact on alcohol-related harm. The results of the trial will be used to inform Wellington City Council???s ongoing development of its Local Alcohol Policy. Expected commencement of the contract is January 2015. To access the RFP document and supplementary material please log-in as a supplier and subscribe to this opportunity.",Awarded,,20201117 Health Promotion Agency,8992680,Request for Proposals,Open Competition,New Zealand Mental Health Monitor fieldwork,RSC0309/14-15/01,20150217,20150318,20150721,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) works to promote healthy lifestyles so that New Zealanders experience less harm, injury, illness, and disease. One of HPA???s goals is for New Zealanders to experience positive mental health and wellbeing. We aim to reduce the impact of mental illness on the lives of New Zealanders and facilitate greater social inclusion, so that all New Zealanders can participate in society and in the everyday life of their communities and wh??nau. To help inform our mental health initiatives, HPA is developing a new nationally-representative survey aimed at providing regular and robust quantitative data on key mental health issues in New Zealand. The new annual survey will be called the New Zealand Mental Health Monitor (NZMHM); 2015 will be its first year in field. HPA is seeking a research provider to conduct the fieldwork for the first year of the NZMHM. Given that this will be the inaugural NZMHM and that some of its content is sensitive, HPA seeks to work with a provider that will ensure (i) high quality work and (ii) that respondents are treated with a high standard of care. To access the RFP document and response form and be updated with any questions and answers relating to this RFP, please log-in as a supplier and subscribe to this opportunity.",Awarded,,20201117 Health Promotion Agency,9849146,Request for Proposals,Open Competition,Research Investment for Priorities in Alcohol,RSC0203/14-15/03,20150312,20150417,20170711,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) undertakes and works with others to research alcohol-related issues in New Zealand. HPA is seeking research proposals for the 2015 alcohol research investment round that address the following key theme ???Life stages and life transitions and the use/role of alcohol???. HPA is interested in improving understanding of what circumstances create contexts for alcohol misuse and can contribute to an increase in the vulnerability of populations to alcohol-related harm and what circumstances or factors protect against alcohol-related harm. The primary purpose of this RFP is to invest in one or more research projects that will provide robust high quality information in line with the key theme. The research will be used by HPA to inform its alcohol-specific policy, research and advice functions, its alcohol-related work programme, the people and agencies HPA works with, and the wider alcohol sector. The secondary purpose of the RFP is to support and develop alcohol-related research capability. For more information and to access the RFP document and respondent response form please subscribe to this opportunity. Answers to questions will be responded to via an addendum.",Awarded,,20201117 Health Promotion Agency,11003651,Request for Proposals,Open Competition,Information on liquor licences before and after the Sale and Supply of Alcohol Act 2012,RSC0203/14-15/02,20150416,20150522,20150724,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) along with other government agencies, including the agency responsible for the implementation of the Sale and Supply of Alcohol Act 2012 (SASAA), the Ministry of Justice, is involved in work programmes to understand the implementation and effects of SASAA. To support these programmes, HPA requires access to a wide range of information and data on liquor licences and liquor licence application processes. HPA is seeking detailed proposals that will identify, manage and collect a full range of robust, high quality liquor licensing information and data. We want the information collected to cover liquor licences prior to the introduction of the SASAA, and under the SASAA, including information relevant to the licensing processes. To access the RFP document and respondent response form please subscribe to this opportunity. Answers to questions will be responded to via an addendum.",Not Awarded,,20201117 Health Promotion Agency,12881214,Request for Proposals,Open Competition,Health Star Rating Consumer Research and Concept Testing,RSC0207/14-15/01,20150612,20150709,20170711,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) seeks a provider to carry out two phases of research relating to the launch of a consumer education campaign that will promote use of the Health Star Rating (HSR). The HSR is a new front-of-pack food labelling system whose purpose is to help shoppers to identify and select healthier packaged foods. To inform the development of the campaign, HPA will conduct 1) consumer research to investigate understanding of the HSR and to test key messages and calls to action and 2) concept testing to evaluate which campaign concept will be most effective. To access the request for proposals (RFP) document and respondent response form please subscribe to this opportunity. Please email questions directly to the Point of Contact as detailed in the RFP. Answers to questions will be responded to via an addendum.",Awarded,,20201117 Health Promotion Agency,13836010,Request for Proposals,Open Competition,Health Star Rating Monitoring and Evaluation,RSC0207/15-16/01,20150713,20150811,20170711,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) is seeking a research supplier to develop and carry out two waves of monitoring and evaluation of the Health Star Rating (HSR) consumer marketing and education campaign. The HSR is a new voluntary front-of-pack food labelling system for packaged foods, and it aims to make it easier for shoppers to select healthier options when grocery shopping. The purpose of the monitoring and evaluation research is to track consumer's awareness and understanding of the HSR, as well as reported behaviour changes as a result of using the HSR. To access the Request for Proposals (RFP) document and respondent response form please subscribe to this opportunity. Questions relating to this opportunity should be emailed directly to the Point of Contact as detailed in the RFP. Answers to questions will be responded to via an addendum.",Awarded,,20201117 Health Promotion Agency,15118971,Request for Proposals,Open Competition,2016 Sun Exposure Survey,RSC0306/15-16/01,20150813,20150909,20160914,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency is currently seeking proposals for the delivery of research services for the 2016 Sun Exposure Survey. The aim of this research is to continue the collection of national data that will allow monitoring of trends in New Zealanders??? attitude on sun exposure and tanning, and sun exposure behaviour, with particular focus on preventative strategies and risk factors. Findings from this research will aid future sector decision making and inform campaign work and interventions. To access the Request for Proposals (RFP) document and respondent response form please subscribe to this opportunity.",Awarded,,20201117 Health Promotion Agency,16907572,Request for Proposals,Open Competition,2016 Health and Lifestyles Survey (HLS),RSC0303/15-16/01,20151022,20151126,20160622,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) is currently seeking proposals for the delivery of research services for the 2016 Health and Lifestyles Survey. The aim of this research is to continue the collection of national data that will allow monitoring of trends in New Zealanders??? health behaviour, attitudes and knowledge relating to tobacco control, alcohol, minimising gambling harm, mental health, skin cancer prevention, nutrition, physical activity and child/family health. Findings from this research will aid future sector decision making and inform campaign work and interventions. HPA is looking to engage the successful respondent for an initial term to undertake the 2016 survey, of with a right of renewal for a further two terms, for the 2018 and 2020 surveys. To access the Request for Proposals (RFP) document and respondent response form please subscribe to this opportunity.",Awarded,,20201117 Health Promotion Agency,16907633,Request for Proposals,Open Competition,New Zealand Youth Tobacco Monitor 2016,RSC0304/15-16/01,20151028,20151130,20160622,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) is seeking a supplier with experience in both school-based research and recruitment for research, to undertake fieldwork services for the New Zealand Youth Tobacco Monitor (NZYTM) for 2016 and 2018. The NZYTM is a national, school based survey of adolescent smoking-related behaviours and attitudes. The NZYTM is conducted as a partnership between the Health Promotion Agency (HPA) and Action on Smoking and Health (ASH). For more information please subscribe to this notice. Please note that questions and proposals should be submitted via email.",Awarded,,20201117 Health Promotion Agency,17102578,Request for Proposals,Open Competition,New Zealand Mental Health Survey fieldwork 2016 to 2018,RSC0309/15-16/01,20160108,20160209,20160622,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency (HPA) works to promote healthy lifestyles so that New Zealanders experience less harm, injury, illness, and disease. One of HPA???s goals is for New Zealanders to experience positive mental health and wellbeing. We aim to reduce the impact of mental illness on the lives of New Zealanders and facilitate greater social inclusion, so that all New Zealanders can participate in society and in the everyday life of their communities and wh??nau. To help inform our mental health initiatives, HPA undertakes the New Zealand Mental Health Survey (NZMHS), which is an annual, nationally-representative survey aimed at providing regular and robust quantitative data on key mental health issues in New Zealand. The NZMHS was first in field in 2015. HPA is seeking a research provider to conduct the fieldwork for the 2016, 2017 and 2018 NZMHM surveys. HPA seeks to work with a provider that will ensure (i) high quality work and (ii) that respondents are treated with a high standard of care. To access the RFP document and response form and be updated with any questions and answers relating to this RFP, please log-in as a supplier and subscribe to this opportunity.",Awarded,,20201117 Health Promotion Agency,18203588,Request for Proposals,Open Competition,Research Investment for Priorities in Alcohol,RSC0203/16-17/05,20161205,20170224,20171220,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency's (HPA) alcohol programme has a specific statutory function to undertake, or work with others, to research alcohol use and public attitudes to alcohol in New Zealand and problems associated with or consequent on, alcohol misuse. As part of delivering this function, HPA invests in a periodic research programme called Research Investment for Priorities in Alcohol (RIPA). HPA funds a number of projects under each RIPA investment round that provide good quality information on alcohol-related issues to inform both HPA's alcohol-related work programme and the wider sector. This research may have programme, policy, or further research implications. HPA is now inviting Respondents to submit detailed research proposals for the 2016/17 alcohol RIPA investment round that address one of the two following themes: 'Drinking cultures'; and 'Using information to reach and help change the behaviour of risky drinkers'. HPA is interested in improving understanding of various aspects of these themes, and exploring how this understanding may contribute towards reducing harmful drinking behaviour. HPA is seeking to invest in two or more research projects as part of this RFP. Please note that questions and responses should be submitted via email. Please subscribe to this notice to receive access to the RFP and Response Form.",Awarded,,20201117 Health Promotion Agency,18876333,Request for Proposals,Open Competition,"Like Minds, Like Mine Anti-Stigma and Discrimination Education Projects",OPS0302/17-18/01,20170731,20170911,20180118,Operations,Sole Agency,No,,"The Health Promotion Agency (HPA) is responsible for the Like Minds, Like Mine programme. Like Minds, Like Mine seeks to create a socially inclusive New Zealand that is free of stigma and discrimination towards people with experience of mental illness/distress. In agreement with the Ministry of Health, HPA has reshaped the Like Minds, Like Mine Community Partnership Fund to ensure improved reach and impact of the programme. HPA is therefore now seeking proposals from suppliers with the capability, experience and infrastructure to deliver anti-stigma and discrimination education projects that demonstrate and follow the Like Minds, Like Mine principles and Best Practice Guidelines, to the following settings: a. Social service agencies (eg, income support and housing) b. Education (secondary, tertiary, alternative) c. First responders (eg, ambulance staff and police, and/or d. Workplaces The audience is primarily people who have the power to exclude people with experience of mental illness/distress, within the above settings. The following pre-conditions must be met: 1. Projects need to include people with lived experience of mental illness/distress in a leadership capacity in project design, activity and delivery and 2. Projects must demonstrate knowledge and proficiency in delivering tikanga Maori models and Pacific models of health and community practice, and identify how these will be applied. To access the RFP document and response form and other supporting documents, and to be automatically updated with any questions and answers relating to this RFP, please log-in as a supplier and subscribe to this opportunity. All questions regarding this opportunity must be submitted to procurement@hpa.org.nz or via the Q&A function on GETS.",Awarded,,20201117 Health Quality and Safety Commission,11263446,Request for Proposals,Open Competition,HQSC - PHP Surgical Intervention Training,HQSC - PHP012015,20150428,20150522,20151110,,Sole Agency,No,"Level 1, 17-21 Whitmore St, Wellington","The Commission is seeking a suitably skilled service provider to deliver training to DHB surgical teams on a package of teamwork and communication interventions aimed at improving surgical safety. The training will be to introduce participants to the interventions, why they are important, and how to lead and/or participate in them as a surgical team and how to train others to ensure that they are used effectively. The training also needs to include upskilling the local DHB project leads / teams in tools to assist with improving the teamwork and communication aspects of the interventions. In 2014 the Commission ran a proof of concept pilot with Lakes and Waikato DHBs and Southern Cross Auckland to determine the tools to use ??? they are: ISBAR, closed loop feedback or communication, structured call-outs, and the two-challenge rule. More information about the proof of concept project can be found on the Commission???s website. We anticipate that the training sessions will be a mixture of learning activities, including lecture style and role-play/simulation within the surgical theatre environment if possible.",Awarded,Contract awarded following review.,20201117 Health Quality and Safety Commission,11460012,Request for Proposals,Open Competition,HQSC-Administering the surgical safety culture survey,HQSC - PHP022015,20150430,20150520,20151110,,Sole Agency,No,,"The Health Quality & Safety Commission is seeking a suitably skilled service provider to develop (based on an existing survey instrument) and administer a baseline survey of New Zealand surgical staff, to understand surgical team members??? perspectives on patient safety in our operating theatres. Analysis of the results is also required. Proposals should be emailed to the Commission's contact person by the closing date.",Not Awarded,Contract awarded following review panel.,20201117 Health Quality and Safety Commission,13228784,Request for Proposals,Open Competition,HQSC - PHP Observational audit training,HQSC - PHP042015,20150623,20150717,20151110,,Sole Agency,No,,"The Health Quality & Safety Commission is seeking a provider to train local auditors to carry out observational assessments of their surgical team's use of the teamwork and communication interventions. The training will be aimed at Quality and Risk staff predominantly, and will focus on what to observe, how to carry out observations to ensure a broad sample across specialities and types of operations, and how to ensure consistency of assessments.",Not Awarded,Contract awarded following review panel meeting.,20201117 Health Quality and Safety Commission,14195583,Request for Proposals,Open Competition,HQSC - Perioperative Harm Evaluation Reissued,HQSC - PHP052015,20150721,20150817,20151110,,Sole Agency,No,,"The purpose of this evaluation is to review the effectiveness/success of the Health Quality & Safety Commission's Perioperative Harm Programme against its aims, taking into consideration the Programme???s value-for-money, benefits realisation and strategic fit. The findings of this evaluation will be used to inform future planning and direction of quality improvement programmes that will be undertaken by the Commission. Over the next two years the Commission will be building on the successful proof of concept project by: ??? rolling out a package of teamwork and communication quality improvement interventions with DHBs in a staged cohort approach ??? establishing a new QSM measuring surgical teams??? engagement with the teamwork and communication tools, which will most likely be collected through local observational audit. The three main interventions are: ??? the WHO Surgical Safety Checklist (modified to be a poster on the theatre wall) ??? A briefing among the surgical team at the start of each day???s list of procedures ??? A debriefing at the end of the day. A summary of the evidence base for the teamwork and communication interventions and the how to guide for implementation forms part of the documentation for this tender. The main evaluation deliverables are: - a report detailing preliminary and emerging findings by 23 September 2016 - the final evaluation report to be delivered by 30 June 2017 - a project plan with any additional milestones will be agreed with the successful provider",Not Awarded,Contract awarded following review panel.,20201117 Health Quality and Safety Commission,14317947,Request for Proposals,Open Competition,HQSC - MS Aged Residential Care Medication Chart Test Support,HQSC _MS012015,20150724,20150828,20151110,,Sole Agency,No,,"During 2013, a pilot of a standardised aged residential care chart was carried out in New Zealand. The evaluation concluded that those involved in the pilot considered that a medication chart with printed content would improve medication management in ARC facilities. The pilot also identified the requirement for system modifications to be made in pharmacy dispensing systems and recommended further testing of the revised chart. Testing of a revised chart is scheduled to start in January 2016. Selection of the test sites will need to be completed prior to this date as well as some initial support and training. It is anticipated that participating facilities will be grouped geographically for convenient access by the support team. There will be up to 10 facilities included in the test (along with their associated GPs and pharmacies). They are likely to be a representative range of size and type of facilities. We are seeking a provider to: ??? develop and carry out a process for identifying and selecting participants for the test of the revised ARC medication chart ??? provide training and support for the period of the test.",Not Awarded,Contract awarded following review panel,20201117 Health Quality and Safety Commission,17387309,Request for Proposals,Open Competition,Systematic literature review and meta-analysis on interventions to reduce Gram-positive surgical site infections in orthopaedic and cardiac surgery: 2011-2015,HQSC-SSII012016,20160413,20160503,20160822,,All of Government,No,,"The Health Quality & Safety Commission is seeking a suitably skilled service provider to undertake a systematic literature review and meta-analysis on interventions aimed at reducing Gram-positive surgical site infections (SSIs) in orthopaedic and cardiac surgeries. While SSIs due to Staphylococcus aureus are the prime interest, the review should include other Gram-positive organisms, such as coagulase-negative staphylococcal species. Deliverables The contracted provider would be expected to deliver: ??? A thorough literature review of publications from January 2011 to December 2015. ??? A meta-analysis following the methodology in the Base Reference. ??? The final report of the review and analysis to follow the format of the Base Reference and especially aspects listed in Appendix One. ??? The report should be of such a standard to allow submission for publication in an appropriate peer reviewed journal. The Commission???s SSIIP Clinical Lead will be available to assist the contracted provider during the review process, as will the Commission???s Senior Advisor, IPC Specialist.",Not Awarded,Contract awarded.,20201117 Health Quality and Safety Commission,17495379,Request for Proposals,Open Competition,Surgical Site Infection Improvement Programme - Evaluation,HQSC-SSI022016,20160509,20160602,20160815,,Sole Agency,No,PO Box 25496,"The Health Quality & Safety Commission (the Commission) is seeking a suitably skilled service provider to carry out an evaluation of the Surgical Site Infection Improvement Programme (SSIIP) which commenced in 2011. The purpose of this evaluation is twofold: firstly the Commission would like the provider to review the effectiveness/success of the SSIIP against its objectives, taking into consideration the programme???s value-for-money, benefits realisation and strategic fit. Secondly the Commission would like the final report to tell the SSIIP???s story; the programme is one of the Commission???s longest running quality improvement programmes and was commenced very early on in the Commission???s life. Being able to understand the programme???s evolution is essential to understanding its current state and judging its success or otherwise The appointed evaluator will be required to work closely with the Commission and the SSIIP evaluation steering group to develop the evaluation plan and agree regular reporting on preliminary findings. While the tender is not restricted to New Zealand based organisations, we do require meetings with the SSIIP evaluation steering group to be face to face. We would also be seeking assurance that your ability to work with the programme team and to undertake evaluation activities (such as interviews with clinical leads) is not hindered by your location. The final evaluation report should be delivered by 1 June 2018.",Not Awarded,,20201117 Health Quality and Safety Commission,18167992,Request for Proposals,Open Competition,Health Quality and Safety Commission Falls Resource Review and Update,,20161122,20161213,20161220,,Sole Agency,No,N/A,"The Commission leads a number of quality improvement programmes, including the Reducing Harm From Falls programme (the falls programme). The falls programme team members and website pages have become trusted sources of up to date, evidence-based falls prevention and management resources and the Commission would like to continue to provide this valued service to the health and disability sector. While the Commission continues to have a long term commitment to falls prevention, investment is not at the same level as previous years. Therefore, the Commission would like to work with suitably knowledgeable and skilled experts to undertake an evidence scan and subsequently review and refresh the programme’s resource base. This request for proposals (RFP) seeks a provider or providers to work with the Commission to deliver on this priority for 2016/17 (and potentially out years).",Awarded,"The contract has been awarded to Matt Boyd, Research Director / Owner of Adapt Research Limited.",20201117 Health Quality and Safety Commission,18218991,Request for Proposals,Open Competition,HQSC Primary Care Improvement Programme - Evaluation,HQ1338,20161213,20170127,20170623,,All of Government,No,,"The Health Quality and Safety Commission New Zealand is seeking a suitably skilled service provider to carry out an evaluation of the Whakakotahi: Primary Care Quality Improvement Challenge. The Commission would like to determine whether Whakakotahi has been effective in increasing quality improvement capability in primary care in order to contribute to the longer term aim of improving outcomes, equity, consumer engagement and integration. The first round of Whakakotahi initiatives have been chosen and will commence in February 2017, we'd like to engage an evaluator early in the programme in order to learn from the initial roll-out and inform the future development of Whakakotahi. Visit the Commission website for additional background info. on the initiative: http://www.hqsc.govt.nz/our-programmes/primary-care/news-and-events/news/2566/",Awarded,,20201117 Health Quality and Safety Commission,18355073,Request for Proposals,Open Competition,HQSC Patient Deterioration Programme - Evaluation,HQ1343,20170202,20170303,20170623,,All of Government,No,,"The Health Quality and Safety Commission manages a number of quality improvement programmes, the newest of which is the patient deterioration programme which commenced in July 2016. We are seeking a suitably skilled service provider to carry out an evaluation of the programme which has three intervention workstreams that are phased over a five-year period : • recognition and response systems. Currently in testing stage • patient, family and whanau escalation. Due to start development and testing in July 2017 • goals of treatment/ care. Due to start development and testing in July 2018 While the summative evaluation will cover all three workstreams, the formative evaluation will focus on the patient, family and whanau escalation and goals of treatment/ care workstreams. We are looking for an evaluator who can undertake a culturally appropriate evaluation, which will help inform the national roll out of these workstreams.",Awarded,,20201117 Health Quality and Safety Commission,19519567,Request for Proposals,Open Competition,Cognitive testing and administering of mental healthcare staff culture survey,HQSC - MHA,20180309,20180329,20180514,,Sole Agency,No,,"The Health Quality & Safety Commission (the Commission) seeks proposals from interested parties (???Respondents???) to cognitively test a set of staff culture questions and subsequently run a baseline national mental healthcare staff culture survey and submit a report on the findings of the survey. This document sets out the Commission???s procedures and requirements for proposals, which all responders should follow. Additional technical and descriptive information may be included where you wish to do so. If you are in doubt about the relevance of providing information, we advise the information should be included rather than omitted. Proposals should be emailed to the Commission's contact person by the closing date.",Not Awarded,,20201117 Health Quality and Safety Commission,19685643,Request for Proposals,Open Competition,Advance Care Planning Communications Campaign,,20180502,20180531,20180822,,Sole Agency,No,,"The Health Quality & Safety Commission (the Commission) seeks proposals from individuals or organisations with the skills and expertise to create a campaign to raise the awareness of advance care planning in New Zealand. The campaign is part of a five-year strategy for advance care planning that includes promotion, resource development, training, monitoring and evaluation, and implementation. See the Commission website for the 5-year strategy. More information about advance care planning (ACP) is available on the ACP website. The aims of the campaign are to: ??? create a dialogue with the general public about the need to discuss future health care planning and end-of-life issues ??? encourage the public to develop an advance care plan. https://www.hqsc.govt.nz/search?q=advance+care+planning&action_search= Background The Commission leads and coordinates work across the health and disability sector to improve the quality and safety of health and disability services. It has responsibility for leading the national advance care planning programme, with funding from 18 out of the 20 DHBs to do this until the end of December 2019. Advance care planning gives everyone the chance to say what is important to them and how they want to be cared for now and in the future. It helps people understand what the future might hold and to say what treatment they would and would not want towards the end of their life. It helps people, their families/wh??nau and their health care teams plan for future and end-of-life care. This makes it much easier for families/wh??nau and health care providers to know what the person would want ??? particularly if they can no longer speak for themselves. National advance care planning activities have two main components: 1. Management of the national ACP programme, including governance, policy, development, promotion, consumer engagement, and resource development 2. Delivery of ACP training ??? providing training at different levels to support health care staff to communicate effectively with consumers/families/wh??nau and each other. This includes a training support function, working with DHBs to help them implement ACP. More information about the training can be found at https://www.hqsc.govt.nz/our-programmes/advancecareplanning/",Awarded,The tender was awarded to STORYBOX www.storybox.co.nz,20201117 Health Research Council of New Zealand,5098384,Request for Proposals,Open Competition,Determining the effectiveness of the current pertussis vaccine schedule in New Zealand,JV215-PTV,20141003,20141024,20180228,,Sole Agency,No,,"The Health Research Council of New Zealand (HRC) and the Ministry of Health (the Ministry) have formed a joint research initiative which is seeking to purchase high quality research that will provide an evidence base to reduce pertussis (whooping cough) in New Zealand children, therefore reducing the impact of pertussis outbreaks. Addressing pertussis in New Zealand is a key priority for the HRC and the Ministry, and research funded through this initiative will support the Ministry???s strategic planning for pertussis management. Through this Request for Proposals (RFP), the HRC and the Ministry are seeking to fund a short-term piece of research that will investigate and estimate vaccine effectiveness at specific ages. This is a rapid response round with the intention of providing the Ministry with key information within a short timeframe. A total funding pool of approximately $135,000 (exclusive of GST) is available for allocation. The funding partners invite applications for funding of up to $135,000 (fully-costed, exclusive of GST) and duration of approximately four months. Applications to this RFP will be submitted via a one-stage process. Applicants are required to submit a Registration via the HRC???s Gateway. Registration are due 12pm, Monday 20 October 2014. The full application form will need to be submitted via the HRC???s gateway by 12pm, Friday 24 October 2014. Please refer to the RFP for more information. The RFP, application form and the application guidelines are available on the HRC website: www.hrc.govt.nz",Not Awarded,"Dr Helen Petousis-Harris The University of Auckland Funder(s): HRC, Ministry of Health Effectiveness of the New Zealand pertussis vaccine schedule $134,215 6 months",20201117 Health Research Council of New Zealand,17621503,Request for Proposals,Open Competition,Long-term conditions RFP,JV216- LTC,20160622,20160902,20180228,,Sole Agency,No,,"The Health Research Council of New Zealand (HRC), Ministry of Health and Healthier Lives National Science Challenge have formed a joint partnership initiative to invest in research that will improve our understanding of long term conditions, support people to live well with their long term conditions and support rapid transformational change in the delivery of care for these conditions in the health sector. It is anticipated that this partnership will support the identification and development of effective research-led approaches that can be implemented across the health system to reduce or prevent the impact of long term conditions on the health of the New Zealand population. A key focus will be on achieving equity for M??ori and Pacific peoples. Multiple levels of partnership will need to be developed, including a consumer partnership approach, a focus on integrated healthcare delivery and, ultimately, joined-up research efforts. A total funding pool of approximately $7.9 million (exclusive of GST) is available for allocation. The funding partners invite applications for funding of up to $2.5 million (fully-costed, exclusive of GST) and duration of approximately three years. Applications to this RFP will be submitted via a one-stage process. Applicants are required to submit a registration via the HRC???s online portal HRC Gateway. Registrations are due 1pm, Wednesday 20 July 2016. The full application will need to be submitted via HRC Gateway by 1pm, Friday 2 September 2016. Please refer to the RFP for more information. The RFP, application forms and the application guidelines are available on the HRC website: www.hrc.govt.nz.",Not Awarded,Information on successful providers is available on the HRC website,20201117 Hutt Valley District Health Board,18433357,Request for Proposals,Open Competition,Clinical Services Plan for Hutt Valley DHB,SPO2017/01,20170306,20170331,20170703,,Sole Agency,No,"Hutt Valley DHB, Pilmuir House, Hutt Hospital Campus, Lower Hutt 5010","The purpose of the Clinical Services Plan will be to identity the range of investment options the Hutt Valley DHB should prioritise to ensure we can successfully address both the increasing burden on the health system and address the necessary health improvements required for our population in a clinically and financially sustainable manner. The objectives of the Clinical Services Plan will be to provide the following: A reliable insight into our long-term health system planning and thinking A description of the investment journey toward our 10 year Strategy; service by service An explanation of why certain investments are required to meet our strategic intentions over 10 years An evaluation of the options and trade-offs, how the preferred choices represent best value and the extent to which the preferred choices are affordable A preferred set of short list options for investment The expected impact of investment intentions on 10 year forecast financial statements.",Awarded,,20201117 Hutt Valley District Health Board,19179222,Request for Proposals,Closed Competition,Closed Request for Proposal (RFP) for Disposable Microfibre Cleaning Cloths,RFx_101,20171103,20171201,20180625,Procurement & Contracts,Sole Agency,No,,,Awarded,Awarded - Price Band($100K - $250K),20201117 Hutt Valley District Health Board,19243885,Request for Proposals,Open Competition,Youth Mental Health Respite Services,,20171127,20171221,20180326,"Strategy, Planning & Outcome",Sole Agency,No,"Pilmuir House, Executive Reception, Hutt Valley DHB, High Street, Lower Hutt","This Request for Proposal (RFP) is issued by Hutt Valley DHB???s Strategy, Planning and Outcomes Group (SPO) on behalf of both HVDHB and Capital & Coast District Health Board (CCDHB), (the DHBs). The purpose of this RFP is to invite detailed responses for the delivery of mental health community based Youth Respite Services (YRS) (the Services) for the DHBs. The DHBs were established under the New Zealand Public Health and Disability Act 2000 and are Crown agents under the Crown Entities Act 2004. We are looking for a supplier who can provide a five to six bed community based residential facility located centrally to Wellington city, Kapiti Coast and Hutt Valley. With current YRS agreements ending on 30 June 2018, this is an opportune time for us to consider our options.",Awarded,Contract Awarded: EMERGE AOTEAROA LTD,20201117 Hutt Valley District Health Board,19500600,Request for Proposals,Closed Competition,Closed Request for Proposal (RFP) for Fluoroscopy Equipment,RFx_106,20180302,20180406,20190116,Procurement & Contracts,Sole Agency,No,,,Awarded,"The tender has been awarded to: - Philips Healthcare NZ Ltd Further award information: The contract was awarded on 04 December 2018. The contract term is 5 years. The expected spend under this contract is between $800,000 - $1,000,000. A closed RFP approach was used.",20201117 Hutt Valley District Health Board,19758850,Request for Proposals,Open Competition,Request for Proposals (RFP) for Off-Site Record/Tape Storage and Destruction Services,RFx_103,20180524,20180622,20181210,Procurement & Contracts,Sole Agency,No,,"Hutt Valley District Health Board (""Hutt Valley DHB"") has a requirement to procure Off-Site Record and Tape Storage Services, including Destruction Services. It is desirable to appoint a supplier of these services who has a good track record in the record management, storage, retrieval and destruction service industry, as well as have the required infrastructure (mobile and on-site security) as well as systems in place to provide the services at a high standard. Hutt Valley DHB is now looking to engage interest from Tenderers who can provide: a. Off-site Clinical Record Storage and Retrieval Services; b. Off-site Record Destruction Services - Document Destruction services shreds to a minimum of industry standards (Grade 2); c. Tape Storage, Retrieval and Destruction Services; d. Modern Site Security Standards; e. Vehicle Security ensuring records are secured via alarms, concealed panelling, automatic door locking systems, enclosed load compartments, etc; f. Operating/Online Systems Infrastructure for Record Retrieval Requests; g. Established Record Management Systems and Practices; and h. Acceptable Record Collection and Retrieval Timeframes for hardcopy and softcopy records. The Agreement will be for an initial period of three (3) years with provision for two subsequent rights-of-renewal, each for an additional period of one (1) year (3+1+1). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via e-mail to Hutt Valley DHB's procurement inbox(procurement@huttvalleydhb.org.nz). Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by July 2018. The estimated start date for the agreement is August 2018. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,,20201117 Hutt Valley District Health Board,19836886,Request for Proposals,Open Competition,"RFP- Fresh Coffee Beans, Barista Machinery and Maintenance",RFx_107,20180627,20180723,20181101,Procurement & Contracts,Sole Agency,No,,"Hutt Valley District Health Board (""Hutt Valley DHB"") provides coffee for sale to staff and the public across two (2) sites within the hospital. We are looking for Suppliers who demonstrate the capability, knowledge and technical skill in order to provide Hutt Valley DHB with Fresh Coffee Beans, Barista Machinery and Maintenance. HVDHB currently has a requirement for Fresh Coffee Beans, Barista Machinery and Maintenance which will: a. Comply with the Health & Safety at Work Act 2015; b. Comply with 3D food and beverage guidelines; c. Demonstrate sustainability values in regards to waste reduction, recycling and composting; d. Provide competitive market rates/pricing; and e. Establish a formalised contract for the provision of fresh coffee beans, barista machinery and maintenance. There are no formal contracts in place with suppliers for fresh coffee beans, barista machinery and maintenance. The proposed term of the contract will be for a period of two (2) years, with the option of two (2) additional extension periods of two (2) years and one (1) year (2+2+1). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via e-mail to Hutt Valley DHB's procurement inbox(procurement@huttvalleydhb.org.nz). Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by August/September 2018. The estimated start date for the agreement is September 2018. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,"The tender has been awarded to: - Ripe Coffee Company Limited Further award information: The contract was awarded on 30 October 2018. The contract term is 2 years. The expected spend under this contract is between $100,000 - $250,000. An open RFP approach was used.",20201117 Hutt Valley District Health Board,19922088,Request for Proposals,Open Competition,Request for Proposals (RFP) for the Supply of Fresh Fruit & Vegetables,RFx_108,20180717,20180815,20190114,Procurement & Contracts,Sole Agency,No,,"Hutt Valley DHB Food Service provides over 1,000 meals per day to its in-patient, visitors, staff and wider community. We are looking to procure whole fresh fruit and vegetables, and prepared according to ordered weight and preparation requirements. The key objective of the procurement is to contract with a supplier which demonstrates the capability, knowledge and skill in order to provide Hutt Valley DHB with fresh fruit and vegetables. The outcomes and benefits of this procurement are: a. Compliance with the Health & Safety at Work Act 2015; b. Compliance with Food Safety Act 2014 and Food Regulations Act 2015; c. Demonstration of sustainability values in regards to waste reduction and packaging; and d. Competitive market rates/pricing for Hutt Valley DHB to assess and consider. The proposed term of the contract will be for a period of two (2) years, with the option of two (2) additional extension periods of two (2) years and one (1) year (2+2+1). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via e-mail to Hutt Valley DHB's procurement inbox(procurement@huttvalleydhb.org.nz). Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by September/October 2018. The estimated start date for the agreement is September/October 2018. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,"The tender has been awarded to: - Jina's World of Fresh Produce & Vegeez Further award information: The contract was awarded on 03 December 2018. The contract term is 3 years. The expected spend under this contract is between $250,000 - $500,000. An open RFP approach was used.",20201117 Hutt Valley District Health Board,20084440,Request for Tenders,Open Competition,RFT for Therapies Building - Partial Re-cladding & Re-roofing,RFx_115,20180830,20181005,20181221,Property & Facility Management,Sole Agency,No,lynette.mcdermott@huttvalleydhb.org.nz,"Hutt Valley District Health Board (""Hutt Valley DHB"") has a requirement to procure services for required for partial re-cladding and re-roofing of our Therapies Building. We are seeking tenders from suppliers who are able to provide: a. Replacement of all cladding in the upper walls of the Therapies Building; b. Partial re-pitching and then re-roofing of the low pitch roof; c. Painting of the upper walls; and d. Replacing upper windows and skylights. Given the work is of an exterior nature, the project will benefit from the summer period when weather is more settled and predictable. We need work to commence on site on 03 December 2018, for a period of approximately 12-16 weeks. This will mean that the contractor should either factor in working during the main Christmas and New Year holiday period in order to complete the work before the weather worsens, or optimise programming and resources to deliver within the summer period. We do not want suppliers who do not have the capability, resources, health and safety systems and project management skills to deliver this project to a high quality standard within a tight time frame. The awarded contract will be for a period of three approximately 12 - 16 weeks, with site works to commence on 03 December 2018. Services will be delivered under a Construction Contract based on the NZS 3910:2013 General Conditions of Contract with Schedules including Special Conditions. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing and submitted to the point of contact specified within the attached RFT documentation. Hutt Valley DHB will endeavour to respond in writing to written enquiries within two (2) Business Days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by 26 October 2018. The estimated start date for the on-site works will be in December 2018. Hutt Valley DHB reserves the right to amend this timeframe at any time.",Awarded,"This Tender has been awarded to: - Southbase Construction Hutt Valley District Health Board, Lower Hutt has awarded the contract for Therapies Building Partial Re-cladding & Re-roofing. The services rendered under the Contract will be re-cladding & re-roofing. The Contract was awarded on 22/11/2018 The Contract term is 3-4 months The expected spend under the contract is between $500,000 to $1,000,000 An open RFT approach was used",20201117 Hutt Valley District Health Board,20399267,Request for Proposals,Open Competition,RFx_110 - Closed Panel for the Provision of Outsourced Surgical Services,RFx_110,20181109,20181214,20190521,Procurement & Contracts,Sole Agency,No,,"Hutt Valley District Health Board (""Hutt Valley DHB"") is seeking proposals in response to our RFP Tender - Closed Panel for the Provision of Outsourced Surgical Services. We are looking to establish a preferred closed panel of suppliers who could provide outsourced procedures in the event we require help to meet agreed timeframes or provide additional capacity. The service areas are General Surgery, Orthopaedics, Otorhinolaryngology (ENT) Surgery, Ophthalmology, Oral Maxillo-Facial Surgery, Gynaecology, Plastic Surgery and Endoscopy. The procedures we may outsource are: ??? General Surgery - colorectal, bariatric; ??? Orthopaedic Surgery; ??? ENT Surgery ??? sinus; ??? Ophthalmology ??? cataracts and minor procedures; ??? Oral maxillo-facial surgery; ??? Gynaecology; ??? Plastic Surgery - breast reconstruction; and ??? Endoscopy. Suppliers appointed to the panel will be awarded contracts via a secondary procurement process which is detailed within the RFP tender documentation. Suppliers acknowledge that being a member of the Panel does not guarantee any particular volume of work. The Panel Agreement will be for an initial period of three (3) years with provision for two subsequent rights-of-renewal, each for an additional period of one (1) year (3+1+1). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via e-mail to Hutt Valley DHB's procurement inbox(procurement@huttvalleydhb.org.nz) or via GETs. Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by February 2019. The estimated commencement date of the panel will be in February/March 2019. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,"The following Providers have been appointed to the Closed Panel for Outsourced Elective Surgical Services: 1) Acurity Health Group Limited; 2) Southern Cross Hospitals Limited; 3) Boulcott Pulse Health Limited; 4) Capital Endoscopy Partnership Limited T/a The Rutherford Clinic. The Price Band is circa. $250k - $500k.",20201117 Hutt Valley District Health Board,20543071,Request for Proposals,Open Competition,RFP for the Provision of Three Dedicated Respite Beds in Aged Residential Care for Hutt Valley,,20181212,20190116,20190423,"Strategy, Planning & Outcome",Sole Agency,No,"Hutt Valley District Health Board, Pilmuir House Reception, 638 High Street, Hutt Central, Lower Hutt","Hutt Valley District Health Board (""Hutt Valley DHB"") has a requirement to engage with providers for the provision of three dedicated respite beds in Aged Residential Care for the Hutt Valley. Hutt Valley DHB is looking for three separate facilities to provide choice of location across the Hutt Valley. The provision of three dedicated Respite Beds in Age Related Residential Care (ARRC) will support the following strategic priorities for the Hutt Valley DHB: - Services are person-centred with access to services through consistent, comprehensive assessment and individualised care planning; - Older people are supported to ???age in place??? with services that enable them to remain at home safely; - Services are sustainable within available funding; - Services are integrated to provide a seamless pathway for older people, their families and wh??nau; -Services for older people should be supported through other partnerships between the private sector and non-profit organisations; -Workforce capability, capacity and sustainability is developed to ensure delivery of services meets people???s needs as they age at home; - Services are responsive to M??ori and Pacific Peoples; and -Services should deliver gains in equity of health outcomes. The Agreement will have an initial contract term of three (3) years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via GETs. Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. Hutt Valley DHB expects to advise Tenderers of the outcome of this tender by 01 March 2019. The estimated start date for the agreement is 01 July 2019. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,Following a successful tender process the contracts for dedicated respite beds have been awarded to Aroha Care Centre for the Elderly and St Joseph's Home of Compassion,20201117 Inland Revenue Department,2094364,Request for Proposals,Open Competition,Request for Proposal for Business Process Analysis Tool,PRO-SRFx-00000055,20140731,20140829,20150216,,Sole Agency,No,,"In the last twenty years Inland Revenue???s (IR) role has expanded from solely the administration of tax revenue to also administering a wide portfolio of major social policy functions (Working for Families, Student Loans, Child Support, and KiwiSaver). This addition of social policy products and services to technology built for tax products has resulted in complexity. Transformation is required to meet the expectations of customers, respond faster to Government policy changes and deliver Better Public Services. A business-led, technology-enabled change programme will implement the infrastructure and capability that will underpin a modern revenue system. IR???s vision, as set out in IR for the Future, is to be an organisation recognised for service and excellence. The purpose of this request for proposal (RFP) is to call for proposals for the supply of a business process analysis tool (BPA), to support BT, to model and manage business processes and to test the efficiency and effectiveness of transitional and future business processes during transformational phases. Inland Revenue requires a software provider and / or supplier to provide a BPA tool and professional services to support the successful introduction of the BPA tool. The objectives of this procurement are to: ??? Secure the supply of a BPA that provides the ability to model, manage and fully analyse the efficiency and effectiveness of current and future Inland Revenue business processes; ??? Secure a BPA tool that improves the development and design of IR business processes; ??? Supply services to configure the selected BPA tool; ??? Supply of services to deliver training material and conduct/support training of users; ??? Supply of services to support migration of existing process maps and frameworks; ??? Supply services to support implementing the tool.",Awarded,,20201117 Inland Revenue Department,3879254,Request for Proposals,Open Competition,Corporate Financial Database & Additional Products,PRO-SRFx-00000004,20140829,20140925,20160407,,Sole Agency,No,,"The purpose of this RFP is to call for Proposals for a supply of a Corporate Financial Database and Additional Products for Inland Revenue???s Transfer Pricing and International Revenue streams. Multinational enterprises (MNEs) often engage in cross-border transactions with associated entities which include the supply of goods and services, intellectual property and financial transactions. These transactions include the supply of goods and services, intellectual property and financial transactions. How these transactions are priced may affect the profitability of both the giving and receiving entities. If these prices are manipulated, profits may be shifted out of New Zealand. Inland Revenue established Transfer Pricing specialisation to provide advice and direction to investigators on Transfer Pricing issues, recognising not only the subject's significance but also its complexity. The community expects Multi National Enterprises to contribute their fair share via the tax system. Sometimes this is in conflict with the potential for revenue losses to arise due to incorrect Transfer Pricing policies and practices. As part of its obligations to ensure that corporate taxpayers comply with legislation regarding Transfer Pricing, IR requires a Corporate Financial Database to: ??? create comparable sets of performance level indicators used to benchmark the performance and profitability of taxpayers who are subsidiaries of multinational enterprises. ??? examine links between offshore entities (including individuals) who may also be associated in New Zealand. This will enable Inland Revenue to independently assess the arm???s length level of profitability that New Zealand taxpayers should be demonstrating and ensuring the New Zealand tax base is not open to base erosion and profit stripping. Inland Revenue is also looking to expand its risk assessment capabilities by analysing standard corporate information through the use of Additional Products. This requires gathering information on corporate groups including overseas entities and multi-national corporate groupings and their financial performance.",Awarded,,20201117 Inland Revenue Department,3935746,Request for Proposals,Open Competition,Waste Management Services,PRO-SRFx-00000113,20140901,20140930,20150305,,Syndicated Opportunity,No,,"Waste Management Services including: ??? Waste recycling ??? paper, cardboard, plastic, glass and organic ??? Waste removal ??? organic, landfill/non-recyclable, electronics, fluorescent tubes, furniture and equipment This will be a syndicated agreement that other government agencies can join. Inland Revenue???s preference will be to appoint a provider with the capability and capacity to provide national services for Inland Revenue; the provider can subcontract to provide nation-wide services. More than one national provider may be selected for the syndicated panel solution. Regional provision of services will be considered for the panel. Regional providers can subcontract or form a coalition (provided there is a lead supplier) for the full range of waste management services for that region.",Awarded,Awarded for 5+2 years,20201117 Inland Revenue Department,5044840,Request for Proposals,Open Competition,Organisational Culture and Staff Engagement Measurement Tools,PRO-SRFx-50,20141002,20141029,20150918,,Sole Agency,No,,"IR requires a Provider or Providers to provide measurement and diagnostic tools to measure IR???s culture, culture change and staff engagement in innovative and flexible ways. It is not expected that the tools provided by the Providers will need to be owned by IR. IR aims to use the Provider???s tools and benefit from their intellectual property in those tools. Tools that are online and hosted by the Provider are preferred.",Awarded,,20201117 Inland Revenue Department,5337232,Request for Proposals,Open Competition,Liquidation Services,2013032,20131204,20140207,20141013,,Sole Agency,No,,,Awarded,"Agency Name: Inland Revenue Successful supplier name: PWC Description of the Service or Goods : Liquidation Services Date Contract was Awarded: 13 October 2014 Duration of the Contract (Including any extensions) 5 years Successful supplier name: Deloitte Description of the Service or Goods : Liquidation Services Date Contract was Awarded: 11 September 2014 Duration of the Contract (Including any extensions) 5 years Successful supplier name: KPMG New Zealand Description of the Service or Goods : Liquidation Services Date Contract was Awarded: 15 September 2014 Duration of the Contract (Including any extensions) 5 years",20201117 Inland Revenue Department,5355109,Request for Proposals,Open Competition,Anti-phishing & Cybercrime Protection services,PRO-SRFx-00000089,20141014,20141106,20150408,,Sole Agency,No,tendersmgt@ird.govt.nz,The purpose of this RFP is to call for Proposals for the supply of anti-phishing and cybercrime protection services to Inland Revenue,Awarded,Contract Awarded to Fraudwatch International Pty Ltd,20201117 Inland Revenue Department,5390726,Request for Proposals,Open Competition,"Data analysis, profiling and preparation",PRO-SRFx-00000093,20140616,20140716,20141014,,Sole Agency,No,,"The purpose of this request for proposal (RFP) is to call for proposals for the supply of a range of data management services to support the Inland Revenue Transformation Programme, specifically in the area of data analysis, profiling and preparation. The purpose of the Transformation Programme is to respond to Government goals to derive better value from public services (including more integrated pan-Government services), internal pressures (such as an ageing information technology system) and environmental drivers centred around Inland Revenue???s customer???s needs. The aim of the Transformation Programme is to address these issues and deliver tangible benefits, including the ability to implement policy and legislative changes more quickly, and to provide Inland Revenue customers with a range of interactive services and information. A critical success factor in the delivery of these objectives is ensuring the data that supports all Inland Revenue processes is appropriate. The services requested as part of this proposal will support the migration of data from the current Inland Revenue technology systems to the new services platform.",Awarded,"Agency: Inland Revenue, Asteron Centre, 55 Featherston Street, Wellington Successful Supplier: Tenzing Limited, Suite 3, 12 Viaduct Harbour Avenue, Auckland Central 1010. Services: data analysis, profiling and preparation Contract awarded 13/10/2014 for a term of 5 years.",20201117 Inland Revenue Department,5654930,Request for Proposals,Open Competition,Crown Debt Valuation Services,2013147,20131126,20131220,20141024,,Sole Agency,No,,The purpose of this RFP is to call for Proposals for the supply of Crown Debt Valuation Services for valuation of Crown Debt in compliance with the NZ International Financial Reporting Standards (NZ IFRS) and Generally Accepted Accounting Practice (GAAP) to Inland Revenue.,Awarded,,20201117 Inland Revenue Department,5857582,Request for Proposals,Open Competition,Customer Contact Partner,2013127,20140516,20140710,20141031,,Sole Agency,No,tendersmgt@ird.govt.nz,The purpose of this RFP is to call for Proposals for a customer contact partner. The customer contact partner will supply short term labour during periods of high customer demand and perform wider customer service work for both the Customer Services and Collections business units within Inland Revenue (IR). The services include answering defined inbound telephone or electronic correspondence enquiries from IR???s customers and making defined outbound telephone calls or electronic contact with IR customers.,Awarded,"Salesforce New Zealand of Ground Floor, Building A, Milliennium Centre, 600 Great SOuth Road, Penrose, Auckland. Awared 22 October 2014 for a three year term with IR rights to extend by up to three two-year periods. Estimated cost is $27,000,000",20201117 Inland Revenue Department,6017663,Request for Proposals,Open Competition,Facilitator for Calling for Compliance Workshops,PRO-SRFx-00000147,20141105,20141201,20150217,,Sole Agency,No,,"Inland Revenue is seeking suitably qualified and experienced training organisation to deliver facilitation services for Inland Revenue's Calling for Compliance Workshops for the Collections unit within Inland Revenue. The Calling for Compliance programme is a compulsory core workshop for all new Collections staff. It is a one day activity based training workshop to provide Collections staff with extra tools and skills they need to gain commitments in their roles in both inbound and outbound phone calls. Further information is included in the attached RFP document.",Not Awarded,,20201117 Inland Revenue Department,6235964,Request for Proposals,Open Competition,Direct Marketing Campaign and Fulfilment Services,41900,20140319,20140415,20141112,,Sole Agency,No,,Inland Revenue is seeking a supplier to provide direct marketing campaign and fulfilment services.,Awarded,"Agency: Inland Revenue, Wellington Successful Supplier: Marketing Impact, Wellington Services: Direct marketing distribution and fulfilment services Duration of contract: Three years with two rights of renewal of three years each",20201117 Inland Revenue Department,6348524,Request for Quotations,Open Competition,RFQ ICT Enterprise Capacity Planning Services,PRO-SRFx-00000152,20141118,20141208,20150817,,Sole Agency,No,Not applicable,,Awarded,Two tenders received. Both tenders where withdrawn. No award made,20201117 Inland Revenue Department,6968167,Request for Proposals,Open Competition,Business Transformation Services,2013050,20140428,20140523,20141201,,Sole Agency,No,,"On 3 October 2013, Inland Revenue issued an Expression of Interest for the provision of Business Transformation Services. The EOI was the first stage in a four-stage procurement process that aimed to engage a service provider to deliver business transformation services. A short list of service providers were invted to participate in a Competitive Dialouge (CD) Process. The CD participants were then invited to respond to the Request for Proposal.",Awarded,Inland Revenue has awarded the first Statement of Work to Accenture NZ Limited for Business Transformation Services on 3 November 2014.,20201117 Inland Revenue Department,7505555,Request for Proposals,Open Competition,Support Services for SAS,PRO-SRFx-121,20141218,20150126,20150408,,Sole Agency,No,tendersmgt@ird.govt.nz,Inland Revenue requires support services for SAS products used within Inland Revenue.,Awarded,Awarded to Clarity Information Management Limited,20201117 Inland Revenue Department,7966779,Request for Proposals,Open Competition,Stakeholder Management Tool for Inland Revenue,PRO-SRFx-144,20150114,20150211,20150817,,Sole Agency,No,,,Awarded,Awarded to Davanti Consulting Limited,20201117 Inland Revenue Department,8385224,Request for Quotations,Open Competition,Better Business Case writer,PRO-SP-00000201,20141201,20141219,20150129,,Sole Agency,No,,,Awarded,"Agency: Inland Revenue, Asteron Centre, 55 Featherston Street, Welllington Supplier: BRP Consulting Ltd, 29b Simla Crescent, Khandallah, Wellington Better business case writing services. Contract awarded 20/01/2015 Contract term: February 2015-March 2016 Exemption memo approved December 2014. Meets the criteria for Exemption from open advertising Rule 15 9 (c) (i)/(ii) due to specialist skillset and level of IP.",20201117 Inland Revenue Department,8782263,Request for Proposals,Open Competition,Learning Management System Support,PRO-SRFx-00000047,20150213,20150306,20160209,,Sole Agency,No,,,Not Awarded,A contract was awarded to Catalyst.Net Limited for a term until 30 June 2017 with three rights of renewal of one year each.,20201117 Inland Revenue Department,9108435,Request for Quotations,Open Competition,Security Architect,PRO-SP-00000219,20150205,20150211,20150220,,Sole Agency,No,,,Awarded,"Awarded by Inland Revenue Successful Supplier: eRisk Consulting Limited Contract awarded 18/2/15 Initial term 14months, plus a one-year right of renewal Exemption from open advertising (Rule 15.9.d),",20201117 Inland Revenue Department,10095200,Request for Proposals,Open Competition,Relocation Project Management and Relocation Services,PRO-SFRx-00000069,20150319,20150421,20150918,,Sole Agency,No,,"Inland Revenue invites the submission of proposals from suitably experienced suppliers to provide Relocation Project Management and Relocation Services including: ??? Major relocations ??? between sites ??? Minor relocations ??? within sites ??? Temporary storage of furniture and equipment Suppliers can submit proposals for relocation project management only, relocation services only, or both. Inland Revenue may appoint one supplier for relocation project management and another for relocation services, or one supplier for both. Inland Revenue???s preference will be to appoint suppliers with the capability and capacity to provide nation-wide services for Inland Revenue; we do not intend to allow suppliers to subcontract any of the work. Further information is contained within the attached RFP document. Please ensure that questions are emailed directly to the Contact Person stated in the RFP document",Awarded,,20201117 Inland Revenue Department,12920389,Request for Quotations,Open Competition,EMC licence reseller and support,PRO-SRFx-185,20150615,20150626,20150817,,Sole Agency,No,tendersmgt@ird.govt.nz,,Awarded,Awarded to Eagle Technologies Limited,20201117 Inland Revenue Department,14319624,Request for Proposals,Open Competition,Subject Matter Expert for Microsoft SharePoint 2013,PRO-SRFx-00000188,20150724,20150820,20151022,,Sole Agency,No,,"Inland Revenue (IR) is undergoing a business-led, technology-enabled change programme (Business Transformation) which will implement the infrastructure and capability that will underpin a modern revenue system. The growth and speed of Inland Revenue's Business Transformation (BT) Programme has resulted in a need to collaborate more effectively and share information and documents within BT and across all programme phases. BT in its current state consists of 15 work streams each requiring a large amount of collaboration between individuals within work streams and across work streams. Microsoft SharePoint 2013 (SharePoint) has been identified as a potential solution to this collaboration problem. IR intends to run an Early Adopters Implementation of SharePoint for approximately 200 users across BT. SharePoint will only be used internally and there will be no sharing of information externally. HP will provide the infrastructure upon which SharePoint will be stood up on. To ensure clarity, a broader roll out of SharePoint across IR is not within the scope of this RFP. The Early Adopters Implementation of SharePoint will aim to provide only the minimum functionality of SharePoint to meet the high level business requirements without limiting future development. IR anticipates that this work will begin at the end of September 2015 and the contract term will be a maximum of three months. The maximum budget for this project is $150,000. There are two attachments under this RFP. One is the RFP document itself and the other is a user guide which provides full instructions on how to apply for this opportunity. All applications must be submitted within our online sourcing portal, which you will need to register for.",Awarded,Contract has been awarded to Information Leadership Design Services Limited.,20201117 Inland Revenue Department,15815721,Request for Proposals,Open Competition,Strategic Learning Partner,PRO-SRFx-00000195,20150828,20150923,20151209,,Sole Agency,No,,"At IR, we???re moving away from delivering traditional training programmes and are looking for new and innovative ways to develop ???sticky??? learning at IR. We???re keen to accelerate development, change mind sets and enable great on-the-job development and learning transfer when we develop our people. This requires us to approach learning in a different way and challenge the ???status quo??? of how we???ve typically developed our people until now. We are looking to partner with a vendor that has proven experience in bringing innovative thought leadership to the design and delivery of ???sticky??? learning programmes. They will work with IR and our suppliers to embed our learning principles across our ???big ticket??? learning programmes. This is not about the actual creation of learning initiatives, but rather working with us and our vendors to ensure our new learning design principles are embedded consistently across our major learning programmes. If you're interested in finding out more, please read the attached RFP document. It contains information about this tender, and instructions on how to apply. Please note that responses will be via our online e-tender portal, and we would like to highlight to suppliers that there is a 2000 character maximum (roughly 300 words) for any 'text' responses (so not including questions that ask for an attachmnet to be uploaded, or have a drop down options list to choose from). Please bear this in mind when preparing your responses. Please note that you must be logged on as a supplier to GETS to be able to view the Attachments, Addenda or Questions and Answers.",Awarded,8 responses received in total (not via GETS).,20201117 Inland Revenue Department,16853503,Request for Tenders,Open Competition,Fit-Out of Inland Revenue Invercargill Site,PRO-SRFT-189,20151002,20151030,20160211,,Sole Agency,No,,"Inland Revenue is seeking tender submissions from suitably qualified and experienced suppliers to undertake Fit-Out construction work of the ground floor at Inland Revenue???s Oterewa House office located at 45 Yarrow Street, Invercargill.",Not Awarded,"Agency: Inland Revenue Successful Supplier: Henderson Construction Services: Commercial office fit-out Term: January to April 2016",20201117 Inland Revenue Department,16878267,Request for Proposals,Open Competition,IT Service Management Solution,D085,20151012,20151109,20160316,,Sole Agency,No,,"As part of the Business Transformation Programme, Inland Revenue is releasing this Request for Proposal (RFP) for an IT Service Management Solution to seek Proposals from Participants to identify: ??? A preferred IT Service Management Solution. ??? A preferred provider or providers of the IT Service Management Solution, including associated design, implementation and support services. The IT Service Management Solution is required to be deployed during 2016. The scope of the IT Service Management Solution is described in detail in Part 3 of the RFP document however includes the following functionality: ??? Service Transition Management. ??? Service Management. ??? Asset and Configuration Management. ??? Monitoring and Performance Management. ??? Operation Management.",Not Awarded,Contract has been awarded to Deloitte.,20201117 Inland Revenue Department,17036538,Request for Proposals,Open Competition,Wellbeing Information Portal,PRO-SFRx-00000067,20151130,20160118,20160622,,Sole Agency,No,,"The objective of this procurement is to secure the supply of a Wellbeing Information Portal that contributes to increasing the engagement of Inland Revenue (IR) staff and encourages them to make positive lifestyle changes. This Portal will provide: ??? Access within IR???s workplaces via a link on IR???s intranet. ??? Access away from IR???s workplaces via a direct web address and access code. ??? Access through smartphones and tablets (iOS, Android and Windows 10) ??? An easy to access, and engaging ???one-stop shop??? for health and wellbeing information, communicated via a variety of mediums, to engage the maximum number of staff. IR requires a Wellbeing Information Portal that gives IR staff access to: ??? Quality information they can use to increase their understanding of health and wellbeing and guide their lifestyle choices; ??? Opportunities and encouragement to undertake activities to improve their wellbeing; and ??? A process for identifying their health risk starting point and mapping progress via a personalised self-report Health Risk Assessment.",Awarded,,20201117 Inland Revenue Department,17252220,Request for Proposals,Open Competition,Information and Knowledge Management Solution and Associated Services RFP,PRO-RFx-00000210,20160229,20160404,20170117,,Sole Agency,No,,"Inland Revenue is pleased to release the attached ???RFP for the Provision of an Information and Knowledge Management Solution and Associated Services???. We are holding a vendor briefing on Monday 7 March between 3:30pm and 4:30 pm at Inland Revenue, Level 5 Asteron Centre, 55 Featherston Street, Wellington, to provide an overview of the RFP and a chance to ask questions. If you would like to attend, please email bttenders@ird.govt.nz by close of business on Thursday 3 March. Make sure your email has the subject ???IKM RFP Vendor Briefing???, and please also identify your organisation and the names/roles of the attendees. Spaces are limited, so there is a maximum of three attendees per respondent.",Awarded,This tender has been awarded to Team Asparona Limited,20201117 Inland Revenue Department,17348205,Request for Tenders,Open Competition,Inland Revenue Front of House Refit,PRO-SRFx-00000205,20160329,20160426,20160705,,Sole Agency,No,,"Inland Revenue is seeking tender submissions from suitably qualified and experienced suppliers to undertake front of house fit-out construction work at Inland Revenue???s office located at 1144 Pukaki Street, Rotorua. Requirements are detailed in the attached documents.",Not Awarded,"Agency: Inland Revenue Successful Supplier: Watts & Hughes Limited: Services: Commercial Office Fit-Out",20201117 Inland Revenue Department,18296079,Request for Proposals,Open Competition,Test Tools,,20170117,20170117,20170117,,Sole Agency,No,,Test Tools for IRD,Awarded,This tender has been awarded to Team Asparona Limited Assurity Consulting Limited,20201117 Inland Revenue Department,18308498,Request for Proposals,Open Competition,Inland Revenue Office Accommodation in Palmerston North RFP,PRO-SRFx-00000224,20170120,20170220,20171206,,Sole Agency,No,,"Inland Revenue is seeking proposals from suitably qualified suppliers who are able to meet our requirement for circa 2,700m2 of office accommodation in Palmerston North. Respondents should be aware that Inland Revenue is seeking a solution that will: deliver best value-for-money over the whole-of-life, enable Inland Revenue to fulfil its business requirements within the Palmerston North region, and provide an appropriate working office environment for Inland Revenue personnel. The RFP documents are attached.",Not Awarded,This contract has been awarded to MWRC Holdings Limited.,20201117 Inland Revenue Department,18570693,Request for Proposals,Open Competition,RFP for User Experience Partner,PRO-CRFx-009,20170413,20170516,20180910,,Sole Agency,No,,"Inland Revenue (IR) is looking for a trusted User Experience (UX) Partner(s) to be an active member of our multi-stage Business Transformation (BT) programme. This opportunity will give you the chance to re-define how one of New Zealand’s best known organisations should interact with customers by developing and implementing sustainable, customer-centred design principals across all channels including our Commercial off the shelf (COTS) environment.",Not Awarded,Accenture/PrimeQ chosen as the preferred ESS Oracle cloud solution Delivery Partner by Inland Revenue.,20201117 Inland Revenue Department,18875285,Request for Proposals,Closed Competition,Data Publishing Services,,20170601,20170703,20170808,,Sole Agency,No,,,Awarded,No Winner Exemption 15.9c,20201117 Inland Revenue Department,18894561,Request for Proposals,Closed Competition,Specialist Programme Management Services,,20170411,20170511,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,18894570,Request for Proposals,Closed Competition,Specialist Programme Management Services,,20170601,20170622,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,18894586,Request for Proposals,Closed Competition,Specialist Technical Support Services,,20170601,20170622,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,18894597,Request for Proposals,Closed Competition,Specialist Policy Advisory Service,,20170601,20170622,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,18894710,Request for Proposals,Closed Competition,Specialist Programme Management Services,,20170601,20170630,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,18894755,Request for Proposals,Closed Competition,Specialist Technical Services,,20170405,20170430,20170811,,Sole Agency,No,,,Awarded,,20201117 Inland Revenue Department,18894766,Request for Proposals,Closed Competition,Specialist Programme and Project Services,,20170116,20170216,20170808,,Sole Agency,No,,,Awarded,Exemption 15.9c,20201117 Inland Revenue Department,19045526,Request for Proposals,Open Competition,Energy Management Services,,20170920,20171018,20180321,,Sole Agency,No,tendersmgt@ird.govt.nz,"Inland Revenue (IR) and Ministry for Primary Industries (MPI) are seeking to procure Energy Management Services (EMS). EMS have been provided by an external third party to IR and MPI for several years and both organisations have an on-going need for: ??? supporting annual budgeting rounds; ??? support in managing a portfolio of properties using specific industry knowledge, systems, capability and capacity; ??? invoice validation and, where required, payment; ??? reporting; ??? advice on technical requirements for properties having/needing physical work/improvements; ??? advice when/if switching electricity suppliers; ??? seasonal changes, anomalies and reporting; and ??? ad-hoc and related energy management requirements such as one off energy audits. IR leases office space in 30 buildings around the country to accommodate its 5500 staff. Electricity and gas supply is measured by a variety of TOU (Time of Use) and non-TOU meters measuring a mix of IR tenanted floors or whole buildings, over about 45 ICP???s(Installation Control Points). Some electricity is on-charged by landlords, such as for after-hours air-conditioning. Most of the ICP???s are connected under All-of-Government (AoG) electricity and gas suppliers. IR???s annual consumption is approximately 8,300,000 kWh???s, including 300,000 kWh???s of gas. MPI???s portfolio includes 43 active sites occupying 38,3221m??; 45 electricity accounts including 6 TOU and 39 non-TOU; and 4 non-TOU gas accounts. 12 accounts are recharged by landlords. MPI???s annual consumption is approximately 5,100,000kWh at a cost of $800,000. Similar to IR the majority of ICP???s are connected under the AoG electricity and gas contracts. This is a partnership for procurement purposes only where the intention is to select the same supplier for both agencies. There will be separate contracts with the respective Agency and managed by separately by that Agency i.e. this is not a collaborative contract.",Not Awarded,A contract has been awarded to SmartPower,20201117 Inland Revenue Department,19057381,Request for Quotations,Open Competition,DevOps Training,DevOps,20170922,20171012,20171123,,Sole Agency,No,,"Inland Revenue (IR) is looking to appoint an experienced supplier to deliver DevOps Foundations training and the DevOps Simulation game based on the Phoenix Project book. The supplier needs to be certified by the DevOps Foundation in the USA to enable them to provide this training. The desired term of a contract is 2 years with 2 one year renewal options to provide the flexibility to scale up the delivery of the training across IR's Information Technology and Change business unit, and wider IR as the demand requires. Ideally we need a supplier to be available to start training in November 2017. * Note - please use the updated RFQ and Response Template v1.1 in the Addenda section.",Not Awarded,This procurement process resulted in a contract award to ALC Training Limited.,20201117 Inland Revenue Department,19128990,Request for Proposals,Closed Competition,Secondary Procurement to select a National Furniture Supplier,,20171013,20171103,20180124,,Sole Agency,No,,,Awarded,Inland Revenue has awarded this contract to Vidak and Aspect.,20201117 Inland Revenue Department,19188586,Request for Proposals,Closed Competition,National Valuation Services Supplier,,20171031,20171117,20180124,,Sole Agency,No,,"Dear Supplier, We would like to offer you the following opportunity to provide Property Valuation Services through a secondary procurement from the Market Rental Valuation Services under the Property Consultancy (Non-Construction) Services Common Capability Contract. Please find the following documentation attached: ??? RFP for Valuation Services; ??? Response form; and ??? Pricing Template. Please note that all correspondence/questions should be through our ???Tenders MGT??? email and marked for the attention of Pru Popple.",Awarded,Valuation Services has been awarded to JLL and Colliers,20201117 Inland Revenue Department,19207205,Request for Proposals,Open Competition,Provision for the Management of a Contingent Workforce,PRO-SRFx- 00000242,20171107,20171127,20180321,,Sole Agency,No,,"Inland Revenue requires a solution to support our Service Delivery team to identify supplier(s) who can support the peaks and troughs in our customers??? needs. Inland Revenue need a supplier(s) who can manage Inland Revenue???s need for a contingent workforce based on: ??? Agility (to allow flexing according to demand and make changes in a timely and cost-effective manner) ??? Having the right people ??? first time ??? for longer ??? Efficiency in the recruitment, training and on-boarding process ??? Alignment to the broad needs of our customer profiles and work types to support an improved customer experience ??? Measuring and monitoring excellence in supplier performance (focusing at improving productivity and reducing the cost of providing our services) ??? Innovation to evolve with Inland Revenue ??? Value for money (cost effective) ??? Being enabled by technology (to attract and retain diverse people, utilising best practice systems to maximise value and drive innovation to improve customer experience)",Awarded,A contract has been awarded to Madison Recruitment Limited,20201117 Inland Revenue Department,19296268,Request for Quotations,Open Competition,Wellbeing Initiative,FM20171205,20171205,20180129,20180301,,Sole Agency,No,,"Inland Revenue???s Information Technology & Change (IT&C) Group has identified staff wellbeing as an area for improvement. Following a pilot wellbeing improvement initiative in 2017, Inland Revenue wishes to engage a third party provider in 2018 to offer our staff the following: - regular 1:1 clinic consultations with a trained health & wellness practitioner - bi-monthly workshops (workshops to include topics such as nutrition, stress reduction and mobility). The aim of implementing this service is to improve the wellbeing (mental and physical health, fitness and performance) of IT&C staff. We expect that the 1:1 consultations will enable staff to tackle their specific health and fitness needs and to set goals that can be regularly re-evaluated. The educational workshops will provide IT&C staff with the information they need to make informed changes to improve their wellbeing. The expected term is three years, and Inland Revenue reserves the right to extend the service offering into other business units if required. The service will need to be provided onsite at Inland Revenue???s Wellington office in Asteron Centre (55 Featherston Street) but there will be some staff accessing the sessions remotely via video conference or other means. Inland Revenue staff will be available to help co-ordinate room bookings, etc.",Not Awarded,"Following individual and group moderation evaluations, the selected supplier for this tender is Habit Group.",20201117 Inland Revenue Department,19374806,Request for Tenders,Closed Competition,Hamilton Future Accommodation Project,,20180119,20180302,20180409,,Sole Agency,No,,,Not Awarded,Awarded to Alaska Construction Interiors Ltd,20201117 Inland Revenue Department,19454246,Request for Proposals,Open Competition,Capability Uplift Learning Programme (CULP) phase 2,,20180215,20180319,20180525,,Sole Agency,No,,"Inland Revenue (IR) has created the 12 People Capabilities model which represent the mix of skills, experience, knowledge and attitudes that we need our people to have into the future. We want to support our people to learn and grow within their roles ??? to uplift their capability ??? and as part of that we plan to create a Capability Uplift Learning Programme (CULP), now in its Phase 2 stage. The CULP Phase 2 will build upon existing content (Phase 1) and must offer innovative, contemporary and proven learning solutions which cover the range of learning needs sought under the 12 People Capabilities. It will need to reflect IR???s People Capability Framework and desired Future Culture State and resonate with all IR staff including leaders. The CULP Phase 2 will need to be co-designed between providers and IR (which may include using some existing provider material, where appropriate). Our focus is on the design and development and/or customisation of existing pre-built learning/ eLearning, which may include online gaming, micro learning, motion graphics, webinars and/or other virtual learning. In addition, we may look for bite-sized face to face workshops and action learning, where appropriate, to support the practical application of learning. The CULP Phase 2 should be modular and reflect a ???just-in-time??? approach for the learner. We are looking for a range of providers to support The CULP Phase 2, and are seeking one provider (or one lead provider) per each of the 12 People Capabilities. You may respond to more than one Capability.",Not Awarded,"We thank you for your patience through this procurement process for CULP Phase 2 (RFP# 19454246). Following wider Senior Leadership and Evaluation Panel member discussion, the decision has been made to sojourn the procurement process for CULP Phase 2. The decision to stop the exercise is driven by the gap between the IR???s delivery aspirations for CULP Phase 2 and the solutions that were presented in the responses received. The proposals received were not able to enhance or support our vision for the CULP programme to support organisational capability. The evaluation panel felt that the responses did not provide the coverage we felt we needed for the success of such a programme without substantial input from internal IR resources to address the gaps in proposed capabilities and across the wider programme of work. Kind regards, Inland Revenue.",20201117 Inland Revenue Department,19685664,Request for Proposals,Closed Competition,Professional Services,,20180107,20180207,20190411,,Sole Agency,No,,,Awarded,Awarded under exemption 15.9c,20201117 Inland Revenue Department,19685715,Request for Proposals,Closed Competition,Specialist Technical Services,,20180101,20180201,20180501,,Sole Agency,No,,,Awarded,Exemption Awarded rule 15.9c,20201117 Inland Revenue Department,19703978,Request for Tenders,Open Competition,Napier Future Accommodation Project,,20180511,20180601,20180626,,Sole Agency,No,,"The key objective of the procurement is to provide the services required to construct, install, finish, complete, test and service IR???s new offices being constructed at 202-216 Hastings Street, Napier. Open Supplier Day 24th May, registrations of interest required by 18th May Please email TendersMGT@ird.govt.nz",Awarded,,20201117 Inland Revenue Department,19905796,Request for Proposals,Closed Competition,ESS Delivery Partner RFP,,20180713,20180806,20181218,,Sole Agency,No,tendersmgt@ird.govt.nz,"Background In June 2018 IR shortlisted Oracle???s Cloud Suite solution for Enterprise Support Services (ESS) via an open multistage RFP process. ESS supports the achievement of both our strategic direction and transformation objectives. It provides the capabilities that support the operation of the organisation, set the direction and provide oversight and management of our internal activities. The Oracle Cloud Suite will cover IR???s ESS business requirements and includes the following Oracle products, Human Capital Management (HCM), Enterprise Resource Planning (ERP) and Enterprise Performance Management (EPM). The Delivery Partner we are seeking must be a platinum Oracle Partner Network member with the appropriate capability, capacity and experience in New Zealand/Australia to implement the Oracle Cloud Suite for Inland Revenue. Requirements IR is now seeking to identify a Delivery Partner with Platinum Oracle Partner status and significant Oracle Cloud Suite implementation experience in New Zealand/Australia to assist with the delivery of the ESS business outcomes through the configuration of the Oracle Cloud Suite. You have been invited to participate in this closed RFP. Implementation of the Oracle Cloud Suite will be broken down into five releases. These releases will be coordinated to occur alongside our other significant business transformation releases normally scheduled for April each year. Work is expected to commence on 3 September 2018. The successful Delivery Partner will assist us to prototype and configure the Oracle Cloud Suite to meet the following ESS business outcomes: ??? Improving customer experience; ??? Supporting our people to achieve; ??? Driving enterprise excellence; ??? Delivering our way of working; ??? Digital first approach; ??? Delivering value for money; and ??? Value and agility from our solutions. The service requirements cover the following broad areas Project, Capability, Technical service and other requirements. Please download the attached RFP for the detailed requirements.",Awarded,,20201117 Inland Revenue Department,20498925,Request for Proposals,Open Competition,Testing Services Partner for Inland Revenue,,20181203,20190204,20190531,,Sole Agency,No,,"IR is seeking proposals from suppliers with experience and capability in the provision of testing services. We are seeking a testing partner to: ??? Deliver project and operational testing outcomes: Support for IR???s continuous streams of change at scale. Our testing partner will have a proven delivery track record in testing and test management of critical business services ??? Innovate: Testing needs to support the delivery of IR outcomes, as new thinking evolves in testing, innovation will be geared to IR outcomes. IR seeks a partner who can demonstrate a track record of applying innovation to meet business outcomes. ??? Breath-in, breath-out: Testing services will need to scale up or down in alignment with IR???s business demand. IR seeks a partner who can practically work under those challenges. ??? Cost certainty & transparency: Due to the easy nature of expanding capacity and adopting new capabilities ??? we will have clear line of sight between business spend and the business benefit. ??? Work with IR through this period of change: The Business Transformation Programme is a significant IT programme. IR requires a mature testing partner who is agile enough to work within this changing programme of work. The purpose of this RFP is to identify a single supplier (Testing Services Partner) to fulfil the testing services capability to IR. We are open to the testing partner being a consortium, however we expect one point of contact to be the testing prime partner",Awarded,,20201117 Inland Revenue Department,20697873,Request for Proposals,Closed Competition,Software and professional services,,20180519,20180619,20190225,,Sole Agency,No,,Software and professional services,Awarded,This contract was completed using exemption 15.9c under the rules of sourcing,20201117 Inland Revenue Department,20697914,Request for Proposals,Closed Competition,Software,,20180428,20180528,20190225,,Sole Agency,No,,Software,Awarded,This contract was completed using exemption 15.9c under the rules of sourcing,20201117 Inland Revenue Department,20773785,Request for Proposals,Closed Competition,Professional Services,,20180807,20180907,20190411,,Sole Agency,No,,,Awarded,Awarded under exemption 15.9d,20201117 Inland Revenue Department,20773818,Request for Proposals,Closed Competition,Software (provided as a service),,20181110,20181210,20190411,,Sole Agency,No,,,Awarded,Awarded under exemption 15.9c,20201117 Inland Revenue Department,20802844,Request for Tenders,Open Competition,New Plymouth Accommodation Project,,20190308,20190408,20190618,,Sole Agency,No,,"Inland Revenues (IR) is looking to procure a Main Contractor through an open tender process, for building services for the internal fit-out of IR tenancy at 315 Devon St East, New Plymouth.",Not Awarded,Inland Revenue has awarded the contract to Livingstone Building NZ Ltd.,20201117 Institute of Environmental Science & Research Ltd,3765108,Request for Proposals,Open Competition,RFP for purchase of 2x Liquid Chromatography - Tandem Mass Spectrometry Systems (LC-MS/MS),RFP WDT LC 2014,20140825,20140926,20150121,,Sole Agency,No,,Supply of 2x Liquid Chromatography - Tandem Mass Spectrometry Systems (LC-MS/MS) services and support for the analysis of Workplace Drug Testing samples.,Awarded,,20201117 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),19831559,Request for Proposals,Open Competition,GNS Science GeoNet Monitoring Centre,,20180620,20180712,20180723,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Ltd (GNS Science) is seeking to initially appoint a suitably qualified building and construction company who will be responsible for the building aspects of an office fit, the project is referred to as ???GeoNet Monitoring Centre???. This is designed to provide a work environment for our geo-hazard monitoring team (GeoNet) who are moving to a 24 x 7 hazard monitoring service as part of an expansion of service and capability. Concurrently, GNS Science is seeking to appoint a panel of suppliers for similar work, of similar value, for future projects.",Awarded,,20201117 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),19870859,Request for Proposals,Open Competition,Geodetic Grade GNSS Receivers and Antennas,,20180702,20180803,20190410,,Sole Agency,No,,"The GNSS network provides a critical deformation monitoring service that is used for managing geohazards in the New Zealand region. The Institute of Geological and Nuclear Science Ltd (GNS Science) is seeking to appoint providers who will be responsible for the supply, service, maintenance and support of geodetic equipment and ancillary components to supplement its expanding network. In essence, GNS Science is looking for an end-to-end service that supports its network. GNS Science is responsible for managing the continuously operating GNSS network and the delivery of data services to other New Zealand organisations (Public and Private) in a timely and efficient manner. This also includes managing a streaming network for positioning.",Awarded,Contract awarded to the highest scoring supplier following extensive testing and commercial evaluation,20201117 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),20054615,Request for Proposals,Open Competition,GNS Science Raukumara Seismic Drilling Project,,20180822,20180918,20181218,,Sole Agency,No,,"GNS Science in conjunction with the University of California are planning a large scale seismic experiment traversing the Raukumara peninsula in early 2019 as part of an international project to understand the earthquake behaviour in this region. Central to this experiment will be the drilling of five boreholes to host explosives (these will be detonated later as part of the experiment). The results of the experiment will be recorded on an array of seismometers deployed coast to coast. Drilling of the boreholes must be completed before 20th December 2018. GNS Science is looking for credible provider(s) who have the capability, experience and infrastructure to deliver drilling services to support seismic testing. Respondents must have a good track record in providing drilling services along with a strong commitment to health and safety and environmental considerations.",Not Awarded,Contract awarded to the highest polling response,20201117 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),20395564,Request for Proposals,Open Competition,GNS Science Avalon Painting Project,,20181109,20181207,20190410,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Ltd (GNS Science) is seeking to appoint a suitably qualified exterior painting company who will be responsible for preparing and painting the exterior buildings at GNS Science???s Avalon campus. This project forms part of GNS campus maintenance plan and includes all exterior building areas within the campus at the Avalon site only. A detailed set of specifications and scope of work has been developed and it is envisaged that the project will be completed over the next few years. GNS Science is looking for credible providers who have the capability, experience and infrastructure to meet the project deliverables within our scope and timeframe. They need to have a good track record in the management and implementation of exterior building preparation and painting services relevant to this project and provide quality workmanship. GNS Science has a strong commitment to health and safety for its employees in the workplace, guests on its premises, and contractors supporting our business. Successful suppliers will need to demonstrate a strong health and safety culture with appropriate management, training, and compliance systems. They will also need to demonstrate a strong commitment to project management principles and consistently exceeding customer satisfaction in delivering outcomes on time, within budget, and to specification.",Awarded,Contract awarded to the highest scoring response,20201117 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),20507582,Request for Proposals,Closed Competition,GNS Science Data Storage Project,,20181203,20190131,20190410,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences (GNS Science) is seeking solutions to provide for its future data storage requirements and replace its accumulated range of data storage systems. The current platform has capacity, technical and management limitations, and is using systems that are nearing the end of their useful life. Our systems support a large amount of structured and unstructured data with high demand for speed and availability. The future growth of our business requires a solution that is flexible and scalable to meet the growing demands from both customers and staff engaged in providing complex science solutions. These include geohazard monitoring and on-going research with climate change and its impact on New Zealand communities. We are seeking a credible vendor who has the capability and experience to provide a scalable solution to meet our future needs. They must operate in time zones that provide high availability to our business, possess the capacity to support a diverse scientific environment and have a strong successful track record of delivering large scale storage solutions. Ideally, the preferred vendor will possess a full range of capabilities, or the capacity and capability of priming a solution that meets all GNS Science???s storage requirements.",Awarded,Contract awarded to the highest scoring response,20201117 Kapiti Coast District Council,16936213,Request for Proposals,Open Competition,Paraparaumu and Waikanae Town Centres Design and Build,2015/C077,20151030,20151130,20160121,,Sole Agency,No,"Kapiti Coast District Council Private Bag 60 601, Paraparaumu 5254; 175 Rimu Road, Paraparaumu","K??piti Coast District Councils (Council) Infrastructure Services Group is responsible for developing and delivering the Paraparaumu and Waikanae town centres redevelopment as defined in the Long Term Plan. Over the next 12 years Paraparaumu and Waikanae will be transformed into welcoming town centres that meet community needs. This means thriving main streets; attractive parks; playgrounds and gardens; recognition of our cultural heritage; better walkways, cycle ways and connecting roads; and, above all, an obvious heart for both centres. Council wishes to develop a collaborative working relationship with a supplier to lead a consortium to develop and deliver the Paraparaumu and Waikanae town centres redevelopment. Council wishes to achieve completion of the Project works in a manner which: ??? Improves public perception of the town centres by: a) Public satisfaction increases b) Improved retail spend c) Increasing private investment in commercial building activity ??? Improves access and connection by: a) Increasing the number of public transport users. b) Improved number of users of active mode c) Reducing travel through centres d) Increasing pedestrian safety ??? Meets the budget in the LTP; ??? Meets Council's probity requirements including transparency and sound business practice. ??? Reflect the vision statements for each town centre",Not Awarded,This tender was extended with the publication of RFx 17038903. This tender will be awarded there.,20201117 Kapiti Coast District Council,16989609,Request for Tenders,Open Competition,Consultancy Services for Kapiti Coast Strategic Cycle Network Project (Stride n Ride),2015/C083,20151113,20151218,20160121,,All of Government,No,"Private Bag 60-601 Paraparaumu, 175 Rimu Road, Paraparaumu","Consultancy Services for Kapiti Coast Strategic Cycle Network Project (Stride n Ride) The purpose of this Request for Proposal (RFP) is to invite interested/short listed parties to submit their proposals to provide design services for the Kapiti Coast Strategic Cycle Network Project, ???Stride ???N Ride???, hereinafter referred to as the ???Project??? in accordance with this RFP. Project Overview While the number of cyclists in Kapiti is gradually increasing, there is potential for a step change in mode share if investment is strategically targeted. Seamless connections to local roads effectively end for active transport modes at the expressway designation boundary. Improvements to the East/West primary corridors that address connectivity and safety are the key to delivering an integrated cycling network in the Kapiti District. Project Objectives The proposed package of works expected to get more people cycling more often through the provision of on and off road cycle facilities that target the 60% of residents who might choose to cycle or walk more often if issues of safety comfort, convenience and directness can be addressed. Extent of Services This project consists of three parts: 1. Stride N Ride UCF (Urban Cycleway Fund) Programme 2. CWB Wider Network Programme; and 3. State Highway One Revocation Programme.",Awarded,"This tender contract for ???Stride n Ride??? was awarded to MWH Limited (Jamie Povall, Gavin O???Connor)",20201117 Kapiti Coast District Council,17038903,Request for Proposals,Closed Competition,Date Extension: Paraparaumu and Waikanae Town Centres Design and Build,2015/C077,20151130,20151202,20160121,,Sole Agency,No,"Kapiti Coast District Council Private Bag 60 601, Paraparaumu 5254; 175 Rimu Road, Paraparaumu","K??piti Coast District Councils (Council) Infrastructure Services Group is responsible for developing and delivering the Paraparaumu and Waikanae town centres redevelopment as defined in the Long Term Plan. Over the next 12 years Paraparaumu and Waikanae will be transformed into welcoming town centres that meet community needs. This means thriving main streets; attractive parks; playgrounds and gardens; recognition of our cultural heritage; better walkways, cycle ways and connecting roads; and, above all, an obvious heart for both centres. Council wishes to develop a collaborative working relationship with a supplier to lead a consortium to develop and deliver the Paraparaumu and Waikanae town centres redevelopment. Council wishes to achieve completion of the Project works in a manner which: ??? Improves public perception of the town centres by: a) Public satisfaction increases b) Improved retail spend c) Increasing private investment in commercial building activity ??? Improves access and connection by: a) Increasing the number of public transport users. b) Improved number of users of active mode c) Reducing travel through centres d) Increasing pedestrian safety ??? Meets the budget in the LTP; ??? Meets Council's probity requirements including transparency and sound business practice. ??? Reflect the vision statements for each town centre",Awarded,"This tender contract for Paraparaumu and Waikanae Town Centres and Connectors Design and Build Pre-Construction Services was awarded to Brian Perry Civil Ltd (c/o Fletcher Construction) (Blair Mould). (Working in conjunction with design team Beca Ltd, and Boffa Miskell Ltd, and supported by Bogacki Property and Brewer Davidson Architects.)",20201117 Kapiti Coast District Council,18040724,Request for Tenders,Open Competition,Raumati Corridor Improvements - Construction Works,2016/C102,20161017,20161104,20161216,,All of Government,No,"Tender Proposal for Contract NoL 2016/C102; Tenders Box, Kapiti Coast District Council, 175 Rimu Road, PARAPARAUMU 5032","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for construction works associated with the Raumati Corridor Improvements (including the Raumati Hillcrest Roundabout, the Weka Triangle upgrade, the Raumati Road, Matai Road Upgrade. Consisting of construction of pavement widening, footpaths, and shared paths on Raumati Road, in Raumati Beach, Paraparaumu. Contract period is for 20 weeks (calendar weeks). See Addendum 1 for tender specification document. Deliver Tender Documents to: Tender Proposal for Contact No: 2016/C102 TENDERS BOX Kapiti Coast District Council Customer Services Centre 175 Rimu Rd PARAPARAUMU 5032 Tender enquiries to: Sheryn Reilly (and Contact Person details) Level 10, Majestic Centre 100 Willis Street PO Box 12 003, Thorndon WELLINGTON 6146 New Zealand sheryn.reilly@opus.co.nz",Awarded,,20201117 Kapiti Coast District Council,18164804,Request for Proposals,Open Competition,RFP for After Hours Contact Centre Services,,20161123,20161214,20170324,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite interested parties to submit their proposals to provide after-hours contact centre services in accordance with this RFP. The Kapiti Coast District Council requires after-hours contact centre services that can receive all calls diverted from the Council during the specified after-hours period and monitor the Council’s Facebook page. The contact centre must be able to: 1. set-up and maintain a knowledgebase repository to store Council information that will be used to inform call responses; 2. receive, answer, log and record all calls and either: a. answer the calls fully using knowledgebase; b. refer calls to the Council website or to Council contractors; c. raise service requests for action where necessary; 3. monitor activity on the Council’s Facebook page and respond appropriately; 4. have the potential to offer webchat if the Council chooses to incorporate it within its after-hours contact centre function in the future.",Awarded,The contract for the provision of After Hours Contact Centre Services has been awarded to Palmerston North City Council,20201117 Kapiti Coast District Council,18517799,Request for Tenders,Open Competition,Resource Consent Management Services,2017/C133,20170327,20170413,20170516,,All of Government,No,,"The purpose of this Request for Tenders (RFT) is to invite interested parties to submit their tenders to provide resource management planning services in accordance with this RFT. Executive Summary: The Council seeks to establish a panel of suppliers from which it can purchase the professional services of experienced resource management practitioners to assist us in carrying out Council's functions under the Resource Management Act 1991, with a specific focus on processing applications for resource consents and assessing notices of requirement. The purpose is to identify a panel of suppliers with the right technical expertise in the field of resource management who can be engaged on an as required basis to undertake resource consent processing functions (and other similar RMA processes) when additional capacity is required. The key objective of this procurement is ensuring Council has access to sufficient RMA planning expertise and capacity so that RMA statutory timeframes are met, and fair and legally robust processes are run.",Not Awarded,"Thank you to all those people who submitted a tender response to the Kapiti Coast District Council???s Request For Tenders for establishing a panel of suppliers for resource consent processing services. We appreciate the time and effort all tenderers have gone to in preparing their responses. The successful tenderers are: ??? Tony Thomas Consulting ??? Yolanda Morgan ??? Cuttriss Consultants Ltd ??? Hill Young Cooper ??? RL Consulting ??? Sweetman Planning Services ??? Boffa Miskell ??? Incite Wellington",20201117 Kapiti Coast District Council,19985096,Request for Proposals,Open Competition,Building Consent Authority Processing,2018/C188,20180803,20180831,20181130,,Sole Agency,No,"Tender Box, BCA Processing RFP, Building Team Manager, Kapiti Coast District Council, Private Bag 60601, Paraparaumu 5254 or 175 Rimu Road, Paraparaumu 5032","We need a panel of suppliers to review building consent applications for Kapiti Coast District Council (Council) Building Consent Authority (BCA) to determine compliance with all building code clauses. The work includes: ??? Reviewing building consent application documentation; ??? Assessing further information needs; ??? Having dialogue with applicants; and ??? Making recommendations to Council to grant or refuse a building consent application.",Not Awarded,Awarded - responses received outside of GETS to National Processing Ltd and Solutions Team Ltd,20201117 Kapiti Coast District Council,20274605,Request for Quotations,Open Competition,KCDC StridenRide Ngaio Road Shared Path,2018/C200,20181011,20181113,20190125,,All of Government,No,"Kapiti Coast District Council, Reception - 175 RImu Road, Paraparaumu 5032","As a part of our 4 year Stride n??? Ride K??piti Coast project, we are looking at delivering off-road shared paths and on-road cycleways which provide create key commuter connections to railway stations, schools, local town centres and the K??piti Expressway cycleway. K??piti Coast District Council is looking at constructing approx. 700m of shared path along the south side Ngaio Road and upgrading the walkway through the Russell Reserve in the Waikanae garden area. This project will allow connection of the existing shared path along Te Moana Rd & Park Avenue through the Russell Reserve to Ngaio Road. The work scope includes construction of a separated cycle path adjacent to the existing carriageway with a shared pathway behind the existing kerb and channel.",Not Awarded,"Ngaio Road Shared Path 2018/C200 (and separable portion Russell Reserve), Waikanae Contract awarded: 21 November 2018 Term of Contract: 10 December 2018 to 5th April 2019 Single Step Procurement Process: Expected spend under Contract: $350,000.00",20201117 Kainga Ora–Homes and Communities,4032507,Request for Proposals,Open Competition,RFP - Geotechnical Investigation Services Panel for Canterbury Earthquake Recovery Programme,016CE14,20140902,20140930,20150327,,Sole Agency,No,www.tenderlink.com/hnzc/,"Request for Proposals Geotechnical Investigation Services Panel for Canterbury Earthquake Recovery Programme Pre-Qualification This Request for Proposal relates to the pre-qualification of Geotechnical Engineers for the Canterbury Earthquake Recovery Programme for the Canterbury Earthquake Recovery Programme to support Housing New Zealand???s Asset Management Strategy PROPOSALS CLOSE AT: Proposals MUST be submitted electronically via the Housing New Zealand Tenderlink portal (www.tenderlink.com/hnzc/) RFP closes on: 30 September 2014 ??? 12:00 noon DOCUMENTS BASED ON ACENZ Conditions of Contract for Consultancy Services Third edition A (with special conditions)/ HNZ Short form Agreement for Consultant Engagement",Awarded,"The RFP has been awarded to the following companies who will make up our Panel for Geotechnical Investigation Services Coffey Geotechnics (NZ) Limited Golder Associates (NZ) Limited Davis Ogilvie & Partners Limited Tonkin & Taylor Limited KGA Geotechnical Investigations Limited Opus International Consultants Limited Engeo Limited",20201117 Kainga Ora–Homes and Communities,6037453,Request for Proposals,Open Competition,"HAM2 Korimako Street, Hamilton, 100% Single Stage Design and Build Contract",HAM2,20141106,20141215,20150409,,Sole Agency,No,,"This Request for Proposal relates to the construction of 16 x 2 bed houses for Korimako Street, Hamilton to support Housing New Zealand???s Asset Management Strategy. Housing New Zealand intends redeveloping contiguous sections owned by the Corporation in Hamilton to help meet the demand for modern, warm, dry social housing in the city. There is high demand for affordable and modern social housing in Hamilton, and it makes sense for Housing New Zealand to make better use of land it owns. Through this initiative we aim to create a vibrant and cohesive community that is well connected to nearby facilities and streets, and that people are proud of. Our aim is for the redevelopment to exemplify the latest in modern, healthy, well-designed homes suitable for both social housing and private ownership. As part of this redevelopment initiative Housing New Zealand (HNZ) is proposing to develop sixteen two bedroom units as further described in detail in Part 3. This particular redevelopment is to be carried out on land which is and will continue to be owned and operated by HNZ for social housing purposes. Documents regarding this Request for Proposal are available for download from www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to: R G De Leeuw Construction Limited,20201117 Kainga Ora–Homes and Communities,6695886,Request for Proposals,Open Competition,"RFP - Demolition & Site Clearing - 33 Asquith Ave, Mt Albert, Auckland",091AD14,20141125,20141217,20150226,,Sole Agency,No,,"Housing New Zealand is undertaking a number of projects to demolish houses from selected sites within the environs of Auckland. Once cleared of buildings HNZ has the opportunity to realise the potential of the sites and land it owns, and to redevelop the sites with affordable, modern, warm and dry social housing that meets the demand for the region. This Request for Proposal (RFP) is for the demolition and site clearance of 30 vacant units contained within three two-storey buildings located at 33 Asquith Avenue, Mt Albert Auckland. Whilst HNZ have removed all know asbestos, should any asbestos be discovered during the demolition works the Respondent is to remove the asbestos in accordance with industry standards. HNZ is now seeking proposals through this RFP to identify one suitably resourced, experienced and skilled contractor to demolish houses and clear sites in accordance with Part 3 of this RFP and the Contract at Schedule 4, by the Closing Date. RFP Documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,Successful tenderer for this RFP was: Treescape Limited,20201117 Kainga Ora–Homes and Communities,6759170,Request for Proposals,Open Competition,"RFP Architectural Services - Redevelopment of the Britomart Complexes, Wellington",085AD14,20141126,20141217,20150218,,Sole Agency,No,,"HNZ is seeking Proposals from architects with extensive experience and expertise in urban and residential design for the redevelopment of the Britomart Street complexes. The 135 Britomart Street site is one of four sites in Wellington that HNZ has opportunity to redevelop to create well designed modern, efficient homes for social housing purposes. This is an opportunity for design focussed architects to demonstrate their talent and expertise in creating homes that will stand the test of time. RFP documents are available for downloading at: https://www.tenderlink.com/hnzc/",Awarded,"Studio of Pacific Architecture Limited has been selected as the preferred design services partner for the Housing New Zealand redevelopment of 135 Britomart Street, Berhampore, Wellington.",20201117 Kainga Ora–Homes and Communities,7024102,Request for Proposals,Open Competition,"RFP Architectural Services - 28 Hanson Street, Newtown, Wellington",094AD14,20141202,20141222,20150218,,Sole Agency,No,,"HNZ is seeking Proposals from architects with extensive experience and expertise in urban and residential design for the redevelopment of 28 Hanson Street, Newtown. The 28 Hanson Street property is one of four sites in Wellington that HNZ has an opportunity to redevelop to create well designed modern, efficient homes for social housing purposes. This is a chance for design focussed architects to demonstrate their talent and expertise in creating homes that will stand the test of time. Documents can be downloaded at www.tenderlink.com/hnzc/",Awarded,"Herriot + Melhuish Architecture has been selected as the preferred design services partner for the Housing New Zealand redevelopment of 28 Hanson Street, Newtown, Wellington.",20201117 Kainga Ora–Homes and Communities,7024264,Request for Proposals,Open Competition,"RFP Architectural Services - McLean Flats, 314 The Terrace, Te Aro, Wellington",095AD14,20141202,20141222,20150218,,Sole Agency,No,,"HNZ is seeking Proposals from architects with extensive experience and expertise in urban and residential design for the redevelopment of McLean Flats, 314 The Terrace, Te Aro, Wellington. McLean Flats property is one of four sites in Wellington that HNZ has an opportunity to redevelop to create well designed modern, efficient homes for social housing purposes. This is a chance for design focussed architects to demonstrate their talent and expertise in creating homes that will stand the test of time. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,"Athfields Architects Limited has been selected as the preferred design services partner for the Housing New Zealand redevelopment of McLean Flats, 314 The Terrace, Te Aro, Wellington.",20201117 Kainga Ora–Homes and Communities,7127113,Request for Proposals,Open Competition,RFP for Demolition & Site Clearing - Maraenui Napier,090AD14,20141205,20150108,20150226,,Sole Agency,No,,"Housing New Zealand is undertaking a number of projects to demolish houses from selected sites within the environs of Maraenui, Napier. This Request for Proposal is for the demolition and site clearance of 92 vacant units contained within 32 two-storey buildings located within the vicinity of Maraenui, Napier. These works have been split into five packages. Respondents should note that it is anticipated that most properties will require the safe removal of asbestos. Respondents will be responsible for undertaking the removal of any asbestos at these properties and will need to provide appropriate proof of their ability to undertake the safe removal and disposal of asbestos/hazardous material. HNZ is now seeking proposals through this RFP to identify one or more suitably resourced, experienced and skilled contractor(s) to demolish house(s) and clear site(s) in accordance with Part 3 of this RFP and the Contract at Schedule 4, by the Closing Date. HNZ considers itself to be socially responsible and encourages all of its suppliers and contractors to demonstrate proactive support and contribution to social and economic sustainability in the communities in which they work. Wherever possible, the use of local labour either directly employed or through community groups is encouraged. HNZ also encourages its suppliers and contractors to provide training and development opportunities to local labour resources and community groups. RFP documents can be downloaded from Tenderlink on www.tenderlink.com/hnzc/",Awarded,The successful contractor for this RFP was: Phoenix Contracting Limited,20201117 Kainga Ora–Homes and Communities,7571736,Request for Proposals,Open Competition,"RFP Demolition & Site Clearing - 135 Britomart Street, Berhampore, Wellington",065AD14,20141218,20150127,20150304,,Sole Agency,No,,"Housing New Zealand is seeking proposals through this Request For Proposals from suitably qualified Respondents to undertake all works required to safely demolish the existing 38 unit complex at 135 Britomart Street, Berhampore, Wellington. The successful Respondent will be responsible for all demolition works, all civil engineering works, earthworks, site clearance and site remediation works. This is described within the Site Description and Project Works described in Part 3. RFP documents can be downloaded from Tenderlink (www.tenderlink.com/hnzc/).",Awarded,RFP contract awarded to: Quality Demolition & Contracting (2011) Limited,20201117 Kainga Ora–Homes and Communities,9980675,Request for Proposals,Open Competition,Redevelopment Panels - Developer & Building Contractor Pre-qualification,Old GETS Ref No: 40983,20150316,20150316,20150316,,Sole Agency,No,,This is a dummy RFX as it was previously on the old GETS website and we are wanting to release the award notice.,Awarded,"The following parties were invited to participate in the Redevelopment Panels for Auckland and Christchurch for Residential Property Developers & Building Contractors following the 2014 RFP process. Auckland panel: Accent on Construction, Arrow International (NZ) Ltd, Awatea Capital Ltd, Blackstone Group Ltd, Brosnan Construction Ltd, Classic Builders Group Ltd, David Reid Homes Ltd, Dominion Constructors Ltd, Downer NZ Ltd & Falcon Construction Ltd, Fletcher Building Ltd, Homes for Akld Ltd, Horvath McCarthy Group Ltd, KNC Construction Ltd, Legacy Corp Ltd, Lundo Holdings Ltd, McConnell Property Ltd, Mike Greer Homes NZ Ltd, Milestone Homes Ltd, NZ Strong Group Ltd, NZ Strong Group Ltd & Coopers & Assoc Ltd, PLB Construction Ltd, Rabo Build Ltd, Signature Residential Ltd, Stonewood Homes NZ Ltd, Supreme Construction Ltd, Tasman Cook, Todd Property Group, Willis & Bond, Woodview Construction",20201117 Kainga Ora–Homes and Communities,10002541,Request for Proposals,Open Competition,Redevelopment Panels - Developer & Building Contractor Pre-qualification,Old GETS Ref No: 40983,20150316,20150316,20150316,,Sole Agency,No,,This is a dummy RFX as it was previously on the old GETS website and we are wanting to release the award notice.,Awarded,"The following parties were invited to participate in the Redevelopment Panels for Auckland and Christchurch for Residential Property Developers & Building Contractors following the 2014 RFP process. Christchurch Arrow International (New Zealand) Limited Awatea Capital Limited Consortium Construction Limited Dominion Constructors Limited Downer New Zealand Limited & Falcon Construction Limited First Design and Build Limited Fletcher Building Limited Horvath McCarthy Group Limited KNC Construction Limited Legacy Corporation Limited Maxim Homes (Ashburton) Limited Mike Greer Homes NZ Limited Miles Construction Ltd Milestone Homes Limited Rabo Build Limited REM Building Limited T/A Signature Homes Canterbury Stonewood Homes New Zealand Limited Tasman Cook Todd Property Group Ltd Willis & Bond",20201117 Kainga Ora–Homes and Communities,12273923,Request for Proposals,Open Competition,"RFP Fire Reinstatement - 25 Amberly Rise, Helensville",114AD15,20150525,20150618,20151021,,Sole Agency,No,,"We are a Crown agency that manages state housing on behalf of the New Zealand government. Our role is to provide healthy, comfortable and fit-for-purpose housing people in need, for the duration of their need. Our customers are people who have limited housing options. Rental housing is what we do. We focus on the efficient and effective management of state houses and the tenancies of those living in them. As New Zealand???s largest residential landlord, we manage a portfolio of approximately 68,000 standalone and multi-storey / multi-tenanted properties, accommodating over 200,000 people. The needs of our tenants change constantly, this means we need to understand, plan and deliver changes to our housing stock to match ??? it is a big challenge. We are committed to this challenge by maintaining our houses so they are safe, dry, warm and healthy to live in and investing in new improved state housing, homes that are the right size, in the right places, for our applicants today and in the future. Housing New Zealand is seeking through this open Request for Proposal to reinstate the sole, freestanding, five-bedroom dwelling at 25 Amberly Rise, Helensville, which has been severely damaged by an extensive fire. This property requires significant reinstatement work in accordance with the enclosed Scope of Works (Appendix A) as provided by Marshall Designs and includes repair of structures, services & utilities, landscaping and general site works as required to put the property into a habitable condition as required by the Corporation. Works include: Building reinstatement as per the scope of works and construction. HNZ requests the Respondents to price the Contract Works in accordance with this Request for Proposal (RFP) and the information provided in the Appendices listed in the RFP Table of Contents. The Contract Works include: a. Building reinstatement as per the Scope of Works; and b. Construction. Housing New Zealand (NZ) is responsible for: a. Overseeing the reinstatement and construction works. Documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to Spencer Henshaw Limited,20201117 Kainga Ora–Homes and Communities,16873337,Request for Tenders,Open Competition,RFT for the provision of Surveying Services & the replacement and repair of Drainage Systems,,20151009,20151105,20160225,,Sole Agency,No,,"Following the 2010 and 2011 Christchurch Earthquakes there was significant damage suffered by HNZ housing stock???s drainage systems. Housing New Zealand (HNZ) seeks to procure contractor services, through an open tender process, for a damage assessment survey and remediation of the drainage systems. Services and Deliverables The following section provides details on the service specifications for this procurement project. The required services are to be delivered in three distinct phases: ??? Phase 1: Damage Assessment Survey ??? Phase 2:Survey Report ??? Phase 3: Repair and Reinstatement Ideally, the surveying and the works can take place simultaneously, with the repair and reinstatement carried out as and when HNZ receives and approves each survey. RFT documents can be downloaded at www.tenderlink.com/hnzc/",Not Awarded,"Contracts have been awarded to: City Care Limited & DAX Group",20201117 Kainga Ora–Homes and Communities,16938684,Request for Proposals,Open Competition,RFP for Health & Safety Incident Management System (HSIMS),,20151030,20151130,20160418,,Sole Agency,No,,"As part of ensuring compliance with the Health and Safety at Work Act 2015, Housing New Zealand (HNZ) is seeking a supplier for an ???off the shelf??? Health and Safety Incident Management System (HSIMS). The solution must be operational by 31st March 2016. HNZ is seeking to improve health and safety related information management including the central recording of incidents, risks and hazards and the associated controls, training and monitoring of Health and Safety activities for internal staff and HNZ???s large external contractor base. HNZ is also looking for options to improve Health and Safety outcomes through the use of workflow tools and improved accessibility of Health and Safety information in the field. Any Health and Safety Incident Management System utilised by HNZ must support a number of fundamental business criteria. These include; ??? legislative obligations to have processes to identify, assess and manage hazards and risks, and report, record and investigate incidents, injuries and illnesses and take timely and appropriate corrective actions; ??? comply with the Health and Safety at Work Act 2015; ??? enable the achievement of Housing New Zealand???s strategic objective of building a ???high performing safety culture??? in the business; and ??? support the realisation of a 25% reduction in total injuries recorded by 2020, in line with the Government target of reducing the annual rate of fatalities and serious injuries by at least 25% by 2020. Request for Proposal (RFP) documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,This contract has been awarded to Noggin Pty Limited.,20201117 Kainga Ora–Homes and Communities,17014782,Request for Proposals,Open Competition,"RFP - Civil Construction Works Residential Subdivision - Stage 2 - 75 Walters Road, Papakura",,20151120,20151217,20160607,,Sole Agency,No,,"McLennan Development McLennan is owned by HNZ and located off of Walters Road in Papakura, Auckland. It is a 24ha master planned residential subdivision which will create approximately 580 houses over three main infrastructure stages. Up to 15% of the McLennan development will be social housing either as HNZ state rental houses or supplied via other providers. The balance of the houses built will be private. McLennan is a supply-side Proposal to Auckland???s constrained housing market. HNZ has chosen to supply the market serviced land for the purposes of social and affordable housing development. HNZ and its key delivery partners are committed to making McLennan a desirable community which grows in social and commercial value well into the future. Stage 2 Subdivision Infrastructure in the first stage has been completed. This Request for Proposal is for the second stage of earthworks and infrastructure construction. Stage 2 will see approximately 10ha of land developed into numerous superblocks supplying over 200 serviced house lots. Contract works are expected to start in January/February 2016. Proposals are being sought from suitably qualified civil construction contractors with expertise in residential land subdivision. Request for Proposal (RFP) documents can be downloaded from Tenderlink on www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to HEB Construction Limited,20201117 Kainga Ora–Homes and Communities,17027794,Request for Proposals,Open Competition,"RFP - Remediation Works at 1-8 Patience Way, Massey",,20151126,20151223,20160420,,Sole Agency,No,,"Housing New Zealand is seeking, through this Open Request for Proposal, a contractor to carry out remediation works at 1-8 Patience Way, in Massey, Auckland. The works include: a) Removal and replacement of existing supporting posts, foundations and groundworks; b) Installation of additional bracing; c) Removal and replacement of damaged Gib board; and Painting of new Gib board; d) Waterproof painting of basement retaining wall of one of the properties only; and e) Removal of immature oak trees. The expected outcomes of the works are: a) Remedying the cause of identified structural defects; b) Remedying the identified structural damage; c) Reducing the risk of further damage; and d) Reinstating the properties to an agreed level. RFP documents can be downloaded from Tenderlink at www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to: Accent on Construction Limited,20201117 Kainga Ora–Homes and Communities,17038621,Request for Proposals,Open Competition,Request for Proposal: Phase 2 Earthquake Prone Building Programme Wellington,,20151130,20151218,20160503,,Sole Agency,No,,"Following the Canterbury Earthquakes in 2011, HNZ instigated the Earthquake Prone Building (EPB) programme to address the seismic risk of its multi unit building (3 Units or more) stock. HNZ required strengthening work to comply with the New Building Standards (NBS) and other remedial works to enable the properties to be re-tenanted. Phase 1 of the EPB project, established a contractor panel to deliver work in the Wellington region. Phase 1 is near completion. Phase 2 is the final tranche of remedial work required by HNZ. Phase 2 incorporates additional seismic strengthening of 69 buildings (271 units) to comply with NBS and whole of house works. A total of 54 buildings (215 units) with protruding chimneys will also be removed due to the potential hazard they represent during seismic events. HNZ wishes to establish a panel of licensed building Contractors to complete remedial works for Phase 2 of the HNZ Earthquake Prone Buildings (EPB) Programme in the Wellington region. Work will be given to panel members for all future Request for Quote/ Tenders (RFQ) for EPB Phase 2 in the Wellington region. Works in EPB Phase 2 package will bring properties up to a complaint New Building Standard (NBS) Level, and may constitute other refurbishment (whole of house work) both internally and externally. Whole of house works include the upgrade and / or alteration of low rise and multi storey concrete and timber framed buildings, including structural and non-structural repairs. RFP documents can be downloaded from Tenderlink on www.tenderlink.com/hnzc/",Awarded,"The following companies have been successful and are on the panel for EPB Earthquake Prone Building work in Wellington: Holmes Wellington Limited, Hawkins Group Limited, Prestige Limited, Key Housing Limited, Space Reinstatements Limited, Capital Construction Limited & Tracer Interiors & Construction Limited.",20201117 Kainga Ora–Homes and Communities,17078961,Request for Proposals,Open Competition,Request for Proposal: Earthquake Prone Building Programme: Auckland Chimney Removal,,20151215,20160125,20160609,,Sole Agency,No,,"Following the Canterbury Earthquakes in 2011, HNZ instigated the Earthquake Prone Building (EPB) programme to address the seismic risk of its multi unit building (3 Units or more) stock. HNZ required strengthening work to comply with the New Building Standards (NBS) and other remedial works to enable the properties to be re-tenanted. Phase 1 of the EPB project, established a contractor panel to deliver work in the Wellington region. Phase 1 is near completion. Phase 2 is the final tranche of remedial work required by HNZ. Phase 2 for Auckland incorporates a total of 99 buildings (396 units) where HNZ have identified a health and safety risk that requires the removal of chimneys to mitigate a potential hazard of chimneys falling during seismic events. In addition to the chimney removals, other remedial upgrade works are required to be made in order for units to be tenantable. RFP documents are available for downloading at www.tenderlink.com/hnzc/",Not Awarded,"The following companies have been successful: Space Reinstatements Limited Practec Limited Spencer Henshaw Limited",20201117 Kainga Ora–Homes and Communities,17133729,Request for Proposals,Open Competition,RFP Provision of Health & Safety Inspection Services,,20160120,20160218,20160718,,Sole Agency,No,,"It is anticipated that HNZ will enter into an agreement with a national or regional providers to undertake the inspections as well as the installation of the new long life battery smoke alarms commencing April, 2016. The Health & Safety (H&S) Inspection is a twelve month rolling inspection programme scheduled to be completed by the external provider six months after the internal annual Tenancy Services property visit is completed. Based on this, the number of inspections per month will range from 2,900 to 7,800 per month by the external provider. Please refer to Appendix - A Statement of Services & Works for a more detailed breakdown on what is required to be delivered for H&S Inspections and the smoke alarm installation programme. HNZ has a requirement to replace all of its currently installed 9v battery smoke alarms with a new long life battery smoke alarm. For the first 9 months of the this contract, there is a requirement for the successful provider to remove existing smoke alarms in all properties and install the new long life battery smoke alarm. HNZ will commence the installation of the new smoke alarms in February 2016, separate to this RFP. When this H&S inspection services contract is implemented in May 2016, approximately 16,500 properties will already have the new alarms fitted leaving a balance of approximately 45,700 properties nationwide requiring new alarms over a 9 month period, which will form part of this contract. This equates to approximately 181,000 smoke alarm installations. Once the new smoke alarm installation programme has been delivered, the H&S Inspections will continue with the checking and testing of smoke alarms and the replacement of missing and or defective ones. The RFP documents can be downloaded free of charge from the HNZ Tenderlink portal at www.tenderlink.com/hnzc/ If you are not registered on the HNZ Tenderlink portal, please select the Registration Tab at the top of the Home page.",Not Awarded,Contract awarded to Property Quality Solutions 2003 Limited (PQS).,20201117 Kainga Ora–Homes and Communities,17386217,Request for Proposals,Open Competition,RFP for the provision of Mobility Health & Safety Duress System,MHSDSICT16,20160412,20160513,20161007,,Sole Agency,No,,"What is important to us? While HNZ is open to innovative approaches to meeting the requirements above, proposers must, as a minimum, confirm that their proposed solution meets both of the following pre-conditions; Preconditions a. Security The service provider must ensure that their cloud service achieves an acceptable Cloud Computing: Information Security and Privacy Considerations review, and that the system complies with the requirements as set out in the NZISM and the Protective Security Requirements relating to ICT systems. b. Platform Agnostic The solution must be able to operate on any smart device and its associated operating system (i.e. Apple iOS, Android, Blackberry, Microsoft, etc.). Any proposal for a solution that does not meet both of the preconditions above may be deemed to be a non-conforming proposal and may subsequently be excluded from all further evaluation. Key Functional and Non-Functional Requirements: In addition to the pre-conditions, HNZ has a number of key requirements from both a functional and a non-functional perspective; these are included in the Response Form included with this RFP document: Note that these are listed in the Functional Requirements questions in the RFP Response document. Our Technology Environment HNZ runs a fully outsourced technology layer. As such, we have multiple service contracts in place for data centre services, network & firewalls, hardware support, monitoring, plus a number of cloud based contracts. HNZ performs the role of service integrator and change manager. Responses need to be uploaded onto our Tenderlink portal: www.tenderlink.com/hnzc/",Not Awarded,The contract has been awarded to Restrata Solutions FZ-LLC,20201117 Kainga Ora–Homes and Communities,17431792,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 6/12 Burrell Ave, Wiri",,20160420,20160525,20160617,,Sole Agency,No,,"Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 6/12 Burrell Avenue, Wiri, which has been Fire Damaged. This property requires significant reinstatement work and includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Wednesday 27th April 2016 at 10.30 am. The HNZ Tenancy Manager Ken Walker will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Tuesday 26th April 2016 to confirm your attendance. Please ensure any questions you have at your site visit need to be sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,The reinstatement work was awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,17431804,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 24 McAnnalley St, Manurewa",,20160420,20160518,20160614,,Sole Agency,No,,"Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 24 McAnnalley Street, Manurewa, which has been chemically damaged. This property requires significant reinstatement work and includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Wednesday 27th April 2016 at 12.15 pm. The HNZ Tenancy Manager Te Aroha Wade will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Tuesday 26th April 2016 to confirm your attendance. Please ensure any questions you have at your site visit need to be sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,The reinstatement work has been contracted with Rouse Construction Limited.,20201117 Kainga Ora–Homes and Communities,17457304,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 44 Brougham Place, West Harbour",,20160427,20160523,20160720,,Sole Agency,No,,"Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 44 Brougham Place, West Harbour, which has been Chemical Damaged. This property requires significant reinstatement work and includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Tuesday 10th May 2016 at 10.00am. The HNZ representative Rachel Trinder will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Monday 9th May 2016 to confirm your attendance. Please ensure any questions you have at your site visit need to be sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to Precision Construction Limited,20201117 Kainga Ora–Homes and Communities,17489169,Request for Proposals,Open Competition,"RFP for Demolition & Site Clearance of 34 units at 64 Galway St, Onehunga",,20160506,20160601,20160713,,Sole Agency,No,,"The Opportunity Housing New Zealand (HNZ) is seeking, through this open Request for Proposal, a contractor to carry out demolition, site clearance and remediation works at a thirty-four unit site as specified in Part C. The Works shall include at a minimum but not limited to: ??? Demolition and removal of main buildings as specified; ??? Demolition and removal of other buildings (e.g. sheds and outhouses) as specified; ??? Demolition and removal of any other specified items; ??? Remediation of the Sites to the specified standard; ??? Site safety; ??? Site security; and ??? Traffic management. Request for Proposal (RFP) documents can be downloaded at www.tenderlink.com/hnzc/",Awarded,The Contract has been awarded to Waikato Demolition Limited,20201117 Kainga Ora–Homes and Communities,17498041,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 2/69 Boundary Road, Clover Park",,20160510,20160609,20160720,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 2/69 Boundary Road, Clover Park, which has been Fire Damaged. This property requires significant reinstatement work and includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Thursday 26th May 2016 at 10.30am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Wednesday 25th May 2016 to confirm your attendance. Please ensure any questions you have at your site visit need to be sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents are available to download free at our Tenderlink portal: www.tenderlink.com/hnzc/",Not Awarded,Contract has been awarded to Precision Construction Limited,20201117 Kainga Ora–Homes and Communities,17578788,Request for Proposals,Open Competition,"RFP for Demolition & Site Clearance of 32 unit complex, 175 Owen Street, Newtown, Wellington",,20160603,20160701,20160915,,Sole Agency,No,,"Housing New Zealand (HNZ) is seeking, through this Open Request for Proposal (RFP), a contractor to carry out the demolition, site clearance and site remediation works for a 32 unit complex at 175 Owen Street, Newtown, Wellington as specified in Part C. The Works shall include at a minimum but not limited to: ??? Removal and disposal of Asbestos; ??? Demolition and removal of main buildings as specified; ??? Demolition and removal of other buildings (e.g. sheds and outhouses) as specified; ??? Demolition and removal of steps, pathways, driveways, car pads, carports and garages as specified; ??? Demolition and removal of any other specified items; ??? Undertaking construction works necessary to ensure site stability post demolition; and ??? Remediation of the Sites to the specified standard. Tender documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Manawatu District Construction Limited,20201117 Kainga Ora–Homes and Communities,17581768,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 22 Rountree Place, Conifer Grove",,20160607,20160701,20160720,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 22 Rountree Place, Conifer Grove, which has been Chemically Damaged. This property requires significant reinstatement work and includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Thursday 23rd June 2016 at 12.00 noon. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Wednesday 22nd June 2016 to confirm your attendance. Please ensure any questions you have at your site visit need to be sent to the Contact Officer for a response. No questions will be responded to at these site visits. Tender documents can be downloaded from www.tenderlink.com/hnzc/",Not Awarded,Contract has been awarded to Precision Construction Limited,20201117 Kainga Ora–Homes and Communities,17604919,Request for Proposals,Open Competition,"Request for Proposal: Remediation Works at 14 Achilles Cres, Narrow Neck, Auckland",,20160615,20160713,20161202,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Open Request for Proposal, a contractor to carry out remediation works at 14 Achilles Crescent, Narrow Neck, Auckland. The works include: Provide temporary support frame to foundations. Demolish foundation wall including corresponding footing. Remove deck / Landing (To enable remedial works to foundation wall) and reinstate. Check for electrical, water and drainage connections (mitigate risk and reinstate). Install/replace foundation footing and wall including bracing. Replace Grill vents as specified. Replace Damp Proof Course (DPC). Paint exterior bottom foundation. Check/repair any movement of doors/window frames as a result of structural movement of property The expected outcomes of the works are: a) Remedying the cause of identified structural defects; b) Remedying the identified structural damage; c) Reducing the risk of further damage; and d) Reinstating the properties to an agreed level. RFP documents are available free of charge to download at Housing New Zealand Corporations Tenderlink portal: www.tenderlink.com/hnzc/",Awarded,"Award not made, Housing New Zealand went in another direction and this property was not remediated.",20201117 Kainga Ora–Homes and Communities,17612754,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 326 Massey Road, Mangere",,20160617,20160713,20160725,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 326 Massey Road, Mangere, which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Wednesday 29th June 2016 at 10.30am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Tuesday 28th June 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,The contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,17631402,Request for Proposals,Open Competition,"RFP for Reinstatement of 1-20 Mayfield Road, Glenfield",,20160704,20160930,20170118,,Sole Agency,No,,"Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 1-20 Mayfield Road, Glenfield, which has been chemical damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. RFP documents are available to download from www.tenderlink.com/hnzc",Awarded,This project has been cancelled and reinstatement as per the RFP is not proceeding.,20201117 Kainga Ora–Homes and Communities,17652584,Request for Proposals,Open Competition,Request for Proposal To Deliver Leadership Training,,20160704,20160722,20170126,,Sole Agency,No,,"What we need Housing New Zealand (HNZ) wants to appoint a training provider to deliver core foundations leadership programmes to the HNZ Managers and staff. The existing leadership programme has been delivered over the last two years and needs to continue to be delivered and embedded through a blended learning approach aligned with HNZ core competencies and other capability strategic initiatives. What we don???t want HNZ is not seeking proposals for a complete leadership development solution. We are seeking proposals from training providers who can review and update what we currently offer. What???s important to us HNZ is looking for credible providers who have the capability, experience and capacity to deliver a leadership programme within a large organisational environment. Why should you bid? This represents a good opportunity for a training provider to work with a cross section of talented leaders and support their development. A bit about us HNZ is a Crown agent that provides housing services for people in need. As New Zealand???s largest landlord, HNZ owns or leases about 67,000 properties, including 1,500 houses for community groups providing residential services. HNZ has just over 1,000 employees, of which approximately half have significant customer contact. RFP documents are available to download from www.tenderlink.com/hnzc",Awarded,Tender was won by Leadership by Design Ltd trading as Mantle.,20201117 Kainga Ora–Homes and Communities,17666889,Request for Proposals,Open Competition,"RFP for Reinstatement of 61A Simeon Street, Spreydon, Christchurch",,20160705,20160930,20161214,,Sole Agency,No,,"Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 61A Simeon Street, Spreydon, Christchurch, which has been chemical damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. RFP documents are available to download from www.tenderlink.com/hnzc",Not Awarded,This contract has been awarded to DNG Construction Limited,20201117 Kainga Ora–Homes and Communities,17692263,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 6 Novak Place, Mangere",,20160713,20160930,20161208,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 6 Novak Place, Mangere, which has been chemical damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Tuesday 19th July 2016 at 10.30am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Monday 18th July 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents are available to download from www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,17699521,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of Units 8 & 14/83 Beaumonts Way, Manurewa",,20160715,20160930,20161202,,Sole Agency,No,,"The Opportunity Housing New Zealand (HNZ) is seeking, through this Request for Proposal (RFP), to reinstate the properties at 8 & 14 / 83 Beaumonts Way, Manurewa, which have been fire damaged. This properties require significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Tuesday 26th July 2016 at 10.30am. The HNZ representative, Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Monday 25th July 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents are available to download from Tenderlink www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Precision Construction Limited,20201117 Kainga Ora–Homes and Communities,17699715,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 24 Cardiff Road, Pakuranga",,20160715,20160930,20161202,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 24 Cardiff Road, Pakuranga, which has been chemical damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Tuesday 26th July 2016 at 10.30am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Monday 25th July 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded at www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,17706492,Request for Proposals,Open Competition,"RFP for Reinstatement of 9B Seaward Place, Wattle Downs",,20160720,20160920,20160920,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 9B Seaward Place, Wattle Downs, which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Wednesday 3rd August 2016 at 10.00am. The HNZ representative Shaolian Churm will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Tuesday 2nd August 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded at Tenderlink (www.tenderlink.com/hnzc/)",Awarded,Project cancelled so no contract award,20201117 Kainga Ora–Homes and Communities,17709612,Request for Proposals,Open Competition,"RFP for Reinstatement at 51 Maplesden Drive, Weymouth",,20160720,20160930,20161128,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 51 Maplesden Drive, Weymouth, which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Wednesday 3rd August 2016 at 11.30am. The HNZ representative Shaolian Churm will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Tuesday 2nd August 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded at Tenderlink (www.tenderlink.com/hnzc/)",Not Awarded,This contract has been awarded to Precision Construction Limited.,20201117 Kainga Ora–Homes and Communities,17713751,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 46 Innismara Ave, Manurewa",,20160722,20160930,20161202,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 46 Innismara Avenue, Manurewa, which has been chemical damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Thursday 4th August 2016 at 10.30am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Wednesday 3rd August 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP Documents can be downloaded from Tenderlink at www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,17715644,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 253C Bairds Road, Otara",,20160721,20160930,20161212,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 253 Bairds Road, Otara, which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Thursday 28th July 2016 at 11.00am. The HNZ representative Shaolian Churm will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Wednesday 27th July 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded from Tenderlink at www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Access NZ 2005 Limited,20201117 Kainga Ora–Homes and Communities,17717124,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 6 Burrell Ave, Wiri",,20160727,20160930,20161202,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 6 Burrell Avenue, Wiri, which has been chemically damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Tuesday 9th August 2016 at 11.00 am. The HNZ representative Judy Dalgety will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Monday 8th August 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded at Tenderlink on www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,17769099,Request for Proposals,Open Competition,"Request for Proposal: Reinstatement of 58B Parsons St, New Plymouth",,20160808,20160901,20161014,,Sole Agency,No,,"The Opportunity Housing New Zealand is seeking, through this Request for Proposal, to reinstate the property at 58B Parsons Street, New Plymouth, which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services & utilities, landscaping and general site works as required, to put it into a habitable condition as required by the Corporation. Scope of works and Specifications The Scope of Works and Specifications are attached as Appendix A. HNZ requires all respondents to this RFP to undertake a physical site inspection. The site visit is mandatory. A site visit will take place on Monday 22 August 2016 at 1.00 pm. A HNZ representative will facilitate the site visit. Please email procurement at procurement@hnzc.co.nz by 12 noon on Friday 19th August 2016 to confirm your attendance. Please ensure that any questions you have at your site visit are sent to the Contact Officer for a response. No questions will be responded to at these site visits. RFP documents can be downloaded free of charge from Tenderlink - www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Custom Construction Limited,20201117 Kainga Ora–Homes and Communities,17987697,Request for Proposals,Open Competition,Request for Proposal: McLennan Superlots Sales 2016,,20161004,20161026,20161219,,Sole Agency,No,,"Housing New Zealand Corporation (""HNZ""), the country???s largest social housing provider. McLennan is a 24ha subdivision in Takanini, Auckland, on the site of the former Papakura military camp. To assist with the delivery of new housing in the Auckland region, HNZ is subdividing the land at McLennan into Superlots for development by building companies into residential housing. HNZ is seeking to sell Superlots and secure delivery of a residential community in its McLennan redevelopment via a Request for Proposal (RFP) process. McLennan is a new community-focused development being built between the open spaces and recreational parks of Papakura and Takanini. Meeting the demand for quality, affordable housing in Auckland???s thriving south east, when complete McLennan will feature over 550 architecturally-designed homes, expertly master planned to create a thriving neighbourhood. Through the RFP process and subsequent Sales & Purchase agreements, HNZ has the option to purchase selected completed houses from developers for use as social housing, with the total social housing held by HNZ up to 15% of the houses within the entire McLennan development. Suitable developers invited to submit proposals for the purchase of one or more of the twenty four Superlots in Stage 2, each ranging between 5 and 19 individual house lots. RFP Documents can be downloaded at www.tenderlink.com/hnzc/",Not Awarded,"Contracts as at 19th December 2016 have been awarded as follows; Lot 424 - Chancellor Construction Ltd Lot 438 - Chancellor Construction Ltd Lot 436 - Dheils Investment Limited Lot 444 - Goldfinch Homes Limited Lot 420 - New Dreamland Development Lot 421 - New Dreamland Development Lot 423 - New Dreamland Development Lot 435 - New Dreamland Development Lot 429 - Newport Consultancy Ltd Lot 430 - PTHP Limited Lot 434 - Skylin Home Limited Lot 442 - Skylin Home Limited Lot 433 - Skylin Home Limited Lot 422 - Starboard Homes Limited",20201117 Kainga Ora–Homes and Communities,18062420,Request for Proposals,Open Competition,"RFP for Project Management & other project relation services at Juliana Way, Great South Rd & Hillsborough Rd, Auckland",,20161021,20161122,20170411,,Sole Agency,No,,"Through this open Request for Proposal (RFP) HNZ is seeking project management and delivery of all consultancy services required to enable planned remediation works across 3 properties, identified via the Complexes Remediation Programme (CRP). The CRP is a HNZ planned remediation programme that aims to deliver a range of works to over 100 HNZ multi unit complexes nationwide. This opportunity is particularly suited to multidisciplinary organisations offering full consultancy services, but may also suit organisations with the capability not only to project manage these projects but to deliver all other necessary consultancy services through the selection engagement and management of appropriately qualified and suitable consultants. A contractor to undertake the physical remediation works will be procured through a separate procurement process. As part of a continuous review process of the consultancy services, the Principal will be using a phased milestone method with clear deliverables to be achieved and reviewed at each phase before proceeding to the next stage. A description of pricing and phasing requirements is provided in Appendix B, Section 4. HNZ reserves its rights to terminate the consultancy services at any time and pay fees up to that point in the project. RFP documents can be downloaded from Tenderlink at www.tenderlink.com/hnzc/",Awarded,This contract has been awarded to Maynard Marks,20201117 Kainga Ora–Homes and Communities,18092314,Request for Proposals,Open Competition,"RFP for Reinstatement of 3/62 Ngaio Street, Orakei",,20161101,20161128,20161214,,Sole Agency,No,,"The Contract Works to be undertaken are to reinstate the property at 3/62 Ngaio Street, Orakei which has been chemically damaged. This property requires significant reinstatement work which includes repair of structures, services and utilities, landscaping and general site works as required, to put it into a lettable condition for social housing. The Contract Works are fully described in Appendix B1 and B2. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,18099367,Request for Proposals,Open Competition,"RFP for Reinstatement of 59 Parrs Cross Road, Henderson",,20161102,20161129,20161208,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principals Requirements are set out in Appendix A. Contract Works The Contract Works to be undertaken are to reinstate the property at 59 Parrs Cross Road, Henderson which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services and utilities, landscaping and general site works as required, to put it into a lettable condition for social housing. The Contract Works are fully described in Appendix B1 and B2. RFP documents can be downloaded from www.tenderlink.com/hnzc/",Not Awarded,"This contract has not been awarded due to the high costs received, HNZ has decided not to reinstate this fire damaged property and is looking at conducting a separate process to determine the best way forward.",20201117 Kainga Ora–Homes and Communities,18108878,Request for Proposals,Open Competition,"RFP for Reinstatement of 27 Sari Place, Henderson",,20161108,20161202,20161219,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Works The Contract Works to be undertaken are to reinstate the property at 27 Sari Place, Henderson which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services and utilities, landscaping and general site works as required, to put it into a lettable condition for social housing. The Contract Works are fully described in Appendix B1 and B2. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Awarded,The contract has been awarded to Space Reinstatements Limited.,20201117 Kainga Ora–Homes and Communities,18177206,Request for Proposals,Open Competition,"RFP - Reinstatement of 7 Igloo Place, Papakura",,20161124,20161220,20170109,,Sole Agency,No,,"The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A, Part A, Part B1, Part B2 & Part C Contract Works The Contract Works to be undertaken are to reinstate the property at 7 Igloo Place, Papakura which has been fire damaged. This property requires significant reinstatement work which includes repair of structures, services and utilities, landscaping and general site works as required, to put it into a lettable condition for social housing. The Contract Works are fully described in Appendix B. Please note photos taken on 24th November show a lot of damage has occurred since the scope of works was completed, complete re-gibbing will be required. Site visit will be a mandatory requirement in order to submit for this tender. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Awarded,"As a result of the high costs from the responses we received, Housing New Zealand has decided not to award a contract to re-instate this fire damaged property. A separate process will be conducted within Housing New Zealand to determine the best way forward for this site.",20201117 Kainga Ora–Homes and Communities,18177696,Request for Proposals,Open Competition,"RFP - Reinstatement of 10 Willis St, Hamilton",,20161124,20161220,20170113,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A Part A, Part B1, Part B2 & Part C. Contract Works The Contract Works to be undertaken are to reinstate the property at 10 Willis Street, Hamilton which has been chemically damaged. This property requires significant reinstatement work which includes repair of structures, services and utilities, landscaping and general site works as required, to put it into a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents are available to download free of charge from www.tenderlink.com/hnzc/",Awarded,Contract has been awarded to Geddes Builders Limited.,20201117 Kainga Ora–Homes and Communities,18247445,Request for Proposals,Open Competition,Request for Proposal - Invoice Processing Automation Solution,IPAICT16,20161216,20170131,20171013,,Sole Agency,No,,"An Invoice Processing Automation (IPA) solution to be implemented for the management of all invoice types with the ability to provide the following functionalities (with a minimal human interaction being required). While HNZ is open to innovative approaches to meeting the requirements above, proposers must, as a minimum, confirm that their proposed solution meets all of the following pre-conditions. RFP documents can be downloaded free of charge at www.tenderlink.com/hnzc/ It is important to note that, to register on tenderlink click on the registration tab at the top of the tenderlink home page and provide the requested information.",Awarded,Contract Awarded to: Fuji Xerox NZ Ltd,20201117 Kainga Ora–Homes and Communities,18247949,Request for Proposals,Open Competition,"RFP - Project Mgmt & other related Services: WP3 at 310-314 Blockhouse Bay Rd, Blockhouse Bay",,20161216,20170213,20170807,,Sole Agency,No,,"The Opportunity Through this open Request for Proposal (RFP) HNZ is seeking project management and delivery of all consultancy services required to enable planned remediation works across 3 star block buildings, identified via the Complexes Remediation Programme (CRP). The CRP is a HNZ planned remediation programme that aims to deliver a range of works to over 100 HNZ multi unit complexes nationwide. This opportunity is particularly suited to multidisciplinary organisations offering full consultancy services, but may also suit organisations with the capability not only to project manage these projects but to deliver all other necessary consultancy services through the selection engagement and management of appropriately qualified and suitable consultants. A contractor to undertake the physical remediation works will be procured through a separate procurement process. A description of site characteristics is provided in Appendix A, Section 2. A description of the anticipated scope of remedial works to which the consultancy services relate is described in Appendix A, Section 3. As part of a continuous review process of the consultancy services, the Principal will be using a phased milestone method with clear deliverables to be achieved and reviewed at each phase before proceeding to the next stage. A description of pricing and phasing requirements is provided in Appendix B, Section 6. HNZ reserves its rights to terminate the consultancy services at any time and pay fees up to that point in the project. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you are not registered with Tenderlink please complete the Registration tab on the home page.",Not Awarded,Contract was awarded to Coffey Projects Limited,20201117 Kainga Ora–Homes and Communities,18264220,Request for Proposals,Open Competition,"Request for Proposal: 115 Oxford Terrace, Epuni, Lower Hutt",,20170109,20170207,20170516,,Sole Agency,No,,"The Contract Works to be undertaken are the demolition of a four storey tower block comprising 13 units located at 115, Oxford Terrace Epuni Lower Hutt; and the clearance and remediation of the site as specified in the Contract Works. The Contract Works are fully described in Appendix B. KEY FEATURES Street address: 115, Oxford Terrace, Epuni, Lower Hutt. Legal description: Parcel ID: 3769192 Lot 267 DP 15426 Number of dwellings: 13 (comprises 3 bedsits, 2 one bed units, 6 two bed units and 2 three bed units). Please go to www.tenderlink.com/hnzc/ to download documents for this tender. If you have any problems downloading the documents please contact tenderlink on 0800 698363.",Awarded,Contract has been awarded to Ward Demolition Ltd,20201117 Kainga Ora–Homes and Communities,18314270,Request for Proposals,Open Competition,"RFP for Reinstatement of 1/163 White Lines East, Lower Hutt",,20170120,20170217,20170321,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal’s Requirements The Principal’s Requirements are set out in Appendix A, Part A, B1, B2 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v4 – December 2016. Contract Works The Contract Works are the reinstatement of the property at - 1/163 Whites Line East, Lower Hutt which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return it to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded from www.tenderlink.com/hnzc If you have any trouble downloading these documents please contact tenderlink on their 0800 number.",Awarded,"As a result of the high costs from the responses we received, Housing New Zealand has decided not to award a contract to re-instate this damaged property. A separate process will be conducted within Housing New Zealand to determine the best way forward for this site.",20201117 Kainga Ora–Homes and Communities,18331051,Request for Proposals,Open Competition,"RFP - 23 Lock Street, Dunedin",,20170126,20170224,20170807,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal’s Requirements The Principal’s Requirements are set out in Appendix A, Part A, B1, B2 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v4 – December 2016. Contract Works The Contract Works are the reinstatement of the property at 23 Lock Street, Dunedin which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return it to a lettable condition for social housing. Documents are available to download via tenderlink.com/hnzc If you have any issues please contact tenderlink on their 0800 number.",Not Awarded,Contract was awarded to Dunedin Housing Maintenance Contractors Limited,20201117 Kainga Ora–Homes and Communities,18503927,Request for Proposals,Open Competition,"RFP - 24 Wakefield Road, Favona",,20170323,20170421,20170519,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal’s Requirements The Principal’s Requirements are set out in Appendix A, Part A, B1, B2 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 – December 2016. Contract Works The Contract Works are the reinstatement of the property at 24 Wakefield Road, Favona which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,This Contract has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,18554537,Request for Proposals,Open Competition,"RFP for Reinstatement of 222 Kiripaka Road, Whangarei",,20170407,20170509,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal’s Requirements The Principal’s Requirements are set out in Appendix A, Part A, B1, B2, C & D. Appendix A: Part D Building Consent; the Building Consent will be issued as a Notice to Respondents (NTR) once Building Consent is approved by the Whangarei District Council. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 – December 2016. Contract Works The Contract Works are the reinstatement of the property at 222 Kiripaka Road, Whangarei which has been chemically and fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP document can be downloaded from www.tenderlink.com/hnzc/",Not Awarded,Contract has been awarded to NPM Construction Ltd.,20201117 Kainga Ora–Homes and Communities,18575307,Request for Proposals,Open Competition,"RFP for Reinstatement of 14 Castle Street, Grey Lynn",,20170418,20170518,20170809,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal’s Requirements The Principal’s Requirements are set out in Appendix A, Part A, B & C. Appendix I: Building Consent; the Building Consent has been issued by Auckland Council. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v4 – December 2016. Contract Works The Contract Works are the reinstatement of the property at 14 Castle Street, Grey Lynn which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP document can be downloaded from www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,18638723,Request for Proposals,Open Competition,"RFP for 25 Daniell Street, Newtown Wellington",,20170509,20170606,20170803,,Sole Agency,No,,"Through this open Request for Proposal (RFP) HNZ is seeking project management and delivery of all consultancy services required to enable planned remediation works of HNZ 23 unit complex, identified via the Complexes Remediation Programme (CRP). Project The Client requires the Services to be carried out in relation to the Project at the address in section 3, Key Features, of this Part A. Services The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The Long Form Agreement for Consultancy Engagement December 2016 v9 as attached as Appendix E. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Not Awarded,,20201117 Kainga Ora–Homes and Communities,18672398,Request for Proposals,Open Competition,"RFP - Project Services at 281 Riccarton Road, Christchurch",,20170517,20170614,20170914,,Sole Agency,No,,"Through this open Request for Proposal (RFP) HNZ is seeking project management and delivery of all consultancy services required to enable planned remediation works of HNZ 54 unit complex, identified via the Complexes Remediation Programme (CRP). Project The Client requires the Services to be carried out in relation to the Project at the address in section 3, Key Features, of this Part A. Services The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The Long Form Agreement for Consultancy Engagement: December 2016 v9 as attached as Appendix E. RFP document can be downloaded from www.tenderlink.com/hnzc/",Not Awarded,"HNZ has decided to not proceed with the remediation work at this time, so this project has been cancelled.",20201117 Kainga Ora–Homes and Communities,18678774,Request for Proposals,Open Competition,RFP - Project Works 140 Bankwood Rd & 4 Whinfell Lane,,20170519,20170619,20170720,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C1-C2. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatements of the properties at Hamilton Work Package 01 - 140 Bankwood Road and 4 Whinfall Lane, Hamilton which have been chemically damaged. The properties require significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Not Awarded,This contract has been awarded to Rouse Construction,20201117 Kainga Ora–Homes and Communities,18683670,Request for Proposals,Open Competition,"RFP - Project Works 14 Ross Crescent & 19C Spenser Road, Hamilton",,20170523,20170622,20170807,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C1-C2. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 - December 2016. Contract Works The Contract Works are the reinstatements of the properties at 14 Ross Crescent and 19C Spenser Road, Hamilton which have been chemically damaged. The properties require significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing.",Not Awarded,This contract has been awarded to Rouse Construction.,20201117 Kainga Ora–Homes and Communities,18684668,Request for Proposals,Open Competition,"RFP - Project Works at 7 Douglas Cres & 11 Kenney Cres, Hamilton",,20170523,20170623,20170720,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C1-C2. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatements of the properties at 7 Douglas Crescent and 11 Kenney Crescent, Hamilton which have been chemically damaged. The properties require significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction,20201117 Kainga Ora–Homes and Communities,18689298,Request for Proposals,Open Competition,"RFP - Project works at 1 Albert St, Wellington",,20170524,20170628,20180125,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A, Part A & B. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works is for the replacement of the balcony and deck at 1 Albert Street, Island Bay, Wellington. This property was built in 1910 and is constructed of timber weatherboard and has an iron roof. We require removal of the existing balcony and construction of a new balcony with supports down to the ground level. The property comprises of four duplex apartments. The two upper level apartments are accessed via a central stairway. The combined floor area amounts to approximately 413 square metres. The property is not a heritage protected building. Our consultant Engineer Miles Seddon from Seddon Associates will oversee the project on behalf of HNZ and has provided the drawings and specification to complete the work. The building is fully occupied. Building consent will be required for this work and obtaining the building consent is the responsibility of the successful tenderer. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,This project has been cancelled.,20201117 Kainga Ora–Homes and Communities,18691343,Request for Proposals,Open Competition,"RFP - Project Works at 97 Vermont Street, Ponsonby",,20170524,20170629,20170928,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) Contract Works The Contract Works to be undertaken are the remediation of a retaining wall. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Not Awarded,An award has not been made for this RFP,20201117 Kainga Ora–Homes and Communities,18713917,Request for Proposals,Open Competition,"RFP - Project Works at 846 Hazelmere Crescent, Te Awamutu",,20170601,20170630,20170817,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatement of the property at 846 Hazelmere Crescent, Te Awamutu which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract has been awarded to Mitchell Construction Limited,20201117 Kainga Ora–Homes and Communities,18731642,Request for Proposals,Open Competition,"RFP - Project Works at 4B Blake Street, Enderley, Hamilton",,20170607,20170703,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatement of the property at 4B Blake Street, Enderly, Hamilton which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,The contract has been awarded to Naylor Love,20201117 Kainga Ora–Homes and Communities,18734169,Request for Proposals,Open Competition,Invitation to Pitch - Solutions based Procurement,,20170607,20170707,20190301,,Sole Agency,No,,"This Invitation to Pitch (ITP) is a new procurement initiative under which HNZ is soliciting ideas and proposals (Pitches) from potential suppliers and partners who can assist HNZ by proposing new and innovative solutions to add to our existing arrangements. In running this procurement process, HNZ does not have any prescribed views about the types of Pitches we want to receive. Rather, HNZ is open to receiving a range of new ideas, from new housing developments, to innovative methods to maintain our current housing stock, to ways to improve the support available to our tenants. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Not Awarded,No contract awards.,20201117 Kainga Ora–Homes and Communities,18740079,Request for Proposals,Open Competition,"RFP - Project Works at 807 Albert Street, Hastings",,20170609,20170706,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the property at 807 Albert Street, Hastings which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Reference Material The material provided in Appendix I supports the specifications but is for information only. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Not Awarded,Housing New Zealand are not proceeding with this project.,20201117 Kainga Ora–Homes and Communities,18740112,Request for Proposals,Open Competition,"RFP - Project Works 25 Constable & 60 Robinson Cres, Napier",,20170609,20170706,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the properties at 60 Robinson Crescent, Tamatea, Napier & 25 Constable Crescent, Onekawa, Napier which have been fire damaged. The properties require significant works which include repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Reference Material The material provided in Appendix I supports the specifications but is for information only. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,60 Robinson Crescent was awarded to Prestige Limited and 25 Constable Crescent is no longer being reinstated,20201117 Kainga Ora–Homes and Communities,18760213,Request for Proposals,Open Competition,"RFP - Project Works at 98 Arawa Road, Whakatane",,20170619,20170720,20171026,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatement of the property at 98 Arawa Road, Whakatane which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract was awarded to Wren Building Limited,20201117 Kainga Ora–Homes and Communities,18764807,Request for Proposals,Open Competition,"RFP - Napier Work Package 01 at 9 Dockery Ave & 36 Russell Rd, Napier",,20170620,20170717,20170817,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the properties at 9 Dockery Ave and 36 Russell Road, Napier which have been chemically damaged. These properties require significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Reference Material The material provided in Appendix I includes Napier District Council's confirmation in writing that the Contract Works fall within the exemption under the Building Act 2004 and that the Contracts Works may be carried out without the need for a building consent. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,18766329,Request for Proposals,Open Competition,"RFP - Project Works at 4 Ryan Place, Taupo",,20170621,20170718,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. An application for exemption under Schedule 1 of the Building Act 2004 has been made to the Taupo District Council (the Council) see Appendix A: Part C2. If this exemption is not granted by the Council, the Principal will obtain the required building consent for the Contract Works and the building consent will be added to the Principal's Requirements. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the property at 4 Ryan Place, Richmond Heights, Taupo, which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Where an exemption under Schedule 1 of the Building Act 2004 is not granted by the Council, the Contract Works must be undertaken in compliance with any building consent issued by the Council and be adjusted to include, but is not limited to, obtaining a code compliance certificate for the Contract Works. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,18766849,Request for Proposals,Open Competition,"RFP - Napier Work Package 03 at 20 Bisson Pl & 51 Neal Cres, Napier",,20170621,20170718,20170831,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the property at 20 Bisson Place & 51 Neal Crescent, Napier which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Reference Material The material provided in Appendix I includes Napier District Council's confirmation in writing that the Contract Works fall within the exemption under the Building Act 2004 and that the Contracts Works may be carried out without the need for a building consent. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,This contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,18767910,Request for Proposals,Open Competition,"RFP - Project Works at 54 Hillary Cres, Napier",,20170621,20170719,20170817,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the property at 54 Hillary Crescent, Maraenui, Napier which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,18784452,Request for Proposals,Open Competition,RFP - Palmerton North WP01 at 58 Ellesmore & 33 Wilson Crescent,,20170627,20170724,20170817,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Applications for exemption under Schedule 1 of the Building Act 2004 have been made to the Palmerston North District Council (the Council) see Appendix A: Parts C1 & C2. If these exemptions are not granted by the Council, the Principal will obtain the required building consents for the Contract Works and the building consents will be added to the Principal's Requirements. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the properties at 58 Ellesmere Crescent, Highbury, Palmerston North and 33 Wilson Crescent, Highbury, Palmerston North which have been chemically damaged. The properties require significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Where exemptions under Schedule 1 of the Building Act 2004 are not granted by the Council, the Contract Works must be undertaken in compliance with any building consents issued by the Council and be adjusted to include, but is not limited to, obtaining code compliance certificate/s for the Contract Works. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,18789549,Request for Proposals,Open Competition,RFP - Oracle Managed Services,,20170628,20170725,20180110,,Sole Agency,No,,"HNZC is seeking an outcomes-based managed service for our Oracle product suite, environments, databases and applicable services. HNZC's preference is the service will be delivered by a single supplier or a single consortium of suppliers with a core on-site team at our National Office in Wellington. Regardless of the supplier(s) structure, HNZC requires a single Engagement Lead across the services detailed within this RFP. For some defined services, our partners will also be accountable for solution design, development and unit testing. Our partner(s) will be expected to contribute to HNZC architecture, service planning, solution planning, business continuity, and quality initiatives. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Enterprise IT Limited,20201117 Kainga Ora–Homes and Communities,18790961,Request for Proposals,Open Competition,"RFP - Project Works at 210 Mulford St, Concord, Dunedin",,20170629,20170725,20171026,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are the reinstatement of the property at 210 Mulford Street, Dunedin which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B.",Not Awarded,Housing New Zealand is no longer proceeding with this reinstatement,20201117 Kainga Ora–Homes and Communities,18793342,Request for Proposals,Open Competition,"RFP - Project Works at 73B Tennyson Rd, Enderley, Hamilton",,20170629,20170727,20171026,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works to be undertaken are: 1. The reinstatement of the property at 73B Tennyson Road, Enderley, Hamilton which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing; and 2. The replacement of the whole roof for the building complex at 73E to 73D Tennyson Road, Enderley, Hamilton, as well as capping any chimneys on the existing roof. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract was awarded to AP Group (Waikato) Ltd,20201117 Kainga Ora–Homes and Communities,18813512,Request for Proposals,Open Competition,"RFP - Project Works at 443 Jackson St, Petone Lower Hutt",,20170706,20170802,20180209,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Demolition) December 2016 v4. Contract Works The Contract Works to be undertaken are the demolition and site clearance of a 14 unit four storey block located at 443 Jackson Street, Petone, Lower Hutt. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,This work was awarded to Manawatu District Construction Limited - trading as Central Demolition,20201117 Kainga Ora–Homes and Communities,18835640,Request for Proposals,Open Competition,"RFP - Flat 4, 801A Riverslea Road, Hastings",,20170713,20170810,20171026,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v5 December 2016. Contract Works The Contract Works are the reinstatement of the property at Flat 4, 801A Riverslea Road, Hastings which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Contract was awarded to Alexander Hometeam Limited,20201117 Kainga Ora–Homes and Communities,18867460,Request for Proposals,Open Competition,"RFP - 25 Harrison Crescent, Avalon, Lower Hutt",,20170726,20170904,20171213,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017. Contract Works The Contract Works are the reinstatement of the property at 25 Harrison Crescent, Avalon, Lower Hutt which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Awarded to Key Housing Co Limited,20201117 Kainga Ora–Homes and Communities,18949837,Request for Proposals,Open Competition,"RFP - 35 Cottingham Crescent, Mangere",,20170822,20170921,20171026,,Sole Agency,No,,"Project - Reinstatement to functional use of 35 Cottingham Crescent, Mangere chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements - The Principal???s Requirements are set out in Appendix A. Contract Types - The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works - The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. The RFP documents can be downloaded from www.tenderlink.com/hnzc/",Awarded,Contract was awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19034796,Request for Proposals,Open Competition,"RFP - 10 Braemar Place, Avonside, Christchurch",,20170915,20171012,20171213,,Sole Agency,No,,"Project Reinstatement of the chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A to full functional use. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Awarded to Ross Brothers Limited,20201117 Kainga Ora–Homes and Communities,19047513,Request for Proposals,Open Competition,"RFP - 51c Inwoods Road, Parklands, Christchurch",,20170920,20171017,20171213,,Sole Agency,No,,"Project Reinstatement of the fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact tenderlink on 0800 698 363",Awarded,Awarded to DnG Construction Ltd,20201117 Kainga Ora–Homes and Communities,19048722,Request for Proposals,Open Competition,"RFP - 1/32 Keri Anne Place, Goodwood Heights, Manukau",,20170920,20171017,20171213,,Sole Agency,No,,"Project Reinstatement of the chemically damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19049427,Request for Proposals,Open Competition,"RFP - 43 Beatty Road, Pukekohe",,20170920,20171017,20171026,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v6 May 2017. Contract Works The Contract Works are the reinstatement of the property at 43 Beatty Road, Pukekohe which has been chemically damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract was awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19072441,Request for Proposals,Open Competition,"RFP - 1/42 Merrington Crescent, Aranui, Christchurch",,20170928,20171025,20171213,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to Buildtech Restorations Limited,20201117 Kainga Ora–Homes and Communities,19133283,Request for Proposals,Open Competition,"RFP - Jackson Street, Petone, Wellington",,20171013,20171115,20180219,,Sole Agency,No,,"Project Housing New Zealand requires a lead consultant who will assist with the external remediation and internal refurbishment of 48 units at 441, 445, 447 & 449 Jackson Street, Petone, Wellington. The lead consultant will provide all professional services, including design, design review, documentation, consenting, construction services, procurement and project management oversight of construction. Jackson Street is a complex of residential units in Petone, Wellington. The complex is made up of four separate buildings, 3 storeys high with each block containing 18 self contained units with a total of 48 units at the complex. The buildings were built circa 1960's and are constructed of concrete slab panel with timber framed structure clad with asbestos sheet panelling and profiled metal roof. These units have received minimal capital investment since construction. HNZ priority for this project is to reset the useful life of the complex for a further 50 years by completing deferred upgrade and refurbishment works both internally and externally. This will: Improve tenant facilities and amenities; Provide tenants with a sense of community which will have a positive impact on their daily lives; and Will future proof the building to better meet future demand. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Coffey Services (NZ) Limited,20201117 Kainga Ora–Homes and Communities,19148122,Request for Proposals,Open Competition,"RFP - 43A Tyrone Street, Otara",,20171018,20171113,20171213,,Sole Agency,No,,"Project The Principal requires the Contract Works to be carried out at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A: Part A, B1-B6 & C. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) v6 May 2017 v6. Contract Works The Contract Works are the reinstatement of the property at 43A Tyrone Street, Otara which has been fire damaged. The property requires significant works which includes repair of structures, services and utilities, landscaping and general site works as required, to return to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19161409,Request for Proposals,Open Competition,"RFP - 29 Hayford Close, Mangere",,20171020,20171115,20171213,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 V6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-786373 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19171300,Request for Proposals,Open Competition,"RFP - 27 Stratford Street, Blenheim",,20171025,20171121,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-786958 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was not awarded and subsequently property was demolished,20201117 Kainga Ora–Homes and Communities,19186248,Request for Proposals,Open Competition,"RFP - 40 Coates Street, Porirua",,20171031,20171124,20180125,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-787634 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to MD Construction Ltd,20201117 Kainga Ora–Homes and Communities,19194206,Request for Proposals,Open Competition,"RFP - Unit 1-15/2 Anzac Road, Morningside, Whangarei",,20171102,20171128,20180115,,Sole Agency,No,,"Project Housing New Zealand requires a Lead Consultant who will assist with the external remediation and internal refurbishment works of 15 units at 2 Anzac Road, Morningside, Whangarei. The Lead Consultant will provide all professional services, including design, design review, documentation, consenting, construction services, procurement and project management oversight of construction. Anzac Road is a 15 unit complex on an elevated site in Whangarei. The complex is 3 levels over ground with level entry garages with storage units. All units are 2 bedrooms self contained residential units and no reconfiguration envisaged, HNZ wish to retain the current units numbers upon completion of the works. Services The Services are described in Appendix A. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-788021 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This contract was awarded to Opus International Consultants Limited,20201117 Kainga Ora–Homes and Communities,19215098,Request for Proposals,Open Competition,"RFP - 7 Shelley Court, Hamilton",,20171109,20171206,20180125,,Sole Agency,No,,"Project Reinstatement to functional use of a fire and chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-788918 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Response received via Tenderlink,20201117 Kainga Ora–Homes and Communities,19240157,Request for Proposals,Open Competition,"RFP - 10 Bramwell Street, Dallington, Christchurch",,20171117,20171218,20180209,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-790049 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Masta Dec Christchurch Limited,20201117 Kainga Ora–Homes and Communities,19254358,Request for Proposals,Open Competition,"RFP - 29 Naenae Road & 210 Oxford Terrace, Lower Hutt",,20171123,20180119,20180313,,Sole Agency,No,,"Housing New Zealand requires a lead consultant who will assist with the external remediation and internal refurbishment of 2 of our 'Star Blocks' located at: 29 Naenae Road, Naenae, Lower Hutt; and 210 Oxford Terrace, Epuni, Lower Hutt. The lead consultant will provide all professional services, including design, design review, documentation, consenting, construction services, procurement and project management oversight of construction. Naenae Road & Oxford Terrace are both known as 'Star Blocks' in Lower Hutt, Wellington. Each block is 3 storeys high; stand alone with 12 rental units which contain - 2x1 bedrooms & 10x2 bedroom units. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-790872 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Coffey Services (NZ) Limited,20201117 Kainga Ora–Homes and Communities,19270913,Request for Proposals,Open Competition,"RFP - 457 & 80 Adelaide Street, Petone, Lower Hutt",,20171128,20180118,20180606,,Sole Agency,No,,"Project Housing New Zealand requires a lead consultant who will assist with the external remediation and internal refurbishment of 2 of HNZ complexes located at: 22 units at 457 Adelaide Road, Berhampore, Wellington; and 20 units at 80 Adelaide Street & 2 East Street, Petone, Wellington. The lead consultant will provide all professional services described in Appendix A, including (without limitation) design, design review, documentation, consenting, construction services, procurement and project management oversight of construction. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-791432 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Coffey Services (NZ) Limited,20201117 Kainga Ora–Homes and Communities,19280865,Request for Proposals,Open Competition,"RFP - 17 Ulay Place, Otara",,20171129,20180115,20180209,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-791663 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19286888,Request for Proposals,Open Competition,"RFP - 54 Tremewan Street, Tawa, Porirua",,20171201,20180117,20180209,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v 6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-791920 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19336600,Request for Proposals,Open Competition,"RFP - 169 Milton Street, Somerfield, Christchurch",,20171218,20180126,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the Site to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-793656 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Buildtech Restorations Limited,20201117 Kainga Ora–Homes and Communities,19339597,Request for Proposals,Open Competition,"RFP - Flat 3, 23A Ranfurly Street, Hokomhitu, Palmerston North",,20171219,20180126,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-793784 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Gibson & Oliver Limited,20201117 Kainga Ora–Homes and Communities,19357756,Request for Proposals,Open Competition,"RFP - 13 Pukeko Street, Hillcrest, Rotorua",,20180108,20180201,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-794582 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19358139,Request for Proposals,Open Competition,"RFP - WP02 - Tania Crescent & Wrigley Way, Rotorua",,20180108,20180201,20180522,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the addresses in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-794604 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19367403,Request for Proposals,Open Competition,RFP - Managed and delivered Property Inspections,,20180115,20180220,20180611,,Sole Agency,No,,"Managed and Delivered Property Inspections (Health and Safety) About us: Housing New Zealand is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. This opportunity: For many years, the Client (or its contracted provider) has undertaken regular property/health and safety inspections of its tenanted residential properties to ensure the safety of its tenants and protection of its property assets. Housing New Zealand seeks offers to manage and deliver nationwide annual property health and safety inspections and undertake minor maintenance tasks (such as cleaning smoke alarms) during inspections. The property portfolio and number of inspections required will vary during the Contract. Although no volume of inspections required can be guaranteed, the RFP provides data on recent volumes to assist Respondents in understanding the opportunity. Only nationwide solutions are of interest and offers are required by 20 February 2018. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-795056 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Managed and Delivered Property Inspections ??? awarded to SPM Assets Limited ??? contract commencing 1 July 2018 and ending 30 June 2021,20201117 Kainga Ora–Homes and Communities,19373583,Request for Proposals,Open Competition,"RFP - 1074 Heaphy Terrace, Fairfield, Hamilton",,20180117,20180214,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-795435 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19387115,Request for Proposals,Open Competition,"RFP - 7 Tomuri Place, Mt Wellington",,20180123,20180223,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-796043 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Precision Construction,20201117 Kainga Ora–Homes and Communities,19389618,Request for Proposals,Open Competition,"RFP - 26A Manuka Crescent, Hillcrest, Rotorua",,20180123,20180220,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-796112 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19418947,Request for Proposals,Open Competition,"RFP - 283A Old Taupo Road, Rotorua",,20180201,20180228,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-796999 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19421782,Request for Proposals,Open Competition,"RFP - 4 Ruth Street, Rotorua",,20180202,20180301,20180522,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-797094 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,Contract awarded to Geddes Builders Ltd,20201117 Kainga Ora–Homes and Communities,19421796,Request for Proposals,Open Competition,"RFP - 6 Crusader Lane, Christchurch",,20180202,20180301,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-797097 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,19434644,Request for Proposals,Open Competition,"RFP - 17 & 19 Portsmouth Street, Christchurch",,20180208,20180307,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) Minor Works May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-797673 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Switched on Building Solutions Limited,20201117 Kainga Ora–Homes and Communities,19437283,Request for Proposals,Open Competition,"RFP - 210 Brockville Rd, Dunedin",,20180209,20180308,20180409,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. The all documents for this RFP can be downloaded free of charge from www.tenderlink.com/hnzc/. If you have any problems downloading the documents please contact tenderlink.",Not Awarded,This contract was awarded to Dunedin Housing Maintenance Contractors Limited,20201117 Kainga Ora–Homes and Communities,19437866,Request for Proposals,Open Competition,"RFP - 52 Moncrieff Avenue, Clendon",,20180209,20180308,20180418,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Documents for this tender can be downloaded free of charge from www.tenderlink.com/hnzc/. If you have any issues downloading the documents, please contact tenderlink.",Awarded,Contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19441062,Request for Proposals,Open Competition,"RFP - 100A Puriri Street, Whanganui",,20180212,20180308,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-798006 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Precision Group Limited,20201117 Kainga Ora–Homes and Communities,19462419,Request for Proposals,Open Competition,"RFP - 3-502 Roscommon Road, Clendon Park",,20180219,20180315,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-798878 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19462539,Request for Proposals,Open Competition,"RFP - 1-14 Townley Place, Clover Park",,20180219,20180315,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-798884 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19463722,Request for Proposals,Open Competition,"RFP - 54 Rawlings Street, Hamilton",,20180219,20180315,20180409,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-798988 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Responsive Maintenance 2000 Limited,20201117 Kainga Ora–Homes and Communities,19497117,Request for Proposals,Open Competition,"RFP - 11 Dulcie Place, Papakura",,20180301,20180327,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-800324 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19505665,Request for Proposals,Open Competition,"RFP - 15 Hinton Place, Weymouth",,20180305,20180328,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-800716 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19513834,Request for Proposals,Open Competition,"RFP - 5E Azalea Place, Wiri",,20180306,20180329,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-800863 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19526539,Request for Proposals,Open Competition,"RFP - 36 Massey Ave, Greenlane",,20180312,20180410,20180606,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-HNZC-801436 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19526699,Request for Proposals,Open Competition,"RFP - 27A Parrish Road, Sandringham",,20180312,20180410,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-801442 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19526762,Request for Proposals,Open Competition,"RFP - 53 Polstead Road, Nelson",,20180312,20180410,20180606,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-801445 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Fitzgerald Construction Limited,20201117 Kainga Ora–Homes and Communities,19527151,Request for Proposals,Open Competition,"RFP - 12 Ajax Street, Christchurch",,20180312,20180410,20180521,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-801484 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,19534364,Request for Proposals,Open Competition,"RFP - Flat 1, 176 Ollivers Road, Christchurch",,20180314,20180411,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-801748 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,19537459,Request for Proposals,Open Competition,"RFP - 68A Lairdvale Road, Taumarunui",,20180315,20180416,20180522,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-801876 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Responsive Maintenance 2000 Limited,20201117 Kainga Ora–Homes and Communities,19541551,Request for Proposals,Open Competition,"RFP - 47 Harold Crescent, Rotorua",,20180316,20180416,20180606,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-802016 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Responsive Maintenance 2000 Limited,20201117 Kainga Ora–Homes and Communities,19565969,Request for Proposals,Open Competition,"RFP - Gisborne WP01 - Awapuni Rd, Pickering St & Grafton Rd",,20180323,20180503,20180606,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-802781 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,19574162,Request for Proposals,Open Competition,"RFP - 3B Puriri Crescent, Rotorua",,20180327,20180424,20180730,,Sole Agency,No,,"Project Reinstatement to functional use of 3B Puriri Crescent, Rotorua damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-803193 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Responsive Maintenance 2000 Limited,20201117 Kainga Ora–Homes and Communities,19575063,Request for Proposals,Open Competition,"RFP - 18 Joanne Place, Papakura",,20180327,20180427,20180522,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3. Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. TheContract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-803229 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,Contract Awarded to Rouse Construction Ltd,20201117 Kainga Ora–Homes and Communities,19578781,Request for Proposals,Open Competition,"RFP - 6A Rongomai Road, Otara",,20180328,20180427,20180523,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor): May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-803387 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19590644,Request for Proposals,Open Competition,"RFP - 9 Kararaina Street, Gisborne",,20180403,20180509,20180619,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-803731 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Prestige Limited,20201117 Kainga Ora–Homes and Communities,19608541,Request for Proposals,Open Competition,"RFP - 47C Olliviers Road, Christchurch",,20180409,20180509,20180522,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3,Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-804504If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,Contract Awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,19608586,Request for Proposals,Open Competition,"RFP - 96 McCullough Ave, Mt Roskill",,20180409,20180509,20180619,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-804509 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19612422,Request for Proposals,Open Competition,"RFP - 1/45 Charnwood Crescent, Christchurch",,20180410,20180511,20180619,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-804589 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Space Reinstatements Limited,20201117 Kainga Ora–Homes and Communities,19628611,Request for Proposals,Open Competition,"RFP - 4A Princess Street, Takanini",,20180413,20180514,20180730,,Sole Agency,No,,"Project Reinstatement to functional use of chemically damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-805054 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19648589,Request for Proposals,Open Competition,"RFP - Project Services at McLennan Park, Papakura, Auckland",,20180419,20180516,20180816,,Sole Agency,No,,"Project McLennan Park is a Housing New Zealand residential development in Papakura, Auckland. It comprises a number of stages which are at varying phases of development. HNZ is seeking a qualified and Registered Surveyor to undertake pre and post development monitoring of three of those stages. Services The Services are to undertake pre and post development monitoring as specified in Appendix B. Specifications The specifications in Appendix B apply to the Services. Contract Type The Long Form Agreement for Consultancy Engagement with HNZ Special Conditions May 2017. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-805767 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Birch Surveyors Limited.,20201117 Kainga Ora–Homes and Communities,19664777,Request for Proposals,Open Competition,"RFP - Services Engineer at 92-104 St Georges Road, Avondale",,20180424,20180522,20180726,,Sole Agency,No,,"Project The development at 92-104 St Georges Road, Avondale, Auckland comprises 7 built forms that will contain 102 dwellings in a mix of one, two and three bedroom unit configurations. The civil works are currently underway for the whole site. All three buildings will be located in the newly developed site with public roading, and infrastructure provided under the civil portion of the project works. Resource Consent and EPA have been approved and are provided with the RFP. HNZ is seeking a suitably qualified and experienced Building Services Engineer. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806340 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Mesh Consulting Limited,20201117 Kainga Ora–Homes and Communities,19664824,Request for Proposals,Open Competition,"RFP - Structural Engineering Services at 92-104 St Georges Road, Avondale",,20180424,20180522,20180726,,Sole Agency,No,,"Project The development at 92-104 St Georges Road, Avondale, Auckland comprises 7 built forms that will contain 102 dwellings in a mix of one, two and three bedroom unit configurations. The civil works are currently underway for the whole site. All three buildings will be located in the newly developed site with public roading, and infrastructure provided under the civil portion of the project works. Resource Consent and EPA have been approved and are provided with the RFP. HNZ is seeking a suitably qualified and experienced Structural Engineer to undertake structural engineering design. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806342 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Blueprint Consulting Engineers Limited,20201117 Kainga Ora–Homes and Communities,19667072,Request for Proposals,Open Competition,"RFP - 98 Robertson Road, Mangere",,20180426,20180523,20180730,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806412 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19667143,Request for Proposals,Open Competition,"RFP - 10 Morgan Place, Tawa, Wellington",,20180426,20180523,20180619,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806417 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19667188,Request for Proposals,Open Competition,"RFP - 4/23 Durham Avenue, Napier",,20180426,20180523,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806420 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to Prestige Limited. Contracted on the 13/08/2018.,20201117 Kainga Ora–Homes and Communities,19670691,Request for Proposals,Open Competition,"RFP - 68 & 70 Maitland Street, Dunedin",,20180427,20180525,20180724,,Sole Agency,No,,"Project Housing New Zealand requires a lead consultant who will assist with the external remediation and internal refurbishment of 2 of our 'Star Blocks' located at: 68A-N Maitland Street, Dunedin; and 70O-Z Maitland Street, Dunedin. The lead consultant will provide all professional services, including design, design review, documentation, consenting, construction services, procurement and project management oversight of construction. HNZ's priority for this project is to reset the useful life of the blocks for a further 50 years by completing deferred upgrade and refurbishment works both internally and externally. Services The Services (including all Stages) are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type CCCS Long Form Agreement with HNZ's Special Conditions (See Appendix E). RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-806584 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Logic Group NZ Limited,20201117 Kainga Ora–Homes and Communities,19686966,Request for Proposals,Open Competition,"RFP - 17-23 Beauchamp Drive, Massey - Structural Engineering Services",,20180501,20180528,20180914,,Sole Agency,No,,"Project The development at 17-23 Beauchamp Drive, Massey, Auckland comprises 36 one bedroom dwellings split across two buildings called Blocks A and B. The Project site covers 2,677m??????? with a Gross Floor Area of 2,535m???????. The intention is to design and construct lightweight buildings to omit the requirement for piling. There has been limited structural engineering input to date however rough structural engineer's concept sketches have been provided with the RFP. Each block will have 4 storeys on the Northern side and 3 storeys on the Southern (Beauchamp Drive) side. The target HNZ clients are elderly so the blocks will each have a single lift. There will be eleven at grade car parks to service both blocks. A Contractor has been appointed; and Resource Consent and EPA have been approved and are provided with the RFP. HNZ is seeking a suitably qualified and experienced Structural Engineer to undertake structural engineering design. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-807012 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Consulting Engineers Limited.,20201117 Kainga Ora–Homes and Communities,19686990,Request for Proposals,Open Competition,"RFP - 17-23 Beauchamp Drive, Massey - Building Services Engineer",,20180501,20180528,20180730,,Sole Agency,No,,"Project The development at 17-23 Beauchamp Drive, Massey, Auckland comprises 36 one bedroom dwellings split across two buildings called Blocks A and B. The Project site covers 2,677m??????? with a Gross Floor Area of 2,535m???????. The intention is to design and construct lightweight buildings to omit the requirement for piling. There has been limited structural engineering input to date however rough structural engineer's concept sketches have been provided with the RFP. Each block will have 4 storeys on the Northern side and 3 storeys on the Southern (Beauchamp Drive) side. The target HNZ clients are elderly so the blocks will each have a single lift. There will be eleven at grade car parks to service both blocks. A Contractor has been appointed; and Resource Consent and EPA have been approved and are provided with the RFP. HNZ is seeking a suitably qualified and experienced Building Services Engineer. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-807014 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to Mesh Consulting Limited,20201117 Kainga Ora–Homes and Communities,19741948,Request for Proposals,Open Competition,"RFP - 195A Preston Road, Otara",,20180518,20180614,20180717,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-809064 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19742013,Request for Proposals,Open Competition,"RFP - 3 Keri Anne Place, Manukau",,20180518,20180621,20180730,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-809070 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Rouse Construction Limited,20201117 Kainga Ora–Homes and Communities,19746540,Request for Proposals,Open Competition,"RFP - 12A Te Kupe Road, Paraparaumu",,20180521,20180618,20180730,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-809366 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19759154,Request for Proposals,Open Competition,"RFP - 24A McAnnalley Street, Manurewa East",,20180524,20180625,20180803,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-809787 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract was awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,19788538,Request for Proposals,Open Competition,"RFP - 30 Haukore Street, Tauranga",,20180605,20180704,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-810967 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Geddes Builders Limited,20201117 Kainga Ora–Homes and Communities,19798423,Request for Proposals,Open Competition,"RFP - 8 Bethell Place, Whangarei",,20180608,20180709,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-811292 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Geddes Builders.,20201117 Kainga Ora–Homes and Communities,19838388,Request for Proposals,Open Competition,"RFP - 6 Bedlow Place, Mangere",,20180621,20180719,20180905,,Sole Agency,No,,"Project: Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements: The Principal's Requirements are set out in Appendix A. Contract Types: The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works: The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-812632 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Rouse Construction Limited.,20201117 Kainga Ora–Homes and Communities,19838537,Request for Proposals,Open Competition,"RFP - 1-107 Nixon Street, Hamilton",,20180621,20180723,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-812636 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Rouse Construction Limited.,20201117 Kainga Ora–Homes and Communities,19859539,Request for Proposals,Open Competition,"RFP - 40 Heyford Close, Mangere",,20180627,20180726,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I.",Awarded,Awarded to Space Reinstatements Limited.,20201117 Kainga Ora–Homes and Communities,19865399,Request for Proposals,Open Competition,"RFP - 30 Compton Crescent, Lower Hutt",,20180629,20180801,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Respondents should note that the Programme should include, but not be limited to the activities and milestones outlined in the Timeline in Section 3 of Part A: Key Features of this RFP RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813437 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Precision Group Limited.,20201117 Kainga Ora–Homes and Communities,19865443,Request for Proposals,Open Competition,"RFP - 917 Kotuku Street, Hastings",,20180629,20180725,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Respondents should note that the Programme should include, but not be limited to the activities and milestones outlined in the Timeline in Section 3 of Part A: Key Features of this RFP RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813441 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Prestige.,20201117 Kainga Ora–Homes and Communities,19865512,Request for Proposals,Open Competition,"RFP - 8 Kevin Street, Rotorua",,20180629,20180731,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Respondents should note that the Programme should include, but not be limited to the activities and milestones outlined in the Timeline in Section 3 of Part A: Key Features of this RFP. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813449 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Geddes Builders Ltd,20201117 Kainga Ora–Homes and Communities,19870111,Request for Proposals,Open Competition,"RFP - 14 Belcher Street, Mt Roskill",,20180702,20180726,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813666 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This was awarded to Space Reinstatements Limited.,20201117 Kainga Ora–Homes and Communities,19870184,Request for Proposals,Open Competition,"RFP - 424 Lowe Street, Hastings",,20180702,20180730,20181002,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813673 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,19874639,Request for Proposals,Open Competition,"RFP - 4 Links Road, New Lynn, Auckland",,20180703,20180730,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-813862 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,This has been awarded to Space Reinstatements Limited.,20201117 Kainga Ora–Homes and Communities,19926398,Request for Proposals,Open Competition,"RFP - 444 - Church Street, Palmerston North",,20180718,20180813,20181019,,Sole Agency,No,,"Project: Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements: The Principal's Requirements are set out in Appendix A. Contract Types: The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works: The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal: Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-815826 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,19930268,Request for Proposals,Open Competition,"RFP - 178c Mungavin Ave, Porirua",,20180719,20180815,20180927,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-815979 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Precision Group Limited.,20201117 Kainga Ora–Homes and Communities,19930399,Request for Proposals,Open Competition,"RFP - 9 Northumberland Street, Porirua",,20180727,20180813,20180927,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-815983 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,19934738,Request for Proposals,Open Competition,"RFP - 9 Mana Avenue, Porirua",,20180720,20180820,20180912,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-816124 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Precision Group Limited.,20201117 Kainga Ora–Homes and Communities,19955035,Request for Proposals,Open Competition,"RFP - 16 Constable Crescent, Napier",,20180726,20180823,20180912,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-816893 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Prestige Limited.,20201117 Kainga Ora–Homes and Communities,19955192,Request for Proposals,Open Competition,"RFP - 514 Oliphant Road, Hastings",,20180726,20180822,20180912,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-816903 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Prestige Limited.,20201117 Kainga Ora–Homes and Communities,19968496,Request for Proposals,Open Competition,"RFP - 7A Alamein Place, Pukekohe, Auckland",,20180731,20180823,20180905,,Sole Agency,No,,"Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-817495 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Rouse Construction Limited.,20201117 Kainga Ora–Homes and Communities,19968573,Request for Proposals,Open Competition,"RFP - 27 Anthony Street, Tawa, Wellington",,20180731,20180827,20180927,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-817501 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract was awarded to MD Construction.,20201117 Kainga Ora–Homes and Communities,19999942,Request for Proposals,Open Competition,"RFP - 57 Robinson Street, Cambridge",,20180808,20180904,20180914,,Sole Agency,No,,"Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-818606 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Rouse Construction Limited.,20201117 Kainga Ora–Homes and Communities,20010154,Request for Proposals,Open Competition,"RFP - 281 Riccarton Road, Riccarton, Christchurch",,20180810,20180912,20190301,,Sole Agency,No,,"Project Housing New Zealand (HNZ) requires a Lead Consultant who will assist with the design for external and internal remediation and refurbishment works of 54 units at 281 Riccarton Road, Riccarton, Christchurch. The Lead Consultant will provide professional services required for Stages 1 & 2 of this project being a Weathertightness Building condition assessment report (which includes invasive & destructive testing) and concept designs. At the completion of concept design stage, HNZ will review the building condition report & concept designs and make business decisions around the next steps for this project. Should HNZ choose to continue to detailed design, remediation works of this project, the successful respondent who completed the first 2 stages (Weathertightness Building condition report & concept design), will be given the opportunity to price this work. If the pricing received is in line with HNZ expectations this work will be awarded to this tenderer. If pricing for subsequent stages does not met with HNZ expectations then this work will be opened to those respondents who submitted for Stage 1 & 2 and were not successful. The Building 281 Riccarton Road, Riccarton, Christchurch was built in 1957, has 54 units over 3 buildings the buildings are 3 storeys high with each block containing 18 residential units. There is a mix of typologies in each block, as follows: 2 bedroom units with separate laundries x 6; 2 bedroom unit with laundries in the bathroom x 6; and 1 bedroom bedsits x 6. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-818909 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20028384,Request for Proposals,Open Competition,"RFP - 79 Kokiri Crescent, Porirua",,20180815,20180911,20181019,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC -819631 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20028608,Request for Proposals,Open Competition,"RFP - 16 Caulfield Ave, Christchurch",,20180815,20180911,20181211,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit for purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC - 819658 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20089934,Request for Proposals,Open Competition,RFP - Game Place 7 Red Hill Papakura,,20180830,20180925,20181010,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-821736 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20114439,Request for Proposals,Open Competition,RFP - 66D Cranmere Crescent Mangere Auckland,,20180905,20181002,20181010,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of Fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-822567 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20163632,Request for Proposals,Open Competition,"RFP - Flat 1, 15 Silver Creek Road",,20180914,20181010,20190221,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project: Reinstatement to functional use of fire damaged dwelling at the address in section 3, Key Features, of this Part A. Principal's Requirements: The Principal's Requirements are set out in Appendix A. Contract Types: The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works: The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal: Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. A site visit is required and is scheduled on the 21/09/2018 at 11:00am. All attendees must register their attendance for the site visit by 20/09/2018 at 12:00pm. Please refer to the RFP for further details. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-824118 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20181929,Request for Proposals,Open Competition,"RFP - 6A Eileen Lane, Otara",,20180919,20181016,20181116,,Sole Agency,No,,"INTRODUCTION: Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties.Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS: Project: Reinstatement to functional use due to storm damage at the address in section 3, Key Features, of this Part A. Principal's Requirements: The Principal's Requirements are set out in Appendix A. Contract Types: The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works: The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal: Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. A site visit is mandatory for this RFP. It will be held on Tuesday September 25, 2018 at 10:00AM Please note: Correct PPE MUST be worn on site or entry will be refused. All attendees must register their attendance at the site visit by 02:00pm, Monday September 24, 2018. Please refer to the RFP document for further details. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-824839 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20256326,Request for Proposals,Open Competition,"RFP - Project Works for 147 Tramway Road, Enderley, Hamilton 3214",,20181008,20181102,20190201,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project: Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements: The Principal's Requirements are set out in Appendix A. Contract Types: The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works: The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal: Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-827533 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20295863,Request for Proposals,Open Competition,RFP - 254 John St Heidelberg Invercargill,,20181016,20181112,20190211,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-828929 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,,20201117 Kainga Ora–Homes and Communities,20330266,Request for Proposals,Open Competition,"RFP - FLAT 1, 15 Silver Creek Road, Weymouth, Auckland",,20181025,20181120,20181213,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of fire damaged dwelling at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-830450 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to MD Construction Limited,20201117 Kainga Ora–Homes and Communities,20344075,Request for Proposals,Open Competition,RFP - Customer Identity & Access Management as a Service,,20181029,20181214,20190617,,Sole Agency,No,,"Background Housing New Zealand (HNZ) currently interacts with our customers via post, email or contact centre services. Many of the interactions with our customers over the telephone deal with simple questions based on information held by HNZ systems. HNZ are progressing towards offering our customers access to information via API's through a web based application. This requires that we register, identify, authenticate and authorise our customers to access the information instead of via the HNZ contact centre. The CIAM solution is intended to initially address the MyHNZ customer web portal, our Financial Products solutions, followed by other potential opportunities where this solution can be utilised. MyHNZ: A web portal for HNZ Customers to review their details and property information, this component will require our customers, to register for access through the CIAM service. Financial Products: HNZ administers a number of financial products on behalf of the NZ government, where individuals, Groups (a number of individuals together) or an Organisation (lawyers acting on behalf of a person or group of people applying for loans or financial assistance for first time home buyers. Our Financial Products offering includes members of the public - unknown to HNZ - at the time of their registration. What we are buying and why This RFP relates to the purchase of CIAM as a Service Inclusive of: 1. Purchase of the service. 2. Development and Deployment of the service to support: MyHNZ 3. A full SDLC environment and process capability. (Development, Test, QA, Pre-production and Production.) 4. Ongoing support of the solution. 5. Training. What we need Housing New Zealand (HNZ) is seeking a partner to provide Customer Identity and Access Management (CIAM) as a Service solution. HNZ has adopted an API based model to allow specific approved content to be available to customers and service providers. We have an existing API gateway and API management capabilities, which are currently used to provide web services (B2B) integration to partners and also provide basic RESTful API for HNZ internal applications. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-831030 If you have any issues please contact Tenderlink on 0800 698 363 Proposals must be submitted by email/electronically to the following address: procurement@hnzc.co.nz",Awarded,,20201117 Kainga Ora–Homes and Communities,20346809,Request for Proposals,Open Competition,"RFP - 196 Mudford Street, Dunedin",,20181030,20181123,20181213,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC- 831153 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to Dunedin Housing Maintenance Contractors Limited.,20201117 Kainga Ora–Homes and Communities,20359423,Request for Proposals,Open Competition,"RFP - 27 Ranch Avenue, Beach Haven",,20181102,20181128,20190221,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of Fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Please note the mandatory site visit on the 08/11/2018 at 10:00 am. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-831705 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,,20201117 Kainga Ora–Homes and Communities,20360075,Request for Proposals,Open Competition,"RFP - Project Works at 28 McKinnon Crescent, Whangarei",,20181102,20181128,20181213,,Sole Agency,No,,"PART A: PURPOSE OF REQUEST FOR PROPOSAL 1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL???S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal???s Requirements The Principal???s Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) ??? May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Tender Link Ref: HNZC-831718",Not Awarded,This contract has been awarded to Geddes Builders Ltd.,20201117 Kainga Ora–Homes and Communities,20361120,Request for Proposals,Open Competition,RFP - Flat 1 9 Royal Road,,20181102,20181128,20181213,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of chemical damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-831745 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,This contract has been awarded to MD Construction Limited.,20201117 Kainga Ora–Homes and Communities,20397769,Request for Proposals,Open Competition,RFP - 75 Sievers Grove Cannons Creek Porirua,,20181109,20181205,20190221,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-832854 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,20201117 Kainga Ora–Homes and Communities,20522146,Request for Proposals,Open Competition,RFP - 75 Sievers Grove Cannons Creek Porirua,,20181205,20181212,20190221,,Sole Agency,No,,"Re-posting on GETs to reflect date extension, earlier GETS notice closed. 1) INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/aboutus. 2) PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Project Reinstatement to functional use of fire damaged dwelling(s) at the address in section 3, Key Features, of this Part A. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is: HNZ Contract for On Site Works (Minor) May 2017 v6 Contract Works The Contract Works include repair of structures, services and utilities, landscaping and general site works to return the property to a lettable condition for social housing. The Contract Works are fully described in Appendix B. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-832854 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,,20201117 KiwiRail Group,441116,Request for Proposals,Open Competition,KiwiRail Coal Dust Control Management on the Midland Line - RFP - Old GETS ref# 42768,2014/E/040,20140709,20140826,20170710,,Sole Agency,No,KiwiRail - P O Box 593 - Wellington 6140,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER KiwiRail???s Coal Dust Control Management on the Midland Line Project is for the potential supplier to design, build, install and commission a covering solution to prevent fugitive coal loss from the KiwiRail coal wagon fleet. The scope of work is to design, build, install and commission a covering solution that will fit each wagon class and accommodate three different loading methods, hoppers, conveyors and wheel loaders. Operation of the covering solution must be from ground level and automated.",Not Awarded,,20201117 KiwiRail Group,1247811,Request for Proposals,Open Competition,"RFP for Supply of PPE, PPC & Uniform for KiwiRail",2014/E/085,20140801,20140904,20150414,,Sole Agency,No,,"KiwiRail is looking to enter into supply agreement/s with PPE, PPC & uniform supplier/s that are able to provide services on a national basis for supplying across all our business units. Supply of PPE, PPC & Uniforms has been identified as one of the areas that KiwiRail could potentially streamline and improve the sourcing processes and procedures to achieve some tangible benefits. Objective of this RFP is to identify and establish contract/s with organisation/s that are capable of providing PPE, PPC & uniform requirements for KiwiRail including holding stock lines if/as required of agreed product lines and direct dispatch to fulfil orders placed, for a consolidated supply to save costs and reduce back office costs.",Not Awarded,"Awarded to NZ Safety Ltd to be the preferred nationwide supplier for PPE, PPC & Uniforms for KiwiRail",20201117 KiwiRail Group,3842016,Request for Tenders,Open Competition,Bridge 366 MSL Bridge Strike Repair Work,2111,20140828,20140918,20170707,,On behalf of procurement agent,No,,"KiwiRail is inviting experienced Contractors to submit tenders for repair to Bridge 366 Main South Line (MSL). This bridge crosses Rockdale Road in Invercargill. On Friday 20th June 2014 the bridge was struck by a vehicle which caused damage to Span 2. Repair of the concrete span is required in order to restore the span to its previous condition. This repair work involves traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Thursday, 18th of September 2014 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,4083354,Request for Tenders,Open Competition,Bridge 103 WL Bridge Strike Repair Work,2143,20140904,20140925,20170707,,On behalf of procurement agent,No,,"KiwiRail is inviting experienced Contractors to submit tenders for repair to Bridge 103 Wairarapa Line (WL). This bridge crosses State Highway 2 north of Eketahuna. On Tuesday 29th July 2014 the bridge was struck by a vehicle which caused damage to the impact protection beams on both sides. Repair of the protective coating is required in order to restore the beams to their previous condition. This repair work involves traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Thursday, 25nd of September 2014 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,4192478,Request for Quotations,Open Competition,KiwiRail - Disposal of various wagons 2014/0047,2014/0047,20140908,20140926,20170710,,Sole Agency,No,,"This Request for Quotation is for the submission of quotations from third parties to KiwiRail Limited in respect of the sale of wagons that have been decommissioned or declared surplus in accordance with the requirements set out in Part Three of the RFQ document. These wagons are sold with drawgear and headstock but without bogies/wheels unless stated otherwise. The wagons have cracking and damage at various points in the structure and are being sold ???as is where is??? without any warranty as to their fitness for use for any purpose.",Not Awarded,,20201117 KiwiRail Group,4226518,Request for Tenders,Open Competition,"KiwiRail Bridge 161 MSL, Oamaru - Concrete Repair",2014/13,20140909,20140925,20141003,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for concrete repairs to Bridge 161 Main South Line (MSL). The bridge crosses Humber Street in Oamaru. The front edge and underside of the concrete span was damaged by an over-height vehicle in May 2014. The repair work includes removing scratch/paint marks from the surface, and applying a repair mortar and paint coating to the front edge and underside of the span.",Not Awarded,Awarded to Downer New Zealand Limited,20201117 KiwiRail Group,4680269,Request for Proposals,Open Competition,"RFP for Supply and Fitting of Hoist Tyres, Rims and Ancillary Services ??? 2014 KiwiRail",2014/00058,20140922,20141016,20170710,,Sole Agency,No,,"The purpose of this Request for Proposal (???RFP???) is to invite external organisations to submit their proposals to KiwiRail with information on their skills, services and experience in providing and fitting the hoist bias ply tyres, rims and ancillary services.",Not Awarded,,20201117 KiwiRail Group,4730438,Request for Quotations,Open Competition,KiwiRail HLC Container disposal RFQ,2014/00048,20140923,20141013,20170710,,Sole Agency,No,,This Request for Quotation (RFQ) is for the submission of quotations from third parties to KiwiRail Limited in respect of the purchase of HLC Containers in accordance with the requirements set out in Part Three of the RFQ document,Not Awarded,,20201117 KiwiRail Group,4764345,Request for Tenders,Open Competition,KiwiRail Wellington Traction Overhead Service Renewal (WTOSR) Overhead Wiring Design Stage III RFT,2014/00060,20140925,20141017,20170710,,Sole Agency,No,,,Not Awarded,,20201117 KiwiRail Group,6175805,Request for Tenders,Open Competition,"Bridge 92 MNL, Hundalee Road - Span 2 Concrete Repairs",2175,20141112,20141203,20170707,,On behalf of procurement agent,No,,"KiwiRail is inviting experienced Contractors to submit tenders for repairs to Bridge 92 Main North Line (MNL). This bridge crosses State Highway 1 south of Kaikoura close to the intersection of State Highway one and Claverley Road. During September 2014 the bridge was struck by a vehicle which caused damage to the concrete bridge span. Repair of the concrete span is required in order to restore the span to its previous condition. This repair work involves concrete repairs and tyfo wrapping, and will require traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Wednesday, 3rd of December 2014 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,6235871,Request for Proposals,Closed Competition,KiwiRail Field Mobility,2014/86,20141113,20141202,20170710,,Sole Agency,No,,"The primary goal for this RFP is to identify and procure a mobile solution to enable field staff of the I&A group to interact (receive and capture information) easily with back-end systems whilst in the field. I&A???s asset management system is Maximo. The most likely solution to meet requirements will be found through the application of either a MEAP or forms engine, a custom application development, or a Maximo-specific (out of the box) solution. We are open to reviewing all options to find the best solution for the business. In addition to enabling field staff there are opportunities emerging in the wider KiwiRail organisation to extend mobile forms, interactions, and information to other user groups and back end systems. For this project we are not looking at procurement of mobile devices as part of this RFP.",Not Awarded,,20201117 KiwiRail Group,7250688,Request for Tenders,Open Competition,"Bridge 4 MNPL, Marton - Side 1 Impact Beam Replacement",2161,20141210,20150123,20170707,,On behalf of procurement agent,No,"PO Box 1117, Wellington 6140","KiwiRail is inviting experienced Contractors to submit tenders for repairs to Bridge 4 Marton New Plymouth Line (MNPL). This bridge crosses Wellington Road in Marton. During August 2014 the bridge was struck by a vehicle which caused damage to the impact protection beam on side 1. Fabrication and replacement of the impact protection beam is required to restore the bridge to its previous condition. This repair work involves steel fabrication, concrete repairs and tyfo wrapping, and will require traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Friday the, 23rd of January 2015 at 4:00 pm.",Not Awarded,No responses,20201117 KiwiRail Group,7264294,Request for Proposals,Open Competition,KiwiRail Curtain Side Container Repairs - RFP,2014/0093,20141210,20150202,20170710,,Sole Agency,No,,"KiwiRail is seeking proposals from interested respondents to effectively manage the repairs and maintenance on their container curtain side fleet nationwide in order to meet the KiwiRail Freight Handling Code of ensuring that cargo is secure in transit. KiwiRail???s objective for this RFP is to establish an agreement with a supplier/s that will provide KiwiRail with clarity of the repairs required to maintain the curtain side container fleet nationwide while also working within the respective KiwiRail site health & safety rules for personal safety. Please click on ""Subscribe"" button to be able to access the tender documentation",Not Awarded,,20201117 KiwiRail Group,7352099,Request for Proposals,Open Competition,RFP for Electric Shunt Trial in Mechanical Depots- KiwiRail,2013/D/0151,20141212,20150209,20170707,,Sole Agency,No,"KiwiRail, Tenders Box, Level 1 , Wellington Railway Station , Wellington, New Zealand 6011","KiwiRail is seeking proposals from respondents who have the capability to deliver and service electric shunts for a trial period of 4-6 months with further procurement being possible, should the required benefits and outcomes be met within the trial period. This RFP seeks to identify suppliers who are willing to work with KiwiRail for trialling an electric shunt at a, yet to be determined Mechanical Depot/s as detailed in Appendix Three of the tender documents. Whilst KiwiRail has traditionally aligned itself with diesel shunts, the need to modernise the fleet has become apparent. The objective is to perform a trial of electric shunt with an intention to purchase should the desired outcomes and benefits be met. A maintenance and service provider must be available 24/7, should repairs and/or maintenance be required due to KiwiRail???s operation services demand. Please click on ""Subscribe"" to this notice to be able to download the tender documents.",Not Awarded,,20201117 KiwiRail Group,8378260,Request for Tenders,Open Competition,KiwiRail RFT for Supply of Railway Ballast for the Central Region,2015/016,20150129,20150217,20170707,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their tenders to supply of railway ballast for the central region. The purpose of this RFT is to select a supplier or suppliers to contract with for the supply of ballast to the Central Region for railway purposes, the intended term of supply is three years. Ballast is required for the railway on an ongoing basis to support track maintenance requirements and major track projects. The supplied ballast must comply with Specification for the Supply of Crushed and Screened Stone Ballast - Track Specification No 140 effective date 11 November 2012. The supply of ballast is required at various sites throughout the Central Region. Please click on ""Subscribe to notice"" to access the tender documents.",Not Awarded,,20201117 KiwiRail Group,8529167,Request for Tenders,Open Competition,KiwiRail Bridge 321 NIMT - Impact Beam Protective Coating Repair,106356,20150205,20150226,20150806,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for protective coating repairs to Bridge 321 North Island Main Trunk Line (NIMT). The bridge crosses McPherson Road near Karaka Road. The front edge and underside of the impact protection beam was damaged by an over-height vehicle in October 2014. The repair work includes repainting two areas of the impact beam. Please contact Matt Spooner of Novare Design (matthew.spooner@novaredesign.com) to receive an electronic copy of the tender documents (via email).",Awarded,Awarded on 19/03/2015,20201117 KiwiRail Group,8583230,Request for Quotations,Open Competition,KiwiRail DC Locomotive Disposal RFQ,2015/0022,20150205,20150225,20170710,,Sole Agency,No,,"This Request for Quotation is for the submission of quotations from third parties to KiwiRail Limited in respect of the purchase of DC Locomotives in accordance with the requirements set out in Part Three of the RFQ documents KiwiRail has invested in new Locomotives to replace the existing DC locomotive fleet. The DC locomotives detailed in this RFQ represent part of the existing DC locomotive fleet being disposed of, with further tranches of DC locomotives being released from the fleet over the next 24 months for sale by open RFQ via GETS. Please click on Subscribe to this notice to accessthe RFQ documentation.",Not Awarded,,20201117 KiwiRail Group,8598527,Request for Quotations,Open Competition,KiwiRail WTOSR Supply of Steel RFQ,2015/023,20150211,20150303,20160202,,Sole Agency,No,,"KiwiRail is requesting RFQ Responses for supply of steel that offer KiwiRail the best possible value for money, and it is important that suppliers understand and commit to the high level of service that KiwiRail expects. Please click on ""Subscribe to this notice"" to view the tender documents.",Awarded,,20201117 KiwiRail Group,8759102,Request for Tenders,Open Competition,"KiwiRail Bridge 288 MSL, Lovells Flat - Span Repair",2015/026,20150212,20150305,20150806,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for span repairs to Bridge 288 Main South Line (MSL). The bridge is located over Lakeside Road at Lovells Flat, between Milton and Balclutha in Otago. The bridge was damaged by an over-height vehicle in July 2014, and requires repairs to restore it to its previous condition. The scope of repair consists of sideways jacking of the Side 2 girder back to its original position, replacement of a broken hold-down bolt with a clamp bracket and replacement of mortar underneath the bearings. Please contact Matt Spooner of Novare Design (matthew.spooner@novaredesign.com) to receive an electronic copy of the tender documents (via email).",Awarded,Awarded on 12/05/2015 to SouthRoads Limited,20201117 KiwiRail Group,8852072,Request for Tenders,Open Competition,"KiwiRail Bridge 30 WL, Silverstream - Impact Beam Replacement",2015/027,20150216,20150305,20150806,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for impact beam replacement at Bridge 30 Wairarapa Line (WL). The bridge crosses Hutt River and Eastern Hutt Road near Silverstream, Upper Hutt. The bridge is frequently struck by over-height road vehicles, and relies on sacrificial protection beams (known as impact beams) to protect the main spans from damage. The existing impact beams are approaching the end of their serviceable life, and require an upgrade to provide on-going protection to the bridge. The upgrade involves construction of new reinforced concrete corbels on the piers, strengthening the existing piers with a fibre-composite wrap, removal of the existing beams plus fabrication and installation of new beams. Please contact Matt Spooner of Novare Design (matthew.spooner@novaredesign.com) to receive an electronic copy of the tender documents (via email).",Awarded,Awarded on 08/07/2015,20201117 KiwiRail Group,9324888,Request for Quotations,Open Competition,Disposal of Kershaw sleeper inserter machines including the ESR flat-deck wagons,2013/D/0182,20150227,20150320,20170710,,Sole Agency,No,,"This Request for Quotation seeks quotations from third parties to KiwiRail Holdings Limited for the purchase of 2 x Kershaw sleeper inserters including the flat-deck wagons in accordance with the requirements set out in Part Three of this RFQ. These Plant items are being sold ???as is where is??? without any warranty as to their fitness for use for any purpose. Please click on ""Subscribe to this notice"" below to access the tender documents.",Not Awarded,,20201117 KiwiRail Group,9507950,Request for Proposals,Open Competition,KiwiRail Fleet Management Services RFP,2015/035,20150305,20150415,20160202,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their proposals for the supply of Fleet Management Services including Telematics services to KiwiRail In order to achieve the overall vision, KiwiRail requires fleet management services with telematics capabilities to achieve the following high level objectives: a) to manage the vehicle fleet asset on a daily operational basis; b) reduce driver risk and increase safety; c) Improve asset management to optimise fleet; d) to manage fuel usage; e) to ensure business intelligence on all fleet asset and driver behavior information is used effectively to inform business decisions; and f) to ensure effective contract management is in place. KiwiRail recognises and notes that to achieve the overall vision and next set of challenges for the fleet, effective business intelligence via smart dashboard reporting and continuous monitoring of the fleet is essential. We need a smart and sustainable reporting solution (i.e. data interpretation) to enable business decisions to be made about the fleet to ensure vehicle asset productivity and performance, optimal utilisation, and whole-of-life cost mitigation. Please click on ""Subscribe to this notice"" button to access all the tender documents.",Awarded,,20201117 KiwiRail Group,10068099,Request for Quotations,Open Competition,KiwiRail Disposal of LSM Milk tankers RFQ,2015/049,20150318,20150409,20160202,,Sole Agency,No,,"This Request for Quotation is for the submission of quotations from third parties to KiwiRail Holdings Limited in respect of the disposal of LSM Milk tankers in accordance with the requirements set out in Part Three of this RFQ. KiwiRail has invested in replacing the end of life fleet of milk tankers, and wish to dispose the replaced food grade steel tankers, which can be reutilised for other purposes. Please click on ""Subscribe to this notice"" to access the tender documentation.",Awarded,,20201117 KiwiRail Group,10442643,Request for Tenders,Open Competition,"Bridge 105 MNL, Kaikoura - Span 2 Repairs",2218,20150331,20150420,20170710,,On behalf of procurement agent,No,"PO Box 1117, Wellington 6140","KiwiRail is inviting experienced Contractors to submit tenders for repairs to Bridge 105Main North Line (MNL). This bridge crosses State Highway 1 in Kaikoura passing over Churchill Street. During January 2015 the bridge was struck by a vehicle which caused damage to the concrete bridge span. Repair of the concrete span is required in order to restore the span to its previous condition. This repair work involves concrete repairs and fibre composite bandage wrapping, and will require traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Wednesday, 20th of April 2015 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,10567339,Request for Proposals,Open Competition,KiwiRail - Road Bridge Trailers for Interislander Ferries,2015/0059,20150402,20150507,20160202,,Sole Agency,No,,"KiwiRail invites external organisations to submit their proposals to design, manufacture, deliver and commission three proof of concept 50ft long flat deck road-train trailers. KiwiRail are replacing the ARAHURA around June 2015 with a much larger ship, however the new ship, like the KAITAKI does not have a rail deck. For the initial introduction of the new ship freight capacity will be maintained using the same road bridging operation KiwiRail has applied when the ARAHURA or ARATERE have previously been in dry dock. Longer term, KiwiRail want to investigate ways to improve the efficiency of the road bridge operation. The potential solution this RFP relates to is the use of road trains in the road bridge operation. Please click on ""Subscribe"" to this notice to access tender documents.",Awarded,,20201117 KiwiRail Group,10769704,Request for Tenders,Open Competition,"Bridge 366 MSL, Invercargill - Span 2 Repairs",2259,20150410,20150501,20170707,,On behalf of procurement agent,No,"PO Box 1117, Wellington 6140","KiwiRail is inviting experienced Contractors to submit tenders for repairs to Bridge 366 Main South Line (MSL). This bridge crosses Rockdale Road in Invercargil. During March 2015 the bridge was struck by a vehicle which caused damage to the concrete bridge span. Repair of the concrete span is required in order to restore the span to its previous condition. This repair work involves concrete repairs and fibre composite bandage wrapping, and will require traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Wednesday, 1st of May 2015 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,10950954,Request for Tenders,Open Competition,"Bridge 43 MSL, Tinwald - Bridge Strike Repair Work",2267,20150415,20150505,20170707,,On behalf of procurement agent,No,,"KiwiRail is inviting experienced Contractors to submit tenders for repair to Bridge 43 Main South Line (MSL). This bridge crosses Melcombe Street in Tinwald. On the 26th February 2015 the bridge was struck by a vehicle which caused damage to the side 2 impact protection beam. Repair of the protective coating is required in order to restore the impact protection beam to its previous condition. This repair work involves traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Contractors who are interested should contact Nicholas Somerville of Novare Design at Nicholas.Somerville@novaredesign.com to receive tender documents. Tenders will close on Wednesday, 5th of May 2015 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,11384199,Request for Quotations,Open Competition,KiwiRail HLC Container Disposal Tranche two,2015/00092,20150428,20150515,20160202,,Sole Agency,No,,"This Request for Quotation (RFQ) is for the submission of quotations from third parties to KiwiRail Limited in respect of the purchase of HLC Containers in accordance with the requirements set out in Part Three of the RFQ document Please click on ""Subscribe"" to access the tender documents",Not Awarded,Awarded to multiple respondents based on price,20201117 KiwiRail Group,11776222,Request for Tenders,Open Competition,KiwiRail - Interislander Coffee & Tea Supply RFT,2015/0095,20150508,20150603,20160202,,Sole Agency,No,,"KiwiRail Limited invites external organisations to submit their tenders to supply Coffee, Tea and Coffee Machines to Interislander and Scenic Journeys. This RFT is issued by Interislander, a Business Unit of KiwiRail Limited. Interislander provides a passenger and freight service across Cook Strait utilising the ???roll-on roll-off??? ferries, ARAHURA, ARATERE and KAITAKI. Scenic Journeys operate TRANZ ALPINE, COASTAL PACIFIC, NORTHERN EXPLORER and CAPITAL CONNECTION long distance passenger rail services. Please click on ""Subscribe"" to this notice to access the tender documents",Awarded,,20201117 KiwiRail Group,12994431,Request for Tenders,Open Competition,Supply of turnouts and related spares for KiwiRail,2015/0104,20150617,20150806,20170707,,Sole Agency,No,,"The purpose of this RFT is to select a Supplier to contract with for the supply of turnouts to KiwiRail used in KiwiRail???s rail network. The preferred Supplier will be responsible for supplying a range of turnouts, Supplier will also be responsible for supplying a range of turnout spare parts. The contract term will be for five years with two rights of renewal of two years each. Please click on ""Subscribe"" tp this notice to access the tender documents",Awarded,,20201117 KiwiRail Group,13674237,Request for Tenders,Open Competition,KiwiRail Bridge 321 NIMT - Protective Coating Repair,2015/132,20150707,20150805,20170710,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for protective coating repairs to Bridge 321 North Island Main Trunk Line (NIMT). The bridge crosses McPherson Road near Karaka Road. The impact beam, main steelwork and concrete abutment were damaged by an over-height vehicle in April 2015. The repair work includes repainting areas of the impact beam and main steelwork, and repairing the UV/graffiti protective coating of the concrete abutment. Please contact Matt Spooner of Novare Design (matthew.spooner@novaredesign.com) to receive an electronic copy of the tender documents (via email)",Not Awarded,,20201117 KiwiRail Group,13674269,Request for Tenders,Open Competition,KiwiRail Bridge 366 NIMT - Concrete Deck Panel Repair,2015/131,20150707,20150805,20170710,,Sole Agency,No,,"KiwiRail is inviting experienced Contractors to submit tenders for deck panel repairs to Bridge 366 North Island Main Trunk Line (NIMT). The bridge provides pedestrian access from the end of Portage Road to Westfield Railway Station in Otahuhu. The uppermost deck panel of the approach ramp was damaged by an overweight mobile work platform traversing over the footbridge. The repair work includes crack injection and fibre-composite strengthening of the underside of the deck panel, and application of UV-protective coating. Please contact Matt Spooner of Novare Design (matthew.spooner@novaredesign.com) to receive an electronic copy of the tender documents (via email)",Not Awarded,,20201117 KiwiRail Group,14498519,Request for Proposals,Open Competition,KiwiRail Gisborne - Napier Rail Line RFP,2015/0119,20150730,20150917,20170710,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their proposals for a non-exclusive license to occupy the Napier-Gisborne rail. The information required under this RFP is requested so that KiwiRail can i) identify organisations interested in and capable of running a rail based freight or tourism operation (""Respondents""); and/or II) identify different methods of providing such services. Please click on ""Subscribe"" to this notice to access the tender documentation.",Not Awarded,,20201117 KiwiRail Group,14640443,Request for Proposals,Open Competition,KiwiRail Supply of Single Car Test Equipment RFP,2015/0142,20150803,20150911,20160202,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail"") is a state-owned enterprise which owns and operates New Zealand???s rail transportation network and the between-island ferry service. KiwiRail is in the business of operating and optimising public transportation and supply chain networks to enable New Zealand???s economic growth. KiwiRail invites external organisations to submit their proposals to supply rail single car test equipment that is an off the shelf product that meets KiwiRail current requirements, or to adapt the respondents test equipment to suit KiwiRail requirements to KiwiRail. KiwiRail are seeking to identify a supplier that can deliver a cost effective solution for supplying single car brake test equipment across all KiwiRail depots. Interested respondents please click on ""Subscribe"" to this notice to access the tender documentation. Thanks",Awarded,,20201117 KiwiRail Group,14918511,Request for Tenders,Open Competition,KiwiRail Supply of Batteries for Level Crossings RFT,2015/0094,20150810,20150930,20170707,,Sole Agency,No,,"KiwiRail is a state-owned enterprise which owns and operates New Zealand???s rail transportation network and the between-island ferry service. KiwiRail is in the business of operating and optimising public transportation and supply chain networks to enable New Zealand???s economic growth. This Request for Tender (""RFT"") is issued by KiwiRail through its Infrastructure & Asset Management business unit for the purpose of supplying batteries for supporting level crossing alarm installations and renewals. Throughout the KiwiRail network there are approximately 750 level crossing alarm installations. Each of these systems is equipped with batteries to ensure continued operation in the event of a power supply failure. These batteries are float charged by connection across charger output in parallel with the level crossing load. The purpose of this RFT is to select a supplier to contract with KiwiRail for the provision of batteries for KiwiRail Level Crossings for a period of three years with a right of renewal for a further two periods of three years each. Interested respondents please click on ""Subscribe"" butoonbelow to access the tender documentation.",Awarded,,20201117 KiwiRail Group,15639514,Request for Proposals,Closed Competition,WEA Petone Substation equipment replacement,2015/0057,20150825,20151029,20170710,,Sole Agency,No,,"The Respondent shall design, build, test and commission a replacement 1 x 2.5 MW rectifier Petone Traction substation, including supply of all drawings, manuals, tools, test equipment, software licences and spares required to satisfactorily operate and maintain the substation. Training shall also be provided to KiwiRail???s design and maintenance staff. The work shall include all interface management.",Not Awarded,,20201117 KiwiRail Group,16832475,Request for Proposals,Open Competition,KiwiRail Design & manufacture of 25??? High Cube full side opening containers (GSM2 Class),2015/0185,20150924,20151029,20160202,,Sole Agency,No,,"KiwiRail utilizes 25??? High Cube containers (GSM class) on its interisland freight network, these GSM containers are typically used for the transport of general dry goods. Because it is transported interisland, it also gets lifted fully loaded for intermodal transport. The last batch of 25 ft. High Cube full side opening containers were built in 2003, as the typical container lifespan is approximately 10 years, the planned life has since been exhausted; while most are still usable, a large portion of them will soon be beyond economic repair. To prevent unexpected disruptions to operation, KiwiRail is planning for the gradual renewal of the GSM fleet. The containers are to be designed, manufactured, delivered and commissioned according to KiwiRail???s specification no. : 470 (Appendix Two). This RFP is for 50 of the GSM2 spec containers, if the container is proven to be satisfactory, it is anticipated that an additional 150 GSM2 containers would be purchased over the next 3 years in 3 batches of 50 containers each. Interested respondents please click on ""Subscribe"" to this notice below to access the relevant documentation.",Awarded,,20201117 KiwiRail Group,16847080,Request for Quotations,Open Competition,KiwiRail Supply of Railway Ballast - Te Maunga,2015/190,20150930,20151020,20170707,,Sole Agency,No,,"KiwiRail is inviting quotations to provide a supply of crushed and screened stone ballast to be stock piled at the Te Maunga rail yard. The quantity of ballast required is up to 5,000 cubic metres. The ballast shall comply with Track Specification 140, effective date 11 November 2012. Test certificate/s are to be supplied to KiwiRail showing testing of source properties in relation to Broken Faces, Grading, Cleanness and Particle Shape at the commencement of ballast production and then every 1,000 cubic metres thereafter. Note that field samples should be a minimum mass of 70kg. The ballast shall be delivered and stock piled at the Te Maunga rail yard, Truman Lane or within a 1 km radius of this location. All interested respondents please click on the ""subscribe to this notice"" button below",Not Awarded,,20201117 KiwiRail Group,16930070,Request for Quotations,Open Competition,KiwiRail disposal of GBW Containers,2015/210,20151028,20151118,20160202,,Sole Agency,No,,"This Request for Quotation is for the submission of quotations from third parties to KiwiRail Limited in respect of the disposal sale of GBW Containers in accordance with the requirements set out in Part Three of the attached RFQ document. GBWs have been replaced by NZC 20??? containers, as such these GBWs are now obsolete and are being disposed off. Interested respondents please click on ""Subscribe"" to this notice below, to access the RFQ documentation.",Not Awarded,Awarded to multiple respondents,20201117 KiwiRail Group,16941219,Request for Tenders,Open Competition,KiwiRail Non Destructive Testing Services for Rail,2015/0189,20151105,20151130,20170710,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their tenders to supply Hi-Rail Non Destructive Testing services on approximately 3800km of the rail network in New Zealand each year for the next five years to KiwiRail. The requirements are to supply Hi-rail operated Non Destructive Testing of the New Zealand Rail Infrastructure each year for five years with a right of renewal, at KiwiRail???s sole discretion, for a further two periods of three years each. Interested respondents please click on ""Subscribe"" to this notice button below to access the tender documentation.",Not Awarded,,20201117 KiwiRail Group,17044285,Request for Proposals,Closed Competition,Wellington Railway Station (WRS) Seismic Remediation Project stage 2 ??? Stairs and Masonry ducts,2015/138,20151201,20160129,20170710,,Sole Agency,No,,"Scope of services included in this stage 2 of remediation works include the below detailed items: ??? Seismic upgrading to all the internal stairwells (4x) (including minor works to male bathrooms by stairs 1 & 3 as a result of the stair works) ??? Additional glass infill barriers to stair 3 and 4 to make balustrades compliant ??? Restraint to the ticket hall masonry ducts. Structural remediation of all internal stairwells at WRS will bring them to 100% NBS and ensure that in the event of an Earthquake the stairs remain operational to enable evacuation of the building, it will also address non-compliance stair balustrades in 2 stairways.",Not Awarded,,20201117 KiwiRail Group,17160118,Request for Proposals,Open Competition,KiwiRail Supply of Design Services for Bridge 7 MSL,2016/267,20160128,20160219,20170710,,Sole Agency,No,,"KiwiRail is inviting proposals to provide design consultant services pertaining to the replacement of Bridge 7 on the Main South Line (MSL). The design is split into three stages: Stage 1 ??? Requirement Validation Stage 2 ??? Optioneering and Concept Design Stage 3 ??? Detailed Design (including Statutory Approvals) It is anticipated that the Consultant will continue onto stage 4 ??? Construction phase support and provide a PS4. However this stage does not form part of this RFS. The selected Consultant will initially be engaged for Stage 1 and 2. Subsequent Stage engagement will be dependent on KiwiRail confirming that the consultant is to proceed with services for that next stage. The detailed requirements for the Goods/Services are defined in the Principals Requirements in attachment one of this RFS. Interested respondents, please click on the 'subscribe' to this notice below",Not Awarded,,20201117 KiwiRail Group,17162241,Request for Tenders,Open Competition,KiwiRail Supply of Railway Ballast for the Southern Region,2016/0264,20160129,20160226,20170711,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their tenders for the supply of railway ballast for the Southern Region. Ballast is required for the railway on an on-going basis to support track maintenance requirements and major track projects. The indicative quantity of ballast required is up to 35,000 cubic metres per annum over 3 years.These quantities are based on expected usage requirements The supplied ballast must comply with Specification for the Supply of Crushed and Screened Stone Ballast - Track Specification No 140 effective date 11 November 2012. All interested respondents please click on the ""subscribe to this notice"" button below",Not Awarded,Contracts awarded to Ford Brothers and Fulton Hogan,20201117 KiwiRail Group,17456884,Request for Tenders,Open Competition,"Bridge 244 MSL, Dunedin - Bridge Strike Repair Work",2433,20160427,20160518,20170710,,On behalf of procurement agent,No,"PO Box 54038, Auckland, 2144","KiwiRail is inviting experienced Contractors to submit tenders for repair to Bridge 244Main South Line (MSL). This bridge crosses Carnforth Street in Dunedin. On the 29th March 2016 the bridge was struck by a vehicle which caused damage to the side 2 and central girder flange protective coating. Repair of the protective coating is required in order to restore the bridge spans to its previous condition. This repair work involves traffic management and height access; refer to the full scope of works provided in the Request for Tender document. Tenders will close on Wednesday, 18th of May 2016 at 4:00 pm.",Not Awarded,,20201117 KiwiRail Group,17474264,Request for Proposals,Open Competition,KiwiRail Supply and Maintenance of Container Hoists,2016/41,20160428,20160601,20170710,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their proposals to supply future container hoists (either outright purchase or on a fully maintained lease) and also supply maintenance and repair services on KiwiRail's owned fleet of container hoists. Please click on ""Subscribe"" to this notice to access the tender documentation.",Not Awarded,,20201117 KiwiRail Group,17681621,Request for Proposals,Open Competition,Road Freighting Services,Tender 2016/0042,20160711,20160818,20170710,,Sole Agency,No,As detailed in the RFP document,"KiwiRail requires road freighting services to support three areas of its operations namely: Internal road freighting Road freighting services for KiwiRail customers Road bridging services for KiwiRail in the event of unforeseen events Full details of the requirements are available via the attached RFP documentation",Not Awarded,,20201117 KiwiRail Group,17723158,Request for Tenders,Open Competition,Respiratory Protective Equipment,Tender number 2016/0104,20160725,20160902,20170707,,Sole Agency,No,,"Supply, training & installation of Compressed Air Breathing Apparatus (CABA) and CABA quick fill stations to KiwiRail as fully detailed in the RFT document",Awarded,,20201117 KiwiRail Group,17763279,Request for Proposals,Open Competition,"GENSET - Supply, Service and Telemetry",,20160805,20161007,20170710,,Sole Agency,No,,"KiwiRail is conducting the RFP to source supply of generator sets to be fitted on rail wagons to power reefer containers, on-going servicing and maintenance of the generator sets and supply of telemetry systems and associated support. This tender consists of three different RFP components. Any respondent can bid on one, two or all three components depending on their capabilities. Please contact the tender manager in case you need any clarifications.",Not Awarded,,20201117 KiwiRail Group,17792996,Request for Tenders,Open Competition,2016 0132 Railway Consumable Materials,2016 0132,20160815,20160914,20170710,,Sole Agency,No,,,Not Awarded,,20201117 KiwiRail Group,17822997,Request for Quotations,Open Competition,DSC Shunt Locomotive Disposal,2016/0151,20160823,20160907,20170707,,Sole Agency,No,,"The DSC Shunt locomotive detailed in this RFQ represents part of the existing DSC shunt locomotive fleet being disposed of, with further tranches of shunt locomotives being released from the fleet as they become available for sale. Full details are contained in the RFQ documentation as attached.",Awarded,,20201117 KiwiRail Group,17835385,Request for Quotations,Open Competition,DSC Shunt Locomotive x 3 Disposal,2016/0154,20160825,20160907,20170707,,Sole Agency,No,,"The 3 x DSC Shunt locomotive detailed in this RFQ represents part of the existing DSC shunt locomotive fleet being disposed of, with further tranches of shunt locomotives being released from the fleet as they become available for sale. Full details are contained in the RFQ documentation as attached.",Awarded,,20201117 KiwiRail Group,17847275,Request for Tenders,Open Competition,Bridge 212 MSL - Bridge Strike Repair Work,2016/161,20160830,20160914,20170710,,On behalf of procurement agent,No,,"KiwiRail's Bridge 212 MSL in Sawyers bay was struck by a truck causing damage to the protective coating. The protective coating requires repair. This tender covers the repair of the protective coating and the replacement of the height clearance sign. To receive the tender documents please contact the Tender Manager, Nicholas Somerville at Nicholas.somerville@novaredesign.com If you have any queries on this please do not hesitate to contact the tender manager.",Not Awarded,,20201117 KiwiRail Group,17848872,Request for Proposals,Open Competition,DL Locomotive Fire Suppression System,2016/0153,20160831,20160930,20170707,,Sole Agency,No,,"Fire detection and suppression units to match KiwiRail specification 477 for the fitment to DL Locomotives. Full details are contained in the enclosed RFP. Draft contract will be uploaded shortly",Awarded,,20201117 KiwiRail Group,18197561,Request for Proposals,Open Competition,Supply of NZR 50kg Rail for period 2017 to 2023,Tender number 2016/0203,20161201,20170127,20170707,,Sole Agency,No,,"KiwiRail invites external organisations to submit proposals for the supply of NZR 50 kg rail over the period 2017 thru to 2023 incl. KiwiRail is also looking for options with regard inventory management of the rail, incl consignment stock and the welding of the rail into either 50m or 75m lengths. Refer to the RFP for full details on KiwiRails requirements",Awarded,,20201117 KiwiRail Group,18261215,Request for Tenders,Open Competition,2016 2014 Demolition Services - Wellington,2016 214,20161221,20170206,20170914,,Sole Agency,No,,"KiwiRail is a State Owned Enterprise and the backbone of New Zealand’s integrated transport network. KiwiRail's vision is to be a ”Trusted Kiwi owned logistics partner growing New Zealand” we aim to be the natural choice for our customers in the markets we operate in. We move freight and people throughout New Zealand Further information is available by visiting www.kiwirail.co.nz. The purpose of this Request for Tender (RFT) is to invite interested parties to submit their tenders for the demolition of five existing buildings in the Wellington Region, this also includes the associated removal of asbestos materials and contaminated land, capping off and retention of site services infrastructure routes and removal of all foundations, footings, sumps, piles and subsurface elements. All interested respondents please click on the "subscribe to this notice" button below",Not Awarded,The winner for this project is RDL Group.,20201117 KiwiRail Group,18669730,Request for Proposals,Open Competition,Supply & installation of Automatic Fixed Fire Suppression System to hi-railed trucks,2016/0232,20170517,20170616,20170814,,Sole Agency,No,,KiwiRail invites external organisations to submit their proposals to supply automatic fixed fire detection and suppression system (AFFSS) to KiwiRail.,Not Awarded,The successfully tenderer is Firewatch New Zealand Limited,20201117 KiwiRail Group,18681662,Request for Proposals,Open Competition,Rail Welding Depot at Woburn,2017/0014,20170522,20170616,20170710,,Sole Agency,No,,"KiwiRail is a State Owned Enterprise and the backbone of New Zealand???s integrated transport network. KiwiRail's vision is to be a ???Trusted Kiwi owned logistics partner growing New Zealand??? we aim to be the natural choice for our customers in the markets we operate in. We move freight and people throughout New Zealand. Further information is available by visiting www.kiwirail.co.nz. This RFP is issued by KiwiRail through its Network Services business operation for the purpose of relocating the existing rail welding manufacture and rail storage facility at Otahuhu (Auckland) to KiwiRail???s Woburn site in Wellington. All interested respondents please click on the ""subscribe to this notice"" button below",Not Awarded,,20201117 KiwiRail Group,18712489,Request for Proposals,Open Competition,KiwiRail - Ahuriri Workshop,2016/103,20170601,20170707,20170713,,Sole Agency,No,,"KiwiRail is a state-owned enterprise which owns and operates New Zealand???s rail transportation network and the between-island ferry service. KiwiRail is in the business of operating and optimising public transportation and supply chain networks to enable New Zealand???s economic growth. KiwiRail Freight and Infrastructure personnel are moving from the Pandora depot to the Ahuriri site at Tu Atu Street, Napier. KiwiRail has worked with the respective teams to develop a design that meets both staff functional and operational, workshop and office requirements. The overall footprint of the design is approximately 400sqm: workshops, ablutions and office. All interested respondents please click on the ""subscribe to this notice"" button below",Not Awarded,"KiwiRail only received one compliant RFP response for this tender from ???Alexander Building Solutions Ltd.???. In the absence of other competitive bids, it is not possible to evaluate and compare their bid and KiwiRail will explore other options following close of this RFP.",20201117 KiwiRail Group,18776413,Request for Quotations,Open Competition,KiwiRail - Disposal of various DBR locomotives,2017/0113,20170623,20170717,20180316,,Sole Agency,No,,KiwiRail is inviting quotations for the sale/disposal of the listed surplus DBR class locomotives.,Not Awarded,,20201117 KiwiRail Group,18815022,Request for Proposals,Open Competition,MTU Engine Overhaul,2017/048,20170707,20170818,20170824,,Sole Agency,No,,"Investigation and assessment and zero hour overhaul of Engine, full details are contained in the enclosed RFP and DL MTU Engine Zero Hours Overhaul Technical Specification.",Not Awarded,"KiwiRail only received one compliant RFP response for this tender from ???Penske Power Systems Pty Ltd ???. In the absence of other competitive bids, it is not possible to evaluate and compare their bid and KiwiRail will explore other options following close of this RFP.",20201117 KiwiRail Group,18878784,Request for Quotations,Open Competition,KiwiRail - Disposal of surplus mezzanine floors for GCM Class containers,2017/0132,20170731,20170821,20170914,,Sole Agency,No,,REQUEST FOR QUOTATION FOR THE SALE OF SURPLUS MEZZANINE FLOORS FOR GCM CLASS CONTAINERS TENDER NUMBER 2017/0132,Not Awarded,The project winner is SIMS LTD,20201117 KiwiRail Group,19006638,Request for Quotations,Open Competition,KiwiRail - Disposal of TSD/TSL class containers,2017/0135,20170907,20170929,20180501,,Sole Agency,No,,"KiwiRail has 132 used TSD & TSL containers which are located throughout the country which require removal. These containers have been recently withdrawn from service and replaced by other containers. Containers are at Southdown (Auckland), Hamilton & Dunedin. More information is detailed in the tender documentation enclosed",Not Awarded,"Dear Respondents, There are various of winners for this tender, some went to private buyers and the balance went to Sims Regards Lily",20201117 KiwiRail Group,19057868,Request for Proposals,Open Competition,2017/166 Auto Coupler And Drawgear Conversion for Type 18 Wagons,2017/166,20170925,20171027,20180409,,Sole Agency,No,,"We are seeking a supplier that can provide the best auto coupler and drawgear solution for the conversion of the 253 Type 18 wagons currently fitted with hook and pin couplers. The procurement will be a one off spend, an initial order of 6 auto coupler and drawgear units will be purchased to allow KiwiRail Engineering to undertake prototype installations.",Not Awarded,"Dear Respondents, KiwiRail would like to announce the winner of this contract is Gemco Rail Pty Ltd. Regards Lily",20201117 KiwiRail Group,19290876,Request for Quotations,Open Competition,KiwiRail - Disposal of Schlatter GAAS80 welder,2017/0217,20171204,20180131,20180207,,Sole Agency,No,,"KiwiRail is inviting quotations (""RFQ Response"") to sell one only 1997 Schlatter GAAS80 Welding Machine and associated equipment ex Auckland, NZ Further details are listed in the attached RFQ document.",Not Awarded,no winner is awarded for this contract,20201117 KiwiRail Group,19326748,Request for Tenders,Open Competition,Supply of Industrial Gases,2017/215,20171214,20180126,20181026,,Sole Agency,No,,"KiwiRail Limited invites external organisations to submit their tenders (""RFT Response"") to supply industrial gases and associated welding consumables in supporting KiwiRail???s business operation.",Not Awarded,"Dear Respondents, KiwiRail would like to announce the contract winner for this RFT is BOC New Zealand. Best Regards Lily",20201117 KiwiRail Group,19707204,Request for Proposals,Open Competition,Safety Culture Solution,2018/050,20180508,20180529,20181009,,Sole Agency,No,,"The purpose of this procurement is to secure a supplier who is capable of developing and implementing an online benchmarking and measurement tool, capturing KiwiRail???s safety and leadership culture. Currently there are many survey solutions available within KiwiRail however none of these are safety specific. A survey of our staff can be used to develop a road map for recommended changes, make adjustments to current policies and procedures, make improvements in current practices and create a framework for a long term safety strategy. The first year of the survey will help us understand our safety culture maturity level and form a baseline. Any following surveys will be measured against our base line and tell the story of how our safety culture is maturing, KiwiRail will manage our communication in-house and will provide the branding material for paper surveys.",Awarded,"Dear Respondents We are glad to announce Safety Culture Solution Contract has been awarded to Actrua Pty Limited Best Regards Lily",20201117 KiwiRail Group,19770812,Request for Tenders,Open Competition,Conversion of Trucks to Hi-Rail Capability,2018/0022,20180530,20180731,20190529,,Sole Agency,No,,"KiwiRail through its KiwiRail Infrastructure business unit is tendering for a service provider to complete Hi-Rail conversions of Trucks. The purpose of this RFT is to set up a purchase process for the conversion of a approx. 60 Trucks, between FY 2020 to FY 2022, to Hi-Rail capability with a further 62 Trucks per annum subject to KiwiRail exercising its Right of Renewal (ROR). The Trucks are supplied by KiwiRail to the service provider for conversion.",Not Awarded,Awarded Supplier: Tracgrip Hydraulics & Equipment Limited,20201117 KiwiRail Group,19807877,Request for Proposals,Open Competition,Nationwide Electricity Supply,2018/0008,20180615,20180720,20180919,,Sole Agency,No,,KiwiRail through its Group Procurement team issues this RFP for the purpose of the supply of electricity to KiwiRail nationwide for a period of two years with a right of renewal for a further two years or such other alternative term(s) as may be agreed.,Not Awarded,Meridian Energy for a period of four years from Nov 2018,20201117 KiwiRail Group,20098694,Request for Proposals,Open Competition,"Supply and fitting of tyres,rims and ancillary services",2018/067,20180903,20181001,20190523,,Sole Agency,No,N/A,"KiwiRail is seeking tenders for the supply and fitting of tyres and rims for the KiwiRail fleet of hoists and reach stackers located at KiwiRail container terminals (CT Sites) and supply and fitting of a range of existing type tyres on IIL Mafis & Bus, and Network forklifts and truck fleet and rims KiwiRail???s objective for this RFP is to establish an agreement with a supplier that will provide KiwiRail with clarity of price, scope of services and certainty of delivery date for its expected volume requirements in the ordinary course of business, with the best Total Cost of Ownership (TCO). All communication/correspondence between any Respondent and KiwiRail will be conducted in writing through KiwiRail???s Tender Manager as follows: KiwiRail Tender Manager Karen Whittaker E-mail address: tenders@kiwirail.co.nz",Not Awarded,Awarded Name Supplier: Bridgestone New Zealand Ltd,20201117 KiwiRail Group,20255141,Request for Proposals,Open Competition,Otahuhu Carriage Shed Preparation for Lease,2018/1008,20181008,20181109,20190227,,Sole Agency,No,,KiwiRail Holdings Limited invites external organisations to submit their proposals to supply the demolition of Otahuhu Carriage Depot to KiwiRail.,Not Awarded,"Dear Tenderers, This contract is awarded to Yaka Ltd. Best Regards Lily",20201117 KiwiRail Group,20665766,Request for Proposals,Open Competition,Palmerston North Regional Economic Hub,2019/0006,20190131,20190228,20190621,,Sole Agency,No,,"The RFP is issued by KiwiRail through its Strategic Land Use team for the purpose of procuring services to undertake the preparation of a: ??? Transport Hub Master Plan (THMP) (incl. a rail enabled CT facility), ??? site/options analysis and preferred site selection for a future hub site ??? designation under s168 of the Resource Management Act 1991 (RMA) to enable the potential purchase of land for a new site in or near Palmerston North. KiwiRail???s Palmerston North Freight Yard, which was initially established in 1964 on the city outskirts, is now surrounded by urban development. While remaining on this site is an option, an initial internal review suggests this site will not allow for expansion to accommodate predicted national freight growth, and does not align with Palmerston North City Council???s (PNCC) strategic rezoning plans or vision, for the city. KiwiRail???s freight transport services need to be fully aligned with broader regional development plans. Freight distribution services will be more resilient if a synergistic, multi-modal solution is considered in conjunction with the regional transport strategies mentioned above. The key objective is to provide central New Zealand with a long term, dependable intermodal freight distribution solution. Refer to the RFP for further details",Not Awarded,Contract Awarded to Stantec New Zealand,20201117 Lakes District Health Board,3350252,Request for Proposals,Open Competition,Plumbing Services,TFAC2014100,20140929,20141024,20150223,,Sole Agency,No,"Finance, Bridgman South Building, Rotorua Hospital, Arawa Street, Rotorua",Lakes District Health Board is seeking proposals from suitably qualified plumbing firms to provide plumbing services at Rotorua Hospital and Rotorua community sites.,Awarded,,20201117 Lakes District Health Board,8840788,Request for Proposals,Open Competition,Clinical Engineering Services,TFAC2015102,20150213,20150309,20150417,,Sole Agency,No,,Lakes District Health Board invites proposals for the provision of Clinical Engineering (Biomedical) Services to the Lakes DHB. The provision of Clinical Engineering Services to Lakes DHB means the supply of medical device repair and maintenance services at Rotorua and Taupo Hospitals.,Awarded,,20201117 Lakes District Health Board,10221877,Request for Proposals,Open Competition,Fire Systems Services,TFAC2015103,20150324,20150428,20151016,,Sole Agency,No,"Alan Mountfort, Finance Department, Rotorua Hospital, Bridgman South Building, Arawa Street, Rotorua",Lakes District Health Board is seeking proposals from suitably qualified suppliers for the provision of Fire Systems Maintenance and associated Services at Rotorua and Taupo Hospitals. The services will incorporate a mixture of planned and reactive maintenance.,Awarded,,20201117 Lakes District Health Board,11134086,Request for Proposals,Open Competition,Child Health & Library Hub Concept Design,TCOR2015105,20150420,20150521,20151016,,Sole Agency,No,"Finance, Level 1, Bridgman South Building, Rotorua Hospital, Arawa St, Rotorua","Lakes DHB and the Rotorua Lakes Council (the client) are interested in exploring the potential for conducting a major project together, involving a mixture of redevelopment of an existing building and reconfiguration of the surrounding parks and roading within the inner city of Rotorua. The overall scope of the project involves the creation of a children???s health and library hub co-located within the existing library building and will include the adjoining park, roading and parking in the area surrounding the building. Rotorua Lakes Council will consult on this concept in its Long Term Plan (2015-2025) and the Lakes District Health Board is also considering other options. The works to be considered under this RFP is for the concept designs only. This concept design will help the client make an informed decision on whether to proceed with the project or not. The client is seeking proposals from suitably qualified companies for architectural services to undertake this project",Not Awarded,,20201117 Lakes District Health Board,15305433,Request for Proposals,Open Competition,"Preliminary, Developed and Detailed Design Services Children's Health and Library Hub",TCOR2015107,20150818,20150911,20160309,,Sole Agency,No,"Finance, Lakes District Health Board, Level One, Bridgman South Building, Arawa Street, Rotorua","Lakes DHB and the Rotorua Lakes Council (the client) are interested in exploring the potential for conducting a major project together, involving a mixture of redevelopment of an existing building and reconfiguration of the surrounding parks and roading within the inner city of Rotorua. The overall scope of the project involves the creation of a children???s health and library hub co-located within the existing library building and will include the adjoining park, roading and parking in the area surrounding the building. Rotorua Lakes Council will consult on this concept in its Long Term Plan (2015-2025) and the Lakes District Health Board is also considering other options. Currently the project is just in the final stages of concept designs which will still need to be approved by both the Rotorua Lakes Council and the Lakes DHB. The works to be considered under this RFP is for preliminary, developed and detailed design. The client is seeking proposals from suitably qualified companies for architectural services to undertake this project.",Not Awarded,,20201117 Lakes District Health Board,16839166,Request for Proposals,Open Competition,Child Health & Library Hub Quantity Surveyor,TCOR2015108,20150928,20151020,20160309,,Sole Agency,No,,"Lakes DHB and the Rotorua Lakes Council (the client) are interested in exploring the potential for conducting a major project together, involving a mixture of redevelopment of an existing building and reconfiguration of the surrounding parks and roading within the inner city of Rotorua. The overall scope of the project involves the creation of a children???s health and library hub co-located within the existing library building and will include the adjoining park, roading and parking in the area surrounding the building. The client is seeking proposals from suitably qualified companies for Quantity Surveyor services to undertake this project.",Awarded,,20201117 Lakes District Health Board,16847715,Request for Proposals,Open Competition,Child Health & Library Hub Building Services Engineer,TCOR2015109,20151001,20151028,20160309,,Sole Agency,No,,,Awarded,,20201117 Lakes District Health Board,16864339,Request for Proposals,Open Competition,Child Health & Library Hub Structural Consulting Services,TCOR2015110,20151007,20151102,20160309,,Sole Agency,No,,,Awarded,,20201117 Lakes District Health Board,16865836,Request for Proposals,Open Competition,Child Health & Library Hub Project Manager,TCOR2015111,20151007,20151103,20160309,,Sole Agency,No,,,Awarded,,20201117 Lakes District Health Board,16893366,Request for Proposals,Open Competition,Rapid Login Solution,TINF2015112,20151016,20151113,20180222,,Sole Agency,No,,,Awarded,,20201117 Lakes District Health Board,17298208,Request for Proposals,Open Competition,Finance Leasing Services,TFIN2016117,20160309,20160407,20160921,,Sole Agency,No,,Lakes District Health Board is seeking to form a panel of suppliers for the purchase finance leasing services secured over specific capital purchases over a period of 5 years.,Not Awarded,,20201117 Lakes District Health Board,17337837,Request for Proposals,Open Competition,Network Hardware Replacement,TFAC2016115,20160323,20160420,20161014,,Sole Agency,No,,Lakes District Health Board requires a Network hardware vendor and certified professional services partner to supply and support networking equipment.,Awarded,,20201117 Lakes District Health Board,17559724,Request for Proposals,Open Competition,Cleaning Services Rotorua Hospital,TFAC2016116,20160530,20160707,20180222,,Sole Agency,No,"Alan Mountfort, Finance Department, Bridgman South Building, Rotorua Hospital, Arawa Street, Rotorua","Lakes District Health Board is looking for credible providers who have the capability, proven experience, documented systems and infrastructure to deliver a high standard of environmental cleaning with service excellence at Rotorua Hospital. You will need to have a substantial and exemplary track record in the management and implementation of hospital cleaning systems. Interested parties should contact Julie Mossman for further information.",Awarded,,20201117 Lakes District Health Board,17935206,Request for Proposals,Open Competition,Acuity System,TFIN2016118,20160921,20161014,20180222,,Sole Agency,No,,Lakes District Health Board wishes to purchase a proven and validated patient acuity application software that can effectively anticipate workloads and staffing levels and assist with setting staff rosters. Interested parties should contact Julie Mossman at Lakes District Health Board in the first instance.,Awarded,,20201117 Lakes District Health Board,18091143,Request for Proposals,Open Competition,Lakes DHB Laboratory Services Procurement Project 2017,LDHBLAB2017RFP,20161102,20161206,20170302,,Sole Agency,No,N/A - Electronic submissions only,"Requests for Proposals (RFP) are invited from recognized personal healthcare providers of human laboratory services. To provide a long-term sustainable single laboratory specialist service for the health and wellbeing of the people of Lakes region, to ensure equitable access to sustainable, cost effective hospital and community based laboratory service to cover and facilitate primary, midwifery, secondary, tertiary acute and elective needs. All inclusive of service, materials, consumables, a turnkey solution.",Awarded,,20201117 Lakes District Health Board,19284601,Request for Proposals,Open Competition,Taiohi Hauora ??? Alcohol & Other Drug Services Southern Lakes,LKSMHA2017,20171201,20180111,20180508,,Sole Agency,No,"Tender Box,Taiohi Hauora Procurement, Beryl Harris, Rotorua Hospital, Pukeroa St, Rotorua","Taiohi Hauora is an opportunity to rethink the way in which existing alcohol and other drug services for youth are delivered for the Taupo, Turangi and Mangakino region. Lakes DHB is seeking to appoint a provider who will deliver a youth alcohol & other drug service that takes into account the unique communities within which it operates, is cognisant of the changing pressures faced by todays taiohi, seeks to address health inequalities and has a service approach that will cater for the change in demographic profile of taiohi within this region.",Awarded,,20201117 Lakes District Health Board,19507496,Request for Proposals,Open Competition,Clinical Engineering Services,TFAC2018123,20180306,20180404,20180705,,Sole Agency,No,,Lakes DHB is looking for credible providers who have the capability and experience to deliver Clinical Engineering Services at both Rotorua and Taupo hospitals. They need to have a good track record in the clinical engineering area with strong processes and systems in place,Awarded,,20201117 Lakes District Health Board,19879257,Request for Proposals,Open Competition,Food Services,TFAC2018125,20180705,20180817,20181214,,Sole Agency,No,,"Lakes District Health Board is seeking proposals from suitably qualified providers to supply food services to Rotorua hospital. The food services are required for Rotorua hospital patients, staff, visitors, agents and other on-site contractors. In addition the provider will, from the Rotorua Hospital main kitchen operation, supply and manage the Meals on Wheels Service to the wider Rotorua community. The operation of the caf??, caf?? kiosk, onsite catering and vending is all included in food services and is in scope for this RFP. With only minor exceptions, the food service is an exclusive service based on a comprehensive contract arrangement for a defined term. LDHB is looking for a high value, professional food service that both meets and exceeds customer and contractual expectations, and which upholds the key principles of the National Healthy Food and Drink Policy 2016.",Awarded,,20201117 Lakes District Health Board,20066134,Request for Proposals,Open Competition,Dental Digital Imaging,LDHBPH20181,20180824,20180928,20181214,,Sole Agency,No,,"The Oral Health Service of Lakes District Health Board (DHB) is seeking to upgrade its current radiography technology, by implementing a digital solution to capture intra-oral images across the following oral health services; nine static community clinics, seven mobile dental clinics, one dental clinic in the Rotorua Hospital Outpatient Department, and one in a Rotorua Hospital operating theatre. This will require purchasing a total of 18 image capture devices with associated software and consumables.",Awarded,,20201117 Lakes District Health Board,20510082,Request for Proposals,Open Competition,Architect & Health Planner Concept Design Mental Health,TCOR2018126,20181203,20190131,20190514,,Sole Agency,No,"Finance, Lakes District Health Board, Arawa Street, Rotorua","Lakes District Health Board is interested in exploring the potential for constructing a new Mental Health Facility on site at Rotorua Hospital. The overall scope of the project involves the creation of a new facility that is contemporary, fit for purpose, safe and which provides a therapeutic environment to realize the benefits of a new model of care. The works to be considered under this RFP is for the concept designs only. This concept design will help Lakes District Health Board make an informed decision on whether to proceed with the project or not. Lakes District Health Board is seeking proposals from suitably qualified companies for architectural and health planning services to undertake this project.",Not Awarded,RCG Architects,20201117 Lakes District Health Board,20565142,Request for Proposals,Open Competition,Quantity surveyor services,TCOR2018127,20181218,20190201,20190514,,Sole Agency,No,,Lakes District Health Board is commissioning an Architect for Concept Design for a new Mental Health facility (Mauri Ora Project) at Rotorua Hospital. The architect is requested to model three (3) separate locations onsite at Rotorua Hospital. Lakes require a Quantity Surveyor to provide advice and costs on the concept designs to support Lakes with analysing the options to allow us to move forward to a business case for the project.,Awarded,,20201117 Landcare Research,6022135,Request for Proposals,Open Competition,LC-MS Tender,,20141106,20141205,20150717,,Sole Agency,No,,"What we need This Request for Proposal (RFP) is issued by LCR (Landcare Research) and invites proposals for the supply of a Liquid Chromatography ??? Triple Quadrupole Mass Spectrometry System (LC-MS), services and support, for the analysis of Vertebrate pesticide samples in accordance with this RFP and the specifications as set out in Section 2 of The RfP document attached. The purpose of this RFP is to select one or more proposals for further negotiation to endeavor to agree a contract for the provision of the systems and services. What???s important to us Landcare Research is looking for a reputable supplier who has the capability, experience and infrastructure to provide and successfully install the LC-MS at our Lincoln site. They need to have a good track record in supply of this type of equipment, delivering effective training, technical support and other elements of after sales service. Obtaining best value for money over whole of life is a cornerstone of all our procurement activity. Why should you bid? This is a relatively straight forward procurement which will have relevance to a limited market, therefore suppliers with proven expertise in supply and install of LC-MS should be encouraged to bid.",Awarded,,20201117 Landcare Research,16887466,Request for Proposals,Open Competition,Scanning Electron Microscope,,20151015,20151109,20160426,,Sole Agency,No,,"This procurement relates to the supply of a desktop scanning electron microscope with motorised holder and coating unit to allow full SEM imaging and analysis of sample materials. We require a supplier to provide, install and service the following equipment. The supply contract will incorporate consumables, training, warranty and maintenance for the equipment. We are looking for a packaged supply proposal that provides best value for money for our fixed budget of $120,000. 1. DESKTOP SCANNING ELECTRON MICROSCOPE 2. A GOLD COATER 3. FLEXIBLE STAGE 4. COMPUTERISED CONTROL SYSTEM We do not want X-ray analysis",Awarded,,20201117 Landcare Research,17163213,Request for Proposals,Open Competition,Dunedin Site Lighting Refit,911764-0027,20160204,20160318,20170201,,Sole Agency,No,,"This is an opportunity for suppliers to deliver a refit of our office lighting fixtures (including the external lighting) with appropriate LED lighting including sensor lighting in the corridors and the public stairways and a lighting feature in the foyer. As we anticipate a reduction in our current fittings of around 33% to an expected 150 units we are looking for a proposal that provides best value for money, including removal of the existing fittings, for our fixed budget of $30,000.",Awarded,,20201117 Landcare Research,17839018,Request for Proposals,Open Competition,Landcare Research Tamaki Site Replacement of HVAC Plant,911759-0038,20160912,20161011,20170124,,Sole Agency,No,,"The existing roof mounted air handling units and associated heat pumps serving the Landcare Research New Zealand Limited laboratory building in St Johns, Auckland are to be replaced. The building houses high containment laboratories which need to operate continuously during the week and be available to operate within 8 hours at the weekend. Landcare Research New Zealand Limited is looking for a building services contractor to manage and install the new plant and equipment and distribution systems. The works include all associated electrical for mechanical services, controls, builders work, seismic restraints and a new access walkway. Your organisation will need to have a good track record in the management and implementation of projects of this nature and be able to demonstrate capability and capacity to deliver to programme, cost and quality. The objective of this project is to replace existing roof mounted HVAC plant and equipment which is currently serving a fully operational occupied building. Strict attention to Health & Safety is fundamental to the success of this objective. Part of the building is occupied by the Ministry of Primary Industries (MPI). MPI undertake research into biological risks and may be called upon to respond to a potential biological outbreak at any time. In practical terms this means that during any outbreak, MPI???s physical containment laboratories need to be fully operational and associated HVAC containment systems cannot be shut down. Shutdowns will be planned during non-outbreak periods at weekends with a 8 hour constraint. This means that if a biological outbreak incident is confirmed, associated HVAC systems need to be fully operational within 8 hours of the outbreak notification. Existing HVAC systems cannot therefore be removed until the new replacement systems have been fully tested and commissioned. During testing and commissioning of the new HVAC systems the existing systems need to be able to be operated at short notice. In the event of an outbreak a joint decision will be made whether to either complete the plant changeover or revert back to the original existing plant.",Not Awarded,No conforming tenders received,20201117 Landcare Research,18321764,Request for Tenders,Open Competition,Supply and Installation of Pass through Autoclave,911763-0144,20170125,20170215,20170308,,Sole Agency,No,,"What we need Supply and installation of a steam heated pass through autoclave of approximately 450L for a PC2 laboratory. When the autoclave is not in use the steam heater is able to be used to supply steam to a 400L waste water calorifier. Removal and disposal of the current autoclave is also required.",Awarded,,20201117 Landcare Research,18351641,Request for Quotations,Open Competition,Field Metabolism Analyser,911795-0076,20170202,20170228,20170614,,Sole Agency,No,,,Awarded,,20201117 Landcare Research,18398135,Request for Proposals,Open Competition,Open Nucleic Extraction System,911793-0115,20170220,20170315,20170510,,Sole Agency,No,,,Awarded,,20201117 Landcare Research,18404731,Request for Quotations,Open Competition,Landcare Research Auckland Site Acoutstic Remediation,911759- 0105,20170306,20170331,20170404,,Sole Agency,No,"Private Bag 92170, AUCKLAND MAIL CENTRE","To supply and install suspended acoustic ceiling panels to lower and upper level open plan office area to reduce noise levels within the open plan area. Depending on the suppliers capability, there is opportunity to combine this work with the internal glass replacement (involve replacing existing glass in the following areas 2 x breakout rooms, 1 meeting room and front of office, with a sound reducing laminated glass or double glazing of these windows).",Awarded,,20201117 Landcare Research,18439849,Request for Quotations,Open Competition,Landcare Research Auckland Interior Replacement Glazing,911759-0105,20170306,20170331,20170404,,Sole Agency,No,"Private Bag 92170, Auckland Mail Centre 1142","To replacing existing glass in the following areas 2 x breakout rooms, 1 meeting room and front of office, with a sound reducing laminated glass or double glazing of these windows in the open plan area. Depending on the suppliers capability, there is opportunity to combine this work with the acoustic ceiling panels (supply and install suspended acoustic ceiling panels to lower and upper level open plan office area to reduce noise levels within the open plan area ).",Awarded,,20201117 Landcare Research,18583365,Request for Quotations,Closed Competition,PN HVAC Replacement Third Floor,911761-0059,20170511,20170602,20170808,,Sole Agency,No,,"The existing roof mounted air handling units and associated heat pumps serving the third floor of the Landcare Research New Zealand Limited building in Palmerston North, are to be replaced. The objective of this project is to remove and replace existing roof mounted HVAC plant and equipment. This floor also houses our Server Room, which has its own HVAC system, and operates 24/7. The Server Room HVAC is not part of this project, however this must be taken into account when removing existing Systems, and installation of the new Systems. Landcare Research New Zealand Limited is a Crown Research Institute (CRI) whose core purpose is to drive innovation in the management of terrestrial biodiversity and land resources Landcare Research is looking for credible providers who have the capability, experience and infrastructure to deliver the new air handling system for their research building in Palmerston North The successful Contractor must have robust and well documented Health and Safety Systems with excellent Accident Reporting Procedures and records. The successful Contractor must be locally based with an efficient after hours and emergency call out service using qualified local personnel",Awarded,,20201117 Landcare Research,18666341,Request for Quotations,Closed Competition,Palmerston North Site Roof recoat/replacement,579341-3361,20170516,20170530,20170912,,Sole Agency,No,,The existing Butynol roof at Landcare Research???s Palmerston North site requires recoating/replacement with Butynol or an alternative superior or equivalent product.,Not Awarded,"No responses lodged via GETS. Two responders via email - evaluated using RFP weighted evaluation criteria and National Decorators selected",20201117 Landcare Research,18667590,Request for Quotations,Closed Competition,Roof Replacement Hamilton,579321 3361,20170517,20170530,20170912,,Sole Agency,No,,The existing Butynol roof at Landcare Research???s Hamilton site requires recoating/replacement with Butynol or an alternative superior or equivalent product.,Not Awarded,No responses received via GETS due to technical hitches. Two good quality responses received - National Decorators & Andrews Property Services (APS). Awarded to Andrews Property Services after evaluation using the stated RFQ criteria,20201117 Landcare Research,18806976,Request for Quotations,Closed Competition,RO and UP Water System Landcare Research Hamilton Laboratories,,20170705,20170713,20170912,,Sole Agency,No,,,Awarded,Evaluated using weighted criterion - Micronz was the clear winner amongst three high quality responses.,20201117 Landcare Research,18896031,Request for Quotations,Open Competition,PN Ceiling tiles Third Floor,911761 0062,20170818,20170912,20171013,,Sole Agency,No,,"The existing ceiling tiles need to be removed, re-battening of the ceiling and a refit of new ceiling tiles post installation of the replacement Heating and Ventilation System on the third floor of the Landcare Research Building on Riddet Road, Palmerston North. It is essential to work with Landcare Research and the contractor commissioned to do the HVAC refurbishment to minimise the disruption to the staff located on this floor. The HVAC system replacement is at this stage anticipated to start early to mid October -",Awarded,,20201117 Landcare Research,18923933,Request for Proposals,Open Competition,Lincoln Redevelopment Project Management Services,,20170817,20170915,20171205,,Sole Agency,No,,"Landcare Research is seeking to appoint project management services responsible for the design, planning and management of the Landcare Research Redevelopment project at their Lincoln site. The redevelopment will include demolition of the existing Godley building, construction of a larger new building on the footprint of the Godley complex, including a new enclosed connecting structure that links Godley to the Fleming building. The new facility will largely consist of office and collaboration spaces, and has an approximate construction value of $12 million. This RFP relates to the purchase of project management consultancy services including, but not necessarily limited to, the following areas: ??? Project management Undertake regular reporting on cost, programme, scope, key issues, risk, etc. Procurement, contract administration and observation. Lead activities to engage and administer contracts for consultant team for design services and construction contractor(s), on behalf of Landcare Research. ??? Scope development Lead activities to refine and develop the scope of the project from the master plan through to tender /consent / construction documentation ??? Consenting Lead activities to obtain all necessary consents ??? Stakeholder liaison Act as client requirements champion through design development and construction to preserve master plan objectives Take the lead on liaison with internal (and external) stakeholders and ensure parties are informed through a communications plan aligned with organisational goals. This may include coordinating internal workshops to ensure operational continuity and changes relating to new ways of working.",Awarded,,20201117 Landcare Research,19006897,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP - Structural,,20170914,20171005,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Structural consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Structural Engineering services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19030590,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP - Civil & Infrastructure,,20170914,20171006,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Civil & Infrastructure consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Civil & Infrastructure Engineering services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19030648,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP Resource Consent Planning,,20170914,20171005,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Resource Consent Planning consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide resource consent planning consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Resource Consent Planning services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19030702,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP Quantity Surveyor,,20170914,20171009,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Quantity Surveyor consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the Lincoln redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Quantity Surveyor Services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19031036,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP - Fire Engineering,,20170914,20171006,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Fire Engineering consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Fire Engineering services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19031752,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP - Mechanical & Hydraulic,,20170914,20171005,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Building Services: Mechanical & Hydraulic consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Mechanical & Hydraulic Engineering services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19031762,Request for Proposals,Closed Competition,Lincoln Redevelopment Consultant Services RfP - Electrical Ancillary,,20170914,20171006,20180214,,Sole Agency,No,,"Congratulations! Following an evaluation of our recent (August) Design Consultant Services ROI, you have been selected to our shortlist and are now invited to submit a proposal for Building Services Engineering: Electrical & Ancillary consultancy services in relation to the Landcare Research Lincoln Redevelopment project. As a result of completion of the plan referred to in the earlier Registration of Interest (ROI) process, Landcare Research now seek to appoint a team to provide consultant services for the redevelopment project at the Lincoln Landcare Research site. The appointed team will be required to take the proposed Landcare Research Lincoln Redevelopment from briefing and concept design through to completion of construction and handover. This Request for Proposal is for Electrical and Ancillary Engineering services for the project. We seek to secure the services of a credible provider with capability, experience and availability to deliver this programme of work to a high standard and in a cost effective way. A good track record and proven capability in the implementation of similar programmes of work within the Christchurch market are important to us.",Awarded,,20201117 Landcare Research,19043200,Request for Quotations,Open Competition,Janus platform dust cover,911793-0121,20170920,20171017,20171122,,Sole Agency,No,,"Manaaki Whenua Landcare Research invites suppliers to quote for the delivery and installation of a dust cover for our Janus liquid handling robot. This will require a bespoke design and a visit to Lincoln site (Canterbury) to assess the requirements for the dust cover. The unit will need to be designed to be easily cleaned and constructed out of materials resistant to common chemical cleaners (ethanol, soap, bleach). It will also require a large frontage to allow for easy access to the robot system.",Awarded,,20201117 Landcare Research,19128329,Request for Quotations,Open Competition,-150 ULT freezer,911782-0112,20171013,20171110,20180209,,Sole Agency,No,,Manaaki Whenua Landcare Research invites suppliers to quote for the delivery and installation (if required) of a -150??C ULT freezer. The freezer should maintain samples at ultra-low temperatures to maintain their viability. Refrigerants are required to have low effect CFC or no CFC???s and the freezer should have a battery backup to maintain settings in the event of power failure. Plug will preferably be a normal 10A plug. We are seeking quotes that offer the best value-for-money over the whole-of-life of the unit.,Awarded,,20201117 Landcare Research,19128520,Request for Quotations,Open Competition,-80 ULT freezer,911782-0100,20171013,20171110,20180201,,Sole Agency,No,,"Manaaki Whenua Landcare Research invites suppliers to quote for the delivery and installation (if required) of one -80 Freezer. The freezer should maintain samples at ultra- low temperatures to maintain their viability and have a vacuum release vent, low effect CFC or no CFC???s present in the refrigerant. We also request that the supplier be able to provide shelving units for 3 inch cardboard storage boxes and that the freezer be able to utilise our current shelving units for 2 inch cardboard boxes. Plug will preferably be a normal plug, no high amps or voltage required. The deadline for quotes is 10/11/2017. Your quote must remain open for acceptance for 60 days from this deadline. Please submit your quote via GETS.",Awarded,,20201117 Landcare Research,19129145,Request for Quotations,Open Competition,Electronic Fyrite,911782-0114,20171013,20171109,20180409,,Sole Agency,No,,"Manaaki Whenua, Landcare Research invites suppliers to quote for the delivery of an electronic fyrite (machine capable of measuring CO2 concentrations in CO2 incubators). We require the fyrite to be delivered to Manaaki Whenua, Landcare Research, 54 Gerald Street, Lincoln, 7608, Canterbury by the beginning of June 2018. Payment will be on the successful delivery of the equipment. These are our requirements. We are seeking quotes that offer the best value-for-money over the whole-of-life of the contract.",Awarded,"Apologies for the delay. Regards, Anja",20201117 Landcare Research,19148918,Request for Quotations,Open Competition,Cooled CO2 Incubator,911782-0113,20171020,20171116,20180409,,Sole Agency,No,,"Manaaki Whenua invites suppliers to quote for the delivery of a cooled CO2 incubator. The incubator is required to maintain samples at 10-15 degrees Celsius below ambient temperature, preferably down to 4??C, with a range of CO2 concentrations. This unit is required to be free standing and the refrigerant to be CFC free. It must be able to run on 240V mains power We require the incubator to be delivered and installed at Manaaki Whenua Landcare Research Ltd, 54 Gerald Street, Lincoln, 7608, Canterbury. This is required to be completed by the end of May 2018. Payment will be on successful delivery and installation. These are our requirements. We are seeking quotes that offer the best value-for-money over the whole-of-life of the contract. Defect liability period 1year minimum.",Awarded,"Apologies for the delay. Regards, Anja",20201117 Landcare Research,19404956,Request for Tenders,Open Competition,Lab Security Access,911759-0110,20180208,20180221,20180419,,All of Government,No,,"This project is for supply and install of a number security readers for site labs, this has to be integrated into our existing system - Tecom Chllenger v.8. and swipe cards. This tender is to include all associated work to this project, wiring etc, to provide secure access to our site labs. Warrantee is required for all work undertaken, goods supplied and integration into existing system. Company H&S policies and Indemnity insurance must be included. A site visit is recommended prior to submitting tender, please phone and arrange a time for this. The site is to be left clean, tidy and all rubbish/packaging taken removed form site.",Awarded,"Awarding of the contract was based on 2 separate evaluations processes, 1 on the tender documents provided and the information in these documents and the 2 on price. Combined these 2 evaluations were used to award the contract to the winning company. Several companies did not provide all the information requested in the RFQ and were evaluated accordingly. All companies did site visits and had knowledge to the Tecom system.",20201117 Landcare Research,19410634,Request for Quotations,Open Competition,Light Utility Vehicle (side by side) and Off-Road Two Wheeler Procurement 911760-0046,911760-0046,20180131,20180223,20180817,,Sole Agency,No,,"Evaluate and purchase LUV and two wheel motor bikes for location at our following sites; Lincoln, Alexandra, Palmerston North, Hamilton.",Awarded,,20201117 Landcare Research,19464547,Request for Quotations,Open Competition,Replacement Lock System,911764-0031,20180220,20180319,20180420,,Sole Agency,No,,"A replacement lock system, tubular mortice latch suitable for high traffic areas with multiple access method that can be managed by a number of platforms and provides an audit trail.",Awarded,,20201117 Landcare Research,19539409,Request for Proposals,Open Competition,Gas Chromatograph and Auto-Sampler,911792-0123,20180316,20180427,20180806,,Sole Agency,No,,"We require a Gas Chromatograph (GC) that can measure concentrations of nitrous oxide, methane and carbon dioxide. We also require an auto-sampler attached to the GC that can deliver 200 plus gas samples to the GC.",Not Awarded,,20201117 Landcare Research,19587236,Request for Quotations,Open Competition,Automated Security Gate,911764-0032,20180329,20180420,20180716,,Sole Agency,No,,"We are seeking a automatic security gate that can be remotely controlled for the northern entrance to our site. The gate space is 3 meters with 1.5-meter adjacent fence space on either side if required. The gate system must be compatible with the SMARTair wall reader lock. We require this gate to be installed on our site at 764 Cumberland Street Dunedin.",Not Awarded,Received independently to GETS,20201117 Landcare Research,19739212,Request for Proposals,Open Competition,Field Storage Facility,,20180517,20180608,20180716,,Sole Agency,No,,"This procurement relates to the design and build, including project management, of a warehouse type building, adjacent to our current fleet vehicle parking compound",Not Awarded,received independent to GETS system- Widespan SI Ltd,20201117 Landcare Research,20073366,Request for Proposals,Closed Competition,Wireless Network Replacement,,20180827,20180928,20190107,,Sole Agency,No,Tender Box Wireless Network Replacment RFP Chris Bulovic - CSS Manager Manaaki Whenua Landcare Research P O Box 69040 Lincoln 7640,"Manaaki Whenua Landcare Research are going through a period of IT infrastructure renewals. MWLR currently utilize a Wireless Network solution that is end of life. We would like to invest in a new Wi-Fi network that provides greater coverage, throughput and experience. In addition to this, we are encouraging simplification of the Wi-Fi network, making it easier to access the internet where no internal resources are required. We are not looking to necessarily re-establish our current configuration but are seeking to leverage industry knowledge and experience to ensure a user friendly, accessible wireless infrastructure that supports mobility and performance.",Not Awarded,,20201117 Landcare Research,20259124,Request for Proposals,Open Competition,Lincoln Redevelopment - Building Demolition,,20181008,20181030,20181205,,Sole Agency,No,N/A,Manaaki Whenua Landcare Research (MWLR) are seeking to appoint a contractor to demolish two large wings of the two-story Godley Building at the Lincoln MWLR campus. The building is to be demolished to make way for a new building on the same site. Demolition is targeted to begin in December 2018 and to be completed in February 2019.,Awarded,,20201117 Landcare Research,20306190,Request for Quotations,Closed Competition,Research Microscope Procurement,911794-0147,20181019,20181109,20181221,,Sole Agency,No,,"Manaaki Whenua Landcare Research is seeking to purchase a new Microscope to provide researchers, visitors and student a research microscope with DIC, Camera and Drawing Tube for shared use by Acarologists, Nematologists and entomologists at NZAC.",Awarded,,20201117 Landcare Research,20400437,Request for Quotations,Closed Competition,Real time PCR machine for measuring qPCR reactions,,20181109,20181127,20190107,,Sole Agency,No,,"Manaaki Whenua ??? Landcare Research (MWLR) would like to invite interested parties to submit a quote to supply a Real time PCR machine for the measurement of qPCR reactions. A real-time PCR machine that is capable of measuring samples in 96 well and 384 well plate format. Must have the ability to multiplex, run fast PCR reactions, do temperature gradients and HRM. We also require a low maintenance machine that can work with the plasticware found within the GEM laboratory. LED lighting is preferable with a moveable reader head. Low well to well temperature variation is sought and fast plate reading capability with the option to perform FRET analysis. Software must be user friendly and have no licence restrictions. Needs to operate in Windows 10 and Office 365",Awarded,,20201117 Landcorp Farming Ltd,659346,Request for Proposals,Open Competition,"Supply of Insecticides, Herbicides and Associated Services - Old GETS ref# 42904",T18,20140724,20140903,20190527,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Landcorp Farming is seeking proposals from suitably qualified suppliers of agricultural chemicals for supply to its nationwide network of livestock and dairy farms. In addition, suppliers will also need to undertake a cycle of regular farm visits, providing advice and recommendations to farm management and call reporting to Landcorp agronomists. Apart from satisfying Landcorp's commercial and technical requirements, tenderers must be able to demonstrate a significant commitment to health and safety, as well as to the reduction of negative environmental effects by their products.",Not Awarded,,20201117 Landcorp Farming Ltd,11523280,Request for Proposals,Open Competition,Time and Attendance Solution,LC_018,20150501,20150529,20190527,,Sole Agency,No,"Level 1, 15 Allen Street, Te Aro, Wellington",Landcorp Farming wishes to source a time and attendance solution for use on its 137 farms throughout New Zealand.,Awarded,,20201117 Landcorp Farming Ltd,12613547,Request for Proposals,Open Competition,Supply of Artifical Breeding Services,LC_020,20150604,20150624,20170822,,,No,,"Landcorp Farming seeks to appoint a contracted supplier for supply of bull semen to its dairy cow herd and associated technical on-farm services. Landcorp manages or owns 62 dairy farms from Kaitaia in the north to Balclutha in the south. Total herd size is 48,000. Landcorp is looking for suppliers with proven expertise and understanding of the local rural sector, who has national coverage for delivering the range of on-farm services required.",Not Awarded,Livestock Improvement Corporation.,20201117 Landcorp Farming Ltd,13439530,Request for Proposals,Open Competition,Supply of Ear Tags and Tag Applicator Equipment,LC_22,20150629,20150717,20190527,,Sole Agency,No,,Landcorp Farming Ltd wishes to enter into a formal supply agreement for ear tags and applicator equipment to service its 137 farms across New Zealand.,Not Awarded,,20201117 Landcorp Farming Ltd,17165770,Request for Quotations,Closed Competition,Employee Engagement Tool,LC_23_02,20160205,20160219,20160329,,Sole Agency,No,,"Landcorp Farming is going to develop a Landcorp wide measure of engagement, as a key metric in our People & Safety dashboard. However, rather than conducting an annual engagement survey, we would like to move towards a more integrated and real-time approach to measuring and driving high levels of employee commitment and passion. We wish to position engagement as a continuous part of the business strategy, and employ a measurement approach that gives us the information to make business decisions throughout the year.",Not Awarded,,20201117 Landcorp Farming Ltd,17271368,Request for Quotations,Closed Competition,Fire Safety Products,,20160303,20160321,20170907,,Sole Agency,No,,,Awarded,,20201117 Landcorp Farming Ltd,17490746,Request for Proposals,Open Competition,Rural Connectivity to Landcorp Farm Offices,LC_27,20160506,20160617,20170622,,Sole Agency,No,,"Landcorp has embraced technology as the enabler to reach our purpose and business outcomes.Reliable and usable internet connectivity to our farm office is the back bone to ensuring this technology is adopted and used to its maximum potential. Landcorp???s farms are located in some of the most remote locations in New Zealand. Over the last five years we have ensured that broadband connections are available to all our farm offices as these connections move from a ???nice to have??? to a business critical farming tool that farms interact with multiple times a day. We need to provide the next generation of technology to those farms ensuring all farm staff have ready available resilient internet access be it a wireless or wired connection. We will be providing a supplier briefing at 9.30am, Wednesday 11 May at our office in Wellington. Please confirm attendance to the contact person.",Not Awarded,,20201117 Landcorp Farming Ltd,17536799,Request for Proposals,Closed Competition,Staff development training RFP,LC_25_02,20160520,20160608,20160720,,Sole Agency,No,,"We need to develop two training courses that will equip staff at 2IC level and below with the key skills, knowledge and attributes to successfully deliver our strategy. These will help ensure they???re effective in their current roles and help prepare them for future roles, including Farm Manager, within the organisation. Staff range from school leavers with no farming experience (Shepherd Generals, Dairy Assistants), through to mature individuals with 10 plus years??? experience in farming or other industries so the training will need to cater to this wide range. We would like to hold supplier presentations. We have scheduled these on the 15th/16th of June, over the next week I will contact you again to arrange these. If these dates don???t work for you please let me know now.",Awarded,,20201117 Landcorp Farming Ltd,17618399,Request for Proposals,Open Competition,Shearing Services,,20160628,20160729,20160927,,Sole Agency,No,"Landcorp Farming Ltd, PO Box 5349, Wellington Attn: Olivia Tuatoko",,Not Awarded,,20201117 Landcorp Farming Ltd,17646013,Request for Proposals,Open Competition,Aerial Spraying of Herbicides & Pesticides on Landcorp leased areas on the Wairakei estate,,20160630,20160722,20160812,,Sole Agency,No,"Landcorp Farming Ltd, 15 Allen Street, Wellington",,Not Awarded,Contract awarded.,20201117 Landcorp Farming Ltd,17688088,Request for Proposals,Open Competition,Landcorp Fertiliser RFP,LC_28,20161026,20161212,20170622,,Sole Agency,No,"Landcorp Farming Limited, Level 2, 15 Allen Street, Wellington 6145","Landcorp Farming Limited (LFL) is looking for a credible provider who has the capability, experience and infrastructure to deliver and support a fertiliser solution to our farms throughout New Zealand. As an organisation we own and/or manage around 140 farms, we require a provider who can supply the necessary product at the right time, right place and at the right quantity to our coverage zones, as well as provide us systems and information that will provide us quality data to allow us to make informed decisions, and to simplify the plan to application process. Landcorp is a State-Owned Enterprise and New Zealand’s largest farming organisation, with around 140 farms. Farms are either owned or leased, where Landcorp has either share-milking or farm management arrangements, and are located from Kaitaia to Te Anau, a mix of dairy, sheep, beef and deer. With the mission to ‘Transform New Zealand Farming’, Landcorp is driving an ambitious strategy involving sustainable use of resources, continuous improvement in its farms, and the investment in value chain initiatives under the ‘Pāmu’ brand. ‘Pāmu’ simply means ‘to farm’ and reflects the provenance and quality of Landcorp’s products and its commitment to the kaitiaki of the land, animals and people that it manages. Farm inputs like fertiliser play a key role due to impact on our final product when it leaves our farm gate. For this, we require consistency of product and service across our network.  ",Awarded,,20201117 Landcorp Farming Ltd,17694807,Request for Proposals,Closed Competition,"Supply of Residential Housing (Wairakei Estate, Taupo)",LC-80,20160714,20160801,20161019,,Sole Agency,No,"Landcorp Farming Ltd, Atten: Olivia Tuatoko, 15 Allen Street, Wellington","RFP deals with the construction of seven dwellings, although there is scope for future housing development work over the coming years as the development progresses. The development is time critical with all dwellings required to be completed within the assigned timeline to provide residential accommodation for staff as new farms become operational.",Not Awarded,Awarded,20201117 Landcorp Farming Ltd,17711390,Request for Proposals,Open Competition,Silage Services in the Wairakei Estate,LC - 84,20160720,20160810,20160905,,Sole Agency,No,"Attn: Olivia Tuatoko, Landcorp Farming PO Box 5349, Wellington 6145",Requirement of a farm contractor of silage services.,Not Awarded,Contract awarded to successful tenderer,20201117 Landcorp Farming Ltd,17812913,Request for Proposals,Open Competition,Cultivation and Direct Drilling - Wharekopae Farm,LC - 86,20160822,20160906,20160921,,Sole Agency,No,"Attn: Olivia Tuatoko. Landcorp Farming Ltd, 15 Allen Street, Wellington",Provision of Cultivation and direct drilling services for Wharekopae farm in Gisborne,Not Awarded,,20201117 Landcorp Farming Ltd,17854494,Request for Proposals,Open Competition,Building Supplies,LC-78,20160902,20160929,20170822,,Sole Agency,No,"Landcorp Farming Limited, PO Box 5349, Wellington 6145 Attn: Olivia Tuatoko",The sale and distribution of building supplies to all Landcorp sites throughout NZ.,Not Awarded,Placemakers.,20201117 Landcorp Farming Ltd,18583859,Request for Proposals,Open Competition,Calf Nutrition Solution,LFL-0038-2017,20170420,20170515,20170814,,Sole Agency,No,,"Landcorp Farming recognises the part that effective nutrition plays in ensuring calf health and later productivity. We wish to identify and select suitably-qualified suppliers for the supply of calf nutrition products, specifically calf meal and calf milk replacer (CMR) to our dairy farms across the country. We are broadening our customer offers, so we want to hear from suppliers with organic, non-GMO and wholly New Zealand-sourced options as well.",Awarded,,20201117 Landcorp Farming Ltd,18949304,Request for Proposals,Open Competition,"Supply of Cropping, Balage, Silage at Landcorp Wingpoint and Wairio",LFL-0040-2017,20170822,20170911,20190527,,Sole Agency,No,,"Landcorp invites all interested suppliers to respond to this Request for Proposal for the supply of silage, balage and cropping services, (includes Hay, Maize and Cereal Silages). To be delivered on Wingpoint and Wairio Farms in Featherston. Our contractors must have sufficient proven experience and capability to deliver services that meet the current needs of the farm, have flexibility to grow, are scalable and can develop with the farms to future proof our business. You must also be able to demonstrate your commitment to and health and safety.",Not Awarded,,20201117 Landcorp Farming Ltd,19032797,Request for Quotations,Open Competition,Residential Housing for Raurimu Farm,,20170915,20171011,20190527,,Sole Agency,No,,"Landcorp Farming Limited invites credible organisations to submit proposals for the construction of a single 3 bedroom dwelling to Raurimu Station, National Park. The development is time critical with this dwelling required to be completed within the assigned timeline to provide residential accommodation for staff as there are no further housing options on farm.",Not Awarded,,20201117 Landcorp Farming Ltd,19192025,Request for Quotations,Open Competition,Video-conferencing Solution,LFL-0040-2017,20171101,20171122,20190527,,Sole Agency,No,,"Landcorp wishes to upgrade its video-conferencing equipment in its Wellington Boardroom to provide a reliable, high quality experience for our users.",Not Awarded,,20201117 Landcorp Farming Ltd,19366325,Request for Proposals,Open Competition,"Silage, Bailage & Cropping Services for the Moutoa Complex",LFL-0043-2017,20180115,20180209,20180327,,Sole Agency,No,,"P??mu (Landcorp) is constantly looking to source the highest quality Silage, Bailage and Cropping Services for our farms. For this RFP we require a sole supplier of these services at Moutoa Complex in Manawatu. P??mu is seeking suppliers who can provide the following: . Kaitiakitanga ??? We take our role as guardians and stewards of the land seriously, and we look to our suppliers to work with us in lowering P??mu???s environmental foot print by identifying and reducing harmful environmental impacts in their work. . Innovation and Flexibility in a Dynamic Operational Environment ??? Our farmers are operating in an ever changing environment and they need to adapt on the fly to cope with whatever situation is at hand. We need our suppliers to bring that same level of innovation and flexibility to the table when they???re working with us. . Open Tripartite Communication ??? This work will require continuous and open communication between the Farm Manager, the Supplier and all other interested stakeholders. . Integrity in Business Practices ??? We strive for honest and open business practices across all that we do, and we demand the same from our suppliers.",Awarded,,20201117 Landcorp Farming Ltd,19531444,Request for Proposals,Open Competition,RFP for Insulation Statements & Maintenance Reports,LFL-0003-2018,20180313,20180411,20180525,,Sole Agency,No,,"We are undergoing a process to ensure that we meet our obligations under the Residential Tenancies Act. To this end we are looking for a suitably qualified supplier to provide us with comprehensive insulation statements across our Gisborne and Hawkes Bay based properties that will allow us to make informed decisions on planning a program of work to become compliant by the due date. For certain properties in the aforementioned range, we will also be looking to procure maintenance reports which will allow us to build future focused maintenance plans.",Awarded,,20201117 Landcorp Farming Ltd,19714526,Request for Proposals,Open Competition,Supply of Livestock Cartage & Spreading Services,LFL-0040-2018,20180510,20180608,20180926,,Sole Agency,No,,"P??mu Farms of New Zealand (also known as Landcorp Farming) invite proposals from interested parties for the supply of livestock cartage and fertiliser, whey and lime spreading on our dairy and livestock farms in and around the Reporoa and Taupo areas.",Awarded,,20201117 Landcorp Farming Ltd,19887897,Request for Proposals,Open Competition,"RFP for Silage, Baleage and Cropping Panels for the Te Anau Basin",LFL-2018,20180709,20180724,20190527,,Sole Agency,No,,"P??mu is constantly looking to source the highest quality Silage, Baleage and Cropping Services for our farms. For this RFP we are looking to establish panels, one for Silage and Baleage and one for Cropping, for our farms in the Te Anau Basin. Suppliers will be selected for either panel based upon the criteria listed in the RFP. Panels will be structured to ensure there is enough capacity to service all requirements on our farms. Note that being selected for the panel does not guarantee any engagement for work. Following the release of the panel to our farms, the individual farm managers will indicate their preferred suppliers, based upon price and technology offering, and will proceed to engage them for the coming season as outlined in the RFP.",Awarded,,20201117 Landcorp Farming Ltd,19935077,Request for Proposals,Open Competition,RFP for Cropping for Dawson Downs Farm,LFL-2018,20180723,20180803,20190312,,Sole Agency,No,,"This procurement relates to the delivery of cropping services at Dawson Downs Farm (141 Damsteegt Road, R.D. 3, Balclutha). This contract has come up for renewal, and under our obligations from the Government Rules of Sourcing we are looking to test the market to ensure we are receiving the highest quality services for our farms. The objectives of this procurement process are: ??? Modern, fit for purpose and environmentally sound cropping services ; with ??? All legislative and P??mu specific Health & Safety requirements being met or exceeded.",Awarded,,20201117 Landcorp Farming Ltd,19935655,Request for Proposals,Open Competition,RFP for Cropping at Aratiatia Farm,LFL-2018,20180723,20180803,20190312,,Sole Agency,No,,"This procurement relates to the delivery of cropping services at Aratiatia Farm in the Central Plateau (212 View Road, R.D. 2, Taupo). This contract has come up for renewal, and under our obligations from the Government Rules of Sourcing we are looking to test the market to ensure we are receiving the highest quality services for our farms. The objectives of this procurement process are: ??? Modern, fit for purpose and environmentally sound cropping services ; with ??? All legislative and P??mu specific Health & Safety requirements being met or exceeded.",Awarded,,20201117 Landcorp Farming Ltd,19968848,Request for Proposals,Open Competition,Supply of Dairy Hygiene solutions,LFL-0039-2018,20180731,20180904,20190417,,Sole Agency,No,,"Landcorp Farming Ltd (P??mu) seeks proposals for the supply of dairy shed acid and alkali washes and sanitisers, teat sprays and bloat control products to our dairy farms. The successful supplier will have a strong track record within the industry, as well as being able to demonstrate an ability to innovate, both in terms of products and processes. Finally the successful supplier will have the staff capability to add value at farm level in terms of training and support.",Awarded,,20201117 Landcorp Farming Ltd,20828087,Request for Proposals,Open Competition,RFP for Medical Insurance for Staff,,20190313,20190408,20190527,,Sole Agency,No,,"As part of our employee value proposition P??mu currently provides, at its own expense, Medical Insurance for staff. We want to ensure our staff are receiving the medical coverage that best meets their individual and collective needs, whilst also ensuring that P??mu is getting value for money out of their annual Health Insurance spend. Please read through the RFP document carefully. We highly recommend registering for a briefing session.",Awarded,,20201117 Landcorp Farming Ltd,20871926,Request for Proposals,Open Competition,Apiary Licences,,20190325,20190417,20190527,,Sole Agency,No,,"Pamu is looking for a commercial partner to take on a portfolio of apiary licences for 15 farms spanning Northland and the East Coast of the North Island. The partner will have the capability, expertise and infrastructure to take on the entire portfolio of licences - there is no opportunity to ""cherry pick"" individual licences. Potential partners will need to demonstrate a strong record in health and safety and implementation of apiary services.",Awarded,,20201117 Land Information New Zealand,436592,Request for Proposals,Open Competition,LINZ Location Information Service (LIS) Visualisation Tool - Old GETS ref# 42743,,20140704,20140811,20150914,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"In this Request for Proposal (RFP), LINZ seeks proposals from Service Providers to deliver a visualisation tool for location information services.",Awarded,Historical award notice from old GETS system.,20201117 Land Information New Zealand,564436,Request for Proposals,Open Competition,Auckland Islands Hydro Surveying - Old GETS ref# 42481,,20140606,20140728,20150914,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"In this Request for Proposal (RFP), LINZ seeks proposals from Service Providers to deliver a Hydrographic Survey of the Auckland Islands in accordance with the project specification document attached as Appendix 1 of the proposed terms and conditions.",Awarded,Contract finalised with successful supplier 22 October 2014.,20201117 Land Information New Zealand,3090132,Request for Tenders,Open Competition,"Survey of Cora Lynn Station, Bealey, Canterbury for Tenure Review",,20140808,20140909,20141218,,On behalf of procurement agent,No,,"Quotable Value Limited (Rural Value) on behalf of Land Information New Zealand invites contractors to tender for the surveying of Cora Lynn pastoral lease. This is a contract for the survey of a high country station for tenure review and requires the contractor to be resourced as follows: ??? Proven experience and logistical skills relating to large rural and high country based cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Aptitude in researching and interpreting old survey records. ??? Ability to undertake e-surveys. ??? Adequate staff and resources to meet timelines. ??? Sound financial basis and able to withstand interruptions to contract. ??? Adequate and relevant technology ??? Appropriate Health and Safety Plan covering all aspects of the services including working in a subalpine environment ??? Appropriate quality assurance procedures ??? Training, proven experience and resources for 4WD use and working around helicopters ??? Knowledge of relevant tenure review legislation and the tenure review process. A full list of contractor requirements and ???Survey Evaluation Criteria??? is included in the attached Tender Document. An on-site inspection will take place on a date to be advised, please register your interest to attend with the Project Manager: Carolyne Latham Project Manager Quotable Value Limited (Rural Value) 62 Riccarton Rd PO Box 13-443 Christchurch 8141 DDI: (03) 343 9029 Mobile: 027 203 3567 Email: carolyne.latham@ruralvalue.co.nz Please download the attached Survey Tender Documentation and Survey Prescription for further details.",Awarded,Cora Lynn tenure review implementation survey tender awarded to Andersen & Associates Ltd,20201117 Land Information New Zealand,3091452,Request for Tenders,Open Competition,"Fencing of Cora Lynn Station, Bealey, Canterbury for Tenure Review",,20140808,20140909,20150223,,On behalf of procurement agent,No,,"Quotable Value Limited (Rural Value) on behalf of Land Information New Zealand invites contractors to tender for the fencing of Cora Lynn pastoral lease. This is a contract for high country hill fencing and requires the contractor to have proven experience fencing in the South Island High Country. Contractors should have the following resources and attributes: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, vehicles and communication systems ??? Must have demonstrated experience in tendering on a per metre basis for similar projects ??? Must have the financial stability to withstand contractual delays caused by environmental factors such as adverse weather conditions ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract (including, but not limited to the provision of fencing materials). ??? Must have an appropriate level of insurance cover for public liability and rural fire ??? Appropriate Health and Safety Plan covering all aspects of the services including working in a sub-alpine environment ??? Must have a site specific management protocol ??? Training, proven experience and resources for 4WD use and experience working around helicopters ??? Must be resourced with sufficient staff trained to work in alpine environment with the ability to read climatic conditions. Staff must also have alpine survival skills ??? Must be familiar with New Zealand Standards applicable to all materials supplied pursuant to the contract (as specified in the attached tender documentation) ??? Must have all relevant CAA Certificates if operating own helicopter or hiring ??? Must have undertaken an on-site inspection (prior to tendering) unless able to demonstrate familiarity with the particular sites and terrain involved A full list of contractor requirements and ???tender evaluation criteria??? is included in the attached Tender Document. An on-site inspection will take place on a date to be advised, please register your interest to attend with the Project Manager. Carolyne Latham Project Manager Quotable Value Limited (Rural Value) PO Box 13-443 Christchurch 8141 DDI: (03) 343 9029 Mobile: 027 203 3567 Email: carolyne.latham@ruralvalue.co.nz Further details are provided in the attached fencing tender documentation.",Awarded,Cora Lynn tenure review implementation fencing contract awarded to High Country Fencing Ltd,20201117 Land Information New Zealand,3614412,Request for Proposals,Closed Competition,Programme Manager for establishing a Maori Land Service_RFP,,20140819,20140917,20141023,,Cluster,No,N/A,"Te Puni K??kiri, the Ministry of Justice and LINZ are forming a joint agency Programme Management Office (PMO) to develop and implement new services that will be delivered through the three agencies. The PMO will have overall responsibility for delivering the range of projects needed to implement the review of TTW and for delivering jointly-owned briefing papers and budget bids. LINZ is leading the establishment of the joint PMO on behalf of all three agencies and will house the PMO in its Wellington office. This RFP is for a Programme Manager to lead the establishment of the PMO.",Awarded,Contract finalised with successful supplier 22 October 2014.,20201117 Land Information New Zealand,3730922,Request for Tenders,Open Competition,"Survey of Blue Mountain, Fairlie, South Canterbury for Tenure Review",,20140822,20140923,20141211,,On behalf of procurement agent,No,,"Quotable Value Limited (Rural Value) on behalf of Land Information New Zealand invites contractors to tender for the surveying of Blue Mountain pastoral lease. This is a contract for the survey of a high country station for tenure review and requires the contractor to be resourced as follow: ??? Proven experience and logistical skills relating to large rural and high country based cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Aptitude in researching and interpreting old survey records. ??? Ability to undertake e-surveys. ??? Adequate staff and resources to meet timelines. ??? Sound financial basis and able to withstand interruptions to contract. ??? Adequate and relevant technology ??? Appropriate Health and Safety Plan covering all aspects of the services including working in a subalpine environment ??? Appropriate quality assurance procedures ??? Training, proven experience and resources for 4WD use and working around helicopters ??? Knowledge of relevant tenure review legislation and the tenure review process. A full list of contractor requirements and ???Survey Evaluation Criteria??? is included in the attached Tender Documentation An on-site inspection will take place on a date to be advised, please register your interest to attend with the Project Manager. Attention: Carolyne Latham Project Manager Quotable Value Limited (Rural Value) PO Box 13-443 Christchurch 8141 DDI: (03) 343 9029 Mobile: 027 203 3567 Email: carolyne.latham@ruralvalue.co.nz Please download the attached Survey Tender Documentation and Survey Prescription for further details.",Awarded,Suvey for Blue Mountain tenure review survey awarded to C. Hughes & Associates,20201117 Land Information New Zealand,3730980,Request for Tenders,Open Competition,"Fencing of Blue Mountain, Fairlie, South Canterbury for Tenure Review",,20140822,20140923,20141218,,On behalf of procurement agent,No,,"Quotable Value Limited (Rural Value) on behalf of Land Information New Zealand invites contractors to tender for the fencing of Blue Mountain pastoral lease. This is a contract for high country hill fencing and requires the contractor to have proven experience fencing in the South Island High Country. Contractors should have the following resources and attributes: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, vehicles and communication systems ??? Must have demonstrated experience in tendering on a per metre basis for similar projects ??? Must have the financial stability to withstand contractual delays caused by environmental factors such as adverse weather conditions ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract (including, but not limited to the provision of fencing materials). ??? Must have an appropriate level of insurance cover for public liability and rural fire ??? Appropriate Health and Safety Plan covering all aspects of the services including working in a sub-alpine environment ??? Must have a site specific management protocol ??? Training, proven experience and resources for 4WD use and experience working around helicopters ??? Must be resourced with sufficient staff trained to work in alpine environment with the ability to read climatic conditions. Staff must also have alpine survival skills ??? Must be familiar with New Zealand Standards applicable to all materials supplied pursuant to the contract (as specified in the attached tender documentation) ??? Must have all relevant CAA Certificates if operating own helicopter or hiring ??? Must have undertaken an on-site inspection (prior to tendering) unless able to demonstrate familiarity with the particular sites and terrain involved A full list of contractor requirements and ???tender evaluation criteria??? is included in the attached Tender Documentation. An on-site inspection will take place on a date to be advised, please register your interest to attend with the Project Manager. Attention: Carolyne Latham Project Manager Quotable Value Limited (Rural Value) PO Box 13-443 Christchurch 8141 DDI: (03) 343 9029 Mobile: 027 203 3567 Email: carolyne.latham@ruralvalue.co.nz Further details are provided in the attached fencing tender documentation.",Awarded,Blue Mountain tenure review implementation fencing contract awarded to Ben Haugh Fencing Ltd - price band $400K-500K,20201117 Land Information New Zealand,4400093,Request for Tenders,Open Competition,"Fencing of Maryburn Station, Mackenzie District, Canterbury, for Tenure Review",,20140915,20141013,20141124,,On behalf of procurement agent,No,"Landward Management Ltd, Level 1, Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Maryburn Station, which is located approximately midway between Twizel and Lake Tekapo. Attached are the following documents which form part of this Invitation To Tender: Maryburn Fencing Tender Documentation Maryburn Station Tender Cover Letter Fencing Conditions of Tender TR 127 Maryburn Preimp Report sec 1-8 06032014 (Part 1) TR 127 Maryburn Preimp Report sec 9-10 06032014 (Part 2) TR 127 Maryburn Preimp Report sec 11 06032014 (Part 3) TR 127 Maryburn Preimp Report sec 12-14 06032014 (Part 4) All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,20201117 Land Information New Zealand,4805566,Request for Tenders,Open Competition,"Survey of Glenrock Station, Double Hill Run Road, Upper Rakaia for Tenure Review",916214-67,20141008,20141031,20141125,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin 9054","This is a contract for the survey of a high country station for tenure review requiring the contractor to be resourced as follows: ??? Must have proven experience and logistical skills with large rural cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Must be able to show aptitude in researching and interpreting old survey records. ??? Must have proven experience working in sub-alpine environments. ??? Must have staff trained and resourced to work in sub-alpine environment with ability to read climatic conditions and sub-alpine survival skills. ??? Must have proven experience working around helicopters in sub-alpine environment (if applicable) ??? Must have training, proven experience and resources for sub-alpine 4WD use. ??? Must have financial ability to withstand contractual delays caused by weather conditions. ??? Must have appropriate quality control protocols and procedures. ??? Must have a site specific risk management protocol. ??? Must have minimum $3 million Public Liability Insurance. Please download the attached letter, survey contract and supporting documents for further details.",Awarded,,20201117 Land Information New Zealand,5200585,Request for Tenders,Open Competition,"Fencing of Glenrock Station, Double Hill Run Road, Upper Rakaia for Tenure Review",916214.67F,20141008,20141031,20141127,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin 9054","This is a contract for high country fencing in an alpine environment requiring the contractor to be resourced as follows: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, staff and communications systems ??? Must have staff trained and resourced to work in an alpine environment with ability to read climatic conditions with alpine survival skills ??? Must have relevant qualifications and experience in the use of explosives ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract which is tendered on a per metre rate ??? Must have the financial stability to withstand contractual delays caused by weather conditions ??? Must be familiar with the New Zealand Standards applicable to all materials supplied pursuant to the contract ??? Must have appropriate quality control protocols and procedures ??? Must have a site specific risk management protocol ??? Must be able to demonstrate familiarity with the particular terrain involved Please download the attached letter, fencing contract and supporting documentation for further details.",Awarded,,20201117 Land Information New Zealand,5424584,Request for Tenders,Open Competition,"Surveying of Maryburn Station, Mackenzie district, Canterbury, for Tenure Review",,20141015,20141110,20141124,,On behalf of procurement agent,No,Attention: Graeme Franklyn Landward Management Limited Level 1 Guthrie House 426 Moray Place PO Box 5627 DUNEDIN 9058,"Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Maryburn Station, located approximately midway between Twizel and Lake Tekapo township. Attached are the following documents which form part of this Invitation To Tender: Maryburn Survey Tender Cover Letter Maryburn Survey Tender Documentation Conditions of Tender TR127 Maryburn Pre-implementation Report (Parts 1 to 4) Maryburn - QWB Report ??? 20070708 Maryburn Survey Prescription All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,20201117 Land Information New Zealand,5625111,Request for Tenders,Open Competition,"Survey of Kawarau Station/Mt Difficulty, 3km south of Bannockburn township, for Tenure Review",916214.66,20141104,20141128,20141223,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin 9054","Please refer to attached letter for details of site meeting. This is a contract for the survey of a high country station for tenure review requiring the contractor to be resourced as follows: ??? Must have proven experience and logistical skills with large rural cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Must be able to show aptitude in researching and interpreting old survey records. ??? Must have proven experience working in sub-alpine environments. ??? Must have staff trained and resourced to work in sub-alpine environment with ability to read climatic conditions and sub-alpine survival skills. ??? Must have proven experience working around helicopters in sub-alpine environment (if applicable) ??? Must have training, proven experience and resources for sub-alpine 4WD use. ??? Must have financial ability to withstand contractual delays caused by weather conditions. ??? Must have appropriate quality control protocols and procedures. ??? Must have a site specific risk management protocol. ??? Must have minimum $3 million Public Liability Insurance. Please download the attached letter, survey contract and supporting documents for further details.",Awarded,Survey contract awarded to C Hughes & Associates Limited,20201117 Land Information New Zealand,5625155,Request for Tenders,Open Competition,"Fencing of Kawarau Station/Mt Difficulty, 3km south of Bannockburn township, for Tenure Review",916214-66F,20141104,20141128,20141223,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin 9054","A site meeting has been arranged. Please refer to the attached letter for details. This is a contract for high country fencing in an alpine environment requiring the contractor to be resourced as follows: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, staff and communications systems ??? Must have staff trained and resourced to work in an alpine environment with ability to read climatic conditions with alpine survival skills ??? Must have relevant qualifications and experience in the use of explosives ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract which is tendered on a per metre rate ??? Must have the financial stability to withstand contractual delays caused by weather conditions ??? Must be familiar with the New Zealand Standards applicable to all materials supplied pursuant to the contract ??? Must have appropriate quality control protocols and procedures ??? Must have a site specific risk management protocol ??? Must be able to demonstrate familiarity with the particular terrain involved Please download the attached letter, fencing contract and supporting documentation for further details.",Awarded,Fencing contract awarded to Topline Fencing Limited,20201117 Land Information New Zealand,7463010,Request for Tenders,Open Competition,"Survey of Omarama Station, SH 8, Omarama for Tenure Review",916214.7,20141217,20150213,20150311,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin 9054","Please refer to attached letter for details of site meeting. This is a contract for the survey of a high country station for tenure review requiring the contractor to be resourced as follows: ??? Must have proven experience and logistical skills with large rural cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Must be able to show aptitude in researching and interpreting old survey records. ??? Must have proven experience working in sub-alpine environments. ??? Must have staff trained and resourced to work in sub-alpine environment with ability to read climatic conditions and sub-alpine survival skills. ??? Must have proven experience working around helicopters in sub-alpine environment (if applicable) ??? Must have training, proven experience and resources for sub-alpine 4WD use. ??? Must have financial ability to withstand contractual delays caused by weather conditions. ??? Must have appropriate quality control protocols and procedures. ??? Must have a site specific risk management protocol. ??? Must have minimum $3 million Public Liability Insurance. Please download the attached letter, survey contract and supporting documents for further details.",Awarded,"Award of tender to Landpro, Cromwell",20201117 Land Information New Zealand,7465373,Request for Tenders,Open Competition,"Fencing of Omarama Station, SH 8, Omarama for Tenure Review",916214.70F,20141217,20150213,20150325,,On behalf of procurement agent,No,"Wilkinson Rodgers Lawyers, P O Box 803, Dunedin","A site meeting has been arranged. Please refer to the attached letter for details. This is a contract for high country fencing in an alpine environment requiring the contractor to be resourced as follows: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, staff and communications systems ??? Must have staff trained and resourced to work in an alpine environment with ability to read climatic conditions with alpine survival skills ??? Must have relevant qualifications and experience in the use of explosives ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract which is tendered on a per metre rate ??? Must have the financial stability to withstand contractual delays caused by weather conditions ??? Must be familiar with the New Zealand Standards applicable to all materials supplied pursuant to the contract ??? Must have appropriate quality control protocols and procedures ??? Must have a site specific risk management protocol ??? Must be able to demonstrate familiarity with the particular terrain involved Please download the attached letter, fencing contract and supporting documentation for further details.",Awarded,"Fencing tender awarded to Ewing Fencing Contractors, 4 HRD, Oamaru",20201117 Land Information New Zealand,7907683,Request for Proposals,Open Competition,Multi Criteria Decision Analysis Services and Toolsets,,20150109,20150129,20190502,,Sole Agency,No,,"The LINZ ASaTS project is seeking to appoint a Supplier to provide Multi Criteria Decision Analysis (MCDA) Services and Toolsets to assist in major decision making processes including forthcoming procurement activities (the expression of interest, competitive dialogue and request for proposal phases of the project).",Not Awarded,,20201117 Land Information New Zealand,11313057,Request for Proposals,Open Competition,HS46 - HS49: Hydrographic Surveys within the Northland Region,HS46-HS49,20150424,20150601,20150710,,Sole Agency,No,,Land Information New Zealand (LINZ) is seeking proposals to deliver four hydrographic surveys in the Northland region. Potential Respondents are invited to submit a response for any or all of the specified surveys.,Awarded,"Contracts have been awarded for the four survey work requests to the following successful Respondents: HS46: IXSURVEY Australia Pty Ltd HS47: IXSURVEY Australia Pty Ltd HS48: Discovery Marine Limited HS49: Discovery Marine Limited Thank you for your time and effort in participating in this RFP.",20201117 Land Information New Zealand,13858908,Request for Tenders,Open Competition,"Surveying of Kirkliston Station, Mackenzie District, for Tenure Review",,20150710,20150812,20170622,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Kirkliston Station, located approximately 60km south of Lake Tekapo township. Attached are the following documents which form part of this Invitation To Tender: ??? Kirkliston Survey Tender Cover Letter ??? Kirkliston Survey Tender Documentation ??? Conditions of Tender ??? Pre-implementation Report Kirkliston ??? Supporting information to the Pre-implementation comprising: ??? BMPIR - Sections 5 & 6 ??? Plans & Maps ??? BMPIR Section 12 Boundary Fence Line Photos ??? BMPIR Section 15 GPS Coordinate Data ??? BMPIR Section 15 Kirkliston Easement Schedule ??? TR037 QWB Report 12112010 ??? Survey Prescription (SVP) All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,T L Survey Services,20201117 Land Information New Zealand,14183552,Request for Tenders,Open Competition,"Surveying of Kelvin Grove Station, Strath Taieri, for Tenure Review",,20150721,20150826,20151019,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Kelvin Grove Station, located approximately 5.5km southwest of Middlemarch. Attached are the following documents which form part of this Invitation To Tender: Kelvin Grove Survey Tender Cover Letter Kelvin Grove Survey Tender Documentation Conditions of Tender 20150508 Kelvin Grove Boundary Marking & Pre-implementation Report TR 354 Kelvin Grove 8_5.1 QWBR_11062012 TR 354 Kelvin Grove 8_5.1 QWBR-Plan_11062012 20150625 - Kelvin Grove - signed survey prescription All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,TL Survey Services,20201117 Land Information New Zealand,14194940,Request for Tenders,Open Competition,"Fencing and earthworks of Kelvin Grove Station, Strath Taieri, Otago, for Tenure Review",,20150721,20150826,20151019,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing and earthwork contractors to tender for the fencing of Kelvin Grove Station, which is located 5.5km southwest of Middlemarch in Otago. The work will involve the formation of a 3m wide, 2,400m long firebreak and construction of a new wooden post and seven wire fence on the western side of the firebreak. Attached are the following documents which form part of this Request for Tender: Kelvin Grove Station Tender Cover Letter Fencing Kelvin Grove Fencing Tender Documentation Conditions of Tender 20150508 - Kelvin Grove - Boundary Marking & Pre-implementation Report All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Custom Fencing,20201117 Land Information New Zealand,16520849,Request for Proposals,Open Competition,Chart Production 2015/2016,,20150911,20151005,20151126,,Sole Agency,No,NA,"Land Information New Zealand (LINZ) is seeking proposals to undertake source data compilation as well as paper chart and ENC production for the New Zealand Hydrographic Authority (NZHA). The RFP seeks proposals for the completion of 20 nautical charts by 30 June 2017, with the potential to engage the successful Respondent for additional charting work as required, in order to clear the backlog of outstanding bathymetry and improve the data quality of our source data for our charting products.",Awarded,Contract agreed with IIC Technologies as the highest scoring respondent to this tender.,20201117 Land Information New Zealand,16899741,Request for Tenders,Open Competition,"Fencing of Kirkliston Station, Canterbury, for Tenure Review",,20151019,20151202,20170627,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Kirkliston Station, which is located approximately 60km south of Lake Tekapo. Attached are the following documents which form part of this Invitation To Tender: Kirkliston Fencing Tender Documentation Kirkliston Station Tender Cover Letter Fencing Conditions of Tender Pre-Implementation Report (BMPIR) Kirkliston BMPIR - Sections 5 & 6 - Plans & Maps BMPIR Section 12 Boundary Fence Line Photos BMPIR Section 15 GPS Coordinate Data All contractors shall ensure that they supply all the information requested in the documentation. An open day will be held in November to provide prospective fencers the opportunity to view the fence lines. Please see the tender documents for details of this open day.",Not Awarded,Ewing Fencing Ltd,20201117 Land Information New Zealand,17049563,Request for Quotations,Closed Competition,National SDI Architecture Stage 1: Scoping the Deliverables RFQ,,20151203,20151218,20151224,,Sole Agency,No,,Land Information New Zealand invites you to participate in this closed request for quotations for phase one of the National SDI Architecture project: Scoping the deliverables.,Awarded,,20201117 Land Information New Zealand,17062237,Request for Proposals,Closed Competition,LINZ Data Service(Syndicated Contract) Closed RFP,,20151209,20160129,20190502,,Syndicated Opportunity,No,,Closed tender for the LINZ Data Service Syndicated Contract opportunity. Subsequent to the Registration of Interest.,Not Awarded,,20201117 Land Information New Zealand,17208409,Request for Tenders,Open Competition,"Fencing of Irishman Creek Station, Mackenzie District, Canterbury, for Tenure Review",,20160215,20160314,20170627,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Irishman Creek Station, which is located between Twizel and Lake Tekapo. Attached are the following documents which form part of this Request for Tender: Irishman Creek Fencing Tender Documentation Irishman Creek Station Tender Cover Letter Fencing Conditions of Tender Preimplementation Report Irishman Creek 2015-07-31 All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Monk Fencing,20201117 Land Information New Zealand,17208485,Request for Tenders,Open Competition,"Surveying of Irishman Creek Station, Mackenzie District, for Tenure Review",,20160215,20160314,20170627,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Irishman Creek Station, located approximately 14km southwest of Lake Tekapo township. Attached are the following documents which form part of this Invitation To Tender: Irishman Creek Survey Tender Cover Letter Irishman Creek Survey Tender Documentation Conditions of Tender Preimplementation Report Irishman Creek 2015-07-31 Irishman Ck QWB Part 1 Irishman Ck QWB Part 2 Irishman Creek Survey Prescription 251111- Irishman Creek ??? Substantive Proposal (as put) All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,TL Survey Services,20201117 Land Information New Zealand,17231183,Request for Proposals,Open Competition,Land Title Computer Register Diagrams,,20160222,20160321,20160607,,Sole Agency,No,,"The purpose of this RFP is to invite suitably qualified organisations to submit a proposal to assume the primary role in the production and supply of land title computer register (CR) diagrams to the Property Rights Group at Land Information New Zealand.Every Computer Register that LINZ issues has an associated diagram depicting the land contained within it. When a plan or plans depicting all the land in the Computer Register is not available, a title diagram is required.On request by LINZ???s Property Rights Group, the successful Respondent will produce and supply a soft copy of the land title CR diagrams. CR diagrams are expected to be produced within 24 hours and no later than 48 hours (2 business days).",Awarded,,20201117 Land Information New Zealand,17367531,Request for Quotations,Closed Competition,IT Outsourcing,,20150101,20150202,20160406,,Sole Agency,No,,,Awarded,"This was a closed Tender, and the exemption was awarded under Rule D. Additional goods, services or works Goods, services or works additional to the original requirements that are necessary for complete delivery. This exemption applies where all three of the following conditions are met: i. the original contract was openly advertised, and ii. a change of supplier cannot be made for economic or technical reasons, and iii. a change of supplier would cause significant inconvenience or substantial duplication of costs for LINZ This ensures LINZ has a stable operating environment, which will be important when we start to replace key systems, like our survey and title system. Any replacement of the survey and title system would be done through an open market process. Read more about the project to replace the survey and title system",20201117 Land Information New Zealand,17571687,Request for Proposals,Open Competition,Hydrographic Surveying Services,fA286640,20160601,20160720,20161109,,On behalf of procurement agent,No,,,Awarded,"HS51 awarded to NIWA HS52 and HS53 awarded to Discovery Marine Limited",20201117 Land Information New Zealand,17669540,Request for Tenders,Open Competition,Survey of Caberfeidh Station for tenure review,916214-75S,20160706,20160729,20160818,,On behalf of procurement agent,No,,"See attached letter and specifications. This is a contract for the survey of a high country station for tenure review requiring the contractor to be resourced as follows: ??? Must have proven experience and logistical skills with large rural cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Must be able to show aptitude in researching and interpreting old survey records. ??? Must have proven experience working in sub-alpine environments. ??? Must have staff trained and resourced to work in sub-alpine environment with ability to read climatic conditions and sub-alpine survival skills. ??? Must have proven experience working around helicopters in sub-alpine environment (if applicable) ??? Must have training, proven experience and resources for sub-alpine 4WD use. ??? Must have financial ability to withstand contractual delays caused by weather conditions. ??? Must have appropriate quality control protocols and procedures. ??? Must have a site specific risk management protocol. ??? Must have minimum $3 million Public Liability Insurance.",Awarded,,20201117 Land Information New Zealand,17669926,Request for Tenders,Open Competition,Fencing of Caberfeidh Station for tenure review,916214.75F,20160706,20160729,20160818,,On behalf of procurement agent,No,,"See attached letter and specifications. This is a contract for high country fencing in an alpine environment requiring the contractor to be resourced as follows: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, staff and communications systems ??? Must have staff trained and resourced to work in an alpine environment with ability to read climatic conditions with alpine survival skills ??? Must have relevant qualifications and experience in the use of explosives ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract which is tendered on a per metre rate ??? Must have the financial stability to withstand contractual delays caused by weather conditions ??? Must be familiar with the New Zealand Standards applicable to all materials supplied pursuant to the contract ??? Must have appropriate quality control protocols and procedures ??? Must have a site specific risk management protocol ??? Must be able to demonstrate familiarity with the particular terrain involved",Awarded,,20201117 Land Information New Zealand,17726509,Request for Tenders,Open Competition,Fencing of Obelisk Station for Tenure Review,,20160726,20160829,20170627,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Obelisk Station, which is located at Fruitlands, 12 kilometres south south west of Alexandra. Attached are the following documents which form part of this Invitation To Tender: Obelisk Station Fencing Tender Documentation Obelisk Station Fencing Tender Cover Letter Conditions of Tender Obelisk - Preimplementation Report TR175 Obelisk Designations Plan All contractors shall ensure that they supply all the information requested in the documentation. Please note that an open day will be held to allow contractors to view the location of the fence lines. Details of the open day are in the attached documentation.",Not Awarded,Samuels Fencing,20201117 Land Information New Zealand,17726570,Request for Tenders,Open Competition,Surveying of Obelisk Station for Tenure Review,,20160726,20160829,20170627,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites registered surveyors to tender for the surveying of Obelisk Station, located at Fruitlands, 12 kilometres south south west of Alexandra. Attached are the following documents which form part of this Invitation To Tender: Obelisk Station Survey Tender Cover Letter Obelisk Station Survey Tender Documentation Conditions of Tender Preimplementation Report Obelisk Qualifying Water Body report Obelisk Survey Prescription TR175 Obelisk Designations Plan All contractors shall ensure that they supply all the information requested in the documentation. Please note that an open day will be held to allow contractors to view the location of the boundaries. Details of the open day are in the attached documentation.",Not Awarded,Landpro,20201117 Land Information New Zealand,17853157,Request for Proposals,Open Competition,Geodetic Surveying Services for the Geodetic Control Panel,,20160901,20160929,20170622,,Sole Agency,No,,Geodetic Surveying Services for the Geodetic Control Programme. Please refer to attached documents.,Awarded,,20201117 Land Information New Zealand,18034031,Request for Tenders,Open Competition,Fencing of The Wandle Station for Tenure Review,,20161014,20161114,20170627,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of The Wandle Station, which is located approximately 11 km north of Middlemarch. Attached are the following documents which form part of this Invitation To Tender: The Wandle Station Tender Documentation - Fencing The Wandle Tender Cover Letter - Fencing Conditions of Tender The Wandle ??? Boundary Marking and Pre-implementation Report (Parts 1, 2 and 3) The Wandle - Designations Plan All contractors shall ensure that they supply all the information requested in the documentation. Please note that an open day will be held to allow contractors to view the location of the fence lines. Details of the open day are in the attached documentation.",Not Awarded,Ben Haugh Fencing,20201117 Land Information New Zealand,18034512,Request for Tenders,Open Competition,Surveying of The Wandle Station for Tenure Review,,20161014,20161114,20170627,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites registered surveyors to tender for the surveying of The Wandle Station, located at approximately 11km north of Middlemarch. Attached are the following documents which form part of this Invitation To Tender: The Wandle Station Survey Tender Cover Letter The Wandle Station Survey Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report (Parts 1, 2 and 3) The Wandle Qualifying Water Body report The Wandle Survey Prescription The Wandle Designations Plan All contractors shall ensure that they supply all the information requested in the documentation. Please note that an open day will be held to allow contractors to view the location of the boundaries. Details of the open day are in the attached documentation.",Not Awarded,C. Hughes & Associates,20201117 Land Information New Zealand,18036828,Request for Tenders,Open Competition,Survey of Mt Creighton Station for tenure review,916214-79S,20161017,20161114,20161125,,Sole Agency,No,See attached tender documentation,"This is a contract for the survey of a high country station for tenure review requiring the contractor to be resourced as follows: ??? Must have proven experience and logistical skills with large rural cadastral surveys. ??? Must be fully conversant with previous types of historical survey field practices, such as chain and compass surveys, that are typically encountered on tenure review surveys. ??? Must be able to show aptitude in researching and interpreting old survey records. ??? Must have proven experience working in sub-alpine environments. ??? Must have staff trained and resourced to work in sub-alpine environment with ability to read climatic conditions and sub-alpine survival skills. ??? Must have proven experience working around helicopters in sub-alpine environment (if applicable) ??? Must have training, proven experience and resources for sub-alpine 4WD use. ??? Must have financial ability to withstand contractual delays caused by weather conditions. ??? Must have appropriate quality control protocols and procedures. ??? Must have a site specific risk management protocol. ??? Must have minimum $3 million Public Liability Insurance",Awarded,Award of survey tender to T L Survey Services Limited,20201117 Land Information New Zealand,18036851,Request for Tenders,Open Competition,Fencing of Mt Creighton Station for tenure review,916214-79F,20161017,20161114,20161215,,Sole Agency,No,See attached tender documentation,"This is a contract for high country fencing in an alpine environment requiring the contractor to be resourced as follows: ??? Must be experienced in South Island high country fencing techniques ??? Must be properly resourced to work in the South Island high country with appropriate plant, equipment, staff and communications systems ??? Must have staff trained and resourced to work in an alpine environment with ability to read climatic conditions with alpine survival skills ??? Must have relevant qualifications and experience in the use of explosives ??? Must have the procurement capability and organisational skills to manage the supply aspects of the contract which is tendered on a per metre rate ??? Must have the financial stability to withstand contractual delays caused by weather conditions ??? Must be familiar with the New Zealand Standards applicable to all materials supplied pursuant to the contract ??? Must have appropriate quality control protocols and procedures ??? Must have a site specific risk management protocol ??? Must be able to demonstrate familiarity with the particular terrain involved",Awarded,,20201117 Land Information New Zealand,18115224,Request for Proposals,Open Competition,"Demolition of buildings at the former Barrett Street Hospital, New Plymouth",,20161109,20161205,20181108,,Sole Agency,No,,"Land Information New Zealand (LINZ) is seeking proposals from suitably qualified suppliers for the demolition of all buildings (except the old Nurses Home) at the former Barrett Street Hospital, New Plymouth. As well as building demolition, some buildings have asbestos present including roofing or cladding on the exterior and some lino flooring containing asbestos on the interior which must be safely removed in accordance with the Health and Safety at Work (Asbestos) Regulations 2016. Note there are also broken pieces of asbestos cladding on the ground in several places and the possibility exists of buried asbestos being present. LINZ requires respondents to have considerable experience in safely demolishing multiple former institutions (i.e. schools, offices or hospitals) containing asbestos and other hazardous substances.",Not Awarded,Yakka Contracting,20201117 Land Information New Zealand,18210215,Request for Proposals,Open Competition,"Demolition of buildings at the former Barrett Street Hospital, New Plymouth",,20161207,20170124,20170522,,Sole Agency,No,,,Awarded,,20201117 Land Information New Zealand,18296296,Request for Proposals,Open Competition,Digitisation of Historical Records,,20170117,20170220,20170622,,Sole Agency,No,,,Awarded,,20201117 Land Information New Zealand,18402281,Request for Tenders,Open Competition,"Fencing of The Wolds Station, Mackenzie District, Canterbury, for Tenure Review",,20170220,20170320,20170627,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of The Wolds Station, which is located between Twizel and Lake Tekapo. Attached are the following documents which form part of this Invitation To Tender: The Wolds Fencing Tender Documentation The Wolds Station Tender Cover Letter Fencing Conditions of Tender The Wolds – BM&PIR (Boundary Marking and Preimplementation Report) All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Monk Fencing,20201117 Land Information New Zealand,18406388,Request for Tenders,Open Competition,"Surveying of The Wolds Station, Mackenzie District, for Tenure Review",,20170221,20170320,20170627,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of The Wolds Station, located approximately 19km southwest of Lake Tekapo township. Attached are the following documents which form part of this Invitation To Tender: Irishman Creek Survey Tender Cover Letter Irishman Creek Survey Tender Documentation Conditions of Tender The Wolds BM&PIR (Boundary Marking and Pre-implementation Report) Qualifying Waterbody Report - The Wolds The Wolds Substantive Proposal Designations Plan - The Wolds The Wolds Survey Prescription will be added as an addendum when it becomes available. All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Davis Ogilvie,20201117 Land Information New Zealand,18449345,Request for Proposals,Open Competition,"Printing, Distribution and Warehousing of Topographical Maps, Nautical Charts and the Almanac",,20170308,20170330,20171016,,Sole Agency,No,,,Awarded,,20201117 Land Information New Zealand,18586806,Request for Proposals,Open Competition,LINZ RFP for Vegetation Maintenance and Management in the RRZ,,20170421,20170519,20190502,,Sole Agency,No,,"LINZ is looking to appoint two suitably qualified suppliers to undertake vegetation maintenance across the entire Residential Red Zone (RRZ) area, including both the Port Hills and flat lands areas. There will also be a separable portion to this Request for Proposal (RFP) for vegetation management services of which a panel of suppliers will be created. This will replace LINZ former vegetation removal and Port Hills interim land treatment panels.",Not Awarded,Panel established,20201117 Land Information New Zealand,18650096,Request for Proposals,Open Competition,RFP for Residential Property Management Services,,20170516,20170615,20171016,,Sole Agency,No,,"The purpose of this RFP is to identify a single supplier or a prime supplier as part of a consortium to provide property management services for the LINZ???s Residential Property Portfolios. Where a single supplier is not feasible or presents risk to LINZ multiple suppliers may be selected. LINZ is looking to consolidate all of the services required to fully and efficiently manage its substantial portfolio of residential properties, including tenancy management, general property services, planned maintenance and capital expenditure, general property management and service delivery management. The respondents should be able to confidently manage both the Property Management and the Facility Management of the residential property portfolio, as encompassed in the detailed requirements, or be able to work closely with a specialist in either vocation. LINZ will be looking to form a Service Catalogue to offer to clients, encompassing generic base services alongside specialised offerings tiered to individual client needs.",Awarded,,20201117 Land Information New Zealand,18886579,Request for Proposals,Open Competition,Security and Reassurance in the Residential Red Zone (RRZ) and Central Business District (CBD) Christchurch,,20170808,20170830,20190507,,Sole Agency,No,"LINZ Port Hills Office, 1063 Ferry Road, Christchurch","The Respondent will be responsible for the provision of one mobile security patrol and ad-hoc security services to patrol the RRZ and selected CBD sites and will be required to provide security services for twelve (12) hours a day, seven days a week. The Respondent must have a current licence in accordance with the Private Security Personnel and Private Investigators Act 2010. Their proposed staff must hold a full certificate of approval (COA), no temporary licences will be accepted. As an outcome of this RFP process, LINZ intends to enter into an agreement for Security & Reassurance Services for an initial contract term of 15 months (30 June 2019). A further extension may be available of up-to 18 months (30 June 2020) based on performance and budget availability.",Not Awarded,,20201117 Land Information New Zealand,19037958,Request for Proposals,Open Competition,Services related to the Geodetic Maintenance Programme,,20170918,20171016,20190507,,Sole Agency,No,,"LINZ makes sure New Zealand has accurate information about where people and places are, people have confidence in their property rights and Crown property is well managed for future generations. Our responsibilities include managing land titles, geodetic and cadastral survey systems, topographic information, hydrographic information, managing Crown property and supporting government decision making around foreign ownership. What we require: Beacons and other structures protect marks that are vital to New Zealand???s cadastral and geodetic systems. LINZ requires suppliers who are capable of providing high quality maintenance services for these marks. Prospective suppliers should be familiar with the LINZ survey network and the infrastructure which is to be maintained. The work to be undertaken although guided by specifications, requires suppliers to have this knowledge to be able complete maintenance to a high standard.",Not Awarded,,20201117 Land Information New Zealand,19239459,Request for Proposals,Open Competition,Request for Proposals - Dynamics CRM Upgrade,,20171117,20171214,20181108,,Sole Agency,No,,"We are seeking an expert supplier of Dynamics CRM development and support services to work closely with us to migrate from a heavily customised Dynamics CRM4 platform to a modern Dynamics CRM instance devoid of customisation wherever possible. This RFP is looking for a vendor to provide the analysis and ideas to define, design and cost the end-result. A second output from that analysis will also be a recommendation as to Cloud deployment, or not. For any enquiries please contact Emma Hillman by email at ProcurementTeam@LINZ.govt.nz Responses are due on 14 December 2017 by 3pm.",Awarded,,20201117 Land Information New Zealand,19246265,Request for Quotations,Open Competition,RFQ - Road Data Alignment & Building Outline Extraction Services,,20171121,20171207,20190502,,Sole Agency,No,,"Land Information New Zealand (LINZ) is inviting quotations for the following services: - Part 1: Realignment and attribute update of roads in the 1:50,000 topographic database of New Zealand; and - Part 2: Delivery of building outlines for New Zealand urban and rural areas. Suppliers can submit a response for either or both of these services. You do not need to be able to complete both services in order to be considered. The two parts will also be evaluated separately so there is no advantage or disadvantage to respondents regardless of whether you are tendering for one or both of these services. The sample sheet of data for Road Alignment is available through the following dropbox link: https://www.dropbox.com/sh/gs5ucf5gkqrgagf/AAAjNQQgyaOg24PRjGG71DILa?dl=0 you may have to copy and paste this into the URL bar of your browser.",Awarded,,20201117 Land Information New Zealand,19526401,Request for Quotations,Open Competition,Request for Quotes - Emergency Grab Bags,,20180312,20180322,20181107,,Sole Agency,No,,"LINZ is seeking quotes to provide a managed service for up to 800 grab bags in our offices located in Wellington, Hamilton and Christchurch. These bags are to contain all recommended essential ???Get Home??? gear and equipment. LINZ requires its grab bags to align with a wider Wellness and Health and Safety agenda. This sees a pursuit of industry best products to support employees, while remaining cognizant of the cost of both purchasing and maintaining the grab bags.",Not Awarded,Two late responses for this RFQ were received and accepted by Land Information NZ. One of these respondents Survive-It Limited was awarded the contract.,20201117 Land Information New Zealand,19636372,Request for Proposals,Open Competition,RFP - Valuation Services ??? Crown Forestry Licenced Land,,20180417,20180517,20190502,,Sole Agency,No,,"LINZ is seeking tenders from potential Suppliers with competency to provide on going Crown Forest Land Valuation Services that may be required as the Crown enters into Agreement in Principle with claimants under the Treaty of Waitangi. The services may relate to various Crown Forest Land located throughout New Zealand and any number of Crown Forests may require valuation at any one time. LINZ is looking to appoint a small panel to provide on going Crown Forest Land Valuation Services for minimum of three years and a maximum of six years.",Not Awarded,Logan Stone,20201117 Land Information New Zealand,20270322,Request for Proposals,Open Competition,"Demolition Services for Buildings at Rangiora Borough, Dunsandel and West Melton Schools",2018-005,20181010,20181108,20190111,,Sole Agency,No,,"Land Information New Zealand (LINZ) wishes to engage a supplier to demolish five redundant school buildings, inclusive of asbestos removal and site remediation works, on behalf of the Ministry of Education where the buildings have either earthquake or water damage or are no longer fit for purpose. Pre-demolition services have been completed and the asbestos survey report and engineering advice (for the works relating to the adjoining buildings) and archaeological advice and monitoring is available. The successful respondent will need to work closely with these parties during the course of the project. LINZ is seeking tenders from experienced Demolition Contractors that have experience in: ??? asbestos removal or managing asbestos removal sub-contractors ??? service location, service capping or diversion ??? demolishing adjoined buildings and constructing a secure, weather tight enclosure in preparation for another contractor to construct a permanent exterior wall. The successful respondent to complete the works in the strict timeframe of the 2018/2019 Christmas school holidays.",Awarded,,20201117 Land Information New Zealand,20285070,Request for Quotations,Open Competition,RFQ 2018-06 Periodic Review of Crown Forest Licence Fee Valuations,2018-06,20181012,20181102,20181214,,Sole Agency,No,,"The Crown entered into various Crown Forestry Licenses (CFLs) in 1990 and 1992. They are now governed by the Crown Forest Assets Act 1989. Originally there were 99 CFLs, 28 now remain, one of which is in the South Island. The licence fees for these CFLs are reviewed every three years through a rolling work programme. This year, the RFQ will cover the review of 13 CFLs. LINZ wishes to engage a supplier who must be a Registered Valuer to: ??? Provide licence fee assessments for Crown Forestry Licences which will enable the Crown and its officers to lawfully discharge the statutory role in terms of the Crown Forest Assets Act 1989 and the Crown forestry licences issued in the name of Her Majesty the Queen. ??? The CFLs and any subsequent variations of them prescribe the process of how the licence fee is to be established. ??? The Scope for this project includes a total of 13 licence fees (market rents) that need to be determined in this review.",Not Awarded,Awarded to Crighton Anderson Property & Infrastructure Limited,20201117 Land Information New Zealand,20418883,Request for Proposals,Open Competition,Data Collection for Tidal Model,2018-09,20181114,20181213,20190508,,Sole Agency,No,,"Joining land and Sea (JLAS) is a Land Information New Zealand (LINZ) project that will make it easier to join land and sea datasets together. The seamless mapping of New Zealand opens up opportunities, such as improved modelling for sea level rise, flooding and tsunami inundation. The JLAS project requires tide gauge connections at regular spacing around the coastline so that the height transformations can be correctly determined. To support the JLAS project, LINZ wishes to engage one or more Suppliers to provide the following services at specified locations around the New Zealand coastline: ??? Collection of sea level data ??? Establishment of geodetic marks ??? Calibration of the tide gauge",Awarded,,20201117 Land Information New Zealand,20529457,Request for Proposals,Open Competition,Security Services for Tokanui Hospital Site,2018-14,20181207,20190131,20190416,,Sole Agency,No,,"Land Information New Zealand (LINZ) is seeking tenders from experienced security contractors who have a history of providing security services similar to the site requirements at the Tokanui Hospital and village site. The successful supplier will be responsible for the provision of on site security and access covering the site 24 hours a day, 7 days a week; this can be done in either 2 x 12 hour shifts or 3 x 8 hours shifts per 24 hour period. LINZ will consider options presented within this tender to use technology to reduce guards hours and cost. Please note the deadline to register for a site visit is 8:00 am Monday 17 December 2018. The site visits will be held on 20 and 21 December 2018.",Awarded,,20201117 Land Information New Zealand,20633568,Request for Proposals,Open Competition,Demolition Works - 221-225 Barbadoes Street and 177-181 Lichfield Street Christchurch,2019-01,20190123,20190219,20190416,,Sole Agency,No,,"Land Information New Zealand is seeking tenders from experienced demolition contractors that have experience in commercial demolition, including capping of services and the removal of hard standing areas and fencing. Visits to the sites will be available from 8:00 am on Monday 28 January 2019. To register for the site visits, please email our point of contact by noon Friday 25 January 2019 and provide the named personnel who wish to attend the visit.",Awarded,,20201117 Land Information New Zealand,20747774,Request for Proposals,Closed Competition,Crown Property Valuations,2019-04,20190218,20190314,20190502,,Sole Agency,No,,"Land Information New Zealand (LINZ) has a diverse portfolio of crown property and is seeking valuation reports for a range of property types in the LINZ Landbank and LINZ non-Landbank property portfolios. In order to provide an accurate value of Crown property assets for both financial reporting and market purposes, LINZ requires services from third party supplier(s) to value and re-value properties. These valuation services are the subject of this Request for Proposal and include three categories: ??? Financial Reporting Valuations ??? Biological / Agricultural Asset Valuations ??? Ad Hoc Market Valuations",Not Awarded,CBRE,20201117 Law Commission,19319146,Request for Proposals,Open Competition,Law Commission New Office Fit Out,,20171211,20180125,20180309,,Sole Agency,No,,"A good quality commercial office fit out that meets the timing, business requirements, and technical specifications stated in this Request for Proposal.",Awarded,Contract has been awarded to Zeal Commercial Interiors Ltd,20201117 Massey University,19493658,Request for Quotations,Open Competition,Provision of Vintage Studio Equipment,TB 18.03,20180228,20180313,20180719,Procurement & Contract,Sole Agency,No,,"Massey University recently undertook a project to adapt Block 1 of its Wellington campus for the delivery of school programmes for the School of Music and Creative Media Production (School). The project is coming to an end and the last area of equipment fit out is about to commence. The Massey University School of Music and Creative Media Production is looking to purchase specialised vintage studio equipment to suit audio recording (Equipment). The University is looking for a capable and experienced supplier, or suppliers, that are able to provide the Equipment needed.",Awarded,,20201117 Massey University,19561066,Request for Proposals,Open Competition,Lead Design Consultant Proposal - Hockey Turf,81417,20180326,20180419,20180719,Facilities Management,Sole Agency,No,Nil,We are seeking proposals from suitably experienced design consultants to lead the design of a new hockey turf to be constructed on the Manawat?? Campus of Massey University for further detail please see document 6076 ??? Massey Turf Designer Brief V3.,Awarded,,20201117 Massey University,19715104,Request for Proposals,Open Competition,Wellington Campus Block 5 Sunshade Removal,TB18.08,20180510,20180608,20180719,Procurement & Contract,Sole Agency,No,,"The purpose of the Request for Proposals (RFP) is to select a suitable and capable single lead contractor to remove sunshades from the exterior of Block 5 building on the Massey University???s Wellington Campus in a safe and efficient manner. Following structural checks after the November 2016 Kaikoura Earthquakes, it has been established that existing concrete sunshades on the exterior of the Block 5 Building on the Wellington Campus pose a significant Health and Safety risk, and that action is required to mitigate this risk and protect staff, students, public and subsequently Massey University.",Awarded,,20201117 Matamata-Piako District Council,19601733,Request for Tenders,Open Competition,Contract No. 2195 Waterline Renewals 2017/2018 Te Aroha,3/23/2195,20180406,20180426,20180612,,Sole Agency,No,,"Contract No. 2195 Waterline Renewals 2017/2018 Te Aroha. This contract is for the drilling, installation, pressure testing, and disinfection of new waterlines, valves, and hydrants in locations as described in the drawings. It also involves connecting the new pipes to the existing mains, reconnecting service laterals, the removal and disposal of redundant fire hydrant and sluice valves, sealing redundant pipes, and the cutting, removal, and disposal of asbestos pipe materials. The tender closes at 4.00pm on Thursday 26 April 2018 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2195 2nd Waterline Renewals 2017/2018 Te Aroha is for the drilling, installation, pressure testing, and disinfection of new waterlines, valves and hydrants. The term of the contract is 25 weeks. On 28 May 2018 this was awarded to Fibre Networks New Zealand Limited in the sum of $461,855.32 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $551,401.50 $710,973.80",20201117 Matamata-Piako District Council,19736837,Request for Tenders,Open Competition,Contract No. 2198 Te Aroha to Matamata Cycleway Extension - Fencing,3/23/2198,20180517,20180622,20180702,,Sole Agency,No,,"Contract No. 2198 Te Aroha to Matamata Cycleway Extension - Fencing. This contract is for supplying and installation of fencing at the appropriate boundary lines and locations along the proposed cycle track from Te Aroha to Matamata. The tender closes at 4.00pm on Friday 22 June 2018 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2198 Te Aroha to Matamata Cycleway Extension ??? Fencing involves the supply and installation of fencing at the appropriate boundary lines and locations along the proposed cycle track from Te Aroha to Matamata. The term of the contract is 12 weeks. On 29 June 2018 this was awarded to J Swap Contractors Limited in the sum of $299,800.72 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $313,918.75 $374,152.62 $746,187.56",20201117 Matamata-Piako District Council,19895293,Request for Tenders,Open Competition,Contract No. 2201 Works Programme 2018/2019,3/23/2201,20180710,20180808,20181002,,Sole Agency,No,,"Contract No. 2201 Works Programme 2018/2019. The contract consists of two sealed road pavement rehabilitation jobs in the Matamata-Piako district. The schemes are: - Studholme Street, Morrinsville Sealed Road Pavement Rehabilitation - Okauia Springs Road, Matamata Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Wednesday 8 August 2018 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2201 Works Programme 2018/2019 involves the construction works of the following roads: Studholme Street, Morrinsville Sealed Road Pavement Rehabilitation and Okauia Springs Road, Matamata Sealed Road Pavement Rehabilitation. The term of the contract is 10 weeks. On 18 September 2018 this was awarded to J Swap Contractors Limited in the sum of $1,097,286.67 (excluding GST) using Lowest Price Conforming method. One other tender was received with a price of $1,671,977.23.",20201117 Matamata-Piako District Council,20057204,Request for Tenders,Open Competition,Contract No. 2202 Works Programme 2018/2019,3/23/2202,20180822,20180927,20181109,,Sole Agency,No,,"Contract No. 2202 Works Programme 2018/2019. The contract consists of two sealed road pavement rehabilitation jobs in the Matamata-Piako district. The schemes are: - Piako Road Sealed Road Pavement Rehabilitation - Matuku Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 20 September 2018 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2202 Works Programme 2018/2019 involves construction works on Piako Road and 2 sections of Matuku Road. The term of the contract is 8 weeks. On 7 November 2018 this was awarded to Broadspectrum (New Zealand) Limited in the sum of $786,622.23 (excluding GST) using Lowest Price Conforming method. One other tender was received with a price of $828,795.87.",20201117 Matamata-Piako District Council,20252996,Request for Tenders,Open Competition,Design and Construction of UV Disinfection Systems at 3 Water Treatment Plants,3/23/2197,20181005,20181031,20181130,,Sole Agency,No,,"Contract No. 2204 Design and Construction of UV Disinfection Systems at 3 Water Treatment Plants This contract is for design and construction of 3 Water Treatment Plant (WTP) UV Disinfection Systems located at 94A Tawari Street Matamata, Burwood Road Matamata and Scott Road Morrinsville. The Scott Road WTP is a Provisional item. Contract works include but are not limited to the following: i. Design, supply and installation of 3 UV disinfection systems. ii. Design and construction of buildings to house the units. iii. Integration into the existing WTPs. iv. Commissioning, testing Operation and Maintenance manuals and as built documentation. The tender closes at 4.00pm on Wednesday 31 October 2018 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2204 Design and Construction of UV Disinfection Systems at 3 Water Treatment Plants located at 94A Tawari Street Matamata, Burwood Road Matamata and Scott Road Morrinsville. Contract works include but are not limited to the following: i. Design, supply and installation of 3 UV disinfection systems. ii. Design and construction of buildings to house the units. iii. Integration into the existing WTPs. iv. Commissioning, testing Operation and Maintenance manuals and as built documentation. The term of the contract is 18 weeks. On 28 November 2018 this was awarded to Filtec Limited in the sum of $769,808.73 (excluding GST) using Weighted Attributes method.",20201117 Matamata-Piako District Council,20325232,Request for Proposals,Open Competition,Te Aroha to Matamata Cycleway - Track Construction,3/23/2206,20181024,20181121,20190221,,Sole Agency,No,,"Contractors are invited to Tender for the Te Aroha to Matamata Cycleway track construction work. The proposed track construction will entail earthmoving, subgrade preparations, wearing coarse construction, installation of crossings, some drainage groundworks and associated works for the cycle trail.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2206 Request for Proposal Te Aroha to Matamata Cycleway - Track Construction entails earthmoving, subgrade preparations, wearing coarse constuction, installation of crossings, some drainage groundworks and associated works for the cycle trail. The term of the contract is 4 months. On 5 December 2018 this was awarded to Splice Construction Limited in the sum of $1,538,383.63 (excluding GST) using Weighted Attributes method.",20201117 Matamata-Piako District Council,20325521,Request for Proposals,Open Competition,Te Aroha to Matamata Cycleway ??? Section one Earthworks,3/23/2205,20181024,20181121,20190222,,Sole Agency,No,,"Contractors are invited to Tender for the Te Aroha to Matamata Cycleway Section 1 Earthworks. The earthworks consist of cut and fill, retaining walls and culvert extensions. Section 1 extends from the edge of town to the corner of Te Aroha???Gordon Road and Mace Road at the trail road crossing.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2205 Request for Proposal Te Aroha to Matamata Cycleway - Section One Earthworks consists of cut and fill, retaining walls and culvert extensions. The term of the contract is 2 months. On 5 December 2018 this was awarded to Splice Construction Limited in the sum of $375,823.33 (excluding GST) using Weighted Attributes method.",20201117 Matamata-Piako District Council,20387560,Request for Tenders,Closed Competition,Contract No. 2192 Road Network Maintenance 2019-2022,3/23/2192,20181108,20181219,20190619,,Sole Agency,No,,This contract is for the maintenance of the local road network consisting of approximately 1002 km of local roads (951km sealed and 51km unsealed) and 342 bridges within the Matamata-Piako District Council (MPDC) Boundary. The tender closes at 4.00pm on Wednesday 19 January 2018.,Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2192 Road Network Maintenance 2019-2022 This contract is for the maintenance of the local road network consisting of approximately 1002 km of local roads (951km sealed and 51km unsealed) and 342 bridges within the Matamata Piako District Council (MPDC) Boundary. The term of the contract is 1 July 2019 to 30 June 2022 plus 2 No. rights of renewal of 2 years each upon satisfactory performance. On 17 June 2019 this was awarded to Fulton Hogan Waikato Limited (New Zealand) Limited in the sum of $11,552,281.35 (excluding GST) using Price Quality method. One other tender was received.",20201117 Matamata-Piako District Council,20442006,Request for Tenders,Open Competition,Te Aroha to Matamata Cycleway - Bridge Construction,3/23/2210,20181119,20181221,20190319,,Sole Agency,No,,Contractors are invited to Tender for the Te Aroha to Matamata Cycleway - Bridge Construction. The bridge tender consists of the construction of six designed bridges. The structure type involves 3 x Glulam single span and 3 x Glulam multi-span bridges.,Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2210 Te Aroha to Matamata Cycleway - Bridge Construction involves construction of six designed bridges. The structure type involves 3 x Glulam single span and 3 x Glulam multi-span bridges. The term of the contract is 6 months. On 11 February 2019 this was awarded to Walkway Solutions Limited in the sum of $655,034.33 (excluding GST) using Weighted Attribute method. Two other conforming tenders were received with prices as follows: $570,100.00 $716,290.26.",20201117 Matamata-Piako District Council,20624558,Request for Tenders,Closed Competition,Waharoa West Watermain Replacement,,20190121,20190121,20190124,,Sole Agency,No,,"Waharoa West Watermain Replacement - The scope of the site work includes but is not limited to: ??? Drilling and installing some 185m ???DN200 PE100 pipe in the east berm of Waharoa West; ??? Drilling and installing some 20m DN200 PE100 pipe to cross Waharoa West connecting to the existing 100AC before crossing the railway; ??? Reconnecting property service connections to the new pipe ??? Installing fire hydrants and sluice valves; ??? Connecting new main to the existing; ??? Providing potable water during water shutdowns; and ??? Removal and disposal of asbestos cement pipe in the road carriageway.",Not Awarded,"As part of Waharoa Rd West pavement restoration the Waharoa West Watermain was relocated from road to the footpath. Fibre Networks NZ Ltd,18 Kereone Rd, Morrinsville was directly appointed 3/12/2018 to undertake the following: ??? Drilling/installing 185m ???DN200 PE100 pipe in east berm ??? Drilling/installing 20m DN200 PE100 pipe ??? Reconnecting property service connections to new pipe ??? Installing fire hydrants/sluice valves ??? Connecting new main to existing ??? Providing potable water during water shutdowns ??? Removal/disposal of asbestos cement pipe The term of the contract was 10 working days, spend totalling $166,543.30. The timing to replace the Watermain was driven by the pavement restoration works. There was an opportunity to obtain best value for money by doing both works in conjunction with the approved organisations and respective contractors. The NZTA and MPDC Procurement Manual and National Code of Practice for Utility Operators Access to Transport Corridors was used.",20201117 Matamata-Piako District Council,20763210,Request for Tenders,Open Competition,Morrinsville Sewer Reticulation Renewals 2018/2019,3/23/2216,20190221,20190321,20190429,,Sole Agency,No,,"Contract No. 2216 Morrinsville Sewer Reticulation Renewals 2018/2019 This contract is primarily a sewer line rehabilitation contract that is anticipated to involve directional drilling, pipe bursting and CIPP relining. This contract will also include carrying out manhole condition assessments and other ancillary work to the Morrinsville reticulation network. The tender closes at 4.00pm on Thursday 21 March 2019 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2216 Morrinsville Sewer Reticulation Renewals 2018/2019 is primarily a sewer line rehabilitation contract that is anticipated to involve directional drilling, pipe bursting and CIPP relining. This contract will also include carrying out manhole condition assessments and other ancillary work to the Morrinsville reticulation network. Construction is anticipated to start in March 2019 and conclude late June 2019. On 8 April 2019 this was awarded to Quik-Shot Limited in the sum of $657,368.61 (excluding GST) using Lowest Price Conforming method. The tender prices received ranged from $657,368.61 to $1,819,370.78.",20201117 Matamata-Piako District Council,20769109,Request for Tenders,Open Competition,Contract No. 2217 Works Programme 2018/2019,3/23/2217,20190222,20190325,20190429,,Sole Agency,No,,"Contract No. 2217 Works Programme 2018/2019. The contract consists of the following jobs in the Matamata-Piako district: - Tills Road - Construction of Gabion Wall - Douglas Road Pavement Widening The tender closes at 4.00pm on Monday 25 March 2019 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2217 Works Programme 2018/2019 is for the construction works of the following roads in the Matamata-Piako District: Tills Road - construction of Gabion wall Douglas Road - minor improvement The term of the contract is 7 weeks. On 12 April 2019 this was awarded to J Swap Contractors Limited in the sum of $169,506.99 (excluding GST) using Lowest Price Conforming method. Five other conforming tenders were received with prices as follows: $184,752.15 $230,096.54 $263,792.91 $282,395.83 $381,120.51",20201117 Matamata-Piako District Council,20937171,Request for Quotations,Open Competition,District Wide Mechanical Street Cleaning 2018-21,3/23/2203,20190411,20190510,20190619,,Sole Agency,No,,"The works required in this contract covers the sweeping and cleaning of kerbs, channels and sump grates to ensure the drainage systems function efficiently.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2203 District Wide Mechanical Street Cleaning 2018-21 The works required in this contract covers the sweeping and cleaning of kerbs, channels and sump grates to ensure the drainage systems function efficiently. The term of the contract is 3 years and may be renewed upon mutual written agreement of the KVS Manager and the contractor for up to two additional one (1) year terms. On 11 June 2019 this was awarded to Civic Limited (trading as Civic Contractors) in the sum of $240,086.12 (excluding GST) using Weighted Attributes method.",20201117 Matamata-Piako District Council,20955332,Request for Tenders,Open Competition,Te Aroha Tourism Precinct Development Project,3/23/2222,20190417,20190517,20190628,,Sole Agency,No,,"The Contract is Te Aroha Tourism Precinct Development Project. The Contract will include investigation into the feasibility of a preferred tourism hub in Te Aroha that will support local and regional economic development by creating sustainable jobs and increasing the number of businesses in the hospitality and tourism sectors in the district.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2222 Te Aroha Tourism Precinct Development Project includes investigation into the feasibility of a preferred tourism hub in Te Aroha that will support local and regional economic development by creating sustainable jobs and increasing the number of businesses in the hospitality and tourism sectors in the district. The term of the contract is 4 1/2 months. On 26 June 2019 this was awarded to Visitor Solutions Limited in the sum of $398,440.00 (excluding GST) using Price Quality method.",20201117 Matamata-Piako District Council,20955463,Request for Tenders,Open Competition,Waharoa Industrial Hub Feasibility Development Project,3/23/2221,20190417,20190517,20190628,,Sole Agency,No,,"The Contract is Waharoa Industrial Hub Feasibility Development Project. The Contract will include investigation into the feasibility of developing an industrial hub at Waharoa from concept through to the investment-ready stage as a transformational, sub-regional, economic development initiative in the Matamata-Piako district.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2221 Waharoa Industrial Hub Feasibility Development Project includes investigation into the feasibility of developing an industrial hub at Waharoa from concept through to the investment-ready stage as a transformational, sub-regional, economic development initiative in the Matamata-Piako district. The term of the contract is 4 1/2 months. On 26 June 2019 this was awarded to Resource Coordination Partnership (trading as RCP) in the sum of $328,950.00 (excluding GST) using Price Quality method.",20201117 Matamata-Piako District Council,21022082,Request for Tenders,Open Competition,Waterline Renewals 2018/2019 Morrinsville,3/23/2212,20190510,20190606,20190619,,Sole Agency,No,,"This contract is for the drilling, installation of pipes, pressure testing, and disinfection of new waterlines, valves, and hydrants at various locations in Morrinsville township in the Matamata-Piako district. It also involves locating existing services including; the removal and disposal of redundant fire hydrant and sluice valves, sealing redundant pipes; and the removal and disposal of asbestos pipe materials.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2212 Waterline Renewals 2018/2019 Morrinsville. This contract is for the drilling, installation of pipes, pressure testing, and disinfection of new waterlines, valves, and hydrants at various locations The contract period is 30 weeks. On 13 June 2019 this was awarded to Cambridge Excavators Limited in the sum of $597,362.64 (excluding GST) using Lowest Price Conforming method. The tender prices received ranged from $597,362.64 to $850,705.78.",20201117 Medical Council of New Zealand,20194324,Request for Proposals,Open Competition,"RFP - Baseline data capture for Cultural Competence, Partnership and Health Equity Initiatives",MCNZ CC 01,20180921,20181031,20190620,,Sole Agency,No,"Medical Council of New Zealand, P.O Box 10509 The Terrace, Wellington 6143","REQUEST FOR PROPOSAL Baseline data capture for Cultural Competence, Partnership and Health Equity initiatives The Medical Council of New Zealand (the Council) in the partnership with Te Ohu Rata o Aotearoa (Te ORA), invites proposals from suitable providers to capture, collate, analyse and deliver quality reporting on baseline data to establish the current status of cultural competence of doctors working in New Zealand and the cultural safety of patients receiving health care from those doctors. This is a unique opportunity to be part of a significant New Zealand-wide initiative to improve cultural competence and cultural safety in the health care environment, with the ultimate aim of optimising health outcomes. Council requires all interested respondents to submit a Notice of Intention by 5 October 2018 to our Point of Contact. Interested respondents are to use the Response Form provided, note all requirements and include all information requested in relation to the RFP. The following key documents are attached and can be accessed through GETS: ??? Request for Proposal - Baseline data capture for Cultural Competence, Partnership and Health Equity initiatives ??? Notice of Intention ??? RFP Response Form All enquiries, questions, and requests for clarification related to this RFP are to be directed in writing to our Point of Contact. Point of Contact: Carol Parreno Strategic Project Manager Email: StrategicRFP@mcnz.org.nz Medical Council of New Zealand PO Box 10509 The Terrace Wellington 6143 This RFP closes at 5pm, 31 October 2018. Please note, all communication relating to this RFP must be in writing (email is acceptable).",Awarded,,20201117 Meridian Energy Limited,15801551,Request for Proposals,Closed Competition,ME14066 Wind Farm Maintenance - Crane Lift Services,ME14066 TSC,20150828,20151005,20160322,,Sole Agency,No,,"The Request for Proposal is to provide crane lifting services under ME14066 that include, but are not limited to, the following: - Mobilise and demobilisation of crane(???s) on site; - Provision of all general lifting equipment and personnel to enable the effective and safe lifts on wind turbines; - Storage and maintenance of Meridian???s specialized lifting equipment; - Capability to provide lifts of up to 42 tonne from/to a maximum height of 80m from a constrained lay-down area; - Rapid / un-programmed mobilisation capability ??? from time to time we may have needs arising for crane services with reduced notification time to the supplier; and - Man cage work These services will be provided on the West Wind, Te Apiti and Te Uku wind farm sites.",Awarded,Meridian Contract ME14066 Wind Farm Maintenance - Crane Lift Services was awarded to McLeod Crane Services,20201117 Meridian Energy Limited,16804888,Request for Tenders,Closed Competition,ME15004 OHAU A & OHAU B MAIN UNIT TRANSFORMER WORKS 2015/16,ME15004 ECC,20150916,20151021,20160322,,Sole Agency,No,,"This tender is for the opportunity to provide the OHAU A & OHAU B main unit transformer refurbishment and repair works detailed in the attached tender documents. The tender documents are supplied as a Adobe PDF Portfolio - An Adobe flash player that supports Adobe Reader and Acrobat is required to view and print the complete set of documents. On request Meridian can provide a copy of the transformer manual provided by the Osaka Transformer Company.",Awarded,This contract was awarded to Broadspectrum (New Zealand) Limited,20201117 Meridian Energy Limited,16974400,Request for Tenders,Closed Competition,Brooklyn Turbine Civil Works,Me15010,20151109,20151127,20160322,,Sole Agency,No,,"The Turbine has now reached the end of its design and economic life and Meridian are undertaking a project to replace the Turbine with a 900kW ENERCON E-44 Turbine to be supplied by ENERCON GmbH. This RFT involves works to remove the existing turbine foundation at Polhill Reserve, Brooklyn, Wellington and construct a foundation for the replacement turbine. NOTE. TENDERERS WILL REQUIRE ADOBE ACROBAT TO BE ABLE TO VIEW THE FOLDERS AND FILES IN THE PORTFOLIO ""ME15010 - Draft contract for RFT"".",Awarded,This contract was awarded to Fulton Hogan Civil,20201117 MidCentral District Health Board,4296982,Request for Quotations,Open Competition,The Provision of Lymphoedema Services,MDHB-10536,20140910,20141010,20150728,,Sole Agency,No,REFER TO TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC SUBMISSIONS FOR THIS TENDER MidCentral District Health Board is looking for a provider of lymphoedema services to effectively manage patients with lymphoedema who reside in the MDHB region. These patients will be under the care of a Specialist at MidCentral Health, or a Palliative Care Specialist at the hospice.",Awarded,"Successful provider: Jennifer Christine Collett RFX Title: The provision of Lymphoedema Services Commencement date: 1 April 2015 Term of agreement: 3 years Price Range: $250k-$500k RFX Type: RFP There were no justifications and/or excemptions used",20201117 MidCentral District Health Board,4370422,Request for Quotations,Open Competition,The Provision of Orthotic Services,MDHB-10533,20140912,20141003,20150818,,Sole Agency,No,"Reception, Board Office, Gate 2 Heretaunga Street, Palmerston North","PLEASE DO NOT SUBMIT ELECTRONIC SUBMISSIONS FOR THIS TENDER Orthotics is an Allied Health profession that is concerned with the design, development, fitting and manufacture of orthoses, which are devices that support or correct musculoskeletal deformities and/or abnormalities to the human body. Orthoses may be either custom made or pre-made commercial items, for example knee bracing, calipers, surgical footwear, insoles etc. MidCentral District Health Board (MDHB) is looking for a provider of Orthotic Services for people who have physical impairment and for whom some form of orthosis has been assessed as being required for the long term, who are domiciled in the Manawatu/ Horowhenua/Tararua regions. The service includes: ??? Orthotic assessment, provision (production and fitting), and the review, repair and maintenance of orthoses ??? Education of Service Users, and their carers in the use of their orthosis ??? Timely communication with Service Users, and their carers in the anticipated completion dates of fabrication or repairs of their orthotics.",Awarded,"MidCentral DHB, Ruahine Street, Palmerston North Central Orthotics Limited, Palmerston North Provision of Orthotic Services 01 July 2015 for three (3) years with two (2) Rights of Renewal of one (1) year each = Total Contract Period maximum of five (5) years $250,000.00 - $500,000.00 RFP placed on GETS No justifications and/or excemptions were used",20201117 MidCentral District Health Board,5870353,Request for Proposals,Open Competition,"The Supply, Configuration and Implementation of a Hospital Operations Centre Management System and Patient Flow and Monitoring Solution (???HOC Management Solution???)",MDHB-10675,20141031,20150121,20171019,,Sole Agency,No,PLEASE REFER TO TENDER DOCUMENTATION,"??? PLEASE DO SUBMIT ALL RESPONSES AS PER THE TENDER DOCUMENTATION ??? MDHB is looking for a vendor to supply a Hospital Operations Centre (HOC) Management Solution as well as a digital patient flow management solution. MDHB requires the HOC Management Solution to support it???s effective management of the complex processes of organising the resources of a hospital to maximise patient flow needs at all critical points. The HOC Management Solution will: ??? have the capability to provide insight into the current and predicted demand for hospital resources; ??? establish an integrated solution of technologies, information systems and flow processes assisting MDHB to improve visibility across the operation supporting staff to deliver improved patient care and experience; and ??? allow for a centrally localised team to shift resources as required to maintain optimal hospital efficiency and quality of services. MDHB is open to considering both off-the-shelf and bespoke solutions. This RFP requests innovative solutions catering for both and/or either a MDHB hosted and/or Vendor offsite hosted/supported solutions.",Awarded,,20201117 MidCentral District Health Board,12741569,Request for Proposals,Closed Competition,Provision of Dual Fuel Burners & Replacement of Control and Fuel Systems for 2 X 6mw Boilers,MDHB-10907,20150608,20150731,20170515,,Sole Agency,No,,"The contract works includes the following: ??? Replacement of existing natural gas burners on Boiler numbers 1 and 2 with a new dual-fuel natural gas/diesel burners; ??? Replacement of the boiler control systems on Boiler numbers 1 and 2 with new control systems and a SCADA system, integrated with the Hospital???s Building Management System (BMS) and the Energy Meter System (PMS); ??? Installation of economisers in the boiler exhaust gas ducts; ??? Installation of variable speed drives (VSD) on the existing boiler feed pumps; and ??? Installation of new metering equipment. The above work also includes procurement and installation together with all design, associated materials, installation labour, testing and commission as necessary to provide a complete and working installation that meets the performance criteria set out below.",Awarded,,20201117 MidCentral District Health Board,16686173,Request for Proposals,Open Competition,Pregnancy and Parenting Information and Education Service,MDHB-10898-01,20150915,20151030,20160218,,Sole Agency,No,"Tenderbox, Reception, Board Office, Gate 2, Heretaunga Street, Palmerston North","*TENDERS TO BE SENT TO THE PHYSICAL ADDRESS AS PER THE RFP DOCUMENT* MidCentral District Health Board (MDHB) invites existing and new organisations with expertise in service delivery to submit a proposal for the provision of the Pregnancy and Parenting Information and Education Service. The Service will provide free information, education and support to pregnant women and expectant fathers/partners, parents of new babies (including adoptive parents), and where appropriate their wh??nau, to meet their pregnancy and early parenting information, education and social support needs within the MidCentral District.",Awarded,"MDHB-10898-01 Pregnancy and Parenting Education and Information Services Barnardos NZ, Wellington Commencement Date 01 July 2016 for a three (3) year term (with 2 RORs for 1 year each) Price Range:$250,000 - $500,000.00 Procurement used: NOI placed on GETS, followed by an RFP No justifications or excemptions were used",20201117 MidCentral District Health Board,16959179,Request for Proposals,Closed Competition,The Provision of an eReferral Solution,MDHB-10953.01,20151104,20151130,20171020,,Syndicated Opportunity,No,,The objective of this request process is to find a supplier who is able to provide an eReferral Solution to MidCentral District Health Board (MDHB) and Whanganui District Health Board (WDHB) with their regional partners (Partners).,Not Awarded,Change of strategic direction resulted in project not continuing.,20201117 MidCentral District Health Board,17008924,Request for Proposals,Open Competition,Pharmaceutical Supplies,MDHB-10920.00,20151119,20151218,20170313,,Sole Agency,No,,"This Request for Proposals process is to find a supplier who is able to provide hospital pharmaceutical supplies in an innovative service delivery model, whilst providing MidCentral District Health Board (???MDHB???) with improved value for money in the provision of local supply of pharmaceuticals to be used within the hospital environment in Palmerston North.",Awarded,"MidCentral District Health Board PO Box 2056 Palmerston North 4440 Successful respondent: CDC Pharmaceuticals Ltd PO Box 14036 Orchard Road Christchurch 8051 Contract commencement date: 1 September 2016 RFX Title: Pharmaceutical Supplies Term of Agreement: 3 years Price Range: $500,000 - $1,500,000 Procurement Used: RFP No justifications or exemptions used",20201117 MidCentral District Health Board,17625695,Request for Proposals,Open Competition,FOR SALE 4 Edwim Danks Oldbury Chain Grate Stokers,MDHB-11275,20160623,20160729,20171019,,Sole Agency,No,"Tender Box, Board Office, Gate 2 Heretaunga Street, Palmerston North","** FOR SALE ** four Edwin Danks Oldbury Chain Grate Stokers PHYSICAL TENDERS TO BE SUBMITTED ONLY to the address below: ATTN: Karen McDonnell MidCentral DHB MDHB-11275 Edwin Danks Oldbury Chain Grate Stokers Tender Box Board Office Gate 2 Heretaunga Street Palmerston North. For further information on the Stokers, please contact Ian Dickson on 027 451 6540 or at ian.dickson@spotless.co.nz",Not Awarded,No responses received,20201117 MidCentral District Health Board,17801944,Request for Proposals,Open Competition,The provision of orthopaedic power tools,MDHB-10918.00,20160816,20160916,20171020,,Sole Agency,No,,This Request for Proposal is published by MidCentral District Health Board (MDHB). MDHB invite proposals from suppliers to replace its fleet of orthopaedic power tools for its theatres. MDHB are seeking proposals that provide for both an outright purchase and an operational fleet management option for the supply of multifunctional and future proofed equipment.,Not Awarded,"MidCentral District Health Board PO Box 2056 Palmerston North 4440 Successful Supplier: REM Systems Address: 69 Elizabeth Know Place, St Johns, Auckland Description of Goods: Orthopaedic Power Tools Date of Award: 23/06/2017 Expected spend: $443,946.44 Procurement Process: Request for Proposals No exemption from open advertising used",20201117 MidCentral District Health Board,19061534,Request for Proposals,Open Competition,Site Security Review Professional Consultancy Service,MDHB-11775.00,20170925,20171013,20171218,,Sole Agency,No,,"MidCentral District Health Board (MidCentral) is inviting interested Respondents to submit a proposal to conduct a Site Security Review of its Palmerston North Campus and provide a final report with recommendations for MDHB to consider. MidCentral is seeking to appoint a professional service provider/s to conduct the review and deliver the final report. MidCentral is looking for credible providers who have the capability, experience and availability/capacity to deliver the review for the MidCentral Health Palmerston North Campus, and final report and recommendations. Respondents need to have a good and demonstrated track record of developing Site Security Reviews for similar sized health facilities with proven capability in successfully delivering projects of this type.",Awarded,"MidCentral District Health Board PO Box 2056 Palmerston North 4440 Successful Supplier: Intelligent Risks Limited Address: 300 Pacific Highway. Crows Nest, NSW (AU) 2065 Description of Goods: Site Security Review Professional Services Date of Award: 3 November 2017 Procurement Process: Request for Proposals",20201117 MidCentral District Health Board,19094040,Request for Proposals,Open Competition,Enterprise Portfolio Management Tool,MDHB - 11787.00,20171003,20171102,20180118,,Sole Agency,No,Nil,"MidCentral DHB???s current portfolio management capability is very limited and does not meet the future requirements of the organisation. We are using multiple systems and manual processes to manage individual projects and resources, and there is little cohesive management of the overall portfolio as there is no visibility of the totality. To enable us to be more efficient at these tasks, reduce duplication, and focus on the key strategic drivers, we have initiated this process to procure a Software as a Service (SaaS) Portfolio, Programme and Project Management tool with the capability to also map and manage our applications. Ultimately we would like a fully integrated enterprise wide management tool linked to our existing finance, procurement and HR Systems. This will be undertaken in a number of phases. The subject of this RFP is the first phase and it will be limited to the deployment of the product for ICT portfolio and technology management.",Awarded,,20201117 MidCentral District Health Board,19281573,Request for Proposals,Open Competition,MDHB-11836 Home and Community Support Services (Excellence in Homecare),MDHB 11836,20171129,20180202,20181025,,Sole Agency,No,N/A,"MidCentral District Health Board (MDHB) is seeking to contract Service Providers to work in partnership with MDHB to provide innovative and better integrated Home and Community Support Services (HCSS) across the MidCentral district. This is through a primarily restorative model of care with greater choice and control for the service user and to promote efficient use of resources district wide. This model of care aims to improve the outcomes of all service users to support, maximize, and maintain independence of people at home. We require innovative services that will enhance the patient experience and wellbeing, link to other programs of work, utilise same IT platforms such as ???interRAI, Momentum??? and demonstrate linkages with in-like services in the community. We need timely, person centric services. We need a more integrated model of care for our service users with fewer Providers to support flexibility and efficiently run services. Please find attached: - RFP Home and Community Support Services (Excellence in Homecare) - Appendices 1 - 5 including: Response Template Optional Pricing Template",Awarded,,20201117 MidCentral District Health Board,19325434,Request for Proposals,Open Competition,Radiation Oncology Treatment Planning System,MDHB 11164.00,20171213,20180126,20180626,,Sole Agency,No,,"MidCentral District Health Board (MDHB) are seeking industry leaders to provide and support a Radiation Oncology Treatment Planning System (TPS) to replace our aging XiO System. This system will integrate with our clinical and business needs for at least the next ten years. We are looking for existing or new suppliers who have the capability, capacity and expertise to deliver the solution to (MDHB). The successful supplier will have experience and expertise in developing oncology software including Treatment Planning Solutions. There needs to be evidence of strong support networks and ongoing relationship management. Integration and access to Radiation Oncology with Surgical Oncology, Medical Oncology and Diagnostic support services is imperative. This RFP closes at 12.00pm Friday 26 January 2018 and proposals must be submitted electronically via GETS.",Not Awarded,This GETS entry was replaced by entry reference 19401049. An award will be made against 19401049 Radiation oncology Treatment Planning System when applicable.,20201117 MidCentral District Health Board,19388616,Request for Proposals,Open Competition,Temporary Health Care Assistant Services,MDHB 11901.00,20180123,20180302,20181025,,Sole Agency,No,N/A,"What we need MidCentral District Health Board (MDHB) requires the service of a service provider for the provision of Health Care Assistant (HCA) Services for the cover of staff in a temporary capacity for sick leave, annual leave or peak workloads. The objectives of the HCA services are to: ??? contribute to the quality of patient care, hygiene and cleanliness in the clinical setting; ??? contribute to the quality of patient care by reducing the incidence or pressure related complications; ??? contribute to the quality of patient care by assisting with feeding and nutrition; ??? contribute to the quality of patient care by assisting with tasks related to elimination and incontinence; ??? contribute to the quality of patient care by assisting with ???watching??? patients (behavioural one-on-one care) and; ??? contribute to the safety and maintenance of the care environment. MDHB???s focus is on a collaborative service model that includes: ??? training; ??? a robust orientation; ??? strong level of communication; ??? strong relationships between provider and MDHB; ??? monthly performance reviews; and ??? achieving MDHB temporary staff placement targets.",Awarded,,20201117 MidCentral District Health Board,19401049,Request for Proposals,Open Competition,Radiation Oncology Treatment Planning System (Reissued),MDHB 11164.00,20180126,20180216,20181025,,Sole Agency,No,,"THIS SUBMISSION IS A REPLACEMENT FOR GETS REFERENCE 19325434 WHICH WAS ISSUED 13 DEC 2017 BUT CLOSED IN ERROR TODAY. THE PREVIOUS SUBMISSION CAN STILL BE ACCESSED BY ALL PREVIOUSLY REGISTERED USERS, AND ALL Q&A AVAILABLE FOR REFERENCE. FOR EASE OF USE ALL NTT's HAVE BEEN REATTACHED TO THIS NEW SUBMISSION. Summary: MidCentral District Health Board (MDHB) are seeking industry leaders to provide and support a Radiation Oncology Treatment Planning System (TPS) to replace our aging XiO System. This system will integrate with our clinical and business needs for at least the next ten years. We are looking for existing or new suppliers who have the capability, capacity and expertise to deliver the solution to (MDHB). The successful supplier will have experience and expertise in developing oncology software including Treatment Planning Solutions. There needs to be evidence of strong support networks and ongoing relationship management. Integration and access to Radiation Oncology with Surgical Oncology, Medical Oncology and Diagnostic support services is imperative. This RFP closes at 12.00pm Friday 16 February 2018 and proposals must be submitted electronically via GETS.",Awarded,,20201117 MidCentral District Health Board,19402872,Request for Proposals,Open Competition,Tailored and supervised exercise programmes for people with complex and chronic (long term) conditions,MDHB #11880.00,20180129,20180308,20180626,,Sole Agency,No,,"MidCentral DHB (MDHB) wishes to fund a specialist exercise service that provides specialist exercise programmes for people with complex and chronic (long term) conditions such as respiratory, cardiac and diabetic disease (Complex Chronic Conditions). The programmes will ??? - include assessing and monitoring high risk consumers ??? - be designed, delivered and monitored by specialised staff with experience in exercise for people with Complex Chronic Conditions e.g. clinical exercise physiologists, physiotherapists, etc. ??? - provide each participant with an individualised, supervised exercise programme for up to 12 weeks ??? - be delivered in a safe environment suitable for these participants to undertake physical exercise. The overall goal of the service is to improve participants??? health and well-being. The objectives of the service are to: ??? - increase participants??? exercise work capacity ??? - teach participants to monitor themselves during exercise ??? - relieve participants??? fear and anxiety relating to the health condition and/or ongoing exercise ??? - increase the likelihood of participants maintaining an exercise program independently ??? - assist with the rehabilitation of participants who have suffered a major event (such as a heart attack) or suffer from deconditioning due to chronic disease ??? - transition participants to undertake regular physical exercise as part of their normal activities. Deadline for Proposals is 12.00noon, 8 March 2018",Awarded,"MidCentral District Health Board PO Box 2056 Palmerston North 4440 Successful Provider: Orakinetics Clinic Limited Address: Tremaine Avenue, Palmerston North Contract Start: 1 July 2018 Procurement Process: Request for Proposals",20201117 MidCentral District Health Board,19473413,Request for Proposals,Open Competition,Professional services to develop a business case for funding laboratory services,MDHB 11911.00,20180222,20180327,20180626,,Sole Agency,No,,"MidCentral District Health Board (MDHB) and Whanganui District Health Board (WDHB) (together the DHBs) are seeking to appoint a professional service provider to develop a business case to identify the most sustainable and cost effective future funding model for DHB-funded laboratory services. The services will build on the work already undertaken for the DHBs by Sapere Research Group (Sapere) that has informed the shortlisting of two possible models, and include planning and undertaking a competitive dialogue, RFP (or similar) process with potential suppliers to fully explore available solutions. A strategic assessment and development of a detailed five-case analysis of the potential collaborative models identified for joint DHB funding of laboratory services across the DHBs??? regions is required. The expected outcome is a detailed business case that makes the case for and identifies the preferred option for the DHBs??? approach to funding laboratory services, and informs a procurement or operational plan (as the case may be) for implementing the preferred option. The services may also include the provision of specialist advice and support around sourcing and implementing the preferred option. Both DHBs expect to be closely involved in the successful service provider???s development of the business case. Accordingly, a close and effective working relationship will be required.",Not Awarded,MDHB is not progressing with this project. Respondents who have requested a debrief will be contacted.,20201117 MidCentral District Health Board,20195721,Request for Proposals,Closed Competition,MRI Scanner and associated services,MDHB 12118,20180924,20181102,20190204,,Sole Agency,No,,"Secondary Procurement Opportunity a. MidCentral District Health Board (MDHB) wishes to purchase one 1.5T MRI Scanner and associated maintenance services (MRIs and Services). Accordingly MDHB is running this Request for a Secondary Procurement Proposal (RFP) for the supply of the MRI and Associated Services to MDHB. b. The suppliers that responded to the Panel RFP (Panel Respondents) are invited to submit a Proposal (as defined in paragraph 2.1 of this RFP) in accordance with this RFP. This is a closed secondary procurement process under the previous hA which is now a New Zealand Health Partnership Panel. Due to existing commercial relationships MDHB would appreciate your discretion regarding this opportunity.",Awarded,,20201117 Ministry for Culture and Heritage,5116908,Request for Tenders,Open Competition,"Property, facilities, engineering and project management services",KF001,20140929,20140929,20141007,,Sole Agency,No,,,Awarded,"Agency Name: Ministry for Culture and Heritage Agency Address : Level 4, 103 The Terrace, Wellington 6011 Successful supplier name: TRTW Acquire Limited Successful supplier Address: PO Box 2768, Wellington 6140 Description of the Service or Goods : Property, facilities, engineering and project management services Date Contract was Awarded: 30 September 2014 Duration of the Contract (Including any extensions): 8 months Estimated cost of the Procurement: $120,000 There were no Exemption Justifications used on the Tender: Exception for tender business case memo to CE who granted approval for the contract award.",20201117 Ministry for Culture and Heritage,17290274,Request for Proposals,Open Competition,Pukeahu Education Centre,976,20160308,20160401,20160517,,All of Government,No,,"This RFP relates to the purchase of services for the restoration of the former Home of Compassion Cr??che building at Pukeahu National War Memorial Park for the purposes of an education centre (the Pukeahu Education Centre). The Ministry for Culture and Heritage has been running a comprehensive education programme, augmented by teacher training days, at Pukeahu since the Park opened in April 2015. The programme has proved popular and successful with over 10,000 school students participating in the programme since April 2015. The absence of a dedicated indoor space is a significant limit on the Pukeahu education programme. Presentations and discussions have to be held outside, in all weather; there is no place for creative activities such as wreath-making, drawing etc. and nor is there anywhere for visual/digital presentations or desk-based research. The educators do sometimes have access to the Hall of Memories but this is not always available and much of the activity is not appropriate for such a space. A key element of the vision for the Pukeahu National War Memorial Park was education and interpretation, and the Government made funding available for this purpose. This decision recognised that, as a place of remembrance and commemoration, the original memorial contained very little to explain or explore what we commemorated or why. Education and interpretation at Pukeahu also complements the significant investment in new history and heritage resources developed as part of the WW100 commemorations.",Awarded,,20201117 Ministry for Culture and Heritage,17558917,Request for Proposals,Open Competition,Assessment of newly found taonga t??turu operational policies and procedures to the Ministry for Culture and Heritage,1029,20160530,20160608,20170630,,All of Government,No,,To prepare a report for the Ministry for Culture and Heritage on options for administering the newly found taonga t??turu provisions of the Protected Objects Act 1975.,Awarded,Contract awarded to Semper Paratus Limited,20201117 Ministry for Culture and Heritage,18538357,Request for Proposals,Open Competition,Web hosting,,20170403,20170426,20170630,,Sole Agency,No,,"The Ministry for Culture and Heritage is looking for a web hosting service for the Ministry’s websites. We are seeking a supplier that can provide a reliable and secure hosting environment, with associated support services to ensure availability of our websites to the public. We are not seeking website development and design services. This is an opportunity for credible suppliers who have the capability, experience and infrastructure to host the Ministry’s websites and to provide the necessary support for this. They need to have proven experience in meeting agreed service levels for issue resolution and performance targets for system availability.",Awarded,Contract awarded to Catalyst.Net Ltd,20201117 Ministry for Culture and Heritage,19933121,Request for Proposals,Open Competition,Digital Audio Broadcasting Research,,20180720,20180816,20180927,,Sole Agency,No,,"The Ministry for Culture and Heritage requires research to help inform the policy decision on whether New Zealand should adopt Digital Audio Broadcasting (DAB) technology on a permanent basis. The research should consider, where relevant, two scenarios: (1) mandated transition (i.e. planned switch off AM/FM broadcasting) and (2) parallel operation with AM/FM for the foreseeable future. These scenarios will have an impact on cost. The research should include an economic focus. We need to know what the overall costs and benefits are of adopting DAB technology and allocating the DAB spectrum. We would particularly like the research to examine the costs and benefits to: (1) government; (2) commercial and publicly funded broadcasters; and (3) public/consumers. We would also like the research to include a framework for monetising cost and benefits.",Awarded,The contract has been awarded to Martin Jenkins. The Ministry for Culture and Heritage looks forward to working with Martin Jenkins to complete this piece of research.,20201117 Ministry for Culture and Heritage,20334803,Request for Proposals,Open Competition,Great War Exhibition make good services,,20181026,20181121,20181221,,Sole Agency,No,,"The Ministry for Culture and Heritage requires the services of a supplier in the capacity of a lead contractor to undertake construction work related to the decommissioning of the Great War Exhibition located in the Dominion Museum Building in Wellington. The exhibition was set up in April 2015 for the First World War Centenary and the Dominion Museum Building leased by the Ministry to house the exhibition until its closing date. As the exhibition closes in early December, the Ministry has commenced plans to decommission the exhibition including the work required to return the Dominion Museum Building back to its original condition. Due to the nature of the exhibition and the heritage status of the Dominion Museum Building, we are seeking the services of a suitably qualified and skilled lead contractor to work as part of a project team to manage this complex and high profile project to a successful outcome.",Awarded,,20201117 Ministry for Primary Industries,441076,Request for Proposals,Open Competition,Lead Reviewers for Primary Growth Partnership Programmes - Old GETS ref# 42761,17060,20140708,20140804,20141103,,Sole Agency,No,25 The Terrace - PO Box 2526 - Wellington,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Ministry for Primary Industries (MPI) is seeking tenders for the supply of Lead Reviewers for midterm progress reviews of PGP programmes. PGP aims to fund, with industry, long-term innovation programmes to increase the market success of the primary sectors. Each PGP programme is required to undertake a mid-term progress review. The review is to be independent of the Programme Steering Group (PSG), MPI and the industry co-investors for each PGP Programme. The review is an opportunity to assess: ??? progress towards the programme???s stated outcomes ??? programme governance ??? specific matters raised for the programme that are areas of particular interest The review will then make recommendations to address any issues uncovered. Note: This is not financial audit but a review of the overall management of programmes.",Awarded,Panel of Providers under a Master Services Agreement.,20201117 Ministry for Primary Industries,532436,Request for Proposals,Open Competition,Identification of Myrtaceae species during a Myrtle Rust response - Old GETS ref# 42852,17156,20140718,20140811,20150731,,Sole Agency,No,"""Pastoral House - 25 The Terrace - PO Box 2526 - Wellington""","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER MPI require an external supplier(s) that can provide services for the identification of Myrtaceae species during a Myrtle Rust response. The following services will be required during a Myrtle rust response; ??? Plant host barcoding identification using DNA ??? DNA Extraction ??? sequencing and cloning ??? Plant host identification via morphology",Awarded,,20201117 Ministry for Primary Industries,659684,Request for Proposals,Open Competition,Deforestation Intentions - Old GETS ref# 42853,17147,20140728,20140821,20140929,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"MPI requires an external supplier to gather and analyse the current and future deforestation intentions of exotic forest owners/managers. Please submit response via email to the MPI contact as specified in the attached RFP document and not through GETS Electronic Tendering.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: University of Canterbury Successful supplier Address: 20 Kirkwood Avenue, Ilam, Christchurch Description of the Service : Deforestation Intentions Date Contract was Awarded: 1 October 2014 Duration of the Contract (Including any extensions): 4 years with a right of renewal for a further 4 years Estimated cost of the Procurement for full term - $400,000 There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,2818915,Request for Proposals,Open Competition,"L11 Refurbishment Project, 25 The Terrace, Wellington",17221,20140807,20140903,20141007,,Sole Agency,No,,"MPI requires an prime contractor to partially refurbish Level 11 of Pastoral House, 25 The Terrace, Wellington 6011. The scope of work encompasses the following trades; ??? Plumbing ??? Electrical ??? HVAC / Mechanical ??? Carpentry / Joinery ??? Flooring & surface coatings ??? Sprinkler re-assessment ??? Glazing The Design Drawings and Specification has been provided by Gaze Commercial Limited, who will also undertake the Project Management component of this project.",Awarded,"Supplier: Zeal Commercial Interiors Ltd Supplier address: PO Box 83-044, Johnsonville Description: 17221 Partial refurbishment of Level 11, Pastoral House, Wellington Date contract awarded: 19 September 2014 Duration of contract: 7 weeks Estimated cost: in the $100k - $250k bracket",20201117 Ministry for Primary Industries,3793193,Request for Proposals,Open Competition,Provision of Dog food (syndicated),16836,20131218,20140129,20140826,,Syndicated Opportunity,No,,,Awarded,"Agency Name: MPI Agency Address : Pastoral house, 25 The Terrace, Wellington Successful supplier name: Masterpet Corporation Limited Successful supplier Address: 1-9 Bell South Road, Lower Hutt. Description of the Service or Goods : the provision and nationwide delivery of dog food Date Contract was Awarded: 18/08/2014 Duration of the Contract (Including any extensions) 3 + 2+ 2 years There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,4910975,Request for Proposals,Open Competition,Validating Methods Characterising Manuka Honey,17275,20140929,20141028,20151127,,Sole Agency,No,,"The objective of this RFP is to identify an appropriately skilled service provider (or providers) to develop and validate techniques that will provide test methods for identifying characteristics associated with honey derived from Leptospermum scoparium (m??nuka). These test methods will then be used to determine levels of specific characteristics and allow the establishment of definitions for monofloral and multifloral L. scoparium derived honey. Please Note: Q&A's have now closed and no further questions will be responded to",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: Analytica Laboratories Limited Successful supplier Address: Ruakura Research Centre, 10 Bisley Road, Hamilton Description of the Service : Specificity Assessment for Defining Manuka Honey Date Contract was Awarded: April 2015 Duration of the Contract (Including any extensions): 8 months Estimated cost of the Procurement for full term - $275,000 There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,5463290,Request for Proposals,Open Competition,ICT Application Development Panel,17232,20141016,20141120,20150922,,Sole Agency,No,,"MPI is seeking proposals from suppliers with experience and capability in ICT application development services in order to identify suitable suppliers to form an ICT Application Development Supplier Panel. The proposal is open to suppliers proposing development services as a managed service through the provision of teams or individual skilled person(s) to deliver packages of work including the provision of contractors when required. Responses are submitted for consideration by the Ministry for Primary Industries (MPI) on the terms and conditions of this RFP. The following services are in scope for this RFP: ??? Application development services (including Analysis, Solution Design, Development, Testing, Implementation and Support) using Microsoft .Net, Java and other open source technologies ??? Application development services (including Analysis, Solution Design, Development, Testing, Implementation and Support ) using the Esri suite of GIS tools ??? Maintenance and support services for Esri based GIS Applications, GIS customisation, geospatial Data Warehousing ??? Messaging and data interface solutions (including Analysis, Solution Design, Development, Testing, Implementation and Support ) using BizTalk Server ??? Maintenance and support services for Data Warehousing, Microstrategy, .NET, Java ,Open source ??? Application Testing as a standalone service ??? Training (for Applications the Respondent designs or implements)",Awarded,,20201117 Ministry for Primary Industries,5805774,Request for Proposals,Open Competition,The Administration and Management of the Export Programme for Cats and Dogs to Australia.,16379,20141031,20141216,20150715,,Sole Agency,No,,"Ministry for Primary Industries (MPI) is responsible for the provision of export certification for animal material, including live animals and germplasm (embryos and semen). Due to the large number of cats and dogs being exported from New Zealand to Australia, export health conditions were negotiated so these animals can enter Australia directly without the necessity of an Import Permit. By agreement with the Australian Government, the provision of export certification of cats and dogs (and canine and feline semen of New Zealand origin) to Australia can be carried out by MPI Approved Vets All other export certificates are signed by Vets employed by the MPI. The MPI Export Programme for Cats and Dogs to Australia (The Export Programme) is the programme that outlines the requirements that Approved Vet Practices and Approved Vets must comply with for the certification for cats and dogs and canine and feline semen of New Zealand origin to Australia. The Export Programme is developed and maintained by MPI Animal Exports team. MPI requires a third party to administer and manage The Export Programme.",Awarded,,20201117 Ministry for Primary Industries,7551674,Request for Proposals,Open Competition,Horticulture Monitoring Programme,17428,20141218,20150205,20150219,,Sole Agency,No,,"MPI requires an external supplier/s for each of the monitored sectors of pipfruit, viticulture and apiculture to provide financial, production and some physical information from vineyards and orchards for key horticulture industries.",Awarded,"Fruition Horticulture awarded Viticulture monitoring AsureQuality awarded Apiculture monitoring AgFirst awarded Pipfruit monitoring",20201117 Ministry for Primary Industries,9583552,Request for Proposals,Open Competition,Service Provider for a Centralised Integrated Physical Security System,17475,20150305,20150409,20150821,,Sole Agency,No,Not applicable,"The Ministry for Primary Industries (MPI) is seeking a single Service Provider to provide and implement a Central Access Control and Physical Security Management System, and other Electronic Security Systems across multiple MPI sites. The successful supplier will provide design and installation services as well as ongoing support and maintenance of the selected security platform.",Awarded,"The tender has been awarded to: - Aotea Security (NZ) Limited Further information: Award date: 21 August 2015 Contract value: $1M - $5M Contract term: Five years with options to extend twice, firstly for an additional period of two years and then for a further period of one year. Tender type: Open Tender",20201117 Ministry for Primary Industries,11444309,Request for Proposals,Open Competition,Marine Biosecurity Coordination for the Top of the South Island Marine Biosecurity Partnership,16359,20150430,20150601,20150731,,On behalf of procurement agent,No,,"The objective of this RFP is to select a provider to provide the services of a regional marine biosecurity coordinator (the Coordinator) for the Top of the South Island Marine Biosecurity Partnership (the Partnership). The purpose of the Coordinator is to enable the effective implementation of the Top of the South Marine Biosecurity Strategy (the Strategic Plan). The successful provider will be offered a contract with the Nelson City Council (current chair of the Partnership???s management committee) for a period of 2 years with a right of renewal for a further year. The Coordinator is given overall direction by the Partnership management committee and reports to the management committee. The management committee is responsible for approval of programmes and procedures developed by the Coordinator. Key responsibilities of the Coordinator are: ??? Coordinating the Partnership work programme and specific projects ??? Supporting the management committee ??? Assisting the Partnership to manage information and/or respond to local or regional marine biosecurity incursions ??? To action within direction from the Partnership, the development and implementation of advocacy programmes ??? To action with direction from the Partnership, the development and promotion of marine pest surveillance programmes ??? To action with direction from the Partnership, the development and review of standard procedures for incursion responses and other Partnership activities. ??? Building the Partnership in engaging with marine users and other stakeholders and liaising with other partnerships, councils and central government agencies.",Awarded,,20201117 Ministry for Primary Industries,11800781,Request for Proposals,Open Competition,Researcher - Far North Employer Engagement,17582,20150511,20150529,20150819,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking at contracting a researcher to engage with a range of employers from the primary industry sector that offer employment opportunities in the Far North region (North of Whangarei). It is expected employers engaged will be a cross-section of current and potential future employers in the sector areas of Aquaculture, Beef and Lamb, Dairy, Forestry, and Horticulture. The work will be carried out in collaboration with relevant industry bodies and will inform and support MPI???s current focus on regional economic development in Northland, as well as provide specific information to support local Ministry of Education and Ministry for Social Development initiatives.",Awarded,,20201117 Ministry for Primary Industries,12437404,Request for Proposals,Closed Competition,Animal Health Surveillance Information Management System - RFP,17159,20141106,20141208,20150529,,Sole Agency,No,,,Awarded,"This tender has been awarded to: ??? Episoft Limited Further Award Information: Agency Name: Ministry for Primary Industries Agency Address: Pastoral House, 25 The Terrace, Wellington Successful supplier name: Episoft Limited Successful supplier Address: 166 Wicksteed Street, Wanganui Description of the Service or Goods: Animal Health Surveillance Information Management System Date Contract was Awarded: 1 April 2015 Duration of the Contract: 5 years plus optional 3+2 year extension Estimated cost of the Procurement: $0.5M - $1M",20201117 Ministry for Primary Industries,13829090,Request for Proposals,Open Competition,EM Programme for the SNA 1 Trawl Fishery,17667,20150709,20150803,20151217,,Sole Agency,No,,"Based on the successful trial of electronic monitoring (EM) technology in 2014/15, MPI is seeking operational deployment of cameras in the trawl fishery as a viable solution to meeting the monitoring needs of the Minister. The fishing industry support this position. Therefore MPI requests proposals for the operational delivery of an electronic monitoring programme to achieve the objectives of the Minister. This includes, but is not limited to, recording, collection, storage, retrieval, and analysis of video footage and GPS track data from commercial trawl fishing vessels operating within the SNA1 area.",Awarded,,20201117 Ministry for Primary Industries,14258351,Request for Proposals,Open Competition,Managing 'hitch-hiker' Zooplankton Species,404875,20150723,20150825,20151203,,Sole Agency,No,,"The research services being sought by MPI are for the development of highly-effective methods of treating water or equipment that may be transported between fresh waterbodies, to minimise the risk of unseen zooplankton species being dispersed.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: The Cawthron Institute Description of the Service : Managing 'hitch-hiker' Zooplankton Species Date Contract was Awarded: 30th November 2015 Duration of the Contract (Including any extensions): 5 months Estimated cost of the Procurement for full term - $100k There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,14258707,Request for Proposals,Open Competition,Vessel Biofouling Risk Profiling,404877,20150723,20150902,20160105,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has issued the Craft Risk Management Standard (CRMS) for Biofouling on Vessels Arriving to New Zealand, which comes into force on 15 May 2018. To implement this standard, MPI???s targeting and border clearance operations will use a set of biofouling risk indicators to identify potentially noncompliant vessels for further investigation. Preliminary biofouling risk indicators has been identified, and these need to be evaluated to determine their utility and robustness in an operational context. The evaluation will be based on a field survey of international commercial vessels arriving to New Zealand, which will involve underwater biofouling inspections of vessel hulls and niche areas, questionnaire administration to vessel owners/operators/masters, and data collation and analysis to assess the performance of the biofouling risk indicators. This project provides an opportunity to identify other potentially informative biofouling risk factors (e.g., topside compliance with health, safety and biosecurity requirements; propeller torque readings).",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: Cawthron Institute Successful supplier Address: 98 Halifax Street, Nelson Description of the Service : Vessel Biofouling Risk Profiling Date Contract was Awarded: November 2015 Duration of the Contract (Including any extensions): 19 months Estimated cost of the Procurement for full term - $290,000 There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,14924166,Request for Proposals,Open Competition,Rapid Field Detection of the Highly Invasive Myrtle Rust Pathogen,404899,20150810,20150907,20160329,,Sole Agency,No,,"This is an opportunity to develop an off-the shelf antibody-based Lateral Flow Device (LFD) for the specific detection of a highly invasive plant pathogen called myrtle rust, caused by the fungus Puccinia psidii. The LFD would be a plant health diagnostic tool which could be purchased for use in any country for the following purposes: ??? An initial quick and easy method to confirm or rule out a suspect positive detection of myrtle rust in countries known to be free of myrtle rust, e.g. New Zealand; this would allow a quick response to the presence of the pathogen in order to limit its spread into nature reserves, state forests and urban areas etc. ??? An easy to use surveillance tool in countries where myrtle rust is present . This would be the first time a LFD has been developed for myrtle rust. What we need MPI requires an easy to use LFD to be developed and validated to allow for rapid detection of myrtle rust in New Zealand to assist with detecting and managing the disease. The LFD will be developed to a high standard so it can be relied on as an accurate plant health diagnostic tool.",Awarded,"Address: United Kingdom Contract signed: 11 March 2016 Term: 2 years Value $360K",20201117 Ministry for Primary Industries,14964100,Request for Proposals,Open Competition,Pesticides in Fresh Frozen Produce - Sampling,17685,20150811,20150904,20151127,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) Food Residue Surveillance Program (FRSP) was established in 2003 to investigate residues and contaminants in food for which there was no existing or suitable verification programme. The Ministry intends to contract for a sample collection service to facilitate the sampling of produce and transportation to testing laboratories.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: The AgriChain Centre Ltd Successful supplier Address: 1 William Pickering Drive, Albany, Auckland Description of the Service : Food Residue Surveillance Programme - Pesticides in Fresh and Frozen Produce Sample Collection Date Contract was Awarded: 16th November 2015 Duration of the Contract (Including any extensions): 8 months Estimated cost of the Procurement for full term - Under $100k There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,15873623,Request for Proposals,Open Competition,Pesticides in Fresh & Frozen Produce - Laboratory Sample Testing,17709,20150831,20150923,20151127,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) Food Residue Surveillance Programme (FRSP) was established in 2003 to investigate residues and contaminants in food not covered by other major monitoring programmes. The Ministry intends to contract for the provision of laboratory testing services for the 2015/2016 FRSP to evaluate pesticide residues in fresh and frozen produce.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: AsureQuality Limited Successful supplier Address: 1c Quadrant Drive, Waiwhetu, Lower Hutt Description of the Service : Food Residue Surveillance Programme, Pesticides in Fresh and Frozen Produce Laboratory Sample Testing Date Contract was Awarded: 27th November 2015 Duration of the Contract (Including any extensions): 10 months Estimated cost of the Procurement for full term: $110k There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,16017058,Request for Proposals,Open Competition,Address Verification and Geocoding Services,17703,20150902,20150925,20160524,,Sole Agency,No,,"The purpose of this RFP is to identify a suitable supplier to provide Address Verification and Geocoding Services for MPI. This is a unique opportunity to provide a core service to MPI that will improve data quality and consistency across MPI. This service will be integrated with a number of significant applications. This initiative relates directly to MPI???s main priorities in terms of ???Integrated Information, Insight and Knowledge??? and you will therefore be assisting in delivering our major systems that are central to the success of MPI; Biosecurity, Food Safety, Primary Industry and Trade.",Awarded,,20201117 Ministry for Primary Industries,16021098,Request for Proposals,Open Competition,National Saltmarsh Mosquito Surveillance Programme (NSP),17510,20150902,20151001,20160601,,Sole Agency,No,,"The National Saltmarsh Mosquito Surveillance Programme operates as a targeted, high risk site, surveillance programme focusing on prioritisation of at-risk sites providing statistical assurance of detection of exotic mosquitoes of public health significance in saltmarsh habitat, as well as comprehensive surveillance data for mosquito species in New Zealand salt marshes. The programme requires a national overview, with monitoring occurring at optimum environmental times to detect mosquito life stages, and a focus on ongoing surveillance of identified potential habitat areas. The surveillance programme comprises two components: Field Surveillance and Diagnostics. Field Surveillance covers: ??? Surveillance Sites - identification and sampling in saltmarsh habitat, including review and prioritisation of sites, managing access and landowner liaison; ??? Surveillance Methodology - comprehensive surveillance regimes based on biological cycles, climatic events, seasonal cycles, emergency triggers and risk assessment; ??? Timely and clear reporting, development and maintenance of a national field mosquito database, quality assurance operating procedures. Diagnostics covers: ??? Laboratory Services - mosquito identification, relationship with international or national experts for validation, timely and clear reporting, development and maintenance of a national laboratory mosquito database, specimen archiving and maintaining reference specimens, quality assurance operating procedures. Respondents must tender for all components; Field Surveillance and Diagnostics. Any contract arising out of this RFP is likely to cover a three-year period with a two year MPI right of renewal (3+2) delivery of services commencing 1 December 2015.",Awarded,,20201117 Ministry for Primary Industries,16589076,Request for Proposals,Open Competition,Replacement of Discontinued Next-Generation Sequencing (NGS) Machine,17714,20150914,20151012,20160426,,Sole Agency,No,,"MPI require a replacement Next Generation Sequencing (NGS) machine as the current NGS machine will no longer be supported from June 2016. The Ministry is looking for credible providers who are able to provide the technical requirements and capability outlined in this RFP to replace the NGS machine. A bit about us: The Animal Health Laboratory (AHL) and the Plant Health & Environment Laboratory (PHEL) are an essential part of the Ministry for Primary Industries. The purpose of these laboratories is to provide accurate, reliable and valuable information that meets high standards of quality and scientific validity. The AHL is based in Upper Hutt and is the country???s main centre for diagnostic response to exotic veterinary disease and maintains and improves its preparedness for biosecurity emergencies. We have capability in the detection and identification of a range of veterinary pathogens, antibody and antigen detection and a wide range of molecular methods. We also have capability in a range of forensics work targeted at fisheries investigations and capability improvement. The PHEL is based at two sites (Auckland and Christchurch) and is responsible for the diagnosis of pests and diseases in plant samples collected from surveillance programmes, from submissions of suspected exotic pests and diseases from the general public, regional councils, crop consultants and the scientific community, and from incursion responses. Other activities of the laboratory include testing imported and exported plants for freedom from regulated pests and diseases, diagnosis of pests and diseases on plants and plant products intercepted at the border or in quarantine, research and development to underpin incursion responses, surveillance and testing activities, and the provision of technical advice on biosecurity issues. Both laboratories are accredited to ISO 17 025 ???General Requirements for the Competence of Calibration and Testing Laboratories??? and have developed standard operating procedures to document the requirements of the quality management system.",Awarded,"Address: Australia Description: Replacement of Discontinued Next-Generation Sequencing (NGS) Machine Date of the Contract: 16 March 2016 Expected spend: 178K Type of Procurement: Open Tender",20201117 Ministry for Primary Industries,16683294,Request for Proposals,Open Competition,Exhibition Management Services,17683,20150915,20151015,20160127,,Sole Agency,No,,"Exhibiting at events are an important part of MPI???s proactive communications programme as they provide opportunities for MPI staff, leaders and Ministers to engage directly with communities and raise awareness of MPI ??? who we are and what we do. This is your chance to be involved in designing and implementing such events that have a high profile for MPI. MPI requires a Supplier to work on MPI???s presence at events such as field days and Agricultural and Pastoral (A&P) Shows and other events as required. MPI is looking for credible providers who have the capability, experience and infrastructure to deliver the services required for specific events.",Awarded,,20201117 Ministry for Primary Industries,16692749,Request for Proposals,Open Competition,Laboratory Analysis for 2016 New Zealand Total Diet Study,404907,20150915,20151013,20151207,,Sole Agency,No,,"MPI requires an external provider to undertake laboratory analysis of approximately 120 different foods (1040 samples) for a wide range of agricultural compounds, pesticides, contaminant residues as well as selected nutrients and contaminant elements",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: R J Hill Laboratories Limited Successful supplier Address: Clyde Street, Hamilton Description of the Service : Lab Analysis 2016 NZ TDS Date Contract was Awarded: 23rd November 2015 Duration of the Contract (Including any extensions): 16 months Estimated cost of the Procurement for full term - $450k There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,16843225,Request for Proposals,Open Competition,Readiness Programme: Response People Capability,17729,20150929,20151027,20160114,,Sole Agency,No,,"Having competent and well-trained staff is a key component to MPI???s success in growing and protecting NZ and provides the driver for the Readiness Programme: Response People Capability and Capacity Project. The Ministry for Primary Industries is seeking to appoint a provider who will be responsible for the development of a comprehensive learning solution for the Ministry that will meet the predefined learning outcomes. In a response we sometimes need our staff to think outside the box, or understand what their role is as part of their Response team and what other teams do. We want a learning solution that gives our staff broad understanding and targeted knowledge of roles within response. The Ministry is looking for credible providers who have the capability, experience and creativity to deliver on our Response People Capability Framework. They need to have a good track record in the management and implementation of similar and effective learning solutions. This is a unique opportunity to be part of a major government ministry???s programme of work that has significant visibility throughout the Government sector. How we plan to develop our staff capability for responses is considered the benchmark for government people development, and is influencing how other government ministries and agencies develop their own frameworks and capability.",Awarded,,20201117 Ministry for Primary Industries,16858670,Request for Proposals,Open Competition,Kauri Mapping 2015,17720,20151005,20151105,20160301,,Sole Agency,No,,"The Kauri Dieback Programme requires a high quality spatial dataset of the distribution, abundance and maturity of naturally-occurring kauri within New Zealand.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address : Pastoral House, 25 The Terrace, Wellington Successful supplier name: Wildland Consultants Limited Description of the Service : Kauri Mapping 2015 Date Contract was Awarded: February 2016 Estimated cost of the Procurement for full term - $300,000 There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,16886072,Request for Proposals,Open Competition,Regional Animal Welfare Coordination (RAWC) Services,17614,20151014,20151110,20170214,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has been tasked, under the revised National Civil Defence Emergency Management Plan (the Plan), with the accountability of Responsible Agency for Animal Welfare, at the National and Regional levels, during emergencies. MPI has three main obligations to fulfil, which are as follows: 1. coordinating the provision of animal welfare services, for all animals, during the response and recovery from an emergency 2. coordinating the preparation & emergency planning for animal welfare 3. maintaining the Government???s reporting and advisory capability on animal welfare during an emergency To accomplish this, MPI will utilise a framework for National, Regional, and Local Animal Welfare co-ordination. MPI require a supplier to provide for an overall solution (all services across all regions) or multiple suppliers or individuals to deliver all RAWC services across individual region(s) The supplier will provide all of the following services; 1. Readiness - coordinating the planning for animal welfare in emergencies 2. Response and Recovery- coordinating the provision of animal welfare services, for all animals, during the response and recovery from an emergency 3. Reporting -maintaining the Government???s reporting and advisory capability on animal welfare in an emergency",Not Awarded,,20201117 Ministry for Primary Industries,16967690,Request for Proposals,Open Competition,Food Residue Surveillance Programme - Baby Foods Survey,17747,20151106,20151204,20160623,,Sole Agency,No,,"The Ministry for Primary Industries Food Residue Surveillance Program (FRSP) was established in 2003 to monitor for the presence of agricultural chemical residues in food. The programme focuses on fresh produce, but can include processed foods. FRSP is one of five regular food residue monitoring programmes that together provide broad coverage over all food types. MPI requires a provider for the provision of laboratory testing for agricultural compound residues in processed food intended for infants and young children, excluding dairy-based infant formula.",Awarded,"Successful Supplier: Symbio Alliance - Australia Description: Food Residue Surveillance Programme - Baby Foods Survey Date Contract signed: 13 June 2016 Term: June - November 2016 Spend: $77,000NZ Type of Procurement: Open Tender",20201117 Ministry for Primary Industries,17049774,Request for Proposals,Open Competition,Design of Acoustic Survey for Orange Roughy,405041 (ORH2015-01),20151203,20160129,20160304,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to complete an acoustic survey design for orange roughy (Hoplostethus atlanticus) in the MEC and East Cape stocks (ORH 2A, 2B, and 3A).",Awarded,Contract Awarded.,20201117 Ministry for Primary Industries,17049824,Request for Proposals,Open Competition,"Descriptive analysis, CPUE and cumulative catch analyses on features in ORH 1 fisheries",405040 (DEE2015-04),20151203,20160129,20170508,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to conduct a descriptive analysis, CPUE and cumulative catch analyses on features in ORH 1 fisheries",Awarded,,20201117 Ministry for Primary Industries,17058370,Request for Proposals,Open Competition,Clarification of Cattle Methane Yields,405030,20151208,20160115,20170508,,Sole Agency,No,,The Ministry for Primary Industries (MPI) requires experimental trial data collection and analysis to improve the understanding of methane emissions from grazing dairy cattle through the development of a more robust relationship between methane yield and dry matter intake.,Awarded,,20201117 Ministry for Primary Industries,17084459,Request for Proposals,Open Competition,"Risk Assessment for Benthic Habitats, Biodiversity and Production",405048 (BEN2014-01),20151217,20160229,20170508,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to conduct a quantitative risk assessment for benthic habitats overlapped by mobile bottom fishing methods,Awarded,,20201117 Ministry for Primary Industries,17084481,Request for Proposals,Open Competition,Monitoring Recovery of Benthic Fauna in Spirits Bay,405049 (BEN2014-03),20151217,20160129,20170508,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to monitor changes in the benthic invertebrate communities between North Cape and Cape Reinga following closure of an area to bottom trawling and dredging,Awarded,,20201117 Ministry for Primary Industries,17084489,Request for Proposals,Open Competition,Improving Estimates of Cryptic Mortality for Use in Seabird Risk Assessments,405050 (PRO2015-01),20151217,20160201,20161213,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to provide improved estimates on cryptic mortality for the level-2 risk assessment by progressing one or more recommendation from Pierre, Richard & Abraham (2015.)",Awarded,,20201117 Ministry for Primary Industries,17084506,Request for Proposals,Open Competition,Addressing Key Information Gaps Identified by the Shark Qualitative Risk Assessment,405051 (ENV2015-03),20151217,20160129,20160304,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to collect and analyse biological information to improve estimates of risk for inshore and deepwater shark species identified as being at relatively high risk .,Awarded,Contract Awarded,20201117 Ministry for Primary Industries,17096895,Request for Proposals,Open Competition,Swamp Kauri Resource Assessment,17878,20151224,20160212,20160426,,Sole Agency,No,,"In September 2015, the Auditor-General released findings on a ???Request for inquiry into the regulation of the ancient swamp kauri industry???. In those findings, a recommendation was made for MPI to compile and make publicly available, information about estimates of the quantity/scarcity of the total swamp kauri resource. This RFP relates to the development and implementation of a methodology to assess the spatial extent and volume of the buried swamp kauri resource in the Northland region. The specific deliverables of this RFP are: 1. A methodology for undertaking the assessment (to be agreed with MPI); 2. Implementation of the methodology; 3. A report outlining the methodology established and results of the assessment undertaken; 4. A presentation to MPI of the final report; and 5. Provision to MPI of all data and analyses underlying the assessment. All enquiries must be directed to us via the Government Electronic Tenders Service (GETS) using the ???Raise Question Here??? function on the RFP. We will manage all external communications through GETS. Proposals must be submitted electronically to the GETS in-box for this RFP.",Awarded,"Address: Wellington Description: Swamp Kauri Resource Assessment Date of Contract: 18 April 2016 Term: 6 Months Expected spend: $75,000.00 Type of Procurement: Open Tender",20201117 Ministry for Primary Industries,17106517,Request for Proposals,Open Competition,Nitrous Oxide Emissions from Deer,17200,20160111,20160209,20170508,,Sole Agency,No,,This research procurement is for experimental trial data collection to determine an emission factor for nitrous oxide emissions from deer urine in New Zealand. The research will consist of targeted plot studies that will also compare the emissions from deer urine patches with those of sheep and cattle urine patches. The results will be used to improve estimates of nitrous oxide emissions from deer in New Zealand???s agricultural greenhouse gas inventory.,Not Awarded,,20201117 Ministry for Primary Industries,17118837,Request for Proposals,Open Competition,Nitrous oxide emissions from beef and dairy cattle,405054,20160118,20160215,20170508,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) requires field trial data collection and analysis to improve our understanding of nitrous oxide emissions from beef and dairy cattle excreta on pasture on different topographies. This research procurement is for experimental trial data collection to determine nitrous oxide emissions from beef cattle excreta on lowlands, and dairy cattle excreta on medium hill-country slopes in New Zealand. These results will be used to improve the estimates of nitrous oxide emissions from beef and dairy cattle in New Zealand???s agricultural greenhouse gas inventory.",Awarded,,20201117 Ministry for Primary Industries,17136556,Request for Proposals,Open Competition,The Micro-Economic Impact of Pricing Biological Emissions From Agriculture,17892,20160121,20160218,20160329,,Sole Agency,No,,"The purpose of this work is to take a ???first principles??? look at the mitigation potential of the sector and the cost associated with achieving it. An important component is identifying by how much representative farmers are able to reduce their emissions and what doing so would cost them. MPI is seeking to understand the following impacts: ??? Profit margins for different farmers; ??? Land use change in hectares; ??? Greenhouse gas emissions; and ??? Changes to nutrient losses to water ??? Above results are scalable to national aggregates.",Awarded,"Address: Hamilton Contract Signed: 21 March 2016 Term: 2 months",20201117 Ministry for Primary Industries,17157343,Request for Proposals,Open Competition,Analysis of the Potential to Increase Emission Intensity Improvements Through Productivity Gains,17893,20160127,20160223,20160407,,Sole Agency,No,,"MPI requires a supplier to perform a literature review and model the productivity/absolute emissions and emissions intensity projections for the agricultural sector, culminating in a report to be shared with stakeholders. The report will summarise the available evidence-based information both in New Zealand and internationally, looking back at historical productivity and emissions gains in New Zealand to help predict future gains, and to determine what the barriers might be to achieving those gains.",Awarded,"Successful supplier - Dunedin Analysis of the Potential to Increase Emission Intensity Improvements Through Productivity Gains Contract Signed 6 April 2016 Open Tender",20201117 Ministry for Primary Industries,17211015,Request for Proposals,Open Competition,Residues & Contaminants Operating and Testing Assurance Programme,17353,20160216,20160331,20161021,,Sole Agency,No,,"This procurement is for laboratory services to provide chemical, radionuclide, microbiological and component analytical testing for the National Chemical Residues Programme (NCRP) and/or the National Chemical Contaminants Programme (NCCP), and farm and processor level sampling for the NCCP for the 2016 -2019 contract term. In addition, over and above the required laboratory testing services, MPI is seeking provision for laboratory scientist advice, new method development, readiness to assist in an MPI-led response, longer term sample storage, on-forwarding of samples and cooperation with MPI visits.",Awarded,,20201117 Ministry for Primary Industries,17216226,Request for Proposals,Open Competition,17895 - NZ Curriculum Material & Teacher Professional Development,17895,20160217,20160314,20160503,,Sole Agency,No,,"The Ministry for Primary Industries is commissioning a range of high-quality curriculum resources and professional development opportunities to support teaching and learning in Biosecurity, Animal Welfare and Food Safety in New Zealand schools. The resources need to be designed to support learning across areas in The New Zealand Curriculum (NZC), and aligned teacher professional development will be provided to ensure effective use of the resources. This procurement forms a part of the Ministry???s programme of longer-term initiatives designed to address future capabilities and skills requirements in the primary industries. The Ministry is planning to commission a series of resources to support contextualised learning that are suitable for use with primary and secondary students (particularly year 1 to year 10) and which allow opportunity for achievement from level 1 to 5 across a range of learning areas. Biosecurity, Animal Welfare and Food Safety systems are critical to the primary industries and are currently undergoing a range of changes ??? legislative, regulatory, policy and operational. It is envisaged this will provide live examples of system change, and support contextualised learning through critical thinking, analysis of differing viewpoints, discussions on ethics etc. One of the aims of the procurement is to encourage alignment the three important primary industries areas noted above, with the materials used in schools. This needs to be done in a way that is meaningful to both teachers and students to ensure high relevance and utility to the teaching and learning process.",Awarded,"Address: Christchurch Description of Services: NZ Curriculum Material & Teacher Professional Development Date Contract signed: 29 April 2016 Term: 1 year Type of Procurement: Open Tender",20201117 Ministry for Primary Industries,17291930,Request for Proposals,Open Competition,Impact Evaluation of the Futureintech Programme,17935,20160308,20160404,20160526,,Sole Agency,No,,"For around 12 years, Futureintech has been delivering on initiatives designed to stimulate interest in tertiary study and careers in science, technology, engineering, and mathematics (STEM) and more recently, an increased emphasis on the primary industries. It does this through building strong relationships between industry and education communities. The Ministry for Primary Industries (MPI) and Callaghan Innovation are looking to evaluate the impact of Futureintech???s programmes to date, and capture baseline data related to the primary industries. Run by the Institution of Professional Engineers New Zealand (IPENZ), Futureintech is funded by the New Zealand government through Callaghan Innovation and, since late 2015, MPI. Futureintech???s flagship activity is the Ambassador programme which involves early career professionals supporting career promotion, and teaching and learning aligned to the New Zealand Curriculum. The overall aim of the evaluation is to provide a high quality evidence base and analysis in order to assess the effectiveness and impact of Futureintech???s programmes specifically in terms of the requirements of its funders, but also as a tool for Futureintech to improve its performance and effectiveness overall. Through the evaluation, MPI and Callaghan Innovation would like to understand more about the impact of Futureintech on different stakeholders. The evaluation will look at what kind of evidence there is of attitudinal change and raised awareness around STEM and the primary industries as a result of an intervention by ambassadors. We are interested in what impact there has been on schools ??? that is, students, teachers, career advisors and parents? Also, what have been the impacts on industry and the workforce - industry partners, ambassadors and the ambassadors??? employers? The evaluation needs to provide baseline data related to the primary industries.",Awarded,"Cognition Auckland Description: Impact Evaluation of the Futureintech Programme Date contract signed: 19 May 2016 Term: May 2016 - January 2018 Type of Procurement: Open Tender",20201117 Ministry for Primary Industries,17344611,Request for Proposals,Open Competition,Elucidating the Biosecurity Risk of the Plant In-vitro Import Pathway,405118,20160324,20160422,20160629,,Sole Agency,No,,"MPI requires research to investigate potential pathogen risks of the in-vitro plant tissue culture (TC) pathway for plant germplasm imports. This information will be used to help overcome a key restriction on the economic growth of New Zealand???s horticultural and plant-based agricultural industries. MPI is looking for credible providers who have the capability, experience and success in the following: ??? use of tissue culture methods for a variety of plant types ??? working with different pathogens under axenic conditions and with living plant material You need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships.",Awarded,,20201117 Ministry for Primary Industries,17348443,Request for Proposals,Open Competition,International Capability Development Programme: Emotional Intelligence Training,17948,20160329,20160422,20160801,,Sole Agency,No,,"MPI is seeking to appoint a provider who will be responsible for the development and potential delivery of a comprehensive learning solution for the Ministry that will meet the predefined learning outcomes as detailed in the accompanying documentation. MPI is looking for credible providers who have the capability, experience and creativity to deliver on our Emotional Intelligence initiative. They need to have a good track record in the management and implementation of similar and effective learning solutions.",Awarded,Contract awarded to Inspire Group.,20201117 Ministry for Primary Industries,17362761,Request for Proposals,Open Competition,Wine Export Certification Services (WECS),17836,20160404,20160505,20160701,,Sole Agency,No,,"This procurement relates to the delivery of services that in partnership with the Ministry for Primary Industries (MPI) make up the Wine Export Certification Service (WECS). These services are critical in enabling wine businesses to meet the legislative requirements of the Wine Act 2003. MPI is open to proposals where providers have developed their own systems for processes not covered by MPI. However providers must also adhere to the operating framework for these services. Going forward we wish to further develop the potential benefits that can be implemented through the recently completed Wine E-cert system. Our aim is to streamline the export process for Industry to allow for efficient business while maintaining the integrity and reputation of New Zealand???s export certification systems.",Not Awarded,"Tender has been Cancelled, not awarded to any respondents.",20201117 Ministry for Primary Industries,17416597,Request for Proposals,Open Competition,MPI Contact Centre Services RFP,17820,20160415,20160519,20170120,,Sole Agency,No,,The Ministry for Primary Industries (MPI) is seeking a service provider to supply Contact Centre services for two 0800 lines: the MPI General Enquiries line and the MPI Pest and Disease line.,Awarded,This contract has been awarded to Telnet Services Limited.,20201117 Ministry for Primary Industries,17442807,Request for Proposals,Open Competition,Reactive Pipework Treatment for Recreational Vessels,405135,20160422,20160525,20160727,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has issued the Craft Risk Management Standard (CRMS) for Biofouling on Vessels Arriving to New Zealand, which comes into force on 15 May 2018. While the best management for the biofouling pathway is prevention through continual maintenance using best practice, the reactive management of biofouling on vessels arriving at the border remains necessary. Vessel niche areas, including internal pipework, have been identified as biofouling hotspots that accumulate a higher level of biomass per unit area compared to the external hull. Biofouling on the external hull of recreational vessels can be readily managed through haul-out and cleaning, whereas, as it is not visible, pipework biofouling is often ignored. This project provides the opportunity to identify suitable treatment(s) for pipework biofouling on recreational vessels, the testing of it and the development of a step-by-step protocol for its application at the border. MPI is looking for credible providers who have the capability, experience and infrastructure to deliver to our requirements. Providers need to have a good track record of managing and implementing related programmes, and developing effective networks and strong relationships with third parties. Once selected, treatment(s) are to be field tested on recreational vessels to assess efficacy in an operational context and under a variety of conditions. Further, the development of a step-by-step protocol is required for consistency of treatment(s) application by third parties.",Awarded,,20201117 Ministry for Primary Industries,17443501,Request for Proposals,Open Competition,"Swamp Kauri: Assessment of the Cultural, Heritage & Scientific Values",17885,20160422,20160519,20160712,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking to compile and make publically available information on the cultural, heritage, and scientific values of swamp kauri. This works follows on from recommendations made by the Auditor???General in September 2015 concerning the regulation of swamp kauri activities. In preparing this tender, MPI has sought input from others including the Ministry for Culture and Heritage (MCH).",Awarded,"NIWA - Scientific aspects Extent Heritage - cultural & Heritage aspects",20201117 Ministry for Primary Industries,17457014,Request for Proposals,Open Competition,Estimation of the Abundance of Smooth Oreo in OEO4 Using Acoustic Survey,405149,20160427,20160530,20161014,,Sole Agency,No,,"What we need The Ministry for Primary Industry (MPI) is seeking a provider to estimate the abundance of smooth oreo (Pseudocyttus maculatus) in OEO 4 on the Chatham Rise using an acoustic survey What???s important to us The Ministry is looking for credible providers who have the capability, experience and infrastructure to be able to: 1. To estimate the abundance of smooth oreo in OEO 4 on the Chatham Rise using acoustic survey. 2. To calibrate acoustic equipment used in the acoustic survey They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships. What don???t we want This requirement is for the science aspect of the survey only and does not require a proposal that includes a vessel platform.",Awarded,,20201117 Ministry for Primary Industries,17457031,Request for Proposals,Open Competition,Monitoring the Trawl Footprint for Deepwater Fisheries,405148,20160427,20160523,20161021,,Sole Agency,No,,"What we need The Ministry for Primary Industry (MPI) is seeking a provider to monitor the ???footprint??? of trawl fishing for deepwater species on or near the seabed. What???s important to us The Ministry is looking for credible providers who have the capability, experience and infrastructure to be able to: 1. To estimate the trawl footprint and map the spatial and temporal distribution of trawling on or near the seabed throughout the EEZ between 1989/90 and the most recent completed fishing year. 2. To produce summary statistics, for Tier 1 deepwater fisheries and the aggregate of all Tier 1 and Tier 2 deepwater fisheries, of the extent and frequency of fishing by year, by depth zone, by fishable area, and by predicted BOMEC habitat class, and to identify any trends or changes to meet management needs. 3. To update any relevant sections in the Aquatic Environment and Biodiversity Annual Review and Environmental and Ecosystem considerations sections of the Fisheries Assessment Plenary documents with new results from this work.",Awarded,,20201117 Ministry for Primary Industries,17493323,Request for Proposals,Open Competition,Fleet Management Services,15122,20160509,20160530,20160725,,Sole Agency,No,,"MPI requires the services of a fleet management provider in order to manage the Ministries??? complex array of vehicles. This involves the day to day management of fleet services, including registration, ensuring road worthiness and general maintenance of the fleet. There is also a requirement for vehicle tracking reporting and telematics as well as the management of any third party sub contractors involved in the fit out and/or maintenance of equipment as part of any vehicle.",Awarded,,20201117 Ministry for Primary Industries,17560533,Request for Proposals,Open Competition,Facilitation Officers at the Airports,17950,20160530,20160711,20161201,,Sole Agency,No,,"MPI have an existing agreement for services for the provision of appropriately skilled and competent staff (Facilitation Officers) to assist and support the biosecurity clearance process, whereby passengers and their luggage are checked and cleared, using X-Ray equipment, for biosecurity risk material on arrival into international airports in New Zealand. To support safe and efficient X-Ray screening of luggage, MPI is seeking one supplier to organise and manage staffing arrangements of facilitation officers at three main airports. The service will be required at the following international airports: ??? Auckland ??? Christchurch ??? Queenstown The Supplier will ensure that there is provision of a Team Leader to manage the temporary staff (Facilitation Officers) on site as well as other services such as rostering and shift management, provision of uniforms, training, security and clearance checks, performance management and business relationship and account management.",Awarded,Contract Awarded to OCS,20201117 Ministry for Primary Industries,17585243,Request for Proposals,Open Competition,Global Partnerships in Livestock Emissions Research,GLPLER,20160608,20160708,20160712,,Sole Agency,No,http://www.mpi.govt.nz/funding-and-programmes/farming/global-partnerships-in-livestock-emissions-research/,"About the fund The New Zealand Fund for Global Partnerships in Livestock Emissions Research (GPLER) is an international research fund set up by the New Zealand Government in support of the Global Research Alliance on Agricultural Greenhouse Gases (GRA). It's aimed at accelerating global research in mitigating greenhouse gas emissions from pastoral livestock farming by seeking solutions to four research challenges: ???manipulating rumen function ???reducing nitrous oxide emissions from soils ???manipulating rates of soil carbon change ???improved tools and practices for minimising farm system-level greenhouse gas emissions intensity. PLEASE VISIT MPI'S WEBSITE FOR ALL INFORMATION ON THIS TENDER OPPORTUNITY INCLUDING SUBMITTING PROPOSALS. http://www.mpi.govt.nz/funding-and-programmes/farming/global-partnerships-in-livestock-emissions-research/",Not Awarded,Notifications of successful suppliers will be managed through MPI's website and not through GETS.,20201117 Ministry for Primary Industries,17707956,Request for Proposals,Open Competition,(DEE2016-16) Stock assessment of silver warehou,405180,20160719,20160826,20170508,,Sole Agency,No,,"MPI is responsible for administering the Fisheries Act 1996 (the Act) and its supporting regulations. The Act aims to allow commercial, recreational and customary fishers access to resources while ensuring fish stocks are managed sustainably. Sustainable catch levels determine how many fish can be harvested. The overall objective of this project is to provide an estimate of stock status in relation to management reference points for silver warehou (Seriolella punctate) in SWA 3 and SWA 4, the two largest fisheries for silver warehou in New Zealand. Specific objectives are to complete descriptive analyses for SWA 3 and SWA 4 in preparation for the assessment and to provide all available age and length frequency information for both stocks; and to complete a stock assessment for these fisheries to determine stock status in relation to reference points. All the available information should be reviewed to support stock definition used in the assessment. MPI is seeking proposals from capable suppliers with the experience, resources and expertise to meet the requirements of this RFP. This includes carrying out the project according to high professional, ethical and scientific standards. Suitability of the proposed methodology, approach and techniques, including feasibility of the intended approach, is a key criterion. Robust health and safety management must also be demonstrated. The project is expected to deliver by 30 June 2017. The outputs will support the ongoing sustainable management of silver warehou fisheries.",Awarded,,20201117 Ministry for Primary Industries,17708080,Request for Proposals,Open Competition,(DEE2016-21) Stock assessment of orange roughy,405181,20160719,20160826,20160921,,Sole Agency,No,,"MPI is responsible for administering the Fisheries Act 1996 (the Act) and its supporting regulations. The Act aims to allow commercial, recreational and customary fishers access to resources while ensuring fish stocks are managed sustainably. Sustainable catch levels determine how many fish can be harvested. The overall objective of this project is to update the assessment of orange roughy stocks, including an acoustic survey of specific areas in winter 2016. Specific objectives are to carry out a descriptive analysis of the commercial catch and effort data, survey data and observer data for orange roughy on the Northwest Chatham Rise and in the East & South Chatham Rise; and to complete stock assessments including estimating biomass and sustainable yields, the status of the stocks in relation to management reference points and future projections of stock status as required to support management. MPI is seeking proposals from capable suppliers with the experience, resources and expertise to meet the requirements of this RFP. This includes carrying out the project according to high professional, ethical and scientific standards. Suitability of the proposed methodology, approach and techniques, including feasibility of the intended approach, is a key criterion. Robust health and safety management must also be demonstrated. The project is expected to deliver by 30 June 2017. The outputs will support the ongoing sustainable management of orange roughy fisheries.",Awarded,"Contract Award Notice (as per Government Rules of Sourcing): a. Agency's name and address: Ministry for Primary Industries, Pastoral House, 25 The Terrace, Wellington. b. Successful supplier's name and address: National Institute of Water & Atmosphere Research Ltd, Private Bag 99940, Auckland Central. c. Description of services: To carry out stock assessments of the orange roughy (Hoplostethus atlanticus) stocks within ORH3B on the Northwest Chatham Rise and on the East & South Chatham Rise including estimating biomass and sustainable yields. d. Date contract was awarded: 20 September 2016. e. Term of the contract: November 2016 - June 2017. f. Expected spend: $82,500. g. Type of procurement process used: open tender.",20201117 Ministry for Primary Industries,17831095,Request for Proposals,Open Competition,Residues in urban crops following fruit fly eradication treatments,405243,20160825,20160920,20161127,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) requires a research provider to carry out trials to establish the residue profile in fruit from trees and bushes treated for eradication of fruit fly. Residue trials need to cover bait treatments of Fipronil and Spinetoram at a minimum with Spinosad included as a lower priority if feasible. The research provider will design a trial plan to address the following data needs: ??? Determine residue retention on contacted fruit. ??? Determine if any residues result from systemic translocation. ??? Establish the residue curve and plateau after multiple treatments, and from this calculate the residue decay curve in fruits on treated trees and bushes. ??? Determine if washing fruit mitigates risk. Representative crops will be used that encompass the most commonly treated fruit. MPI is looking for credible suppliers who have the capability, experience and infrastructure to deliver to our requirements, using expert knowledge of residue trials and testing and current biosecurity practices. Suppliers need to have a good track record of managing and implementing related programmes and developing effective networks and strong relationships with key contacts and third parties. A pre-condition for this procurement is that the research provider, or any proposed sub-contractor, is an Approved Handler for chemical use under the Hazardous Substances and New Organisms Act (HSNO). This is an opportunity for a capable research provider to actively contribute to the development of knowledge about residues and food safety following fruit fly treatment, leading to clearer guidance from MPI to the public about when it is safe to eat treated fruit.",Awarded,"Agency Name: Ministry for Primary Industries Agency Address: Pastoral House, 25 The Terrace, Wellington Successful supplier name: Eurofins Agroscience Services NZ Ltd Successful supplier Address: 35 O'Rorke Road, Penrose, Auckland 1061 Description of the Service: Identifying residues in urban crops following fruit fly eradication treatments Date Contract was Awarded: 17 October 2016 Duration of the Contract (Including any extensions): 13 months Estimated cost of the Procurement for full term: $150k There were no Exemptions Justifications used on the Tender.",20201117 Ministry for Primary Industries,17865245,Request for Proposals,Open Competition,Food Residue Monitoring Programme: Part A - Sample collection and submission to laboratories,18141,20161221,20170301,20170804,,Sole Agency,No,,"WHAT WE NEED The Ministry for Primary Industries (MPI) Food Residue Surveillance Program (FRSP) was established in 2003 to monitor residues and contaminants in food not covered by other major monitoring programmes. MPI intends to contract for a sample collection service to facilitate the sampling of plant-based primary foods commodities and transportation to testing laboratories. This is Part A of a two part procurement. MPI has prepared a sampling protocol (available on GETS) which provides guidance to providers on the types of produce included in the monitoring programme, the growing regions and seasonal timing for domestic produce. Samples would then be transported to the contracted laboratory as soon as practicable. We are looking to award a contract for an initial two year term, from 3 July 2017 to 28 June 2019, with an option for MPI to renew the contract for two periods of one year (i.e. four years in total). Supplier briefings will be offered in the week of 13 February 2017. KEY OUTCOMES The key outcomes MPI wants to achieve through this procurement are: - an agreed contract for the collection of samples and transportation to laboratories of plant-based primary food commodities in accordance with the requirements set out in the contract and its appended documents; - sampling capability for certain analytes; and - a professional working relationship between MPI and the contracted service provider; and between the service provider and the testing laboratory. WHAT WE DON'T WANT This RFP is not to source testing services as these will be sourced separately (refer Part B: Laboratory testing for agricultural chemicals in plant-based primary food commodities, MPI reference 18244 and GETS reference 18220669). Suppliers may present proposals for combined sampling and testing. WHAT'S IMPORTANT TO US The Ministry is looking for credible providers who have the capability, experience and infrastructure to satisfy the needs of the sampling protocol and the procurement specification. They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships.",Awarded,This contract was awarded to The AgriChain Centre Ltd,20201117 Ministry for Primary Industries,17892486,Request for Proposals,Open Competition,Office Relocation Services - Pastoral House,18182,20160909,20161003,20171102,,Sole Agency,No,,"MPI is vacating Pastoral House in order that it can be refurbished. The relocation of approximately 1220 staff, furniture, fittings and equipment (FF&E) along with related records and associated paper records represents a significant project and a market leader in the relocations field is sought to deliver the required services. MPI is seeking a Relocation Company (Supplier) to undertake the relocation of FF&E and packed items to support the relocation of approximately 1220 staff from Pastoral House during December 2016 and January 2017. Approximately 650 staff will relocate to four floors at 3 The Terrace and approximately 570 to 14 floors at Freyberg Building.",Awarded,,20201117 Ministry for Primary Industries,17977066,Request for Proposals,Open Competition,405367 Maintenance and improvement of agricultural emissions modelling,405367,20160930,20161028,20170508,,Sole Agency,No,,"What we need The Ministry for Primary Industries (MPI) requires ongoing programming and technical support for the Agricultural Inventory Model (AIM) used to estimate New Zealand???s annual greenhouse gas emissions from the agriculture sector. These estimates are one of the most important statistics for understanding how well New Zealand is performing in regards to meeting our climate change targets. MPI is looking for suppliers who can maintain and improve the model as required. AIM is run on Microsoft Excel and uses Visual Basic for Applications (VBA) code. Suppliers need to have the capability and experience to provide technical support, training and advice to MPI staff on using the model and to identify improvements and the resources needed to implement them. We are looking to set up a two-year contract with the successful provider, with the option of renewal. What we don???t want We are not looking for a replacement solution for AIM. Nor are we looking for software development outside the current model. We do not require a supplier to operate the model as this will continue to be the responsibility of MPI staff. We do not need additional data storage s What???s important to us MPI is looking for suppliers who are experienced in the use of complex mathematical models and have advanced skills in programming using Excel VBA. Suppliers will need to demonstrate a solid track record of working with similar models and consistently delivering to clients??? expectations. It is essential that suppliers have the ability to establish and maintain good relationships with a wide range of people involved in the compilation and development of the annual inventory. This includes scientists, researchers, industry, government and international reviewers. Knowledge of agricultural systems and issues related to climate change, while desirable, is not an immediate requirement. Why should you bid? AIM is important to New Zealand because it provides a baseline for measuring our progress on climate change. This RFP is an opportunity for a capable supplier to actively contribute to our understanding of climate change by helping MPI to continue to improve AIM and to strengthen staff capacity and capability in its operation. A bit about us Our vision is to grow and protect New Zealand. We do this by maximising export opportunities for the primary industries, improving sector productivity, increasing sustainable resource use and protecting New Zealand from biological risk.",Awarded,,20201117 Ministry for Primary Industries,18009190,Request for Quotations,Open Competition,Planting m??nuka and k??nuka for erosion control and carbon farming,18206,20161007,20161021,20161223,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of a review of scientific research and expert opinion regarding the planting of m??nuka and k??nuka for erosion control and carbon farming. Introduction The Ministry for Primary Industries (MPI) is seeing increasing interest from landowners wanting to plant m??nuka, Leptospermum scoparium; however, there is currently little information available for landowners regarding best practices for planting and maintaining m??nuka plantations. In addition, it is difficult for landowners to make an assessment about which varieties or cultivars are best suited for their land type and climate, as well as their intended land use. In addition, we anticipate interest in k??nuka, Kunzea ericoides, may increase. Information for landowners about k??nuka is similarly lacking, particularly its potential uses for erosion treatment and carbon farming. Objectives of the project MPI is seeking a comprehensive review of the available information regarding planting and maintaining m??nuka and k??nuka for erosion control and carbon farming. The review will be presented in a report to MPI. MPI will use the report to prepare advice for landowners on best practices for plantation m??nuka and k??nuka.",Awarded,Contract Awarded to Wildland Consultants.,20201117 Ministry for Primary Industries,18021781,Request for Proposals,Open Competition,Understanding the variability in nitrous oxide emissions from agriculture,405371,20161011,20161108,20170508,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) requires an experimental study that will improve our understanding of the variability in nitrous oxide emissions from livestock excreta on pasture. What we need This research procurement is for a study that will improve our understanding of the causes of variability in nitrous oxide emissions from livestock excreta on pasture. Much research has been carried out to develop emission factors for this source of nitrous oxide emissions for the agriculture sector for New Zealand???s Greenhouse Gas Inventory. These emission factors have been successfully implemented into the inventory. However, due to the complexity and natural variability of the environmental processes and factors involved, the uncertainty of these emissions factors remains high. The project will study these factors in a controlled environment to improve understanding of the processes involved. It will consider the implications of these findings for methodologies and the future direction of New Zealand???s agricultural greenhouse gas inventory. What we don???t want ??? large-scale field trials; or ??? experiments that do not represent New Zealand conditions. What???s important to us MPI is looking for credible providers who have the capability, experience and infrastructure to deliver this project. We are looking for the best value-for-money over the whole-of-life of the contract. Why should you bid? This is an opportunity to contribute to the science behind New Zealand???s Agricultural Greenhouse Gas Inventory model while improving our understanding of the nitrogen cycle in New Zealand. Estimates of nitrous oxide emissions are part of New Zealand???s reporting obligations to the United Nations Framework Convention on Climate Change.",Awarded,,20201117 Ministry for Primary Industries,18097904,Request for Quotations,Open Competition,Literature Review and Analysis of Farmer Decision Making with regard to Climate Change and Biological Greenhouse Gas Emissions,18228,20161102,20161121,20170504,,Sole Agency,No,,"Research focusing on farmer decision making is extensive within New Zealand and spans economics, sociological, psychological, agricultural, and resource management disciplines. Thus, there are different approaches on how best to understand how farmers make decisions, what economic, political, or social influences affect their decisions, and how this is related to, or based on their beliefs, values, or identities. Different approaches have resulted in multiple qualitative methods being employed. Some researchers have focused on understanding farmers’ beliefs or identities as a way of predicting or understanding behaviour change. Others have chosen to create segmentation frameworks which predict farmers’ participation or adoption of ‘best practice’ given their age or other criteria. This project will focus on research and literature discussing farmers’ decision making when reducing, or thinking of reducing, their on-farm biological greenhouse gas emissions or environmental good practice generally.",Awarded,This contract was awarded to AgFirst Waikato.,20201117 Ministry for Primary Industries,18097919,Request for Quotations,Open Competition,Review of the suitability of OVERSEER Nutrient Budgets Model for farm scale greenhouse gas reporting,18231,20161102,20161121,20170504,,Sole Agency,No,,"OVERSEER Nutrient budgets provides a method for understanding nutrient cycling, including greenhouse gas emissions, at farm scale. A farm scale tool can provide for assessment of the effects of different management scenarios and provide for farm scale greenhouse gas accounting. To help policy developers understand its potential role in meeting the national GHG commitments, more information is needed on how well OVERSEER is aligned to national inventory methods and what is required to ensure on-going confidence in it being representative of farm scale GHG losses, and what systems are required to ensure it remains aligned with the national inventory while at the same time being current with changing farm practices and mitigations.",Awarded,This contract was awarded to AgResearch Ltd.,20201117 Ministry for Primary Industries,18181821,Request for Proposals,Open Competition,A framework for national pasture quality data,405378,20161128,20170111,20170504,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) requires the development of a framework for the collection of pasture quality data that is nationally representative in order to improve the accuracy of emissions estimates in New Zealand's greenhouse gas inventory. What we need: This procurement is for a research project to develop a framework for the collection of pasture quality data (e.g. metabolisable energy and nitrogen) that is nationally representative of farming systems in New Zealand. Pasture quality plays a fundamental role in determining methane emissions from livestock digestive systems. Having robust and accurate values will improve the accuracy of our emissions estimates and ensure the inventory stands up to scrutiny in the United Nations Framework Convention on Climate Change (UNFCCC) annual review. This framework will be used to guide the collection of nationally representative values of pasture quality. It will consider the use of LENZ (Land Environment New Zealand) classifications to help determine the spatial distribution of sampling locations. What we don't want: - a framework that does not take into account New Zealand conditions; - collection of pasture quality data - data collection will be carried out in separate projects; and - production of estimates of New Zealand's greenhouse gas emissions - this is a well-established, separate process. What's important to us: MPI is looking for credible providers who have the capability, experience and infrastructure to deliver this project. We are looking for the best value-for-money over the whole-of-life of the contract. Why should you bid? This is an opportunity to contribute to a framework that will improve New Zealand's Agricultural Greenhouse Gas Inventory model and provide benefits to a range of industry stakeholders beyond emissions reporting. Estimates of greenhouse gas emissions are part of New Zealand's reporting obligations to the UNFCCC.",Awarded,This contract was awarded to Landcare Research.,20201117 Ministry for Primary Industries,18220669,Request for Proposals,Open Competition,Food Residue Monitoring Programme: Part B - Laboratory testing for agricultural chemicals in plant-based primary food commodities,18244,20161221,20170301,20170804,,Sole Agency,No,,"WHAT WE NEED The Ministry for Primary Industries (MPI) Food Residue Surveillance Programme (FRSP) was established in 2003 to monitor residues and contaminants in food not covered by other major monitoring programmes. The Ministry intends to contract for the provision of laboratory testing services to evaluate agricultural chemicals (pesticide residues) in plant-based primary food commodities. We are looking to award a contract for an initial two year term, from 3 July 2017 to 28 June 2019, with an option for MPI to renew the contract for two periods of one year (i.e. four years in total). Note that individual supplier briefings are being offered in the week beginning 13 February 2017. KEY OUTCOMES The key outcomes MPI wants to achieve through this procurement are: - an agreed contract for the receipt of samples and delivery of test results in accordance with the requirements set out in the contract and its appended documents; - test capability for certain analytes; and - a professional working relationship between MPI and the contracted service provider; and between the service provider and the supplier carrying out the sampling. WHAT WE DON'T WANT This part of the RFP is not to source sampling services as these will be sourced separately (refer Part A: Sample collection and submission to laboratories, MPI reference 18141 and GETS reference 17865245). Suppliers may present proposals for combined sampling and testing. Where this is the case, suppliers should submit the full proposal in response to each tender and clearly articulate any efficiencies or other benefits that apply to the full proposal. MPI will evaluate proposals separately against the criteria set in each RFP. Suppliers submitting combined proposals should indicate any implications if they are awarded either Part A or Part B and not both. WHAT'S IMPORTANT TO US The Ministry is looking for credible providers who have the capability, experience and infrastructure to satisfy the needs of the laboratory testing procurement specification. They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships. A BIT ABOUT US Our vision is to grow and protect New Zealand. We do this by maximising export opportunities for the primary industries, improving sector productivity, increasing sustainable resource use and protecting New Zealand from biological risk.",Awarded,This contract was awarded to AsureQuality Ltd.,20201117 Ministry for Primary Industries,18226334,Request for Proposals,Open Competition,Abundance and distribution of Hector???s dolphin on South Coast South Island,405389 (PRO2016-09),20161213,20170124,20170721,,Sole Agency,No,,"There are thought to be at least four sub-populations of Hector’s dolphins, including East, South, and West Coasts of the South Island (ECSI, SCSI, and WCSI, respectively) and West Coast North Island (Māui dolphins, a subspecies). This project is intended to complete the series of recent surveys commissioned by MPI and DOC to provide updated abundance estimates for all populations in advance of the 2018 review of the TMP. Although the abundance and distribution of this population was assessed in 2010, a reanalysis of the 2010 survey indicated that the population is smaller than previously thought (238 individuals; CV: 40%; 95% CI: 113–503). Given that abundance estimate is now 6 years old, an updated abundance and distribution estimate is necessary ahead of the 2018 review of the TMP.",Awarded,This contract was awarded to Cawthron Institute.,20201117 Ministry for Primary Industries,18226354,Request for Proposals,Open Competition,Estimation of captures of protected species in New Zealand fisheries,405390 (PRO2016-03),20161213,20170116,20170316,,Sole Agency,No,,"Estimates of captures of protected species are required for monitoring purposes and to design mitigation approaches. Sophisticated modelling approaches have been developed to combine observer and catch-effort information to estimate captures of sea lions, fur seals, common dolphins, and a range of seabirds (albatross, petrels, sooty shearwater, and a variety of small birds), and this project provides for a continuation of that work. The development conducted over recent years has led to a relatively mature modelling framework and it is envisaged that the cost of the work can now decrease. Estimates of captures of seabirds, marine mammals, and other protected species are required for fisheries managers to understand the magnitude of the impact on these species and to identify trends in captures and capture rates, allowing avoidance and mitigations measures to be developed and implemented. The results from this project will feed into the revised NPOA-Seabirds.",Awarded,,20201117 Ministry for Primary Industries,18263219,Request for Proposals,Open Competition,Transmission Electron Microscope,18119,20161222,20170213,20170704,,Sole Agency,No,,"The MPI Plant Health and Environment Laboratory (PHEL) is looking to procure a turnkey solution for the provision of a Transmission Electron Microscope (TEM) suitable for viewing plant viruses in raw sap extractions, with all associated hardware and software, including a imaging system for capturing images to be saved. Preferably the instrument will be readily compatible with the existing water chiller and nitrogen gas delivery systems. Delivery, installation account management, support and training are required plus removal and disposal of the old TEM microscope. A warranty is also required.",Awarded,,20201117 Ministry for Primary Industries,18334875,Request for Proposals,Open Competition,Real Time PCR Machines,18287,20170127,20170223,20170619,,Sole Agency,No,,"MPI`s Animal Health Laboratory (AHL) is looking to purchase two real time PCR machines to replace existing machines, both of which are now over 5 years old and at the end of their depreciation cycle. There is also potential that MPI may wish to buy similar machines in future. Increased demand for real-time PCR machines means we need additional machines to support diagnostic testing at AHL. What we need • The purchase and delivery of two PCR machines • Servicing and maintenance • Training • Warranty • A preferred supplier for future PCR Machines and PCR related equipment. • The ability for MPI to temporarily scale up its PCR diagnostic capacity in a response situation.",Awarded,Contract awarded to Life Technologies New Zealand Limited.,20201117 Ministry for Primary Industries,18334995,Request for Proposals,Open Competition,MALDI-ToF system - for the identification of microorganisms,18288,20170127,20170223,20170511,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking tenders for the supply of a matrix assisted desorption/ionization time of flight mass spectrophotometer (MALDI- ToF) and associated database. The intended use is for the rapid identification of microorganisms, in particular bacteria. The Animal Health Laboratory (AHL) located in Wallaceville, Upper Hutt maintains a level 3+ physical containment laboratory for working with Biosecurity high impact micro-organisms. The main responsibility of the AHL is providing diagnostic testing to support incursion investigations, diagnostics, response and surveillance. This work enables the identification of risks such as exotic diseases or harmful organisms, providing protection against and management of risks to New Zealand’s primary industries, natural resources and aquatic and terrestrial environments.",Awarded,This contract was awarded to Science Directions Limited.,20201117 Ministry for Primary Industries,18410023,Request for Proposals,Open Competition,Biosecurity Partners - TF Operator and AP Training,18232,20170223,20170421,20170904,,Sole Agency,No,,"This RFP relates to the purchase of training services to deliver Accredited Person Training and Transitional Facility Operator Training according to the training material provided by MPI. MPI approves Transitional Facilities (TF) as specific places to receive air or sea containers with uncleared risk goods, and appoints Transitional Facility Operators and Accredited Persons (AP) to manage biosecurity at their Transitional Facilities. Biosecurity is to help protect New Zealands economy, environment and peoples health from unwanted pathogens (disease causing organisms) and pests. They come to New Zealand from other countries, arriving in containers as goods imported into New Zealand. The key outcomes that we want to achieve are: - increased capability in relation to biosecurity across the primary industry sector, and in particular, Transitional Facility Operators and Accredited Persons employed at Transitional Facilities. - consistency of delivery and content for classroom training.",Awarded,"Contract term of 1 September 2017 - 30 June 2019, with two, two year right of renewals. Biosecurity Training South IVS New Zealand Biosecurity Services SPS Biosecurity",20201117 Ministry for Primary Industries,18437218,Request for Proposals,Open Competition,MPI e-commerce sales data RFP,18297,20170303,20170331,20170704,,Sole Agency,No,,"MPI is seeking to engage a supplier for transactional level e-Commerce sales data and bespoke services to retrieve data on demand across international markets to support the function of the Economic Intelligence Unit (EIU). This data set will complement existing MPI information to enhance strategic analysis, thought leadership, policy and regulatory development, and decision making processes.",Awarded,,20201117 Ministry for Primary Industries,18591341,Request for Quotations,Open Competition,Estimation of the abundance of orange roughy in Mid-East Coast using an acoustic survey,401076 (ORH2017-01),20170424,20170508,20171002,,Sole Agency,No,,"Orange roughy is an important species in New Zealand deepwater fisheries with current annual landings of about 6500 t. The research plan for orange roughy fisheries includes a programme of acoustic surveys on aggregations of orange roughy during the winter spawning period. This includes a survey on the Mid-East Coast (ORH 2A South, 2B, and 3A) in 2016/17. Because orange roughy lack a swim bladder and have a low target strength relative to other deepwater species, acoustic survey biomass estimates were historically restricted to aggregations of fish where the species identification of the mark is known to be almost 100% orange roughy. In more recent years, a net-attached Acoustic Optical System (AOS) has been used successfully to survey orange roughy in several areas including the Chatham Rise and Challenger Plateau. The advantage of this system is that the multi-frequency and optical components of the system can be used to significantly improve species identification in orange roughy aggregations. MPI is looking for credible providers with a proven track record of delivery of similar surveys, including the ability to successfully deploy and use a multi-frequency Acoustic Optical System. Any survey design must be consistent with that recently approved by MPI’s Deepwater Fisheries Assessment Working Group and demonstrate value for money. This is an opportunity to contribute to the monitoring and management of one of New Zealand’s iconic deepwater fisheries and to demonstrate the benefits of new acoustic technologies.",Awarded,,20201117 Ministry for Primary Industries,18655118,Request for Quotations,Open Competition,Assessment of the costs and barriers of implementing various scenarios to mitigate biological emissions from agriculture,18397,20170512,20170606,20170721,,Sole Agency,No,,"The Biological Emissions Reference Group (BERG), comprised of government and industry members, has been established to collaboratively build a robust and agreed evidence base on what the agricultural sector can do on-farm to reduce emissions, now and in the future, and to assess the costs and opportunities of doing so. This project seeks to assess the costs and barriers associated with the implementation of different regulatory options available to mitigate biological emissions from agriculture. BERG has suggested scenarios which could be assessed. These represent different points across the spectrum of non-regulatory and regulatory options.",Awarded,This contract was awarded to Beca.,20201117 Ministry for Primary Industries,18655741,Request for Proposals,Open Competition,Assessing the nationwide economic impacts of farm level biological GHG emission mitigation options,18399,20170512,20170606,20170721,,Sole Agency,No,,"This project seeks an analysis, using economically modelling, of the economic impacts at the farm, regional and national scale of different climate change mitigation options. Analysis will be based on mitigation options currently available, or likely to become available and should consider land use change as a mitigation option. There is a spatial element to this modelling as we expect land-use substitution to be explored as a mitigation option. The successful bidder will work with the Biological Emissions Reference Group (BERG) to develop scenarios, in which mitigation in response to carbon prices will be modelled.",Awarded,This contract was awarded to Landcare Research.,20201117 Ministry for Primary Industries,18655755,Request for Quotations,Open Competition,Land Use Change as a Mitigation for Climate Change,18398,20170512,20170606,20180228,,Sole Agency,No,,"Land Use Change for Mitigation is a project that will analyse the land use change impacts that will occur under different Greenhouse Gas (GHG) mitigation scenarios. The Ministry for Primary Industries is seeking to procure economic analysis of the land use change response to changes in emissions target levels. Different targets for GHG emissions will be outlined in scenarios decided upon by an export panel appointed by BERG. Under each scenario the optimum land use will be found, within constraints set by the panel. This project will look at the economic costs of change, this includes the impact on EBIT, GDP, the change in productivity, and the change in employment. The project will also analyse the costs and benefits of the expected changes to water quality, erosion and other environmental impacts, and the social issues on communities where changes will occur. Analysis of the barriers to change are expected to provide a key output in this report. These will be reflected in the modelled outcomes in the land use optimisation.",Not Awarded,This contract was awarded to Motu Economic and Public Policy Research.,20201117 Ministry for Primary Industries,18716070,Request for Proposals,Open Competition,PRO2017-01A Research into the demographic parameters for at-risk seabirds as identified by the RA (black petrels),405430,20170601,20170628,20171109,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to collect information on demographic parameters to reduce uncertainty or bias in estimates of risk for black petrel.,Awarded,,20201117 Ministry for Primary Industries,18716098,Request for Proposals,Open Competition,PRO2017-08A - Research into the demographic parameters for at-risk marine mammals as identified by the marine mammal risk assessment (common dolphins),405431,20170601,20170628,20171003,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to characterise population structure and estimate population size for New Zealand common dolphin population(s), with an emphasis on populations that are most exposed to fisheries risk.",Awarded,"NIWA Wellington Contract Period: October 2017 - 30 September 2018",20201117 Ministry for Primary Industries,18716120,Request for Proposals,Open Competition,PRO2017-10 - Analysis of New Zealand sea lion tracking data to estimate overlap with fisheries,405432,20170601,20170628,20171003,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to investigate encounter and capture rates of Auckland Island sea lions with commercial fishing vessels in a spatially explicit manner, using available satellite telemetry.",Awarded,"NIWA Wellington Contract period: October 2017 - 31 December 2018",20201117 Ministry for Primary Industries,18716150,Request for Proposals,Open Competition,PRO2017-12 - Hector???s and Maui dolphin multi-threat risk assessment to support review of the TMP,405433,20170601,20170628,20171017,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to produce a quantitative assessment of likely anthropogenic impacts and population risk to Hector???s and Maui dolphins to inform the review of the Hector???s and Maui dolphin Threat Management Plan,Awarded,"NIWA Wellington Contract period end: 30 November 2018",20201117 Ministry for Primary Industries,18716165,Request for Proposals,Open Competition,PRO2017-18 - Characterisation and quantification of the impacts of recreational fishing and indirect impacts of fishing on seabirds,405434,20170601,20170628,20171003,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to characterise and quantify the impacts of recreational fishing and indirect impacts of fishing on seabirds.,Not Awarded,,20201117 Ministry for Primary Industries,18811740,Request for Proposals,Open Competition,PRO2017-19 - Factors affecting capture rate of black petrels and flesh-footed shearwaters,PRO2017-19,20170706,20170802,20180201,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to build a spatially and temporally explicit commercial fisheries risk model estimating capture/ rates of black petrels and flesh-footed shearwaters as a function of multiple spatial, temporal, and vessel- or effort-specific variables potentially affecting capture rates, for fishery groups generating considerable risk to these species.",Awarded,"Vita Maris Limited December 2017 - 30 July 2018 Tauranga",20201117 Ministry for Primary Industries,18811777,Request for Proposals,Open Competition,PRO2017-04 - Risk Assessment to support the development of revised NPOA,PRO2017-04,20170706,20170802,20171003,,Sole Agency,No,,"The Ministry for Primary Industry (MPI) is seeking a provider to undertake a spatially explicit fisheries risk assessment, following the method described in Chapter 3 of the 2016 Aquatic Environment and Biodiversity Annual Report (AEBAR), to estimate the risk to seabirds from fishing in New Zealand.",Not Awarded,,20201117 Ministry for Primary Industries,18811839,Request for Proposals,Open Competition,PRO2017-06 - Characterisation of yellow-eyed penguin / fishery interactions,PRO2017-06,20170706,20170802,20180314,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to characterise all available information on yellow-eyed penguins and set net fishing to examine the likelihood of captures and resulting risk to yellow-eyed penguin from set net fishing.,Awarded,"Eudyptes EcoConsulting Ltd Dunedin March 2018 - 30 November 2018",20201117 Ministry for Primary Industries,18851441,Request for Proposals,Open Competition,Rapid Detection and Quantification of Soil Borne Nematodes,405366,20170719,20170816,20180521,,Sole Agency,No,,"MPI requires a robust and efficient extraction, identification and quantification method to isolate nematodes from large quantities of soil samples and to extract nematode DNA, in order to determine the presence or absence of unwanted pest nematode species, by PCR or other molecular methods, The aim of the project is to develop new methodology to allow for the whole diagnostic process from nematode isolation to identification to be completed in around 2 days. The key outcomes that we want to achieve are to ??? Develop a rapid nematode isolation tool ??? Develop and validate a DNA extraction tool that allows processing of large numbers of nematodes for molecular detection and quantification of pest nematodes from large volumes of soil samples. When developed this methodology would enable MPI, associated government agencies, educational institutes, CRI???s, Universities and private companies, to provide timely biosecurity information about possible nematode incursions.",Awarded,This contract was awarded to Fera Science Limited.,20201117 Ministry for Primary Industries,18852961,Request for Proposals,Open Competition,PRO2017-05B - Population specific modelling of adult survival of Chatham Island albatross,PRO2017-05B,20170719,20170814,20170920,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to provide updated demographic parameters derived from population modelling to be included in the seabird risk assessment.,Awarded,"NIWA Wellington Contract - September 2017 - July 2018",20201117 Ministry for Primary Industries,18853013,Request for Proposals,Open Competition,PRO2017-05A - Population specific modelling of adult survival of black petrels,PRO2017-05A,20170719,20170814,20170920,,Sole Agency,No,,The Ministry for Primary Industry (MPI) is seeking a provider to provide updated demographic parameters derived from population modelling to be included in the seabird risk assessment.,Awarded,"NIWA Wellington Contract September 2017 - July 2018",20201117 Ministry for Primary Industries,18887421,Request for Proposals,Open Competition,Economic Impact of Cyclone Ita Timber Recovery ??? West Coast Wind-blown Timber (Conservation Lands) Act 2014,18489,20170804,20170828,20171013,,Sole Agency,No,,"MPI is seeking a supplier to develop a report on the economic impacts of the implementation of the West Coast Wind-blown Timber (Conservation lands) Act (WCWT Act) 2014. The report will provide an analysis of market barriers, the economic impact of the short term increased availability and volume of indigenous timber generated and a consideration of the relative volumes and value that could have been realised if all available timber had been recovered under the WCWT Act. This economic study will support the wider review being conducted by the Department of Conservation (DOC) of the implementation of the WCWT Act. The Ministry is looking for credible providers who have the capability, experience and knowledge of the forestry sector. Preference will be given to providers who can demonstrate a familiarity with the indigenous forestry sector, and in particular experience of harvesting, valuation, and the domestic indigenous timber market. Providers need to have a good track record in forestry economic analysis as well as effective networks and strong relationships. Please click on 'Subscribe to This Notice' to download and view the tender documents. Please direct all questions regarding this tender opportunity thorough the GETS system.",Awarded,This contract was awarded to Sapere Research.,20201117 Ministry for Primary Industries,18921534,Request for Proposals,Open Competition,Testing of Reactive In-Water Systems,405364,20170816,20170918,20180309,,Sole Agency,No,,"Vessel biofouling represents a significant pathway for the introduction of non-indigenous species into New Zealand???s marine ecosystems and their subsequent translocation. While best management for this pathway is prevention through good practice, reactive management of fouled vessels at the border and in post-border situations is required. The most effective method for removal of biofouling from a vessel is via dry-docking or slipping. However, availability, practicality and feasibility issues regarding fouled large vessels have led to reactive in-water systems being proposed as a tool for their management. Outputs from this project will broaden the availability of management options to mitigate the biosecurity risk associated with fouled large vessels. This project provides the opportunity to identify and test suitable reactive in-water systems to manage hull fouling on large vessels. Please note that Appendix A to this RFP is a confidential document and is not published on GETS. If you are interested in submitting a proposal, you will need to sign a confidentiality agreement before we provide you with Appendix A. To request a copy of the confidentiality agreement please email our Contracts Administrator via the email address provided. All other enquiries relating to this RFP must be directed to us via GETS using the Raise Question Here function on the RFP.",Awarded,This contract was awarded to Ramboll Environ New Zealand Ltd.,20201117 Ministry for Primary Industries,18922207,Request for Proposals,Open Competition,Measuring nitrous oxide emissions from pasture following full inversion tillage,RFPGRA2017b1,20170816,20170831,20180108,,On behalf of procurement agent,No,"Private Bag 11008, Palmerston North, 4442","Enhancing soil carbon stocks has the potential to assist New Zealand in meeting its international greenhouse gas emissions obligations. Full inversion tillage has been identified as a promising practical management manipulation that can increase soil carbon storage and field testing of the approach has already commenced with funding from the MPI GPLER fund. The full inversion tillage approach could have consequences for emissions of nitrous oxide from urine deposited by grazing livestock and from nitrogen fertiliser applications. The Ministry for Primary Industries is seeking proposals from New Zealand based research providers to undertake comprehensive long term nitrous oxide measurements from the existing full inversion tillage trials being funded under the GPLER contract. The method used for measuring nitrous oxide emissions needs to be consistent with the methodology currently being used in the GPLER programme. Chamber methods are being used in the short-term nitrous oxide measurements and the same methodology needs to be followed for the longer term measurements to ensure data continuity. Funding of NZD $240,000 is available for this project. Based on this funding, a focused research programme is sought. The expected outcomes of the research programme are: ??? An assessment of whether full inversion tillage undertaken to enhance carbon accumulation influences nitrous oxide emissions compared with a pasture control ??? Comprehensive data on nitrous oxide emissions and nitrous oxide emission factors, and the likely source of these emissions collected over the period of the study The supplier will deliver the following: ??? Quarterly science reports outlining progress against the project activities and any issues arising. Note that elements of these reports will be used by MPI and the NZAGRC as inputs to the Alliance???s Livestock Research Group. ??? By the end of the contract submit a minimum of one paper to an international peer-reviewed journal outlining the results from the studies undertaken along with an initial assessment of the consequences that full inversion tillage has for nitrous oxide emissions. ??? Within 15 working days of the end of the contract submit a final report that summarises the achievements of the project and assesses its successes and failures and makes recommendations as to next steps. For more information please download the full RfP.",Not Awarded,,20201117 Ministry for Primary Industries,18975919,Request for Proposals,Open Competition,Development of two good practice guidelines for the Global Research Alliance,RFPGRA2017b2,20170901,20170929,20180108,,On behalf of procurement agent,No,"AgResearch, Dairy Farm Road, Private Bag 11008, Palmerston North 4442","MPI seeks to procure two projects to deliver good practice guidelines to support and extend the work of the Global Research Alliance on Agricultural Greenhouse Gases (GRA), specifically its Livestock Research Group. The projects are: 1. ???Updating the Nitrous Oxide Chamber Methodology Guidelines??? 2. ???Updating and extending guidelines on methodologies for measuring enteric methane??? The expected outcomes at the end of these projects are: ??? Project 1: Revision and extension of the existing GRA ???Nitrous Oxide Chamber Methodology Guidelines??? (2015) to include more thorough analysis of the sources of variability associated with nitrous oxide (N2O); guidance on deciding the best flux measurement method for a given situation; guidance on backfilling missing N2O measurements; and a new chapter on N2O modelling ??? Project 2: Revision and update of the existing ???Guidelines for use of sulphur hexafluoride (SF6) tracer technique to measure enteric methane emissions from ruminants??? (2014); and development of a manual on new methodologies for measuring enteric methane. For more information please download the full RfP.",Not Awarded,,20201117 Ministry for Primary Industries,18987259,Request for Proposals,Open Competition,Influencing factors on the Efficacy of Heat Temperature Forced Air (HTFA),405450,20170905,20171004,20171220,,Sole Agency,No,,"MPI has accepted the use of a Heat Temperature Forced Air (HTFA) treatment at a rate of 47.2??C (core temperature) as suitably efficacious in killing all juvenile life stages of certain fruit fly found in certain fruit types. The aim of this project is to determine the influence of operational factors on the efficacy of HTFA, and if the presence of live non-target pests can be used as an indicator of treatment failure (e.g., whether the HTFA treatment rate for fruit fly is also suitably efficacious against non-target pests in a commercial setting). The results of this project will inform the development of a MPI policy on determining decision criteria for potential HTFA non-compliances. In addition, the temperature mapping data for treatment bins will provide both confidence to MPI that treatments are being implemented correctly and a significant commercial benefit to importing companies and exporting countries as greater volumes of fresh produce can be treated in each load.",Not Awarded,This procurement has been cancelled.,20201117 Ministry for Primary Industries,19018067,Request for Proposals,Open Competition,Big Data for Beef and Dairy: understanding the effects of variation in individual animal production on greenhouse gas emissions,RFP-BIGDATA,20170915,20171006,20180108,,On behalf of procurement agent,No,"AgResearch, Dairy Farm Road, Private Bag 11008, Palmerston North 4442","MPI seeks to procure a research project to support and extend the work of the Global Research Alliance on Agricultural Greenhouse Gases, specifically its Livestock Research Group. The project title is: ???Big Data for Beef and Dairy: understanding the effects of variation in individual animal production on greenhouse gas emissions??? The expected outcomes at the end of this research project are: ??? Improved understanding the level and causes of variability in individual animal performance in dairy and beef systems ??? Quantification of how individual animal performance influences greenhouse gas emissions per unit of product at the individual and herd level ??? Identification of practices and technologies that can be used to reduce the variability in performance of individuals within the herd and while increasing total herd output and reducing greenhouse gas emissions per unit of product",Awarded,,20201117 Ministry for Primary Industries,19116476,Request for Proposals,Open Competition,Improving the spatial understanding of forest land,405572,20171010,20171103,20190418,,Sole Agency,No,,"Help MPI and investors to better understand forest land use classifications in New Zealand. The objectives of this project are twofold, and are expected to be segregated into two parts: ??? Part 1: To improve our current spatial understanding of Pre-1990 forest land, and ??? Part 2: To provide greater confidence of ???likely??? post-1989 forest land eligibility and classification for investors and MPI. The project outputs would be used to update the national land use spatial dataset (LUCAS) and enable MPI to better understand what the potential is to increase afforestation. The output of this project would be one step towards creating more definitive forest land use classification maps in New Zealand. A publishable dataset and report detailing the approach, purpose, results and limitations is required along with a presentation to officials. The New Zealand land use map produced by the LUCAS programme is an important dataset which has large impacts on both our international and domestic climate change policy. Improving this land use map will improve the accuracy of New Zealand???s greenhouse gas accounting as well as improve the administration of the New Zealand Emissions Trading Scheme. These are coming under increased scrutiny internationally (as we negotiate the land use accounting details) and domestically (as highlighted by the current NZ ETS review). For part 1 MPI need a review of the approximately 200,000 hectares of Pre-1990 forest land that did not receive an allocation or exemption to determine its status (i.e. whether it is actually pre-1990 forest land, or should be classified as post-1989 forest or some other land/forest category within the existing LUM classes). For part 2 the requirement is to: ??? review the land within LUM that has the LUCAS classification of ???grassland with woody biomass??? to more accurately determine its status under the ETS (i.e. if it were over-planted in forest species, would it be considered eligible to be registered as post-1989 forest land in the ETS OR does it already meet the forest definition under ETS and as such should be re-classified as post-1989 forest land), and ??? identify land as in-eligible for inclusion in the NZ ETS, including land with environmental limiting factors.",Awarded,,20201117 Ministry for Primary Industries,19197796,Request for Proposals,Open Competition,Vessel Replacement (Blenheim and Whangarei),18852,20171106,20171201,20180723,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking to replace two compliance vessels in Blenheim and Whangarei that are coming to the end of their useful life and have been prioritised for replacement. We are seeking suppliers that are able to demonstrate the following capability and capacity: a. Experience in providing vessels of a similar size and nature; b. Experienced personnel undertaking, managing and supervising vessel construction; c. Strong quality and health and safety practices; d. Provision of realistic timelines including milestones.",Awarded,,20201117 Ministry for Primary Industries,19247441,Request for Proposals,Open Competition,Alternative Host Testing for Phytophthora agathidicida (PA),17736,20171121,20180119,20180521,,Sole Agency,No,,"The health of our Kauri forests are under threat by a disease called kauri dieback that is caused by a fungus-like organism called Phytophthora agathidicida (PA). An opportunity exists for suppliers to help MPI answer one of the key fundamental questions which could change how we manage certain aspects of our fight against kauri dieback. Are there other plant species that host PA besides kauri? Recent laboratory research suggest that PA is likely to be held in the root systems of other native plants that grow in association with Kauri. We require research to be undertaken in the form of field trials to determine if non-kauri plant species are hosts of the pathogen Phytophthora agathidicida (PA). As part of this RFP, a cost-effective diagnostic tool which allows a quick turnaround of results is required as well as an ongoing supply of healthy, Phytophthora-free non-kauri seedlings.",Awarded,This contract was awarded to Scion.,20201117 Ministry for Primary Industries,19277254,Request for Proposals,Open Competition,API Middleware Platform,18622,20171129,20180126,20180703,,Sole Agency,No,,"MPI is embarking on a programme to mobilise its frontline staff as outlined in the Mobilising the Frontline Strategy. In executing this mobility strategy Business Technology and Information Services (BTIS) are initiating a project to establish the technology platforms and development capability to enable our data to be mobile, and presented in a manner that enables easy access. The considered approach to establishing a mobility delivery capability in MPI is to extend the existing BTIS capability in internet based technologies and web applications development into mobile by establishing enabling platforms to bolster the existing capability and extend it as part of a mobile tools framework. To enable this from a technology perspective MPI needs to stand up an Application Programming Interface (API) management capability, to expose data and functionality from our systems.",Awarded,,20201117 Ministry for Primary Industries,19296440,Request for Proposals,Open Competition,Pasture quality data collection for the greenhouse gas inventory,405717,20171205,20180117,20180613,,Sole Agency,No,,"This project is for a programme of fieldwork to collect pasture quality samples to inform New Zealand???s agriculture greenhouse gas inventory. National estimates of pasture quality (metabolisable energy and nitrogen) underpin the methane and nitrous oxide estimates that make up the vast majority of New Zealand???s agricultural emissions. However, some farm types and regions are not well represented in this data set. This project is for a programme of fieldwork to collect pasture quality data to improve this data set, targeting areas and farm types identified as undersampled in a current project, 405378 A framework for national pasture quality data. The successful contractor will develop and undertake a programme of pasture sampling across the country. The programme will be developed in accordance with the national framework developed from the previous project. MPI does not need: ??? analysis of existing pasture quality data ??? estimates of New Zealand???s greenhouse gas emissions ??? this is a well-established, separate process",Awarded,,20201117 Ministry for Primary Industries,19313309,Request for Quotations,Open Competition,Freshwater Biosecurity Regional Programme Co-ordination Services,18666,20171211,20180115,20180928,,Sole Agency,No,,"MPI is committed to working with other government agencies (central and local), private partners and the public to protect New Zealand???s freshwater ecosystems from the impacts of pests. MPI is establishing a Regional Programme coordination service for the Freshwater Biosecurity Partnership Programme. This service is to provide support to: ??? the regional partnership groups (there will be 2 in each island) to increase regional collaboration and support in the delivery of the programme, and ??? each region in their delivery of the Check, Clean, Dry social marketing programme aimed at preventing the spread of freshwater pests. It is expected that this service will be delivered by two contractors; one in the North Island and one in the South Island, recognising the regional differences. These roles will involve working with a range of stakeholders across freshwater biosecurity, driving awareness of freshwater pest issues and informing regional and national focus areas for the Programme to achieve the greatest impact. The regional programme coordinator roles will: ??? Provide oversight of the regional Check, Clean, Dry campaigns and coordinate the regional advocacy season ??? Establish and coordinate regional partnership groups ??? Escalate issues through to the National Coordinator ??? Build relationships with key stakeholders outside the of the programme (eg national event organisers, significant freshwater user groups) ??? Meet regularly with National Coordinator (can be via phone/skype) ??? Attend and coordinate regional and sector forums. These roles are required to enable the delivery of the significant work programme of the Freshwater Biosecurity Partnership to ensure we are using resources effectively, and we have good communication across regions. These roles will also be able to inform MPI on where we should be focusing effort. It is recognised that without this dedicated resource the programme may lose momentum, and some of the goodwill of the Programme partners may be lost. These roles will coordinate regional Programme activity and contribute to MPI???s national Programme delivery, including the development of the National CCD Campaign approaches and specified Programme projects. We require one regional programme coordinator to be based in the North Island, and one to be based in the South Island. These programme coordinators need to be able to easily travel around the regions and to Wellington as required for meetings with stakeholders.",Awarded,,20201117 Ministry for Primary Industries,19365411,Request for Proposals,Open Competition,National Mycoplasma bovis Milk Surveillance,,20180112,20180117,20180208,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking for suppliers that can conduct a National Mycoplasma bovis Milk Surveillance programme to: a) Detect any unknown clusters of disease b) Provide greater assurance that M. bovis is not present outside of the current known area of distribution; c) Have a full picture of the presence of M. bovis in New Zealand by the end of March to give us the best possible chance of eradication",Awarded,,20201117 Ministry for Primary Industries,19409067,Request for Proposals,Open Competition,Syndicated Laboratory Equipment Panel Agreement,18292,20180131,20180430,20190405,,Cluster,No,,"This RFP relates to the strategy and plan for a closed syndicated Laboratory Equipment Panel arrangement for The Ministry for Primary Industries Manat?? Ahu Matua (MPI) and the following potential agencies (the Collective): ??? University of Auckland te Whare W??nanga o T??maki Makaurau ??? AgResearch ??? NZ Forest Research Institute trading as Scion ??? The New Zealand Institute for Plant and Food Research Rangahau Ahum??ra Kai ??? Callaghan Innovation ??? Landcare Research Manaaki Whenua ??? University of Canterbury te Whare W??nanga o Waitaha ??? Institute of Environmental Science and Research te Whare Manaaki Tangata, Taiao hoki ??? Victoria University of Wellington te Whare W??nanga o te ??poko te Ika a M??ui ??? University of Ot??go te Whare W??nanga o Ot??go ??? GNS Science Te P?? Ao ??? Auckland University of Technology te W??nanga Aronui o T??maki Makau Rau ??? Wellington Institute of Technology (WelTec) te Whare W??nanga o te Awakairangi ??? Whitireia Community Polytechnic ??? University of Waikato te Whare W??nanga o Waikato ??? Manukau Institute of Technology (MIT) te Whare Takiura o Manukau ??? Canterbury DHB te Poari Hauora ?? Waitaha ??? West Coast DHB te Poari Hauora a Rohe o Tai Poutini ??? Lincoln University te Whare W??naka o Aoraki The below are observers in this process, and will not at this stage form part of the Collective. Please note the Collective are not bound by the outcome of the RFP to join the panel arrangement. Decisions on this will be made at their own discretion during the post-evaluation negotiations and contracting stage. ??? Waikato DHB MPI and the Collective have a requirement for the supply of laboratory equipment through a Panel of Suppliers that provides a timely, cost-effective, innovative purchasing solution. This cross-laboratory equipment procurement requirement presents an opportunity to re-align our current laboratory equipment sourcing scheme into a more efficient and effective arrangement, and to connect with other agencies in the Aotearoa New Zealand primary industry research and protection sector.",Awarded,,20201117 Ministry for Primary Industries,19539840,Request for Proposals,Open Competition,Personal Protective Equipment & Business Continuity Planning Supplies,O18803,20180315,20180416,20181019,,Sole Agency,No,,"The objectives of this RFP is to achieve standardisation and consistency across the Ministry for Primary Industries (MPI) for procurement and management of Personal Protective Equipment (PPE) & Business Continuity Planning (BCP) supplies. MPI aims to minimise health and safety risk while achieving the best value for money from selected supplier(s). There are two streams in this RFP: the PPE stream consists of day-to-day operational safety equipment which is used by MPI staff in various environments and the BCP stream includes survival kit and equipment, Grab Bags, First Aid, Defibrillators and Civil Defence supplies for use during an emergency. Respondents can choose to tender for one or both streams if given pre-conditions are met.",Awarded,,20201117 Ministry for Primary Industries,19606177,Request for Proposals,Closed Competition,2018 DIRA Review: Analysis of drivers of industry performance,C - 18830,20180409,20180430,20180605,,Sole Agency,No,,"Closed RFP Tender following the Open Market ROI for the 2018 DIRA Review. The Government intends to undertake a comprehensive review of the DIRA and its impact on the New Zealand dairy industry. The DIRA was passed in 2001 to allow the creation of Fonterra Co-operative Group Limited through a merger of New Zealand???s two largest dairy cooperatives (New Zealand Co-operative Dairy Company Limited and Kiwi Co-operative Dairies Limited) and the New Zealand Dairy Board. The DIRA provided an exemption from the merger provisions of the Commerce Act 1986. The overarching purpose of Subparts 5 and 5A of the DIRA is to promote the efficient operation of dairy markets in New Zealand by regulating the activities of Fonterra to ensure New Zealand markets for dairy goods and services are contestable. This RFP relates to work that will be used by MPI as an input to the DIRA review to support policy analysis and development of options. This work is intended to provide an evidence base for MPI???s development of Issues and Options papers for consultation with stakeholders, and to inform MPI???s policy recommendations for the future shape of the regulatory regime.",Awarded,Contract awarded to Frontier Economics,20201117 Ministry for Primary Industries,19613932,Request for Quotations,Closed Competition,Electrophoretic Instrument,C - 18875,20180413,20180430,20180615,,Sole Agency,No,,"An electrophoretic instrument is needed by the MPI Plant Health & Environment Laboratory (PHEL) to support detailed analysis of samples in their Next Generation Sequencing workflow, including checking the integrity of the starting material (total RNA, small RNA, double-stranded RNA and genomic DNA) and quality control of the DNA library prior to sequencing (including size distribution and quantification).",Awarded,,20201117 Ministry for Primary Industries,19777398,Request for Proposals,Open Competition,Vessel Biofouling and Aquatic Pathogens,O - 405365,20180531,20180723,20181120,,Sole Agency,No,,"New Zealand???s unique marine environment, with its high marine diversity and endemism, is at risk from non-indigenous marine species and their associated pathogens. Biofouling of vessels and aquaculture infrastructure represents a potential pathway for the introduction and spread of these pathogens. This may result in environmental, economic, human health and socio-cultural impacts. The ability of biofouling assemblages to transport and spread molluscan pathogens is a key knowledge gap. This proof of concept study would investigate the ability to detect and identify a selected molluscan pathogen from typical biofouling taxa (e.g., ascidians, barnacles, bivalves, hydroids) using molecular-based techniques (e.g., qPCR). These biofouling taxa would ideally be sampled from aquaculture establishments or growing areas with a history of impacts by a known disease. The outcomes of this research will determine the feasibility of conducting a broader research programme to more thoroughly examine the link between the introduction and spread of pathogens and biofouling. MPI is looking for credible providers who have the capability, experience and infrastructure to deliver to our requirements. Providers need to have appropriate accreditations and have a good track record of managing and implementing related programmes, and developing effective networks and strong relationships with third parties.",Awarded,,20201117 Ministry for Primary Industries,19796774,Request for Proposals,Open Competition,Canine Catering: Dog Food Supply and Associated Services,O - 18744,20180607,20180724,20181017,,Cluster,No,,"This Request for Proposal (RFP) relates to the purchase of Canine Catering and Associated Services (Canine Catering) through a Procurement Cluster arrangement for the Ministry for Primary Industries (MPI) (lead agency) and the following potential eligible agencies; Aviation Security (AvSec), New Zealand Customs Service (Customs), Department of Corrections (Corrections), Department of Conservation (DoC), Landcorp, New Zealand Defence Force (NZDF), New Zealand Police (NZP) and Taratahi. The requirements for the agencies working dogs are very similar across the group and therefore provides an opportunity for these agencies to collectively go to market for these common goods and services. This collaboration allows for the sharing of resources and removes the duplication of time, cost and effort for both agencies and market respondents. The key objective for this procurement is to secure the Supply of Canine Catering and Associated Services that provides: ??? Palatable and digestible dog food ??? A suitable range of products ??? Efficient service delivery from the market ??? Commercially competitive outcome ??? Through the contract term, flexibility in goods and service provision",Awarded,,20201117 Ministry for Primary Industries,19829293,Request for Proposals,Open Competition,MAF2018-03 Summary and analysis of Amateur Charter Vessel reports,O - 405826,20180627,20180731,20181017,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year. The overall objective for this research is to review information collected from Amateur Charter Vessels.",Awarded,,20201117 Ministry for Primary Industries,19829368,Request for Proposals,Open Competition,PRO2018-01 Protected species population dynamics model and simulations to estimate PST,O - 405830,20180627,20180731,20181017,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year. The overall objective for this research is to construct and run a generalised population dynamics model to test and illustrate likely population trajectories associated with different Risk Ratio values for a range of species with contrasting life history characteristics, to inform the definition of Population Sustainability Threshold (PST) values within the spatially explicit fisheries risk assessment (SEFRA) framework.",Awarded,,20201117 Ministry for Primary Industries,19832260,Request for Proposals,Open Competition,"ZBD2018-02 Climate change, fish distribution meta-analysis",O - 405795,20180627,20181001,20190108,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective of this research project is to assess the resilience and diversity of marine living resources under regime shifts and climatic trends in New Zealand waters",Awarded,,20201117 Ministry for Primary Industries,19832358,Request for Proposals,Open Competition,ZBD2018-03 Climate change and population parameters,O - 405824,20180627,20181001,20190108,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to determine the effects of long-term environmental variability in productivity parameters on stock assessment advice.",Awarded,,20201117 Ministry for Primary Industries,19832406,Request for Proposals,Open Competition,ZBD2018-05 Ecosystem function and regime shifts in the Sub-Antarctic,O - 405825,20180627,20181001,20181130,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to understand and model the effects of environmental variability and change at the scale of decades affecting ecosystem function in the Sub-Antarctic, including effects on protected species (e.g. New Zealand sea lions, Antipodean albatross, yellow-eyed penguins, other sea birds) and on ecologically and economically important fish (e.g. hoki, squid, southern blue whiting), including potential effects on fish abundance, recruitment, and spatio-temporal movements.",Awarded,,20201117 Ministry for Primary Industries,19834902,Request for Proposals,Open Competition,PMM2018-04A Estimate spatial distributions for at-risk marine mammals to assess fisheries overlap and risk: fur seals,O - 405827,20180627,20181001,20181214,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to characterise the population structure and spatio-temporal foraging distribution of New Zealand fur seals, and estimate commercial fisheries overlap and risk",Awarded,,20201117 Ministry for Primary Industries,19834929,Request for Proposals,Open Competition,PMM2018-04B Estimate spatial distributions for at-risk marine mammals to assess potential fisheries overlap and risk: South Island NZSL,O - 405828,20180627,20181001,20190108,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to characterise the spatio-temporal foraging distribution of New Zealand sea lions at existing and likely future colony locations on the NZ mainland and Stewart Island, and estimate associated commercial fisheries overlap and risk",Awarded,,20201117 Ministry for Primary Industries,19834955,Request for Proposals,Open Competition,PMM2018-09 Desktop estimation of pinniped cryptic mortality in trawls using SLEDs,O - 405829,20180627,20180731,20180928,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is summarise and integrate existing data to estimate cryptic mortality of sea lions in trawls using SLEDs, with explicit estimation of uncertainty.",Awarded,,20201117 Ministry for Primary Industries,19835021,Request for Proposals,Open Competition,MAF2018-02 Ongoing monitoring of national marine amateur fisher panel,O - 405837,20180627,20180731,20181030,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to continue the implementation and interpretation of the integrated amateur harvest estimation system.",Awarded,,20201117 Ministry for Primary Industries,19877607,Request for Proposals,Closed Competition,SPP - Print Technology and Associated Services,C-18808,20180704,20180727,20181212,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) are looking for a preferred supplier of print managed services under the Managed Cost per Copy (CPC) pricing option under the All of Government (AoG) Print Technology and Associated Services (PTAS) Agreement that will provide: ??? Devices that are efficient and work with all of MPI???s applications, and ??? A service that: o contains a Follow Me Printing solution o is secure o provides value for money o meets MPI???s current and future needs and expectations",Awarded,,20201117 Ministry for Primary Industries,19962341,Request for Quotations,Closed Competition,19114: Post-Border Surveillance: Pilot for Brown Marmorated Stink Bug Surveillance,C-19114,20180730,20180810,20181112,,Sole Agency,No,,MPI is seeking to establish a pilot BMSB Surveillance programme in 2018 to provide early warning of BMSB incursions to facilitate eradication and assist with assurance of New Zealand???s freedom from this unwanted organism.,Awarded,Procurement process complete and contract awarded to SPS Biosecurity Ltd,20201117 Ministry for Primary Industries,19968119,Request for Proposals,Open Competition,MAF2018-01 - Analysis and interpretation of National Panel Survey results,O - 405836,20180731,20180831,20181130,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year. Overall Objective: To continue the implementation and interpretation of the integrated amateur harvest estimation system.",Awarded,,20201117 Ministry for Primary Industries,19968169,Request for Proposals,Open Competition,MAF2018-04 - Design a method for quantifying the return and fate of recreationally caught fish,O - 405838,20180731,20180831,20181130,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year. Overall Objective: To review the need for estimates of total fishing mortality from recreational fishing and design methods to meet those needs",Awarded,,20201117 Ministry for Primary Industries,19968233,Request for Proposals,Open Competition,ENV2018-06 Improved distribution information for higher risk non-QMS shark species,O - 405835,20180731,20180831,20181130,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial. Overall Objective: To improve our understanding of the spatial distribution of high-risk non-QMS sharks.",Awarded,,20201117 Ministry for Primary Industries,19968330,Request for Proposals,Open Competition,"BEN2018-03 Best practise in marine image analysis for determining taxa, habitat or subtrate distribution",O - 405834,20180731,20180831,20181130,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19. Overall Objective: To optimise image collection and analysis of underwater video survey footage to determine how to maximise taxa, habitat or substrate classification.",Awarded,,20201117 Ministry for Primary Industries,19991203,Request for Tenders,Closed Competition,Evalutation of the Primary Growth Partnership Transforming the Dairy Value Chain Programme,,20180815,20180905,20181029,,Sole Agency,No,,"The Ministry of Primary Industries (MPI) commissions Post-Programme Evaluations for all PGP Programmes. The Transforming the Dairy Value Chain Programme (???The Programme???) is a PGP Programme funded by MPI and Dairy New Zealand (DNZ) and Fonterra (???The Partners???). The Programme formally commenced in 2011 with agreement between MPI and the Partners to commit $170 million of budgeted investment towards the Programme???s Objectives over a seven year period (the Contract). The Programme reached its conclusion in 2018 and a Final Report has been published. The Programme aimed to transform the dairy value chain by creating new products, increasing on-farm productivity, reducing environmental impacts and improving agricultural education. Its aspiration was that - through production improvements, efficiencies and Post-Farm Gate opportunities - the transformed value chain would generate recurring economic benefits.",Not Awarded,,20201117 Ministry for Primary Industries,20163867,Request for Proposals,Open Competition,19320 Database Administration as a Service,O19320,20181016,20181109,20190220,,Sole Agency,No,,"DevOps is the practice of an agile relationship between Operations and Development staff participating together in the entire software delivery lifecycle, from design through to the development and testing process to production support. DevOps is also characterised by Operations staff making use of many of the same techniques and tools as developers for this work. A key DevOps theme is the acceleration of the IT delivery processes with the goal to improve flow from requirements to production. A major cultural and structural success factor for DevOps is the focus on the creation of cross-functional teams, which have membership from both the Development as well as the Operations groups. The goal for our DevOps teams is to increase collaboration through improved relationships and shared objectives This procurement relates the replacement of the in-house database administration role with an out-sourced DBA as a Service (DBAaaS). We are moving to a dynamic fast paced DevOps environment, which will require ongoing continuous delivery based on the set priorities, and as such the Database Management function will be outsourced, as this will allow the focus to remain on the priorities and not be distracted. The database function is still required, and as such we would like a vendor to take on this function for all database requests, as and when needed. Currently multiple vendors manage the majority of our database functions, so we would like to select just one to work with our teams in a timely manner and fit into our DevOps model.",Awarded,,20201117 Ministry for Primary Industries,20175000,Request for Quotations,Open Competition,Rural Communities Coordinator,O-19336,20180918,20181005,20181205,,Sole Agency,No,,"A new Rural Communities portfolio was created in late 2017, to provide advice on matters affecting communities and encourage initiatives to strengthen rural communities. The first priority for the Rural Communities portfolio has been to refresh the Rural Proofing Policy which was launched in June 2018. We need a Rural Communities Coordinator to help establish a work programme to ensure delivery of initiatives and communication of the progress of those initiatives. The teams within our environment and Communities policy directorate work closely together and there are strong linkages and synergies between our work programmes. The Rural Communities Coordinator will also work alongside the Adverse Events team on Resilience, and the Sector Partnerships and Programmes Branch, especially the Regional Economic Development and Partnerships and other relevant teams.",Not Awarded,No responses were submitted for this tender.,20201117 Ministry for Primary Industries,20249985,Request for Proposals,Open Competition,Understanding the influence of honey sampling techniques and their effect on test results,O/405992,20181005,20181101,20181220,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) understands that the honey industry may use a variety of different techniques when taking a sample of their product to be tested by a laboratory. Different sampling techniques may be used at different points in the honey supply chain and these could affect whether the test results are representative of the product at that point in time. MPI requires a research provider to design and carry out a study to determine the influence of sampling and processing techniques on obtaining representative test results for markers in the MPI m??nuka honey definition.",Awarded,This contract was awarded to Hill Laboratories.,20201117 Ministry for Primary Industries,20264037,Request for Proposals,Open Competition,18804 Utility Task Vehicles (UTV???s) for Quad Bike Replacement,O-18804,20181010,20181106,20190329,,Sole Agency,No,,"The Ministry for Primary Industries (MPI), through this Request for Proposal (RFP), is looking to contract a supplier or suppliers to undertake replacement of up to 20 quad bikes with side-by-side Utility Task vehicles (UTVs), including replacing MPI???s current fleet of UTV???s in the future as they age, procuring new UTV???s as business requirements arise, and includng UTV accessories and trailers as neccessary",Awarded,,20201117 Ministry for Primary Industries,20318860,Request for Proposals,Open Competition,Understanding Barriers to In-water Biofouling Management,O - 405760,20181023,20181126,20190418,,Sole Agency,No,,"This research is to inform the Ministry for Primary Industries (MPI) of the barriers and opportunities for effective in-water cleaning of vessel biofouling. Vessel biofouling is a significant pathway for introducing and spreading non-indigenous species in New Zealand???s marine ecosystems. To manage these risks, the Craft Risk Management Standard (CRMS) for Biofouling on Vessels arriving to New Zealand came into force on 15th May 2018. In addition, local government is regulating hull biofouling in regional coastal plans to manage the domestic biofouling pathway. In-water cleaning is an important component to managing biofouling associated with vessels, however, the regulatory environment can be complex to navigate. Improved guidance and information for regulatory agencies, vessel owners, and allied marine industries is required to ensure in-water cleaning is a viable tool that can meet all regulatory requirements. Actively facilitating information and knowledge exchange between key stakeholders is an expected outcome of this research. Vessel biofouling is one of the largest biosecurity risks to New Zealand???s marine environment. This research is an opportunity to work with stakeholders across the marine biosecurity regulatory system to ensure that the in-water cleaning is an effective tool. Research outputs will contribute to protecting New Zealand???s marine environment and its associated social, cultural and economic values from biological risk.",Awarded,,20201117 Ministry for Primary Industries,20318943,Request for Proposals,Open Competition,An Interactive Key for Myrtaceae,O - 405750,20181023,20181120,20190225,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has a role in protecting the primary sectors and the environment from biological risk through biosecurity surveillance and incursion response to invasive pests and pathogens. Austropuccinia psidii (Myrtle rust) is a fungal pathogen affecting trees and plants in the Myrtaceae (Myrtle) family. This disease is a threat to New Zealand???s many ecologically, culturally, and socially high-value and iconic Myrtle species such as the iconic p??hutakawa (Metrosideros excelsa) and r??t?? trees (Metrosideros spp.), and their associated flora, fauna, ecosystems and ecosystem services. MPI requires a supplier to develop an easy to use interactive Myrtle species field identification key to help with the accurate identification of important species within the Myrtle family that grow in New Zealand. This would be both web-based and in the form of a mobile application for deployment onto smartphone devices. This is an opportunity for a capable research provider to actively contribute to a tool that can be used by individuals without access to high-level botanical expertise or technical literature (citizen scientists) to support ongoing surveillance, monitoring, research of myrtle rust outbreaks and its impacts over time.",Awarded,,20201117 Ministry for Primary Industries,20328641,Request for Proposals,Open Competition,Access to an Inventory of Label Information for NZ Packaged Foods,O - 406001,20181025,20181120,20190329,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is responsible for ensuring the safety and suitability of the New Zealand food supply. MPI require access to current label information of packaged foods that are representative of the New Zealand food supply and include the ingredient and nutrient content in a searchable format. This information provides critical evidence to inform decision making regarding issues that may affect manufacturers and/or consumers. MPI is looking for credible providers who have the capability, experience and infrastructure to deliver the information required and enable ongoing access to accurate up to date data. They need to have a good track record in the management, implementation and quality assurance of related data and effective networks to maintain this up to date. The services required exclude building a database. This is an opportunity to support a New Zealand Government Agency who is responsible for ensuring the safety and suitability of the New Zealand food supply for all New Zealanders to be able to provide easy to access information to enable quick and informed decision making.",Awarded,Supplier: GS1 New Zealand,20201117 Ministry for Primary Industries,20329816,Request for Proposals,Open Competition,Optimise Methyl bromide Application,O - 405757,20181025,20181123,20190328,,Sole Agency,No,,"New Zealand is reliant on methyl bromide (MeBr) to meet other countries Importing-Country Phytosanitary Requirements (ICPR), and to provide border protection around goods coming into NZ. However, there are domestic (EPA 2010) moves to reduce the amount of MeBr used and released. It is widely accepted that there is currently no direct replacement for MeBr, therefore, other ways to minimise MeBr use such as method improvements during application need to be explored. This work aims to develop baseline data to determine whether changes in MeBr application methodology can reduce the total minimum volume of MeBr used in treatments while still ensuring the required efficacy of the treatment (the end point concentration of MeBr is reached). MPI is looking for credible providers who have the capability, experience and infrastructure to deliver our requirements, using expert knowledge of MeBr application along with design of statistically robust trials. Suppliers need to have a good track record of managing and implementing related programmes and developing effective networks and strong relationships with key contacts and third parties. The services required exclude research into the efficacy of MeBr treatment methods or work to develop alternative treatments to MeBr. This is an exciting opportunity for a researcher to provide the evidence to support method changes in the application of MeBr. The outcomes of the work will help MPI continue to provide border protection yet also meet domestic obligations to look for opportunities to reduce the amount of MeBr used.",Awarded,,20201117 Ministry for Primary Industries,20410095,Request for Proposals,Open Competition,Change and Communications Management Services for 'Our Time and Pay Programme',19408,20181113,20181207,20190503,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Change and Communications Management Services for MPI???s ???Our Time and Pay Programme??? - the programme includes the implementation of a renewed HRIS (payroll) solution and this contract is in relation to the associated change and communication management services in readying the business for this change including policy development.,Awarded,,20201117 Ministry for Primary Industries,20500982,Request for Proposals,Open Competition,Minimising Fouling within Internal Seawater Systems - Benefits Assessment,O - 405759,20181130,20190212,20190328,,Sole Agency,No,,"Vessel biofouling represents a significant pathway for the introduction of non-indigenous species into New Zealand???s marine ecosystems and subsequent spread. Preventive biofouling management provides an opportunity to minimise the likelihood of entry and spread of non-indigenous species. Encouraging comprehensive biofouling management by the global fleet is most effective when biofouling management provides a clear benefit to vessel owners. While operational and economic benefits of preventive external hull management are well documented, benefits associated with preventive biofouling management of internal seawater systems are less well understood. The project objective is to assess the potential economic, environmental and human health benefits associated with minimising the fouling of internal seawater systems on vessels. Any benefits identified are to be reviewed against the costs of ongoing preventive maintenance and documented in terms of drivers and barriers to uptake of preventive management. This project entails measurement of the potential vessel inefficiencies associated with fouling of internal seawater systems. This could be achieved via desktop modelling and/or laboratory or field based research.",Not Awarded,,20201117 Ministry for Primary Industries,20533384,Request for Proposals,Closed Competition,Evaluation of the Transforming the Dairy Value Chain Programme,19525,20181210,20190111,20190605,,Sole Agency,No,,"The evaluation is commissioned by the Ministry for Primary Industries??? (MPI) Sustainable Food and Fibre Futures team. It focuses on the achievements and expected outcomes from the Transforming the Dairy Vale Chain Primary Growth Partnerships Programme. It will also review the programme???s execution and governance, and identify any lessons from the Programme that would benefit other MPI investment programmes. Please ensure sections 3.2, 3.5, 4 and 5 of the Statement of Work are completed.",Not Awarded,Awarded to Sapere.,20201117 Ministry for Primary Industries,20578765,Request for Proposals,Closed Competition,HMS & Inshore Panel - CRA2018-01,406035,20181224,20190130,20190501,,Sole Agency,No,,"To conduct assessments of rock lobster stocks CRA 1 & CRA 3, including estimation of biomass and sustainable yields, to update the standardised CPUE analysis from all lobster QMAs, to report on the operation of current management procedures and to evaluate new management procedures for all other relevant rock lobster stocks. Also, to collect morphological and biological data from rock lobster stocks to help inform rock lobster stock assessment models and overall management of the rock lobster fishery. Following your email confirmation to the notice of submission, included in this closed RFP is the CRA2018-01 one pager and the Statement of Work to be completed.",Awarded,,20201117 Ministry for Primary Industries,20644322,Request for Proposals,Closed Competition,Log Supply Logistics and Catchments,RFP 19623,20190128,20190215,20190408,,Sole Agency,No,,"MPI is working to identify practical solutions to ease the log supply constraints that are starting to appear in a number of wood supply regions, and which have the potential to constrain processing activity and employment. To support this work, MPI is seeking an assessment of the opportunities and limitations of transporting logs between regions, and of typical catchment areas for wood processors. The results of this work will provide MPI with: 1. A better understanding of the logistical constraints around log supply and how this affects the effective catchment area for wood processors; and 2. Identify what options are available to improve the economics of log supply (and expand the catchment area for mills), particularly in wood constrained regions such as Northland. If you would like to know more please subscribe to this tender and download the tender documentation.",Awarded,,20201117 Ministry for Primary Industries,20644485,Request for Proposals,Closed Competition,Managing A Steady Base Flow of Log Supply to Northland Mills,RFP 19622,20190128,20190215,20190408,,Sole Agency,No,,"MPI is investigating short to medium term log supply options (i.e. over the next ten years) to ease the constraints that are emerging in Northland, and are on the horizon in several other regions (Canterbury, the Lower North Island and Southland). One proposal raised during industry discussions has been the use of warehousing models to aggregate log supply. In order to provide informed advice on this option, MPI is seeking expert opinion on the different forms of warehousing and their effectiveness as a potential mechanism to improve the flow of logs (and specific log grades) to mills in Northland. If you wish to find out more please subscribe to this tender and download the documentation.",Awarded,,20201117 Ministry for Primary Industries,20646789,Request for Proposals,Closed Competition,Potential impacts of changes in landings and discards rules on fishing quota and annual catch entitlement,C - 19628,20190129,20190205,20190501,,Sole Agency,No,,"The Ministry for Primary Industries is undertaking public consultation on a range of options to better support the management of New Zealand???s fisheries with a particular focus on commercial fisheries, by: ??? addressing areas of underperformance, and ??? ensuring our rules encourage good fishing. A key proposal, as part of these system changes, is to amend the rules for what fish commercial fishers must land and what fish they can discard. The outcome we aim to achieve is to have rules that encourage good practice and innovation in commercial fisheries. Fishers should be accountable for each fish caught, and fish wastage should be reduced. Please complete Part B of the CSO attached and submit as your response.",Not Awarded,Contract awarded to Deloitte,20201117 Ministry for Primary Industries,20717360,Request for Proposals,Closed Competition,Primary Sector Capital Investment,C 19632,20190212,20190228,20190605,,Sole Agency,No,,"MPI is seeking an assessment to understand the opportunities and barriers of capital investment in the primary sector. This information will then be used to identify appropriate capital investment solutions for various primary sector businesses, as well as to inform strategies for both businesses and policy makers to maximise this opportunity in the primary sector.",Awarded,Contract awarded to PwC,20201117 Ministry for Primary Industries,20730999,Request for Proposals,Open Competition,Development of advanced livestock population model,405808,20190218,20190313,20190612,,Sole Agency,No,,"The purpose of this project is to enhance the livestock population component of the New Zealand Agricultural Greenhouse Gas (GHG) Inventory (for dairy cattle, beef cattle, sheep and deer). The deliverables from this project will be used by the Ministry of Primary Industries (MPI) to consider changes to the assumptions and methodology currently used to estimate monthly livestock populations at a national scale. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver this project. They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships. ISO accreditation, relevant standards etc. This is a great opportunity to be part of ensuring New Zealand has a robust and accurate inventory and assist the government in addressing greenhouse gas emissions.",Awarded,,20201117 Ministry for Primary Industries,20865084,Request for Proposals,Closed Competition,Export Supply Chain Customer Segmentation,C - 19725,20190321,20190411,20190611,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) Exporter Regulatory Advice Service team (ERAS) helps New Zealand primary product exporters understand the regulatory requirements to export. ERAS talks directly to food and primary product exporters and works closely with other MPI teams to identify common exporting questions and issues. ERAS then develops new resources, tools or information services to address these common questions and issues. The team: ??? Provides one-to-one advice that is tailored to exporter???s requirements ??? Creates one-to-many resources to help with common export questions and issues ??? Develops export-specific tools or content to make it easier for exporters to find, navigate and understand regulations and MPI???s requirements to export. Currently, ERAS??? scope is focused on exporters, who are at the end of the supply chain. As part of a refreshed strategic direction, ERAS wants to help exporters grow in a complex regulatory environment by also working with a wider range of businesses throughout the export supply chain. The current barrier for many exporters are regulatory pain points elsewhere in the export supply chain. Our refreshed strategy is intended to help address these issues. In order to test the feasibility of this refreshed strategy and plan for implementation, ERAS needs to identify potential customer groups beyond final exporters, within the export supply chain, understand their needs as they relate to export regulation, and develop a strategy for reaching these customer groups and meeting their needs. A significant challenge of this project is to help ERAS identify ???unknown unknowns??? about the groups, influencers, journeys and pain points in the export supply chain, as they relate to MPI???s export requirements and regulations. We therefore require services to: - Identify and understand customer groups or segments in the primary products export supply chain for our services - Map the exporter customer journey, especially where there are pain points and influencers for whether/how an exporter meets export regulations - Gain insights on the exporter customer journey and customer groups or segments in the export supply chain, in order to help deliver the right content, products or services to the right audiences and make it easier to deal with MPI???s export regulations.",Not Awarded,Awarded to Davanti,20201117 Ministry for Primary Industries,20948100,Request for Proposals,Open Competition,405752 - Efficacy of Visual Inspections at Detecting Non-Biosecurity Compliant Goods,405752,20190416,20190517,20190626,,Sole Agency,No,,"This procurement relates to the purchase of research to design and conduct experiments to assess the performance (efficacy) of biosecurity visual inspection for pests on imported fruit and vegetables and assess how key variables may influence on the performance of visual inspection using the existing protocols. This research will support an extensive existing programme of visual inspections within the biosecurity systems at the pre-border, border and post-border space. Visual inspection is an important tool in the management of biosecurity risks. Work completed by the USDA on inspection efficacy for fruit fly infestations suggests that actual inspection efficacies may be far less than expected. Research by the Centre of Excellency for Biosecurity Risk Assessment (CEBRA) in Australia was conducted to gain a better understanding using live pests. The findings could not be validated as the presence of the pests could not be confirmed at the time of inspection. Further anecdotal evidence from surveys completed by the MPI monitoring group suggests that existing expectations about the efficacy of visual inspection on many pathways may be too high. There is a clear data gap regarding the performance of visual inspection and contributing variables. Further research on these aspects will provide confidence in our biosecurity visual inspection systems and provide solutions for their improvement, as applicable. MPI is looking for credible providers who have the capability, experience, facilities and networks to deliver our requirements of visual analyses, efficacy testing and statistical analysis. Suppliers need to have a good track record in the management of similar research and sufficient resources to deliver the project on time.",Not Awarded,,20201117 Ministry for Primary Industries,20949092,Request for Proposals,Closed Competition,Caregivers practices infant formula,C-405962,20190416,20190503,20190605,,Sole Agency,No,,FSANZ is currently assessing Proposal P1028 ??? Infant Formula including whether changes to infant formula labels is required. Further research is required to understand the best ways of communicating preparation and storage instructions to caregivers via the label that would help ensure caregivers prepare infant formula safely.,Awarded,,20201117 Ministry for Primary Industries,20974150,Request for Quotations,Closed Competition,Permitting and Regulatory Control Process Review,C - 19819,20190429,20190503,20190507,,Sole Agency,No,,"Fisheries New Zealand is a Branch within the Ministry for Primary Industries (MPI). It carries out the full range of statutory regulatory functions, duties, and powers to manage New Zealand???s fisheries resources. Fisheries New Zealand???s vision for the future is ???Abundant and sustainable fisheries, thriving communities, and a healthy marine environment for the benefit of all New Zealanders???. The review will: ??? Determine whether changes or improvements can be applied to end to end processes, including streamlining workflow, record keeping requirements, risk management and use of technology. ??? Determine any gaps in processes, for example monitoring of permit conditions and compliance. ??? Determine and propose target process times for application, registration or exemption (where there is no regulatory process timeframe) to optimise work throughput. ??? Calculate and propose the optimal team size based on estimated work load for the next 24 months created on work throughput times and anticipated workload. ??? Identify key steps and quality criteria for processes for example consultation with tangata whenua. ??? Produce a resource management plan for the next 24 months including options to clear the work backlog within 12 months (including recruitment and training effort/time). ??? Determine critical staff capability risks and recommendations to resolve. ??? Determine if there are gaps in the risk management processes and recommend any changes. The deliverables from the review will be: ??? A report with prioritised recommendations on the changes for management to consider covering; o Workflow/throughput changes including clearing the work backlog. o Management of risks. o Team skills/expertise/capability improvements. o Team size and composition for the future. ??? Current and future process maps for the processes reviewed",Not Awarded,,20201117 Ministry for Primary Industries,21002129,Request for Quotations,Closed Competition,Permitting and Regulatory Control Process Review,C - 19819,20190507,20190515,20190617,,Sole Agency,No,,"The review will: ??? Determine whether changes or improvements can be applied to end to end processes, including streamlining workflow, record keeping requirements, risk management and use of technology. ??? Determine any gaps in processes, for example monitoring of permit conditions and compliance. ??? Determine and propose target process times for application, registration or exemption (where there is no regulatory process timeframe) to optimise work throughput. ??? Calculate and propose the optimal team size based on estimated work load for the next 24 months created on work throughput times and anticipated workload. ??? Identify key steps and quality criteria for processes for example consultation with tangata whenua. ??? Produce a resource management plan for the next 24 months including options to clear the work backlog within 12 months (including recruitment and training effort/time). ??? Determine critical staff capability risks and recommendations to resolve. ??? Determine if there are gaps in the risk management processes and recommend any changes. The deliverables from the review will be: ??? A report with prioritised recommendations on the changes for management to consider covering; o Workflow/throughput changes including clearing the work backlog. o Management of risks. o Team skills/expertise/capability improvements. o Team size and composition for the future. ??? Current and future process maps for the processes reviewed",Awarded,Contract awarded to KPMG,20201117 Ministry for Primary Industries,21059205,Request for Quotations,Closed Competition,CSO Senior Adviser Research & Evaluation,C - 19885,20190521,20190524,20190624,,Sole Agency,No,,"The purpose of the role is to work alongside MPI staff and stakeholders to help inform decisions and provide assurance that the Ministry???s investments are delivering intended benefits, outcomes and value for money. This work includes providing guidance and advice on evaluation and market research, as well as building evaluation and research culture and capabilities across MPI to ensure MPI is achieving the results sought by its organisational strategy. Principal responsibilities/key result areas ??? Provide a variety of evaluation services, e.g. developmental evaluation, as well as ex-post evaluation to assess the benefit realisation of programmes, policies and strategies. ??? Support and advise on evaluating activities elsewhere in the organisation, including advising on evaluation frameworks at the time programmes are established. ??? Provide a variety of market research services to inform MPI???s programmes, policies and strategies. ??? Support and advise on market research to support activities elsewhere in the organisation, particularly on work designed to deliver strategic outcomes for the Ministry. ??? Provide or oversee online research capability to the Ministry. ??? Provide for a consistent approach to evaluation and market research by providing advice across MPI. ??? Ensure that fit-for-purpose approaches are adopted by both staff and external contractors. ??? Contribute to improving investment in programmes, policies and strategies by promoting evaluation and market research learnings. ??? Collaborate with, and coach internal stakeholders to conduct evaluations and research. ??? As part of the R&E team, develop and maintain a set of ministry tools and resources to help build evaluation and research culture and capability. The CSO response is due at 5pm, on the Friday 24 May 2019. Any questions in relation to this CSO must be submitted via GETS. Only CSO responses submitted via GETS by the response due date will be accepted.",Awarded,,20201117 Ministry for the Environment,8347608,Request for Proposals,Open Competition,Pre-1990 Planted Forest Plot Network Field Inventory,0417-01-RFP,20150128,20150227,20150811,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals for the collection of plot data from the LUCAS pre-1990 planted forest plot network during the winter of 2015. A forest carbon inventory approach has been developed to estimate carbon stock and stock change in New Zealand???s plantation forest estate in order to meet our reporting requirements under the United Nations Framework Convention on Climate Change (UNFCCC) and the Kyoto Protocol. The inventory approach has been designed to meet Good Practice Guidance (IPCC-GPG) for national greenhouse gas inventory reporting. Pre-1990 planted forests were first inventoried in 2010 and are scheduled for re-measurement in 2015. Re-measurement of forests is required to obtain accurate estimates because the planted forest estate changes through time with the adoption of new forest management practices, species composition changes and improvement in tree genetics. Re-measurement also validates modelled assumptions on growth rate. The LUCAS pre-1990 planted forest inventory involves the collection of ground-based plot data to produce unbiased and accurate estimates of carbon stock change. The work required for this project includes the collection of ground based plot data from the LUCAS pre-1990 planted forest plot network during the winter of 2015.",Awarded,Pre-1990 Planted Forest Plot Network Field Inventory,20201117 Ministry for the Environment,8985585,Request for Proposals,Open Competition,Field Audit of the Pre-1990 Planted Forest Plot Inventory,0426-01-RFP,20150220,20150320,20150811,Procurement & Contracting,Sole Agency,No,,"A forest carbon inventory approach has been developed to estimate carbon stock and stock change in New Zealand???s plantation forest estate in order to meet our reporting requirements under the United Nations Framework Convention on Climate Change (UNFCCC) and the Kyoto Protocol. The inventory approach has been designed to meet Good Practice Guidance (IPCC-GPG) for national greenhouse gas inventory reporting. Pre-1990 planted forests were first inventoried in 2010 and are scheduled for re-measurement in 2015. Re-measurement of forests is required to obtain accurate estimates because the planted forest estate changes through time with the adoption of new forest management practices, species composition changes and improvement in tree genetics. Re-measurement also validates modelled assumptions on growth rate. The LUCAS pre-1990 planted forest inventory involves the collection of ground-based plot data to produce unbiased and accurate estimates of carbon stock change. The work required for this project includes the field audit of the ground based plot data collected from the LUCAS pre-1990 planted forest plot network during the winter of 2015. Twenty plots will be randomly selected for audit from a regionally stratified plot list that is supplied in the RFP documentation along with this RFP on GETS. Please submit all questions and your response electronically via the GETS eTender box function",Awarded,Field Audit of the Pre-1990 Planted Forest Plot Inventory,20201117 Ministry for the Environment,9286407,Request for Proposals,Open Competition,Urban Zone Research,0428-01-RFP,20150225,20150323,20150811,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (MfE) requires research, analysis and reporting from resource management planning practitioner(s) to provide information on RMA plans to assist in the assessment of a possible instrument that could standardise certain planning provisions. The key objectives of this research are to: 1. Understand the most commonly used provisions and key differences in provisions in key urban zonings in New Zealand. 2. Understand the effort councils invest in making the urban parts of their plan, particularly in the provisions that are commonly used around New Zealand. 3. Highlight existing consistencies, inconsistencies and duplication across RMA plans. All questions and submissions must be electronically submitted via the GETS eTender box function.",Awarded,RMA Urban Zones Research,20201117 Ministry for the Environment,9849313,Request for Quotations,Open Competition,Updates to the Good Practice Guides for Air Quality,0440-01-RFQ,20150312,20150402,20150811,Procurement & Contracting,Sole Agency,No,,"We require updates of four of the Ministry???s Good Practice Guides for air quality (Guides) to be carried out by technical experts. The updates are intended to ensure that the Guides reflect the more recent National Environmental Standards for Air Quality (the NES), as well as bringing the technical information up to date with current knowledge and practices to provide accurate information. The updates will also ensure that the guidance is useful for practitioners and councils. You must submit any questions/your quotation electronically via the GETS eTender box function",Awarded,"Update to Industry, Dust and Odour Good Practice Guides for Air Quality",20201117 Ministry for the Environment,10029309,Request for Proposals,Open Competition,Resource Management Act 1991 Plan Spatial Planning Terms Research,0443-01-RFP,20150317,20150416,20150811,Procurement & Contracting,Sole Agency,No,,"The purpose of this research is to identify the terminology RMA district and regional plans use, in addition to zones, to describe various map layers and features and how they use them to link planning provisions to particular geographic areas, properties, and individual items. This research will help inform policy for the possible development of a more standardised approach to planning layers and overlays, and spatial planning terms, as they are used in the RMA context. All questions, clarifications and proposals must be electronically submitted via the GETS eTender box function.",Awarded,Resource Management Act 1991 Plan Spatial Planning Terms Research,20201117 Ministry for the Environment,10301047,Request for Proposals,Open Competition,Psychometric Testing,0448-01-RFP,20150325,20150423,20150921,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals to put in place a multi-year contractual arrangement for psychometric assessments which are the best value for money and will assist us to make the best quality hire decisions for the full range of roles in the Ministry. The Ministry???s detailed requirements are set out at Appendix 1. The Ministry uses a suite of psychometric assessments as part of its recruitment process. Psychometric assessments that are the best value for money and that assist us to make the quality of hire decisions, for the full range of roles in the Ministry. IMPORTANT All questions and Proposals must be electronically submitted via the GETS eTender box function. If any issues arise with uploading a proposal please contact (phone or email) Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,16873593,Request for Proposals,Open Competition,LUCAS Deforestation Mapping ??? 2013 and 2014,0549-01-RFP,20151009,20151110,20160129,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals to field check areas of forest loss to determine whether deforestation has occurred. The LUCAS programme at the Ministry for the Environment monitors land use and land-use change across New Zealand in order to determine the greenhouse gas emissions and removals associated with this activity, with a particular focus on forestry. This information is used to meet our international reporting obligations under the United Nations Framework Convention on Climate Change (UNFCCC) and the Kyoto Protocol. Deforestation is an important land-use change in terms of greenhouse gas emissions. Every year significant areas of forest are harvested but only a small proportion of this area subsequently undergoes a land use change (deforestation). IMPORTANT All questions and Proposals must be electronically submitted via the GETS eTender box function. If any issues arise with uploading a proposal please contact (phone or email) Ministry for the Environment immediately. If you intend to submit a response to this RFP, you must confirm this intention with the Ministry by emailing procurement@mfe.govt.nz (Intention to respond). If your organisation submits an Intention to respond, the Ministry, at its discretion, will provide spatial data relevant to this procurement (Spatial Data).",Awarded,,20201117 Ministry for the Environment,16882456,Request for Quotations,Open Competition,Update of the Coastal Hazards and Climate Change Guidance,0552-01-RFQ,20151013,20151105,20160205,Procurement & Contracting,Sole Agency,No,,"This procurement is for an updated version of the Coastal Hazards and Climate Change Guidance (2008). The Ministry for the Environment provides guidance to local government on adapting to climate change. The purpose of the guidance is to help local government identify the risks that climate change poses for their functions, responsibilities and infrastructure. The Ministry has reviewed the guidance over 2014/15 and will be updating it in a staged approach over the next few years, beginning with an update of the Coastal Hazards and Climate Change Guidance. This will be a third edition, based on the second edition published in 2008: IMPORTANT You must submit your response electronically via the GETS eTender box function, in PDF format If any issues arise with uploading a quotation please contact (email) the Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,16940565,Request for Proposals,Open Competition,Manager Assessment Centres,0567-01-RFP,20151030,20151130,20161102,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals for the delivery of assessment centre based assessments of candidates for appointment, to provide an input to recruitment decision making processes for Manager, Director and Deputy Secretary appointments. MfE recognises the benefit of using assessment centres as one of the most valid and successful recruitment tools available. The Ministry very much focuses on the leadership capability of its management cohort as we consider them critical to building a high performing and highly engaged organisation. IMPORTANT All questions and Proposals must be electronically submitted via the GETS eTender box function. If any issues arise with uploading a proposal please contact (phone or email) Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,16999971,Request for Proposals,Open Competition,LUCAS Planted Forest Plot Network Field Inventory 2016 to 2020,0568-01-RFP,20151117,20151223,20160414,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals for the collection of plot data from the LUCAS planted forest plot network. The inventory will occur over a five year period starting in April 2016. A forest carbon inventory approach has been developed to estimate carbon stock and stock change in New Zealand???s plantation forest estate in order to meet our reporting requirements under the United Nations Framework Convention on Climate Change (UNFCCC) and the Kyoto Protocol. The inventory approach has been designed to meet Intergovernmental Panel on Climate Change Good Practice Guidance (IPCC-GPG) for national greenhouse gas inventory reporting. IMPORTANT All questions must be submitted electronically by 1:00pm, 2 December 2015 and all Proposals must be submitted electronically by 12:00pm (noon), 21 December 2015 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact (phone or email) Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17039334,Request for Quotations,Open Competition,Economic Analysis Guidance,0580-01-RFQ,20151130,20151214,20160329,Procurement & Contracting,Sole Agency,No,,"The National Policy Statement for Freshwater Management 2014 (NPS-FM) directs Regional Councils (Councils) to consider the full range of implications of the objective and limit-setting exercise arising for resource users, people and communities. Economic analysis is one of the elements within a raft of other evaluative methods that supports this impact assessment. Conducting economic analysis within freshwater management is highly complex and challenging. In light of this complexity and because of limited capacity, many Councils have identified economic analysis as an area of difficulty in giving effect to the NPS-FM. Therefore the Ministry for the Environment (MfE) requires the Supplier to develop practical guidance to assist Councils and other freshwater stakeholders with understanding, scoping, preparing and presenting economic analysis used in evaluating freshwater management options for the setting of freshwater values, objectives, and quality and quantity limits. IMPORTANT All questions and Quotations must be electronically submitted via the GETS eTender box function. If any issues arise with uploading a proposal please contact (phone or email) Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17102020,Request for Proposals,Open Competition,Strategic Scoping for Reporting Environmental Impacts on Te Ao M??ori,0597-01-RFP,20160107,20160205,20160310,Procurement & Contracting,Sole Agency,No,,"The Environmental Reporting Act is a new piece of legislation that sets the framework for environmental reporting over five domains: air, atmosphere & climate, fresh water, land, and marine. The framework involves reporting on pressures, state and impact topic. One of the five impact categories, set out in section 11 of the Act, is ???te ao M??ori??? which should describe how the state and trends in the environment impact the M??ori world. The Ministry of Environment is seeking to procure a strategic scoping document to identify national high priority impacts for te ao M??ori, determine how these priority impacts could be measured, and whether the data could be obtained from existing work or needs to be commissioned. IMPORTANT All questions must be submitted electronically by 1:00pm, 14 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 05 February 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17104918,Request for Proposals,Open Competition,Local Government Methodologies for Assessing Demand and Development Capacity,0596-01-RFP,20160111,20160205,20160310,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (MfE) is seeking proposals to supply professional services to research and evaluate methodologies for assessing demand and development capacity of residential and business land in council plans. This procurement relates to the delivery of a proposed National Policy Statement on Urban Development under the Resource Management Act 1991 (RMA) as announced by the Minister in the National Direction Forward Agenda in August 2015. IMPORTANT All questions must be submitted electronically by 1:00pm, 14 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 05 February 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17105506,Request for Proposals,Open Competition,Analysis of Policy Options for Urban Development NPS,0601-01-RFP,20160111,20160205,20160330,Procurement & Contracting,Sole Agency,No,,"The purpose of this work is to assist the Ministry for the Environment and Ministry of Business, Innovation and Employment with the evaluation of options for a National Policy Statement (NPS) on Urban Development, under the Resource Management Act 1991 (RMA). This work will, for the National Policy Statement on Urban Development, inform the preparation of: ??? a section 32 report required under the RMA; and ??? a Regulatory Impact Statement. IMPORTANT All questions must be submitted electronically by 1:00pm, 14 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 05 February 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17115139,Request for Proposals,Open Competition,Review of the National Environmental Standards Air Quality Cost-Benefit Analysis,0588-01-RFP,20160114,20160215,20160317,Procurement & Contracting,Sole Agency,No,,"A supplier is required to undertake a cost-benefit analysis (CBA) of the proposed amendments to the National Environmental Standards for Air Quality (the Standards). This will comprise three stages: an initial analysis of costs and benefits in amending the particulate matter standard, an analysis of proposed options for initial policy development and a final analysis of policy options, incorporating any changes following public consultation. The Ministry for the Environment monitors actions taken by regional councils to improve air quality and compliance and/or steps taken to achieving compliance with the Standards. The Standards were introduced in 2004, with major amendments in 2011. However, the threshold level for particulate matter has remained the same since 2004. The scientific understanding of the health impacts of particulate matter has improved substantially since 2004. In March 2015 the Parliamentary Commissioner for the Environment released commentary on the Ministry for the Environment???s 2014: Air Domain Report. This commentary included a discussion of the health effects of particulate matter (PM10 and PM2.5) and of the risks associated with different periods of exposure to particulate matter. The Parliamentary Commissioner for the Environment also provided policy recommendations on the management of particulate matter. In August 2015, the Minister for the Environment, Dr Nick Smith, announced a review of the Standards. A major objective of the review is to incorporate the latest scientific knowledge into the Standards. This RFP relates to the purchase of a cost-benefit analysis. The key deliverables that we want to achieve are a report containing a cost-benefit analysis of proposed policy options for amendments to the Standards. IMPORTANT All questions must be submitted electronically by 1:00pm, 22 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 15 February 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17117565,Request for Proposals,Open Competition,Provision of Plain English Training,0591-01-RFP,20160115,20160212,20160413,Procurement & Contracting,Sole Agency,No,,"The Ministry is committed to improving the Ministry???s skill level in writing logical, clear and compelling written documents and PowerPoint slides. We are seeking to appoint a provider of Plain English training to Ministry staff who write policy documents. This training is part of a suite of training courses designed to improve the quality of policy advice for our Ministers. The other training courses include commissioning work, critical thinking and peer reviewing. In September 2014 the Ministry???s Quality of Advice Community commissioned a small team to develop, test and implement centralised training to help lift the quality of advice provided by Ministry staff. The specific gap identified by the development process was to improve the Ministry???s skill levels in writing logical, clear and compelling written documents in conjunction with critical thinking. The final step of this process is to write the documents in Plain English. In September 2015 the Ministry established a contract to provide training courses on critical thinking. The Ministry is now seeking proposals from providers of Plain English training. It is envisioned that the critical thinking course and the Plain English course will complement each other and provide solutions that will improve the quality of our written documents, principally but not limited to policy documents. IMPORTANT All questions must be submitted electronically by 1:00pm, 22 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 12 February 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17137977,Request for Quotations,Open Competition,Risk-based Approach to Natural Hazards under the RMA,0602-01-RFQ,20160122,20160210,20160310,Procurement & Contracting,Sole Agency,No,,"The Ministry wishes to make progress toward specifying content for national direction under the Resource Management Act (RMA) for all natural hazards, focussing on a possible National Policy Statement (NPS). Specifically MfE wishes to determine a risk management method/process and guidance, centred on a NPS, that is suitable for local government to follow and will improve risk-based land use planning for natural hazards in New Zealand. This procurement relates to the delivery of national direction to manage natural hazards under the RMA. In the past five or so years there have been a number of reports and toolkits advancing risk-based management approaches to natural hazards, including the contributing effects of climate change such as sea level rise. There have also been recent attempts by councils to carry out their functions to manage natural hazards under the RMA through a risk-based approach ??? often with significant public interest and with varying degrees of success. In addition to proposed changes to the RMA, in August 2015 the Minister for the Environment announced his intention for national level guidance on natural hazards, with preference for a NPS. The Ministry for the Environment has also notified that it is updating its climate change guidance documents, with the Coastal Hazards and Climate Change guidance to be completed in 2016. IMPORTANT All questions must be submitted electronically by 1:00pm, 28 January 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 10 February 2016 via the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17210750,Request for Quotations,Open Competition,Review of Structure and Format of Regional Plans and Interaction with District Plans,0616-01-RFQ,20160216,20160304,20160428,Procurement & Contracting,Sole Agency,No,,"The Ministry requires skilled planning practitioners with a thorough understanding of regional and district plans to undertake an analysis of the structure and format, terminology, and map layers used in regional plans, and of how regional plans interact with district plans, with a view to developing options for the proposed national planning template. This procurement is part of a wider research programme to underpin the development of the proposed National Planning Template (the template). The template is a proposal under the Resource Legislation Amendment Bill introduced to Parliament in December 2015. The government agreed to the policy for a template to address concerns that there is too much variation between plans in areas which are nationally similar in nature and could logically benefit from standardisation. The intention of the template is to therefore provide greater consistency in the structure, content and delivery of district and regional plans in New Zealand. The indicative budget for this work is $70,000 - $90,000. IMPORTANT All questions must be submitted electronically by 1:00pm, 22 February 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 04 March 2016 via the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17256058,Request for Quotations,Open Competition,Options for a Framework of Zones and Spatial Planning Tools in the Proposed National Planning Template,0607-01-RFQ,20160229,20160323,20160422,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 11 March 2016 and all Quotations must be submitted electronically by 12:00pm (noon), 23 March 2016 via the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading a quotation please contact The Ministry for the Environment immediately. The Ministry is seeking a planning practitioner(s) to develop 3-4 options for standardising the use of zones and overlays in the NPT. These frameworks would form a ???core set??? of common zones and other SPTs, which could feasibly be included in a Template and which is appropriate for public consultation. These options are to be presented in a written report with supporting data, based on earlier research procured by the Ministry and a scan of current district plans. We are seeking options that provide a foundation for consultation with stakeholders on the Template. If the Template includes zones and SPTs, this framework would enable more detailed content to be developed by either central or local government. The framework options will ultimately feed into the section 32 requirements for the proposed NPT. This procurement relates to the development of the proposed National Planning Template (???the template??? or ???NPT???). The template is a proposal under the Resource Legislation Amendment Bill introduced to Parliament in December 2015. The Government agreed to a new policy that allows for a national planning template in order to address concerns that there is too much variation between plans on topics and issues which are similar in nature and could logically benefit from standardisation. The intention of the template is to therefore provide greater consistency in the structure, content and delivery of District and Regional Plans in New Zealand.",Awarded,,20201117 Ministry for the Environment,17273574,Request for Proposals,Open Competition,Phormidium Toxicology,0620-01-RFP,20160303,20160404,20160615,Procurement & Contracting,Sole Agency,No,,"Phormidium is a benthic cyanobacteria (slime that grows on riverbeds) that can produce toxins. We need to better understand how the toxins work so that we are able to estimate the health risk to humans. This procurement relates to the delivery of research to understand the toxicity of anatoxins. This is a critical step in developing a National Objectives Framework (NOF) attribute/s that relate to managing toxic algal blooms. Phormidium is a benthic cyanobacteria (slime that grows on riverbeds) that can produce toxins. New Zealand has other toxic benthic cyanobacteria, but Phormidium appears to be the most ubiquitous and problematic taxa, particularly in rivers. The toxins (anatoxins) are considered a human health risk potentially through ingestion and through skin contact. Each summer there tends to be media focus on dogs dying as a result of ingesting Phormidium. MfE commissioned a literature review in 2015 to summarise existing knowledge on benthic cyanobacteria and associated toxins. Following this, the panel of benthic cyanobacteria experts was reconvened to discuss the report of the literature review. This enabled data gaps to be identified and prioritised. Understanding the toxicity of the four anatoxin variants associated with Phormidium blooms is a significant gap that needs to be addressed to allow the development of NOF attributes that relate to Phormidium. The four variants of anatoxins Phormidium is known to produce are anatoxin-a (ATX), homo-anatoxin-a (HTX), dihydro anatoxin-a (dhATX) and dihydro-homo-anatoxin-a (dhHTX). Ultimately we seek to understand the maximum non-toxic dose of the anatoxin variants for humans. IMPORTANT All questions must be submitted electronically by 1:00pm, 11 March 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 04 April 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17291562,Request for Proposals,Open Competition,Identifying RM System End Users and Engagement Preferences,0624-01-RFP,20160308,20160406,20160509,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry) aims to become a leader in stakeholder engagement. More information is needed about how our stakeholders would like to interact with the Resource Management (RM) system, before the RM Directorate develops new engagement practices, channels and tools. The RM Directorate also needs advice about different cutting edge but cost-effective methods of engagement that would suit the needs of these groups, which can then be tested with the groups during the research process. The RM Directorate also requires a framework to monitor and evaluate our stakeholder engagement practices on an on-going basis. This will enable the RM Directorate to measure the success of its Strategy (including any changes made as the result of this research), and ensure that teams build monitoring and evaluation components into their stakeholder engagement plans. IMPORTANT All questions must be submitted electronically by 1:00pm, 14 March 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 064 April 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17324435,Request for Proposals,Open Competition,M??ori Module ??? Applying the Treaty of Waitangi in our Work,0629-01-RFP,20160317,20160418,20160621,Procurement & Contracting,Sole Agency,No,,"The Ministry is looking for a credible provider with the experience, knowledge and expertise to deliver a training course with a focus on applying the Treaty of Waitangi to Government policy and work development. IMPORTANT All questions must be submitted electronically by 1:00pm, 11 March 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 04 April 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Not Awarded,,20201117 Ministry for the Environment,17339771,Request for Proposals,Open Competition,Sedimentation Thresholds,0637-01-RFP,20160323,20160422,20160617,Procurement & Contracting,Sole Agency,No,,"This procurement relates to the delivery of research to develop thresholds for environmental state variables related to sediment (sediment thresholds). The objective of this study is to produce a proposed set of attribute bands that covers as many of New Zealand???s riverine environments as possible. Where this is not possible due to lack of data or knowledge, this study should define the data collection and analysis required to address these gaps. IMPORTANT All questions must be submitted electronically by 1:00pm, 29 March 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 22 April 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Not Awarded,"National Institute of Water and Atmospheric Research - $498,493",20201117 Ministry for the Environment,17433599,Request for Proposals,Open Competition,Courses in Personal Efficiency,0651-01-RFP,20160420,20160518,20160720,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 29 April 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 18 May 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading a proposal please contact The Ministry for the Environment immediately. The Ministry is committed to improving Ministry staff time management and productivity through the improvement of personal organisational skills. We are seeking to appoint a provider of Personal Efficiency training to Ministry staff requiring assistance managing emails, scheduling important non-urgent work and effective filing. The Ministry requires a supplier to provide courses in Personal Efficiency. The purpose of these courses is to improve Ministry staff time management and productivity through the improvement of personal organisational skills. As poor time management habits are so entrenched, the solution should be a combination of course and coaching to allow time for new habits to be established.",Awarded,,20201117 Ministry for the Environment,17523988,Request for Proposals,Open Competition,Managing Upstream: Estuaries State and Values Project,0661-01-RFP,20160517,20160623,20161213,Procurement & Contracting,Sole Agency,No,,"The ???Managing upstream: estuaries state and values project??? will provide freshwater management guidance for estuaries. Estuaries are complex and sensitive environments linking fresh and marine waters. They provide habitat for a wide range of indigenous flora and fauna, high ecosystem services, and have high cultural, social and recreational value. We currently do not know if limits set to maintain ecological health in freshwater environments also provide for the values of estuaries. Our understanding of the capacity of estuaries to assimilate physical, biological, and chemical stressors is limited in New Zealand. The Ministry for the Environment is seeking to fulfil the science and information needs to support councils in managing freshwater inputs to estuary receiving environments. IMPORTANT All questions must be submitted electronically by 1:00pm, 26 May 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 23 June 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17636235,Request for Proposals,Open Competition,Data Collection and Analysis to Inform the Inclusion of an Instream Temperature Attribute in the NOF,0680-01-RFP,20160627,20160812,20170626,Procurement & Contracting,Sole Agency,No,"All questions, enquiries and responses must be directed to our Point of Contact via the GETS eTender box function. If you experience technical issues please contact the GETS team","The National Policy Statement for Freshwater Management (NPS-FM) requires regional councils to set freshwater objectives. The NPS-FM includes the National Objectives Framework (NOF) which defines attributes that assists regional councils to set freshwater objectives. The NOF does not currently include an attribute for instream temperature despite the importance of the temperature regime on freshwater ecosystems in New Zealand. The Ministry is seeking to procure research to support inclusion of an instream temperature attribute in the NOF. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver a research programme of this kind. They need to have a good track record in the collation and analysis of instream temperature data and a wide-ranging understanding of how instream temperature influences water composition and aquatic ecosystems. N.B. All questions, enquiries and responses must be directed to our Point of Contact via the GETS eTender box function. If you experience technical issues please contact the GETS team.",Not Awarded,"This tender has not resulted in a contract, due to a reprioritisation of the work programme within the Ministry",20201117 Ministry for the Environment,17642480,Request for Proposals,Open Competition,NPS-FM Appendix 2 - Development of a Macroinvertebrate Attribute,0677-01-RFP,20160628,20160729,20161102,Procurement & Contracting,Sole Agency,No,,"This procurement relates to the delivery of research to develop a macroinvertebrate attribute for Appendix 2 of the National Policy Statement for Freshwater Management (NPS-FM). Attributes assist councils and communities to set freshwater objectives to achieve values. The macroinvertebrate attribute is expected to relate strongly to the compulsory national value of Ecosystem Health. We recognise that decisions on an approach to incorporating macroinvertebrates in the NPS-FM need to be made in the short-medium term. This work has a longer term aim of developing a macroinvertebrate measure as a robust indicator of ecosystem health that relates to management actions. The Ministry is looking for credible providers who have the capability, experience and infrastructure to develop a macroinvertebrate attribute. They need to have a good track record in freshwater ecology and statistical analysis, and demonstrate a thorough understanding of the NPS-FM. IMPORTANT All questions must be submitted electronically by 1:00pm, 05 July 2016 and all Proposals must be submitted electronically by 12:00pm (noon),29 July 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately.",Awarded,,20201117 Ministry for the Environment,17694429,Request for Proposals,Open Competition,A - National Freshwater Allocation Economic Analysis ??? A (National Economic Analysis),0686-01-RFP,20160714,20160822,20161102,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 05 August 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 22 August 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. This project relates to the delivery of evidence to inform freshwater allocation policy at a national level. The aim is for the analysis to inform advice to the government on a review of the freshwater allocation framework in late 2017. This analysis is a central part of the freshwater allocation work stream as it will directly test possible allocation policy options against economic efficiency criteria. We need to quantify the economic implications of different possible central government policy approaches (e.g. transferable permits, pricing, or administrative allocation and re-allocation) to allocate fresh water and assimilative capacity at a national level (or for multiple regions). The analysis needs to quantify the aggregate direct costs or benefits water users are likely to experience from changes in allocation policy. Water users include, but are not limited to, irrigators (current and potential), landowners, holders of Maori-owned land and municipal water providers. The analysis will be broken down into two main components: ??? Component A: National economic analysis ??? Component B: Land/water use modelling This RFP relates to the purchase of quantitative analysis on the direct economic implications for water users (including potential future users) and the distribution of these implications on different groups of water users from different allocation policy approaches. Water users include, but are not limited to, irrigators (current and potential), landowners, holders of Maori-owned land and municipal water providers. Possible policy approaches could feature transferable permits, pricing, or administrative allocation and re-allocation with varying degrees of national direction.",Awarded,,20201117 Ministry for the Environment,17694520,Request for Proposals,Open Competition,B - National Freshwater Allocation Economic Analysis ??? B. (Land/Water use Modelling),0687-01-RFP,20160714,20160822,20161102,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 05 August 2016 and all Proposals must be submitted electronically by 12:00pm (noon), 22 August 2016 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. This procurement relates to the delivery of evidence to inform a review of freshwater allocation policy at a national level. Previously the Ministry has undertaken individual catchment case studies to assess the economic implications of different allocation policies. Going forward we wish to undertake analysis at a national level or for multiple regions. This RFP relates to the purchase of modelling services to general data on the relationships between water use, water supply reliability, contaminant discharges and profit (or cost) for different irrigation water users. The key deliverable required is a dataset to be used as input in component A. The supplier for component A would use this data to test the direct economic implications (i.e. costs and benefits to different water users) of different possible central government policy approaches to allocate fresh water and assimilative capacity at a national level (or for multiple regions). We need to quantify the economic implications of different possible central government policy approaches to allocate fresh water and assimilative capacity at a national level (or for multiple regions). The analysis needs to quantify the aggregate direct costs or benefits water users are likely to experience from changes in allocation policy. These changes in policy are not expected to generate significant economy-wide changes in prices. The analysis will be broken down into two main components: ??? Component A: National economic analysis ??? Component B: Land/water use modelling",Awarded,,20201117 Ministry for the Environment,18116638,Request for Quotations,Open Competition,National Irrigated Land Spatial Dataset,0757-01-RFQ,20161108,20161130,20170406,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 14 November 2016 and all Quotations must be submitted electronically by 12:00pm (noon), 23 November 2016 via the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. The purpose of this project is to produce a national spatial dataset of irrigated land to identify and map in detail such land, in support of a number of government priorities. The Ministry for the Environment (MfE) is seeking a solution that uses remote sensing techniques (satellite imagery and aerial photography) and analysis to provide a national spatial dataset of irrigated land, from which detailed maps and analysis could be derived. The results should be robust enough for MfE’s Environmental Reporting programme to report on a national area of land irrigated indicator that meets Statistics New Zealand’s data quality standards.",Awarded,"Aqualinc Research $79,850",20201117 Ministry for the Environment,18128457,Request for Quotations,Open Competition,Emissions Unit Supply Policy Support,0758-01-RFQ,20161110,20161125,20170626,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 15 November 2016 and all Quotations must be submitted electronically by 12:00pm (noon), 25 November 2016 via the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading your quotation please contact The Ministry for the Environment immediately. The Ministry for the Environment (MfE) needs an expert policy consultant to help us develop and communicate unit supply policy as part of the NZ Emissions Trading Scheme Review. We are looking for someone who can work with us in our offices a two days a week for the next few months and help us with this complex and important market design issue. We are looking for someone who is already a national expert on market design issues, such as in the emissions trading or electricity markets, and has awareness of the context of the 2015/2016 NZ ETS Review. We want someone who is collegial to work with and is at ease communicating complex issues to a broad range of audiences. The successful person will also be thoroughly familiar with the machinery of Government and the policy development process.",Awarded,,20201117 Ministry for the Environment,18314617,Request for Quotations,Open Competition,National Policy Statement on Urban Development Capacity,0778-01-RFQ,20170120,20170214,20170626,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 30 January 2017 and all Quotations must be submitted electronically by 12:00pm (noon), 14 February 2017 a the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. To inform our implementation programme the Ministry wants to build on our evidence base of how local authorities in high-growth and medium-growth areas are currently providing future urban growth strategies, and how similar approaches have succeeded internationally. This will provide us with information on current best-practice, where to target guidance material, and overall provide assistance to local authorities for meeting the NPS UDC requirements to a high standard. The Ministry wants to provide an efficient and effective implementation programme for the NPS UDC. To do this we require a greater evidence base and a provider with strong analytical skills who can identify the key challenges local authorities will face in producing Future Development Strategies. This requires either a provider with a strong planning background that understands strategic planning issues, or a provider with excellent project management skills and a planning background who can tap in to expertise elsewhere to sub-contract out the individual research deliverables. The requirement for Future Development Strategies under the NPS UDC is a major shift in the way planning is undertaken in New Zealand. This is an opportunity to identify and promote international best-practice and support improved planning outcomes in New Zealand.",Awarded,,20201117 Ministry for the Environment,18347678,Request for Proposals,Open Competition,Market Governance Principles for the NZ Emissions Trading Scheme,0787-01-RFP,20170131,20170301,20170626,Procurement & Contracting,Sole Agency,No,,"IMPORTANT: If you intend to bid for this work please register your interest and submit a signed confidentiality undertaking to procurement@mfe.govt.nz by 1:00pm 09/02/17. All questions must be submitted electronically by 1:00pm, 09/02/17 and all Proposals must be submitted electronically by 12:00pm (noon), 01/03/2017 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. The Ministry for the Environment considers that a market oversight regime should support the following objectives: 1. Enable adequate price discovery 2. Provide market transparency 3. Allow for broad participation 4. Prevent presence of abusive behaviour in the market The purpose of this Request for Proposal is to focus on objectives 3 & 4 of the market oversight regime. 1. An assessment of the extent to which the principles governing the current market oversight regime for the NZ carbon market: o allows for broad participation o prevents abusive behaviours in the market",Awarded,,20201117 Ministry for the Environment,18702958,Request for Proposals,Closed Competition,Hydro generation freshwater allocation,0841-01-RFP,20170529,20170616,20170824,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 2 June 2017 via the GETS eTender box function. All proposals must be submitted electronically by 12:00pm, 16 June 2017 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. This is a closed RFP. This RFP relates to the purchase of modelling and analysis of freshwater allocation policy on New Zealand???s hydro generation sector. We are seeking a solution that will model a range of freshwater allocation policy options on New Zealand???s hydro-generation sector. The background to this procurement is cabinet???s decision to establish a project looking at New Zealand???s freshwater allocation policy. A technical advisory group (TAG) and official???s group was set up to consider a wide range of options and report back to cabinet. The Iwi Leaders Forum and Iwi Advisors Group are running a parallel freshwater allocation work programme.",Awarded,,20201117 Ministry for the Environment,18978511,Request for Proposals,Open Competition,Making Good Decisions Programme,0890-01-RFP,20170831,20171003,20180119,Procurement & Contracting,Sole Agency,No,,"This procurement process is to appoint a suitably qualified and capable supplier to manage the Ministry for the Environment???s (the Ministry) Making Good Decisions programme (MGD). Developed and owned by the Ministry, MGD was designed to train, assess and certify the competency of decision makers (elected and independent commissioners) involved in hearing and deciding on applications for resource consent, plan changes and designations under the Resource Management Act (RMA) 1991. MGD aims to increase decision making capacity within local government, improve the quality and consistency of decision-making under the RMA and to build public confidence in that capability. MGD is provided under an exclusive licence awarded by the Ministry to a selected supplier. The licence grants rights to the supplier to use the Crown???s intellectual property to deliver MGD and the supplier gains the revenue from all courses undertaken. The estimated annual revenue the supplier can expect to gain under the licence is between $700,000 - $1,000,000. The actual revenue will depend on demand (recent changes in the Resource Legislation Amendment Act may increase demand from previous years); the suppliers own marketing efforts; and the actual number of courses and workshops undertaken. The Ministry makes no guarantees in regard to numbers of participants, courses or amount of revenue generated.",Awarded,,20201117 Ministry for the Environment,19102446,Request for Proposals,Open Competition,LUCAS 2015 and 2016 Deforestation Mapping,0904-01-RFP,20171005,20171102,20180119,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 19/10/2017 and all Proposals must be submitted electronically by 12:00pm (noon), 02/11/2017 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. The Ministry for the Environment (the Ministry) is seeking proposals to field check areas of forest loss to determine whether deforestation has occurred at each site. Images of each area of forest loss are required to provide evidence of the current land use. This could include evidence of replanting (on-going forestry land use) or evidence of conversion to another land use like grazing or settlement (deforestation). The LUCAS programme uses multispectral satellite imagery to identify and map land use change occurring across New Zealand in order to quantify the greenhouse gas emissions and removals associated with these changes. Emissions and removals are reported each year as part of NZ???s National Greenhouse Gas Inventory Report (NIR), which is submitted to the United Nations to meet international reporting obligations under the UNFCCC and Kyoto Protocol. This RFP relates to the purchase of remote image acquisition and interpretation services. The Ministry has mapped approximately 7000 distinct areas of forest loss which occurred during 2015 and 2016. There are also approximately 1400 areas which lost forest in earlier years for which current land use is unknown. These areas require field checking to determine the current land use. These forest-loss ???targets??? range in size from approximately 1 to 800 hectares and cover a total area of approximately 131,000 hectares, with targets located in all regions of New Zealand",Awarded,,20201117 Ministry for the Environment,19204568,Request for Quotations,Open Competition,Literature review of New Zealand???s land use impacts on marine and fresh water,0913-01-RFQ,20171106,20171122,20180119,Procurement & Contracting,Sole Agency,No,,"The Ministry and Stats NZ are mandated to report on state of the environment, using a pressure-state-impact framework, by the Environmental Reporting Act 2015. This procurement will improve the evidence used for this purpose, making our reporting more accurate and relevant so that it remains trusted by our partners and stakeholders. This work will be produced for the upcoming synthesis report, Environment Aotearoa 2019. EA 2019 will focus on cross-domain issues (i.e. issues that span domains, for example, land, freshwater and marine environments). Due to the nature of the cross-domain and synthesis focus, we need to ensure that we have brought together the relevant information from across New Zealand in a robust, accurate way. A key issue that will be focussed on in EA 2019 is land use impacts on the marine and freshwater environment. The Ministry is requiring a literature review, in the form of a report, of New Zealand???s land use impacts on marine and fresh water: ??? focussing on New Zealand ??? focussing on state and trends over time ??? focussing on the interaction between domains, particularly through pressure, state, and impacts ??? focussing on quantitative data, but filling in gaps with qualitative information (for example, impact information will likely be qualitative) ??? identification of gaps in knowledge/data ??? recommendations for future data and information improvements ??? illustrating a few case studies (regional, catchment, locality This is a unique opportunity to provide information that will inform the New Zealand public and decision makers about the pressure of land use on freshwater and marine ecosystems.",Awarded,,20201117 Ministry for the Environment,19216398,Request for Quotations,Open Competition,Active sand dune extent indicator update,0923-01-RFQ,20171109,20171124,20171124,Procurement & Contracting,Sole Agency,No,,"A report and spatial data that updates the existing knowledge on the Extent of New Zealand???s Active Sand Dunes and: ??? meets the standards required for a National Indicator used for Environmental Reporting, and ??? is consistent with Statistics New Zealand???s tier one statistics. The existing sand dune extent indicator, which needs to be updated, can be found here: http://www.stats.govt.nz/browse_for_stats/environment/environmental-reporting-series/environmental-indicators/Home/Land/sand-dune-extent.aspx We are seeking a solution that identifies the current extent of active sand dunes that: ??? uses a methodology which: o provides both spatial and tabular data o provides data comparable to the existing data sets o uses a reliable and reproducible analytical approach that can be used both at a regional and national scale o is consistent with the approaches being undertaken by regional councils and the Department of Conservation. ??? produces a report in electronic format which: o identifies the extent of active sand dunes in New Zealand o clearly details the methodology used including the specifications, resolution and assumptions used and any limitations and constraints of the method o provides GIS files and associated metadata. This is a unique opportunity to provide information that will inform the New Zealand public and decision makers about the state of one of our rare ecosystems, sand dunes.",Not Awarded,We received no responses to this tender so no contract has been awarded.,20201117 Ministry for the Environment,19217653,Request for Quotations,Open Competition,Charterisation of biogenic habitats,0915-01-RFQ,20171109,20171128,20180212,Procurement & Contracting,Sole Agency,No,,"We are seeking to collate information on New Zealand???s coastal and oceanic biogenic habitats to improve the public???s understanding of the state of the marine environment. This information will be used in the upcoming Our marine environment 2019 report. We require the data resulting from this contract be released to MfE for publication under a CC-BY licence. This work will be used in environmental reporting, so the resulting analyses should not be released without permission from the Ministry prior to the publication of the Our marine environment 2019 report. We are also asking for the provider to build in 15 hours of their time for answering questions. Stats NZ will quality-assure any provided datasets and methodology, and may need to ask the provider to answer questions on their analysis and results. This is a unique opportunity to provide information that will inform the New Zealand public and decision makers on the state of the marine environment.",Awarded,,20201117 Ministry for the Environment,19221132,Request for Quotations,Open Competition,Analysis of Literature on New Zealand???s Biodiversity,0924-01-RFQ,20171110,20171129,20180123,Procurement & Contracting,Sole Agency,No,,"The Ministry and Stats NZ are mandated to report on state of the environment, using a pressure-state-impact framework, by the Environmental Reporting Act 2015. This procurement will improve the evidence used for this purpose, making our reporting more accurate and relevant so that it remains trusted by our partners and stakeholders. This work will be produced for the upcoming synthesis report, Environment Aotearoa 2019. EA 2019 will focus on cross-domain issues (i.e. issues that span domains, for example, land, freshwater and marine environments). Due to the nature of the cross-domain and synthesis focus, we need to ensure that we have brought together the relevant information from across New Zealand in a robust, accurate way. A key issue that will be focussed on in EA 2019 is the state of our rare and unique biodiversity and its role in ecosystem function. This is a unique opportunity to provide information that will inform the New Zealand public and decision makers about the state of New Zealand???s biodiversity and its role in ecosystem function.",Awarded,,20201117 Ministry for the Environment,19286195,Request for Proposals,Open Competition,Water quality and flows ??? state and trends,0937-01-RFP,20171130,20180110,20180626,Procurement & Contracting,Sole Agency,No,,"We are looking for a credible provider (or group of providers) that has the capability, experience and infrastructure to deliver high quality research and scientific information on fresh water within the required timeframe. Providers are welcome to tender for one or more components of the project. This procurement relates to the delivery of scientific information to support the Government???s freshwater reform programme.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",435950,Request for Proposals,Open Competition,Invitation to Partner (ITP)??- Medium Density Housing Developments Christchurch - Old GETS ref# 42710,,20140404,20140808,20190531,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Invitation to Partner (ITP) process is intended to enable the Ministry to identify a shortlist of two suitability qualified parties capable of delivering medium density Housing developments in Christchurch. The parties shortlisted from this ITP will then be invited to develop outline Development Proposals on the Projects identified with a view to then selecting the preferred Development Partner/s with whom contract negotiations will be progressed with.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",441051,Request for Proposals,Open Competition,All of Government Banking Services - Old GETS ref# 42755,,20140707,20141010,20151005,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Ministry of Business, Innovation and Employment (MBIE), through the Centre of Expertise for Banking Services (the CoE) is leading the All-of-Government (AoG) solution for the procurement of certain Banking Services. The CoE is seeking Proposals from Respondents who have the ability to provide the following Banking Services to the New Zealand Government: ??? Transactional Banking - including the Crown???s Consolidated Cash Management Process ??? Foreign Exchange Transactions (low value) ??? Merchant Facilities and Inward Payment Collection Services ??? Card Services PLEASE NOTE The master data excel document is not new information merely an editable version of the information contained in the agency summary appendix and as such the terms and conditions of the RFP apply to this document, if there is any inconsistency between the new spreadsheet and the information in the RFP published on 7 July, the new spreadsheet prevails. Please note The NZ Customs and Inland Revenue Agency Summaries have updated and are subject to the terms and conditions of the RFP.",Awarded,"This tender has been awarded to Subcategory 1: Westpac New Zealand Limited as the single provider for Crown Transactional Banking services. This covers 35 core agencies whose Crown and Departmental funds are swept through the Crown???s Consolidated Cash Management process. Subcategory 2: Foreign Exchange Transactions (low value) - ANZ Bank New Zealand Limited - ASB Bank Limited - Bank of New Zealand - Citibank N.A. - New Zealand Branch - Westpac New Zealand Limited Subcategory 3: Merchant Facilities and Inward Payment Collection Services - ANZ Bank New Zealand Limited - ASB Bank Limited - Bank of New Zealand - Kiwibank Limited (for over the counter services only) - Westpac New Zealand Limited Subcategory 4: Card Services - ASB Bank Limited - Bank of New Zealand - Citibank N.A. - New Zealand Branch - Westpac New Zealand Limited Please see www.procurement.govt.nz, for further information regarding the solution.",20201117 "Ministry of Business, Innovation and Employment",441580,Request for Proposals,Open Competition,Manawatu-Whanganui Regional Growth Study - Old GETS ref# 42784,479,20140711,20140813,20140929,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Ministry of Business, Innovation and Employment (MBIE) requires research, analytical, economic and stakeholder consultation services, and global market scanning services (the Services) to produce an in-depth report that catalogues significant opportunities that will encourage economic growth and employment in the Manawat??-Whanganui region, the constraints to growth and what actions need to be taken to realise that growth over the medium term (0-10 years plus).?? The purpose of this Request for Proposal (RFP) is to select a supplier to provide the Services based on an evaluation of proposals from relevant suppliers (tenderers). This report is part of a programme of regional growth studies undertaken jointly by Government (the Ministry of Business, Innovation and Employment, and the Ministry for Primary Industries) and local stakeholders in selected regions.",Awarded,"Name of Successful Tenderer: New Zealand Institute of Economic Research Inc Description of goods/services provided: Research, analytical, economic and stakeholder consultation services and global market scanning services Location: Wellington Term of Contract: 8 months Contract Value: $180,000 -$220,000",20201117 "Ministry of Business, Innovation and Employment",2116449,Request for Proposals,Open Competition,Bay of Plenty Regional Growth Study - Old GETS Reference # 42478,475 Old GETS Reference # 42478,20140606,20140730,20140731,,Sole Agency,No,,"Please note that this opportunity closed on 7 July 2014. In order to post an Award Notification under the new GETS website, it has been recreated as Reference 2116449 - the old GETS listing was Reference 42478.",Awarded,"Tender Number: 475 (Old GETS Ref 42478, New GETS Ref 2116449) Tender Title: Bay of Plenty Regional Growth Study Successful Tenderer: Martin Jenkins Description of goods/services provided: Research, analytical, economic and stakeholder consultation services and global market scanning services. Location: Wellington. Term of Contract: 6 months. Price Range $180,000 - $220,000",20201117 "Ministry of Business, Innovation and Employment",2178754,Request for Proposals,Open Competition,Northland (Taitokerau) Regional Growth Study,461 Old GETS Reference # 41936,20140602,20140731,20140731,,Sole Agency,No,,"Please note that this opportunity has already closed. In order to post an Award Notification under the new GETS website, it has been recreated as Reference 2178754 - the old GETS listing was Reference 41936",Awarded,"Tender Number: 461 (Old GETS Ref 41936, New GETS Ref 2178754) Tender Title: Northland (Taitokerau) Regional Growth Study Successful Tenderer: Martin Jenkins Description of goods/services provided: Research, analytical, economic and stakeholder consultation services and global market scanning services. Location: Wellington. Term of Contract: 6 months. Contract Value: $180,000 - $200,000",20201117 "Ministry of Business, Innovation and Employment",3053243,Request for Proposals,Closed Competition,Human Resource Information System RFP,3053243,20140822,20140919,20190531,,Syndicated Opportunity,No,,"The objective of this Request for Proposal (RFP) is to evaluate Respondents??? suitability to partner with and assist the Ministry of Business Innovation and Employment (MBIE), the Ministry of Social Development (MSD) and the State Services Commission (SSC) in the supply and implementation of a suite of Human Resources Information System (HRIS) software (the ???Services???). On 2 May 2014 MBIE issued a Registration of Interest (ROI) for a HRIS. A number of responses were received to the ROI, and following a comprehensive evaluation of responses, a number of Respondents were selected to progress to the closed RFP phase of the procurement process. This RFP has been issued to those selected Respondents only. The intended outcome of this RFP is to enter into a contract to provide the Services with the provision for government agencies to leverage all or part of any resulting solution as part of a Syndicated Contract. As per 6.4 Submission of responses, all responses are to be emailed to erin.smith@mbie.govt.nz and not submitted via GETS.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",3295712,Request for Proposals,Open Competition,Contract Cleaning Services,480,20140813,20140918,20150210,,Sole Agency,No,"MBIE Ground Floor Reception, 15 Stout Street, Wellington","The Ministry of Business, Innovation and Employment (MBIE) requires contract cleaning services (Services). The purpose of this Request for Proposal (RFP) is to select a supplier to provide the Services. Update 28 August 2014 - Please note that 2 attachments have been replaced today to clarify some inconsistencies identified. We apologise for any inconvenience this may have caused. The updated documents are: - RFP document, which can be found at - Addendum 4 - RFP for Cleaning Services UPDATED 28 August 2014 - Pricing Response Form, which can be found at - Addendum 2 - Appendix 6 Pricing Response Schedule. Please disregard Addendum 3. Update 8 September 2014 - Please note that the Pricing Response Form has been updated today as the previous version showed incorrect building details for Palmerston North. Addendum 6 has been replaced with Addendum 7.",Awarded,"Name of successful supplier: ISS Facilities Services Limited Location: Auckland Description of services: Cleaning services Contract commencement date: 16 March 2015 Term of contract: 3 years plus right of renewal for one further period of two years Expected spend: $200-400k per annum",20201117 "Ministry of Business, Innovation and Employment",4082594,Request for Tenders,Open Competition,"Office Fitout - Level 2, 351 Lincoln Road, Christchurch",448,20140904,20141001,20141106,,Sole Agency,No,"Tender Box, Ministry of Business, Innovation and Employment, Ground Floor, 15 Stout Street, Wellington","The Ministry of Business, Innovation and Employment (MBIE) requires fitout construction for Level 2, 351 Lincoln Road, Christchurch. The purpose of this Request for Tender (RFT) is to select a supplier to provide the Services based on an evaluation of tenders from relevant suppliers (tenderers). Worksafe New Zealand is growing and requires new purpose designed premises in Christchurch. MBIE is managing this process on behalf of Worksafe and has been working with Warren and Mahoney, Cosgroves and Planet Design on specifications and tender drawings.",Awarded,"RFT for Office Fitout - Level 2, 351 Lincoln Road, Christchurch Term of Contract: 12 weeks Range of tenders received: $560k - $695k",20201117 "Ministry of Business, Innovation and Employment",4404334,Request for Proposals,Open Competition,All of Government Office Supplies,,20140915,20141022,20150507,,All of Government,No,,"In July 2010 the Ministry of Business, Innovation and Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) solution for the supply of office consumables. This solution is due to expire in July 2015. MBIE intends to have a new solution for the supply of office supplies to AoG in place by July 2015. A brief overview is given below, but you need to read the attached Request for Proposals (RFP) and appendices for complete information about this opportunity. The new AoG office supplies solution is intended to consist of five panels of suppliers, one for each of the following categories of products: ??? Key office supplies ??? Washroom consumables ??? Cleaning and hygiene consumables ??? ICT consumables ??? Educational supplies If you respond to the RFP: ??? you may bid for the opportunity to supply any combination of the five categories ??? you must have the capability and capacity to supply the entire range of products included in each of the categories you bid for ??? if you are bidding for the opportunity to supply key office supplies, you must have the capability and capacity to supply to eligible agencies throughout the whole of New Zealand ??? you may bid on a national or regional basis for categories other than key office supplies ??? you must have the capability and capacity to supply all eligible agencies in each entire region you bid for. We are not seeking supply of ICT hardware, computer software, office furniture, library and filing hardware, coffee machines (or their consumables), water or milk. We are not seeking services, just the supply of products. Please note the following important dates: ??? We will hold a briefing session about this RFP, and how to respond to it. Pre-registration by 5.00pm Friday 19 September 2014 is required if you wish to attend. ??? If you wish to submit a proposal you must submit an Intention to Respond in the format specified in the RFP by 5.00pm Friday 17 October 2014. More information about these dates and the processes for you to follow are contained in the RFP.",Awarded,"New Zealand Government Procurement (NZGP) is pleased to announce the new All-of-Government (AoG) panel for Office Supplies. The panel award follows a competitive tender process late in 2014. Successful panel suppliers are: 1. Advance international cleaning systems (NZ) Ltd 2. Alsco NZ 3. Corporate Consumables Ltd 4. Fuji Xerox New Zealand Ltd 5. Holgren Enterprises Ltd trading as Jasco Distributing 6. OfficeMax NZ Ltd 7. Office Products Depot Ltd 8. Pacific Hygiene Ltd 9. Staples NZ Ltd 10. The Service Company Ltd 11. Wesfarmers Industrial and Safety NZ Ltd trading as Packaging House An announcement regarding the new solution and panel has been made by NZGP and is available on our website: www.procurement.govt.nz, along with other information regarding the solution. The contract will commence on 18 July 2015.",20201117 "Ministry of Business, Innovation and Employment",4680454,Request for Proposals,Open Competition,Resolution Services Case Management System Replacement,490,20140922,20141024,20190531,,Syndicated Opportunity,No,See section 1.3 of RFP document,"The Ministry of Business, Innovation and Employment (MBIE) wishes to procure a new case management system to replace existing systems being used for dispute resolution services. This procurement is part of a broader project tasked with the following people, process and technology changes to achieve the following business outcomes: ??? More efficient dispute resolution case management through: o significant reduction in re-keying of information; o increased number of online and automated applications for mediation/tribunal and the online provision of mediation/tribunal information; o better usability for staff; o better utilisation of staff, including a national scheduling capability; o a fit for purpose, dispute resolution focussed, case management system; ??? Better visibility and more timely information about the progress of cases arising from more accurate data collection; ??? Greater national consistency in case management across Resolution Services; ??? A flexible platform that enables new streams of dispute resolution to be added easily in the future (for MBIE or other government agencies); and ??? Decommissioning of the legacy applications where appropriate. The scope includes the provision of the hardware (if appropriate), software products, licences and services required to establish and support a case management system for dispute resolution services. Due to the requirement to provide a flexible platform to enable other government agencies to leverage all or part of any resulting solution, the intended outcome of this RFP is to enter into a contract that provides for this as part of a Syndicated Contract.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",5298196,Request for Proposals,Open Competition,All of Government Risk Financing and Insurance,,20141028,20141128,20150429,,All of Government,No,"Tender Box at Reception - 15 Stout St, Wellington, 6011","The Ministry of Business, Innovation and Employment (MBIE) is leading an All-of-Government (AoG) procurement for risk financing and insurance which will provide benefits to government and providers through increased government agency collaboration. We???re seeking to create strategic relationships with the risk financing and insurance intermediary industry to place government agencies, and central government, in a position where; ??? they are better informed and enabled to make accurate risk based decisions that support the successful achievement of organisational objectives; ??? they are positioned to incrementally mature their approach to risk management; to a point where alternative risk financing options may become feasible in the future; and ??? they are positioned to enhance strategic relationships across the Risk Financing and Insurance industry in a manner that will deliver security, innovation, build sustainable practices and solutions, and result in value for money. This request for Proposal (RFP) is the first step of a two-step approach and will result in the establishment of an exclusive panel of risk financing and insurance intermediaries for the New Zealand government. MBIE is seeking proposals from respondents who can demonstrate capacity, capability and expertise in: ??? assisting government agencies in developing an understanding of their risk profiles (individual and clustered); ??? advising government agencies on their insurable risk profiles (individual and clustered); ??? developing effective collaborative risk financing solutions (initially insurance-centric) to manage government agencies??? risk profiles; ??? accessing the insurance market directly to source the collaborative risk financing/insurance solutions; and ??? assisting MBIE in its role as the AoG contract manager. Once the panel is set up, MBIE will release sequential, closed RFPs to panel providers seeking their services and solutions for clusters of agencies. The successful intermediary will then source appropriate insurance options for the agency cluster. Clusters will have complementary risk profiles and appetites developed from agency insurance data. Interested? Subscribe to the RFP for further detail",Awarded,"New Zealand Government Procurement (NZGP) is pleased to announce a new All-of-Government (AoG) panel for risk financing and insurance intermediary services. This Panel have demonstrated the necessary capacity, capability and expertise to deliver services and solutions to government agencies. The Providers are: -Aon New Zealand Ltd -Crombie Lockwood (NZ), an Arthur J. Gallagher company -Jardine Lloyd Thompson (JLT) Ltd -Marsh Limited -Willis New Zealand Ltd. The panel award follows a competitive tender process late in 2014 and completes stage one of the Risk Financing and Insurance AoG solution. Our next step is to progress with a secondary procurement process. This involves working with eligible agencies to determine the configuration of clusters of agencies with similar risk profiles. We will present these clusters to the panel in a series of closed RFPs. For more information please visit: http://www.business.govt.nz/procurement",20201117 "Ministry of Business, Innovation and Employment",5537254,Request for Tenders,Open Competition,"OFFICE FITOUT ??? LEVEL 1, 205 VICTORIA STREET, WELLINGTON",505,20141020,20141124,20141215,,Sole Agency,No,"Tender Box, Ministry of Business, Innovation and Employment, 15 Stout Street, Wellington","The Ministry of Business, Innovation and Employment (MBIE) requires fit-out construction for level 1, 205 Victoria Street, Wellington (the Services). The purpose of this Request for Tender (RFT) is to select a supplier to provide the Services based on an evaluation of tenders from relevant suppliers (tenderers). The Resolution Services branch of MBIE requires new purpose designed premises in Wellington. The MBIE Property Branch has been working with Planet Design and Aurecon on specifications and tender drawings, which are completed and attached for pricing. Appendix 5 details the construction drawings and specifications that are the subject of this RFT. Details of requirements and how to respond can be found in the attached RFT and accompanying appendices.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",5578220,Request for Tenders,Closed Competition,Onshore Panel Physician Network,503,20141023,20141114,20150327,,Sole Agency,No,"Tender Box, ""Onshore Panel Physician Network"", Ministry of Business, Innovation and Employment, 15 Stout Street, Wellington 6011","The Ministry of Business, Innovation and Employment (MBIE) requires immigration medical examinations for Immigration New Zealand (INZ) visa applicants using an online immigration health processing platform, eMedical, and on a user-pays basis (???the Services???). The purpose of this Request for Tender (RFT) is to select a panel of clinics to provide the Services based on an evaluation of tenders from relevant clinic providers (tenderers). MBIE issued a Registration of Interest for an Onshore Panel Physician Network on 1 September 2014 (ROI), and following our evaluation of your response to the ROI you have been selected to receive this RFT. NOTE - TO DOWNLOAD THE RFT DOCUMENT YOU NEED TO LOG IN AS A SUPPLIER (OR CREATE A SUPPLIER ACCOUNT IF YOU DO NOT ALREADY HAVE ONE) THEN UNDER 'SELECT TENDERS' IN THE LEFT-HAND PANE SELECT THIS RFT AND CLICK THE 'SUBSCRIBE TO THIS NOTICE' BUTTON. Responses to this RFT are to be provided in HARD COPY ONLY (5 copies) and NOT emailed or uploaded via the GETS system. The Proposed Contract Format referred to in the RFT document is included for reference purposes only. Respondents are not required to edit or sign this Proposed Contract Format as part of their response to this RFT. We only require Appendix 4 - Format for Response (which is part of the RFT document) to be completed and sent to us.",Awarded,"Following the evaluation stage of this procurement process, 133 clinics have been appointed to the Onshore Panel Physician Network (OPPN). These are listed in Addendum 7 - Contract Award. The OPPN enables these clinics to complete immigration medical examinations for Immigration New Zealand (INZ) visa applicants via the eMedical online immigration health processing system. Contract term: 30 March 2015 - 29 March 2020. Once established, the OPPN will be an ???open??? panel and clinics may be added during the term of the contract provided the clinic provider meets MBIE???s mandatory requirements. Additional clinics may be required to fill a regional gap, to replace clinics removed from the panel or as needs change and additional capacity is required. There will be a standing notice on the INZ website www.immigration.govt.nz and in GETS allowing interested clinics to respond. As clinics are added/removed from the panel over time, the most up-to-date list will be published on the INZ website.",20201117 "Ministry of Business, Innovation and Employment",5655002,Request for Proposals,Open Competition,M??ori Innovation Fund: Governance and Management Development Training for M??ori Collectives,507,20141023,20141121,20150512,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires Commercial Advisory Services and Governance and Management Development Training for M??ori Collectives. Two Requests for Proposals (RFP) are being run simultaneously to select two panels of suppliers to provide the Services based on an evaluation of proposals from relevant suppliers. The purpose of this RFP is to select a panel of Governance and Management Development Training Providers. Te P??naha Hiringa: M??ori Innovation Fund is a new fund administered by MBIE. The Fund will invest in advisory services and training that will contribute to achieving the goals and priorities in He Kai Kei Aku Ringa (the Crown-M??ori Economic Growth Partnership) and the Business Growth Agenda. Specifically, the Fund aims to help M??ori Collectives (defined as trusts, incorporations, R??nanga and Trust Boards, post-settlement governance entities and mandated iwi organisations) to gain the capability, understanding and knowledge they need to realise the economic potential of their assets. Through this procurement process, MBIE is seeking to create a panel of approved Governance and Management Development Training Providers. The purpose of the panel is to provide the opportunity for the Collectives to choose from an available list of capable and pre-qualified expertise that has also been assessed as representing value for money.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",5655122,Request for Proposals,Open Competition,M??ori Innovation Fund: Commercial Advisors for M??ori Collectives,497,20141023,20141121,20150513,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires Commercial Advisory Services and Governance and Management Development Training for M??ori Collectives. Two Requests for Proposals (RFP) are being run simultaneously to select two panels of suppliers to provide the Services based on an evaluation of proposals from relevant suppliers. The purpose of this RFP is to select a panel of Commercial Advisors. Te P??naha Hiringa: M??ori Innovation Fund (the Fund) is a new fund administered by the MBIE. The Fund will invest in advisory services and training that will contribute to achieving the goals and priorities in He Kai Kei Aku Ringa (the Crown-M??ori Economic Growth Partnership) and the Business Growth Agenda. Specifically, the Fund aims to help M??ori Collectives (defined as trusts, incorporations, R??nanga and Trust Boards, post-settlement governance entities and mandated iwi organisations) to gain the capability, understanding and knowledge they need to realise the economic potential of their assets. Where appropriate, the Fund will also help Collectives to engage effectively with the wider enterprise development and innovation systems. Through this procurement process, MBIE is seeking to create a panel of approved Commercial Advisors. The purpose of the panel is to provide the opportunity for the Collectives to choose from an available list of capable and pre-qualified expertise that has been assessed as representing value for money.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",5759284,Request for Proposals,Open Competition,Request for Proposals - All of Government Consultancy Services,,20141028,20150205,20151218,,All of Government,No,,"Please see the attached Request for Proposal for All of Government (AoG) consultancy services The Ministry of Business, Innovation and Employment (MBIE) is establishing an AoG solution for the provision of consultancy services to government agencies. The solution will support government agencies in purchasing consultancy services in a more efficient and effective manner while ensuring quality and value for money. MBIE has grouped consultancy services into various tranches and will run separate procurement processes for each tranche. The panels will be open to reflect the dynamic nature of the sector. Open panels will see suppliers rewarded for strong performance and enable new entrants through the contract term. Tranche 1 This RFP is for Tranche 1 of consultancy services. This tranche will consist of six panels of suppliers over the following business and finance sub-categories: ??? Accounting ??? Audit* ??? Assurance** ??? Finance and Economics ??? Procurement and Logistics ??? Taxation * Under the Public Audit Act 2001 the Auditor-General is automatically the auditor of all public entities and must audit the financial statements and other information that a public entity is required to have audited. This RFP does not cover this type of audit work. ** Note that suppliers that provide Technical Quality Assurance (TQA) services (or similar services) are encouraged to response to this RFP as TQA services are included within the scope of Assurance Services. RFP briefing Potential providers of Tranche 1 consultancy services are invited to a RFP briefing on Monday 3 November at MBIE???s head office in Stout St, Wellington from 3:30pm to 5:30pm. Spaces are limited and registration is essential - the link to register is provided below. Contact: consultancy.coe@mbie.govt.nz. RFP Briefing Registration: https://msisurvey.wufoo.com/forms/aog-consultancy-services-rfp-supplier-briefing/ Procurement webpage: www.procurement.govt.nz",Awarded,"New Zealand Government Procurement (NZGP) is pleased to announce the new All-of-Government (AoG) providers for the Consultancy Services solution. An announcement regarding the new solution and panel has been made by NZGP and is available on our website: www.procurement.govt.nz along with other information regarding the solution. Award Date: 6 November 2015 (Pacific/Auckland UTC+12:00) Note in addition to those listed the following companies have also been awarded (due to system issues could not be published through the system) Ardmore Project Services Ltd Audit NZ Ltd Deloitte Jacksonstone Consulting Ltd",20201117 "Ministry of Business, Innovation and Employment",6099055,Request for Proposals,Open Competition,Transition Training for Health and Safety Representatives,508,20141113,20141210,20150630,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires the provision of an efficient and effective transition training programme to update existing health and safety representatives (HSRs) in workplaces from across New Zealand on key legislative changes effecting their HSR duties (the Services). The HSRs will have previously trained for their role under the Health and Safety in Employment Act 1992. The purpose of this Request for Proposal (RFP) is to select a supplier or suppliers to provide the Services based on an evaluation of proposals from relevant respondents. The training content will need to be developed within a short timeframe; we anticipate that this will be just over two months. Similarly, the training will need to be delivered two months on either side of the date on which the Health and Safety at Work Act comes into force. We anticipate that this date will be in the third quarter of 2015. MBIE is looking for credible providers who have the capability, experience and infrastructure to deliver effective, value-for-money transition training (online and face-to-face) for HSRs. They need to have a good track record in the design, delivery and management of training related programmes and effective networks and strong relationships in order to target and reach eligible HSRs.",Awarded,"The award price band is $250,000 to $500,000.",20201117 "Ministry of Business, Innovation and Employment",6281190,Request for Proposals,Open Competition,Request for Proposals - AoG Vehicles,,20141113,20141218,20150708,,All of Government,No,,"In July 2010 the Ministry of Business, Innovation and Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) solution for the supply of passenger vehicles. The existing solution has proven successful in achieving high agency participation, benefits realisation for government, and significant volumes of business for the current suppliers. This solution is due to expire on 30 June 2015. MBIE intends to have a new solution for the supply of Vehicles to Eligible Agencies in place by that time. This Request for Proposal (RFP) seeks to appoint a single Panel of Suppliers, with the capability and capacity between them to supply three classes (Passenger, Light Commercial and Specialised) and 15 sub-classes of vehicles. The Specialised sub-class includes Limousine vehicles being sourced for purchase by the Department of Internal Affairs. Accessories, light modifications and some services associated with a vehicle are also included in the solution. The potential benefits to Suppliers as a result of this RFP include: ??? opportunity to supply Vehicles to Eligible Agencies ??? efficient engagement with Eligible Agencies as Suppliers will not need to negotiate terms and conditions and pricing with individual Eligible Agencies each time they seek to supply. If you respond to this RFP: ??? each vehicle you propose to supply must comply with the specification for the relevant sub-class ??? you may bid for the opportunity to supply any combination of classes and sub-classes of Vehicles ??? you must have the capability and capacity to supply throughout the whole of New Zealand. We are looking for fit-for-purpose and safe vehicles, at low Total Cost of Ownership (TCO), from suppliers with the capability and capacity to offer good service. The Panel should offer flexibility, choice and contingency options.",Awarded,The AoG vehicles contract was awarded to 7 successful suppliers on 16 June 2015. A decision on a further 2 suppliers has been deferred allowing more time for analysis of the benefits they could bring to the solution.,20201117 "Ministry of Business, Innovation and Employment",6341684,Request for Proposals,Open Competition,Mangere Refugee Resettlement Centre,435,20141114,20141114,20141114,,Sole Agency,No,,This RFP has closed - it was published under the under the old GETS system and has been loaded on the new GETS system purely to publish the Post Award Notification.,Awarded,"Name of successful tenderer - Downer NZ Ltd Description of services - design and construction of new refugee centre Location - Auckland Term of contract - 4 years $15-25M",20201117 "Ministry of Business, Innovation and Employment",7103751,Request for Proposals,Open Competition,Evaluation of Reception Programme,518,20141208,20150116,20190527,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment requires a Process and Outcome Evaluation of the Refugee Resettlement Programme.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",7108427,Request for Proposals,Open Competition,Tenancy Bond Replacement System,463,20141204,20141204,20141205,,Sole Agency,No,,This RFP was originally published under the old GETS system and is replicated here for the purpose of publishing the Award Notice only.,Awarded,"Unisys NZ Ltd Location Wellington Provision of Tenancy Bond Replacement System Price Band $1m - $5m Term 5 Years",20201117 "Ministry of Business, Innovation and Employment",7284217,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government in New Zealand,520,20141211,20150131,20150209,,Sole Agency,No,Not applicable.,"This RFT is for the Provision of Petroleum Reserves for the New Zealand Government in New Zealand. Please find under the Attachments: the Request for Tenders (RFT) document for petroleum reserves for the New Zealand Government to be held in New Zealand, the Stage One Preliminary Response Form (Appendix 1), the Stage Two Tender Response Form (Appendix 2), and a template Agreement for Petroleum Reserves Supply and Storage (Appendix 4). Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 16 January 2015 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 16 January 2015. Tender responses will be required, as set out in the RFT, by 5pm GMT 30 January 2015. If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,No Responses Received.,20201117 "Ministry of Business, Innovation and Employment",7861979,Request for Proposals,Open Competition,All-of-Government Design Services,,20140721,20140806,20150108,,All of Government,No,,,Awarded,"MBIE and MSD announce the award of the AoG Design Services contract. The contract establishes a panel of 33 providers to provide services related to the design and development of marketing communications and collateral. Value: Estimated at $25-30M per annum. Term: Awarded 17/12/2014 for an initial term of 2 years, with 2 rights of renewal, at the Centre of Expertise???s discretion, for a period of 2 years each. Process: Open ROI issued on GETS on 9/6/2014, shortlist responded to closed RFP. Successful respondents: .99 Enterprises Base Two Capiche Cato Brand Partners Clemenger BBDO Designworks DNA *experience FCB New Zealand gardyneHOLT GSL Promotus Gusto Hawkins & Co Homegrown Creative Insight Consultants Insight Creative Interbrand Mission Hall Creative Moxie Ocean Design Group Plato Creative Port Group Ramp Brand Communications Samdog Design Scenario Communications Special Group Strategy Design and Advertising Tangerine Design ThinkPlace typeface Verdict Work Communications Y&R",20201117 "Ministry of Business, Innovation and Employment",7866453,Request for Proposals,Open Competition,All-of-Government Advertising Media,,20140519,20140612,20150109,,All of Government,No,,,Awarded,"MBIE announce the launch of a panel of 15 media vendors. The panel will provide media for the purpose of advertising at discounted rates across out of home, television, print, radio, digital/online, cinema and mobile channels. Term: Awarded 9/12/14 for an initial term of 2 years, with 2 rights of renewal, at the Centre of Expertise???s discretion, for a period of 1 year each (2+1+1). This is an open panel. Media vendors may be added to the panel periodically throughout the term of the Media Agreements. Value: Estimated at $70-80 million per annum. Process: Request for Proposal issued on GETS on 19 May 2014. Successful respondents: Adshel Ashburton Guardian Fairfax iSite Mediaworks National Pacific Radio Trust NZME. (APN) Phantom Bill Stickers Scoop Sky Network Television Te Hononha Whakapaoho Maori Media Network Television New Zealand The Beacon Print & Publishing Company The Christchurch Star The Radio Bureau * Negotiations on-going with one further respondent.",20201117 "Ministry of Business, Innovation and Employment",7988484,Request for Proposals,Open Competition,All of Government Print technology and associated services (PTaS),2nd generation AoG Print-PTaS,20150114,20150311,20150914,,All of Government,No,,"Advance Notice 5655181 The purpose of this RFP is to provide all suppliers the opportunity to compete for a place on the Print Technology and Services AoG panel which entitles those selected to supply core, and value adding, Products and Services related to Print, from 1 September 2015. We hope to build on the success of the Print Contract and to: ??? help Eligible Agencies consider and implement more sophisticated and cost-effective ways to print, copy, fax, finish, scan, capture and digitise paper-based information; and ??? make it easier for Eligible Agencies, including schools, to participate and transition from current arrangements. There has been an All-of-Government (AoG) contract in place for the provision of print devices and management services since September 2010 (Print Contract). No additional products or services may be purchased under the Print Contract from 31 August 2015. There are Statements of Work that continue past this date, as explained later in this document. We need a solution for core, and value adding, Products and Services; related to Print that enable the following outcomes: 1. Eligible Agencies, including Schools have access to digital printing services at rates that reflect the value of the government???s aggregated expenditure in this category of spend. 2. Reduction in the duplication of costs incurred by Suppliers, Eligible Agencies, including Schools when multiple open tenders, or extensive secondary selection processes are run. 3. Improved Eligible Agency, including School awareness of and access to print/scanning related professional services and software. 4. Eligible Agencies, including Schools, can use printing and scanning services as ???digital onramps??? to improve workflow and document management. 5. Eligible Agencies, including Schools find the Supply Agreement to be attractive and see the value of participating.",Awarded,"The panel of providers for the All of Government Print Technology and Associated Services (PTAS) has been announced. For more information about the contract visit http://www.business.govt.nz/procurement/all-of-government-contracts/current-all-of-government-contracts/ptas or contact the Print CoE at MBIE at print.coe.govt.nz",20201117 "Ministry of Business, Innovation and Employment",8012433,Request for Proposals,Open Competition,Request for Proposals - All of Government - IT Hardware,AoG - IT Hardware,20150114,20150311,20150907,,All of Government,No,"15 Stout St, Wellington, 6011","In July 2010 the Ministry of Business, Innovation and Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) solution for the supply of IT hardware. The existing solution has proven successful in achieving high agency participation, benefits realisation for government, and significant volumes of business for the current suppliers. This current solution is due to expire on 24 September 2015. MBIE intends to have a new solution for the supply of IT hardware to Eligible Agencies in place by that time. This Request for Proposal (RFP) seeks to appoint a single Panel of Suppliers, with the capability and capacity between them to supply IT hardware consisting of: - desktops; - laptops; - tablets; - peripherals; - monitors; - thin clients; - mobile devices; - traditional associated services; - value-add associated services; and - leasing. The potential benefits to Suppliers as a result of this RFP include: - the opportunity to supply IT hardware and services to Eligible Agencies (over 2800 organisations including government agencies and schools) - the opportunity to supply in a contract worth $400 million+ over the whole of life. - more efficient engagement with Eligible Agencies as Suppliers will not need to negotiate separate terms and conditions and pricing with individual Eligible Agencies each time they seek to supply. To respond to this RFP: - you must have the capability and capacity to supply hardware and services throughout the whole of New Zealand. - you must be able to supply hardware to the minimum specification. - complete and return an Intention to Respond form to ITHardware.RTM@mbie.govt.nz by 3pm 18 February 2015. Please subscribe to this posting to download RFP documents and to receive any updates on this RFP.",Awarded,Contracts have been awarded - please see http://www.business.govt.nz/procurement/all-of-government-contracts/current-all-of-government-contracts/it-hardware-new for further details.,20201117 "Ministry of Business, Innovation and Employment",8101646,Request for Proposals,Open Competition,Plone Development & Support,524,20150116,20150211,20190527,,Sole Agency,No,"MBIE, Stout Street, Wellington",To establish a panel of suppliers for the Development and Support of Plone technologies,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",8253984,Request for Proposals,Open Competition,INZ Database Marketing System,521,20150123,20150220,20190531,,Sole Agency,No,"MBIE,Stout Street, Wellington PO Box6140","MBIE requires a database marketing system and associated implementation and support services. The standalone system should enable Immigration New Zealand to build and nurture a pipeline of world-class talent that wants to come to New Zealand, effectively connect them with Kiwi employers who need their skills, and track the whole process so supply and demand can be monitored. Cloud based solutions, hosted either within New Zealand or offshore, will be considered along with other solutions based on the criteria outlined in this RFP.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",8528855,Request for Proposals,Open Competition,Regional Economic Activity Report - Mobile Application,529,20150204,20150304,20190527,,Sole Agency,No,"MBIE, 15 Stout Street, Wellington, 6140","MBIE requires a new mobile app to be developed and deployed by mid June 2015. The purpose of the app is to make regional information easily accessible to users in attractive, easy to navigate format. The app must ??? Allow users to select their region of interest ??? Present headline figures on the region (at either Regional Council or Territorial Authority level) ??? Allow users to see more information on key variables in charts that may be interactive and dynamic ??? Provide users with the ability to compare their region???s data to New Zealand???s and maybe other regions as well ??? Be extensible to allow use for up to five years",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",9204679,Request for Proposals,Open Competition,Assessment of the quality of policy advice briefings to ministers during 2014/15,534,20150227,20150325,20150911,,Sole Agency,No,"All responses must be submitted electronically, via upload to GETS.","The Ministry of Business, Innovation and Employment (MBIE) requires an assessment of the policy advice briefings to ministers from July 2014 to May 2015. The overarching purpose of this service is to obtain an independent assessment of the policy advice briefings to ministers.",Awarded,Contract term: May 2015-May 2016,20201117 "Ministry of Business, Innovation and Employment",9210009,Request for Proposals,Open Competition,Auckland Co - Design Lab Coaching Panel,528,20150224,20150319,20190527,,Sole Agency,No,,Auckland Co-Design Lab is seeking proposals from organisations (interested suppliers) for the supply of coaching services to the five cross-agency and sector projects being undertaken by the Lab (the Services). The purpose of this Request for Proposal (RFP) is to identify suppliers who have the capability to provide the Services.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",9670625,Request for Quotations,Open Competition,Technical Compliance Audit; Rural Broadband Initiative,588,20150309,20150402,20190527,,Sole Agency,No,,"The Ministry of Business, Innovation & Employment (MBIE) has a Rural Broadband Agreement with Vodafone to supply a 5 Mbps or better wireless broadband service to an agreed set of rural households. Included in the Agreement is the provision for MBIE to undertake independent audits of the wireless coverage to ensure the contracted service levels are being met. MBIE is therefore seeking proposals from qualified suppliers to carry out an independent audit of the wireless coverage from the cell sites, and Vodafone???s compliance with the broadband data service specifications.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",9819372,Request for Proposals,Open Competition,Drivers of Landlord Motivation to Upgrade and Maintain Rental Properties,537,20150311,20150407,20150506,,Sole Agency,No,,"The purpose of this Request for Proposals is to engage an organisation to undertake research on the drivers of landlord motivation to upgrade and maintain their rental properties, where children in those properties may be at risk of rheumatic fever. The organisation engaged will have expertise in reaching sectors of society who may be reluctant or unprepared to participate in research. In this case, we need to reach landlords who may not have English as a first language, may not be primarily residing in New Zealand or may be suspicious or reluctant to speak about their rental properties. This is a qualitative piece of research on the drivers and opinions of landlords and we need researchers who can think creatively about how we might access these individuals or property management companies to get this information. The researchers will also need to be able to target a specific segment of landlords ??? those with rental properties in geographic areas where the rate of rheumatic fever is high relative to the rest of New Zealand and where overcrowding may be present in the household. This will require the researchers to have strong stakeholder engagement and a credible ???on the ground??? presence in the areas of focus.",Awarded,"Litmus Limited Provision of research on the drivers of landlord motivation to upgrade and maintain their rental properties Awarded - 3 May 2015 Price Band - $50,000 - $100,000 Term ??? three months",20201117 "Ministry of Business, Innovation and Employment",10529460,Request for Proposals,Open Competition,Immigration Survey Monitoring Programme ??? Community Survey,543,20150401,20150501,20150723,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment is seeking a research contractor to run the delivery of the Immigration Survey Monitoring Programme (ISMP) ??? Community survey. The purpose of the survey is to build up an evidence base about community attitudes towards immigration and migrants. The primary objective of this survey is to understand and monitor community perceptions of immigrants and the New Zealand Immigration Service. In particular, the survey aims to understand: Awareness, knowledge and community perceptions of immigrants, including: Overall views of immigrants to New Zealand The contribution of immigrants to the economy, productivity, and culture and society. Attitudes towards immigration in general, and specifically its effect on culture, crime, political balance, and unemployment Specific differences in attitudes towards immigrants from different countries The extent to which New Zealanders socialise with, and welcome people from other countries, including the friends they have, the amount of time they spend with people from other countries and attendance at any cultural or ethnic festivals. Also, their perception of how welcoming other New Zealanders are to immigrants in general.",Awarded,"Terms of contract (including rights of renewals): Two years (1+1) Contract value: ($200K-$249K) Location: Wellington",20201117 "Ministry of Business, Innovation and Employment",10529838,Request for Proposals,Open Competition,Immigration Survey Monitoring Programme ??? Migrant Survey,544,20150401,20150501,20150727,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment is seeking submissions from interested suppliers to run the 2015 Migrant survey. The purpose of the survey is to build up an evidence base about migrants??? settlement and labour market outcomes. This evidence base will enable monitoring over time of both effects of immigration policy and changes in the environment which may affect immigration policy. Comparisons will also be able to be made between key groups. The primary objective of this survey is to understand and monitor migrants??? perceptions of the settlement experience and satisfaction with living in New Zealand. In particular, the survey aims to identify: ??? Migrants??? current visa and employment status, pay rates and satisfaction with their current job. ??? Migrants??? highest educational qualification; whether they gained their highest qualification in New Zealand; and whether their qualifications and skills match those required by their current job role. ??? The extent to which migrants socialise with New Zealanders and the amount of time they spend with people from their home countries and other countries. ??? Migrants??? English language capabilities. ??? Migrants??? current health status in comparison to prior to coming to New Zealand. ??? Migrants??? current housing arrangements and mortgage arrangements. ??? The main reasons why migrants chose to come to New Zealand, whether the ability to sponsor and bring family members played a factor in their decision and their long term intentions regarding living in New Zealand. ??? Migrants??? overall satisfaction with living in New Zealand and whether they would recommend New Zealand as a place to live and work to others. ??? Whether their current income meets their everyday needs for accommodation, food, clothing, and other necessities.",Awarded,Term of the contract: Three years (1+1+1),20201117 "Ministry of Business, Innovation and Employment",11062705,Request for Quotations,Open Competition,Economic Evaluation Panel,546,20150428,20150512,20150703,,Sole Agency,No,,"MBIE???s Research, Evaluation and Analysis branch wishes to establish a panel of suppliers to provide specialist external research and evaluation services to support delivery of its work programme. The branch provides evaluation and research support in the following subject areas: ??? Labour and Commercial policy ??? Science, Skills and Innovation policy ??? Migration policy ??? Infrastructure and Resource Markets policy",Awarded,,20201117 "Ministry of Business, Innovation and Employment",11135609,Request for Proposals,Closed Competition,MBIE Legal Practice Management Tool,533,20150423,20150508,20150911,,Sole Agency,No,,"The key objective of this procurement is to purchase a Legal Practice Management Tool (LPMT) solution that will manage all legal matters for MBIE in a one-stop-shop format, from a matter perspective .",Awarded,,20201117 "Ministry of Business, Innovation and Employment",11638967,Request for Proposals,Closed Competition,GETS v1.07 Test Chrome,,20150505,20150605,20190531,,Sole Agency,No,,,Not Awarded,This tender was published for testing purposes.,20201117 "Ministry of Business, Innovation and Employment",11723413,Request for Proposals,Open Competition,Chinese Visitor Market Research and Dissemination,532,20150507,20150608,20150904,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the ???China Visitor Market Research and Dissemination of Findings??? contract opportunity. MBIE is seeking to procure: ??? qualitative market research, including research conducted in China, that will have wide application to operators in the New Zealand visitor sector and fill gaps in their insight about current and future developments in the China visitor market, especially the independent traveller segment ??? analysis of the research findings and recommendations as to how the insight can be applied by the New Zealand visitor sector when developing products, services and experiences for Chinese independent travellers ??? dissemination of the findings and recommendations to the New Zealand visitor sector through formats that will encourage, and provide practical assistance for, the sector to apply these to their own businesses and operations. A key outcome sought from the procurement is for New Zealand operators within the sector to be able to lift the value that they deliver to, and derive from, Chinese visitors, especially independent visitors. There will be multiple audiences within the New Zealand visitor sector for the research findings and recommendations including: tourism operators of varying sizes; operators in allied sectors such as hospitality and retail; Regional Tourism Organisations; peak tourism industry bodies; and government agencies with an interest in lifting earnings from tourism, including Tourism New Zealand and MBIE. However, the research should concentrate on meeting the insight needs of those supplying tourism products, services and experiences in New Zealand.",Awarded,Contract Term: August 2015 - Mid 2016,20201117 "Ministry of Business, Innovation and Employment",12130858,Request for Proposals,Closed Competition,GETS v1.08 Test 2,,20150519,20150602,20190610,,Sole Agency,No,,,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",12376346,Request for Proposals,Open Competition,All-of-Government Advertising Media - Request for Proposals,AMJUNE2015,20150630,20150729,20170626,,All of Government,No,,"In December 2014, MBIE established an All-of-Government (AoG) solution for the procurement of Advertising Media, and appointed 15 Media Vendors to an open panel to supply discounts and benefits to government agencies. This Request for Proposals (RFP) follows an Advance Notice of Procurement by the Ministry of Business, Innovation and Employment posted on GETS on 19th June 2015. The purpose of this RFP is to seek responses from additional vendors that wish to be appointed to the AoG panel for Advertising Media. MBIE, as the Centre of Expertise for Advertising and Design (the CoE), is seeking responses from any additional Media Vendors who can provide space and time in Media for the purpose of advertising at discounted rates, and additional value-add benefits, to Government Agencies under the following channels: ??? Out of home (i.e. billboards, posters, street furniture and transport) ??? Television ??? Print ??? Radio ??? Digital/Online ??? Cinema ??? Mobile ??? Other Note: The status of the 15 vendors already appointed to the AoG Advertising Media panel remains unchanged as a result of this RFP, and they are not required to re-bid. New Zealand Government Procurement website www.procurement.govt.nz",Awarded,,20201117 "Ministry of Business, Innovation and Employment",12782617,Request for Proposals,Closed Competition,GETS v1.09 Chrome,,20150609,20150630,20190610,,Sole Agency,No,,,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",12986115,Request for Proposals,Open Competition,Regional Aeromagnetic Data Acquisition,557,20150616,20150717,20151204,,Sole Agency,No,"15 Stout Street, Wellington","New Zealand Petroleum & Minerals (NZP&M), a branch of MBIE is responsible for managing the allocation of the Crown???s oil, gas, mineral and coal resources. One of NZP&M???s objectives is to promote investment in the mineral estate by making geophysical data in certain areas in New Zealand freely available to industry. The knowledge gained from the programme will enable government to promote the rational utilisation of mineral resources and help it make decisions that maximise the value of New Zealand???s mineral estate. MBIE expects that the geophysical surveys will also make a major contribution to public good science by improving the accuracy and knowledge of geological mapping for a wide range of applications including geo hazard identification, infrastructure development and maintenance and conservation planning.",Awarded,"Tender awarded to: Thomson Aviation (New Zealand) PTY LTD Tender Number: 557 Tender Title: Regional Aeromagnetic Data Acquisition Description of goods/services provided: Data Acquisition Location (Wellington/Auckland etc): South Island regions Contract Start date: 23 November 2015 Term of Contract (including rights of renewals): 1 June 2017 Contract Value (including renewals): $4,700,000 Was it published on GETS or a selected tender? Published on GETS Confirm contract has been signed & unsuccessful tenderers advised: Yes Contact Name: Cameron McIntosh Contact email: cameron.mcintosh@mbie.govt.nz",20201117 "Ministry of Business, Innovation and Employment",13439676,Request for Tenders,Open Competition,All-of Government - Plasterboard Rebate - Request for Tender,,20150703,20150730,20160415,,All of Government,No,"15 Stout St, Wellington, 6011","New Zealand Government Procurement (NZGP), Ministry of Business, Innovation and Employment (MBIE), is seeking tenders from interested suppliers to be part of a panel for the supply of Plasterboard Systems under an All-of-Government (AoG) Rebate model supply solution. The purpose of this Request for Tender (RFT) is to invite suppliers who have the capacity and capability to provide Plasterboard Systems meeting the requirements detailed in the tender documents to submit tenders for a position on an AoG plasterboard panel. A brief discription of requirements are listed below: ??? Ability to supply Plasterboard Systems that meet the requirements of the NZ Building Code ??? Ability to provide appropriate technical support to specifiers and installers ??? Ability to supply Plasterboard Systems to Participating Agency construction projects, either directly or via a 3rd party (e.g. using a 3rd party logistics provider) ??? Ability to track and report on supply of Plasterboard Systems to Participating Agency construction projects As a result of this RFT MBIE intends to select one or more suppliers and enter into a contract with them to supply Plasterboard Systems under a Rebate Supply Arrangement. For more information relating to this tender, please subscribe.",Not Awarded,,20201117 "Ministry of Business, Innovation and Employment",13661535,Request for Proposals,Open Competition,Annual science stakeholder survey,562,20150706,20150807,20151130,,Sole Agency,No,,"We seek a research contractor to proactively advise on, design and run an annual science stakeholder survey that will contribute to the performance monitoring of Crown research institutes (CRIs) and National Science Challenges (NSCs). The contract will run for three years with a right to renewal. The first survey needs to be in field in March 2016. The Ministry is looking for proactive insights and practical advice on survey design. The provider needs to have a good track record delivering services of this nature and must meet the pre-conditions listed in section 3.2. We are seeking advice on the best methodology for this type of survey, minimising response burden, and ensuring high response rates. This is an opportunity to shape a survey that will contribute towards understanding CRIs??? and NSCs??? contribution to New Zealand.",Awarded,"Term of contract: 3 years including renewals (to 30 June 2018) Contract Value: $250K-$500K",20201117 "Ministry of Business, Innovation and Employment",14861275,Request for Proposals,Open Competition,Improving Access to Critical and Authoritative Building Information,566,20150807,20150903,20190527,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking information on possible and innovative solution approaches to a business need in the Building Systems Performance branch of MBIE (the regulator). The business needs have been developed in partnership with Building Research Association of New Zealand (BRANZ), Standards New Zealand (SNZ), and with significant input and guidance from key sector stakeholders such as Architectural Designers of New Zealand (ADNZ), Building Officials Institute of New Zealand (BOINZ), Certified Builders Association of New Zealand (CBANZ), Institute of Professional Engineers New Zealand (IPENZ), New Zealand Institute of Architects (NZIA) and Registered Master Builders of New Zealand (RMBNZ). The construction sector is the fifth largest sector in the New Zealand economy. It employs over 170,000 people, 7.6% of the workforce. In 2010 it generated 6.3% of GDP (nominal). Of these 170,000 people, just over 12,000 are Architects, Designers, Engineers and Building Control Officials (practitioners) and are central to ensuring that New Zealand buildings are better, safer and healthier. Currently, users (being practitioners) of the Building Code System have to navigate a variety of websites, search engines, helplines and forums to find the information they are looking for. Search engines and functionality on providers??? sites is variable ??? users often get a huge list of results rather than a refined set focussed on their search topic. Overall, users have trouble finding resources, seeing the relationships between these resources, understanding how it fits within the compliance framework and trusting a resource???s currency or authority. The desired future state is to provide a portal (a single point of access) with supporting processes and business rules whereby practitioners involved in the design and/or construction process and will be able to discover and access authoritative and current Building Code System resources, presented in the context of the overall Building Code System.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",15329828,Request for Tenders,Closed Competition,All-of Government - Plasterboard Rebate - Request for Tender,,20150819,20150828,20160415,,Sole Agency,No,,"New Zealand Government Procurement (NZGP), Ministry of Business, Innovation and Employment (MBIE), is seeking tenders from interested suppliers to be part of a panel for the supply of Plasterboard Systems under an All-of-Government (AoG) Rebate model supply solution. The purpose of this Request for Tender (RFT) is to invite suppliers who have the capacity and capability to provide Plasterboard Systems meeting the requirements detailed in the tender documents to submit tenders for a position on an AoG plasterboard panel. This closed tender is for respondents to the parent RFT to re-assess section 9 of their response and re-submit by the deadline. The deadline for this will 1500 hrs 28 August 2015.",Not Awarded,,20201117 "Ministry of Business, Innovation and Employment",15485332,Request for Quotations,Closed Competition,AoG Consultancy Services: Online Panel Directory,1753,20150821,20150904,20151021,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is developing a new website for the AoG Consultancy Panel ??? this will be developed using the All of Government Common Web Platform (CWP) . Objectives of the solution The objectives of the procurement are: ??? To provide a secure and easy way to navigate the IT Platform for users of the AoG Consultancy Services contract. ??? Proper utilisation of this tool will result in more robust and cost effective decisions in selecting providers off the Consultancy Services panel. This will lead to cost savings for government agencies. ??? Meet the requirements of government agencies to ensure maximum uptake of the AoG Consultancy solution. ??? To ensure that the CoE can conduct efficient contract management and that minimal resource is required to administer provider information. Using a CWP solution will deliver these objectives and also provide future proofing so that the AoG Consultancy contract does not outgrow the IT platform procured. You are invited to submit a quote for the build of this website. We wish to meet with you during the RFQ process to discuss the requirements, answer any questions that you may have and clarify assumptions, and will be in touch to organise a time.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",15570184,Request for Proposals,Open Competition,Mangere Refugee Resettlement Centre Total Facilities Management,563,20150824,20151002,20160401,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is seeking proposals from parties capable of delivering a Total Facilities Management (TFM) service, encompassing both hard and soft FM services, for the new purpose built refugee resettlement facilities at the Mangere Refugee Resettlement Centre (MRRC) which is due to become operational from the 1st July 2016. The purpose of this Request for Proposal (RFP) is to select a preferred supplier and award a contract to set up and deliver the operational TFM service.",Not Awarded,"Tender Number: 563 Tender Title: Mangere Refugee Resettlement Centre Name of Successful Tenderer: Outsourced Client Solutions, NZ Ltd Description of goods/services provided: Facilities Management Location (Wellington/Auckland etc): Auckland Contract Start date: 1 July 2016 Term of Contract (including rights of renewals): 7 Years Contract Value (including renewals): $12.397M",20201117 "Ministry of Business, Innovation and Employment",16077240,Request for Proposals,Closed Competition,Risk Financing and Insurance Secondary Procurement Process Cluster 1,,20150903,20151015,20180302,,Cluster,No,"Ministry of Business, Innovation and Employment, Level 2, Attention Ren??e Le'afa, 15 Stout Street, Wellington","On 15 April 2015 the Ministry of Business, Innovation and Employment (MBIE), acting through the Risk Financing and Insurance (RF & I) Centre of Expertise (CoE) entered into Service Agreements with five Intermediary Services Providers (the Panel) for All-of-Government (AoG) RF & I intermediary services to Eligible Agencies (each a Services Agreement). The Panel is invited, via this Secondary Procurement Process (SPP), to propose RF & I solutions for Cluster 1, a Mid-Large Agency Cluster consisting of 11 Eligible Agencies with compatible risk profiles.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",16267618,Request for Quotations,Open Competition,Contractor Employment Mediation services Otago/Southland,568,20150907,20150918,20190528,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Employment Mediation services Otago/Southland] contract opportunity.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",16740525,Request for Proposals,Closed Competition,RFP for Shared Business Entity Register,Reference: 556,20150921,20151016,20190527,,Sole Agency,No,,"The Ministry of Business, Innovation and Business is inviting a selected group of vendors to present proposals for the Shared Business Entity Register, reference 556 Please can you review all Request for Proposal (RFP) documentation and Appendices and inform yourselves of the requirements for this procurement. The time and date for the close of this RFP is12pm on Friday the 16th October 2015 Should you have any questions regarding this RFP, please direct these to me as the Point of Contact for this procurement Best regards, David Weinberg",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",16817114,Request for Proposals,Open Competition,Panel of preferred suppliers for training design and development,564,20150918,20151030,20160303,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment is seeking a panel of suppliers who are specialists in the design and development of Learning & Development (L&D) interventions. The panel of providers will follow sound adult learning and instructional design principals, to complete training needs/gap analysis, design and development of learning frameworks, eLearning, workshop, and on the job learning collateral. In some projects, the supplier may be required to assist in implementation, and in building evaluation approaches and tools as part of the interventions.",Awarded,"Tender Number: RFP 564 Tender Title: Panel of Preferred Suppliers for Training Design and Development Name of Successful Tenderer(s): - Inspire Group Ltd - Flexible Learning Network Ltd T/A Kineo Pacific - LearningWorks Ltd - Synapsys NZ Ltd - Wavelength Ltd Description of goods/services provided: The design of training and development services. Location (Wellington/Auckland etc): All of New Zealand Contract Start date: 16 Feb 2016 Term of Contract (including rights of renewals): 3 + 1 + 1 Contract Value (including renewals): Not applicable Was it published on GETS or a selected tender? (please pick one only) Published on GETS Confirm contract has been signed & unsuccessful tenderers advised: YES",20201117 "Ministry of Business, Innovation and Employment",16825761,Request for Quotations,Open Competition,Development and implementation of evaluation resources,561,20150929,20151019,20151218,,Sole Agency,No,,"A Nation of Curious Minds - He Whenua Hihiri I Te Mahara ??? A National Strategic Plan for Science in Society (the Plan) was launched in July 2014. It is a 10 year plan to encourage and enable better engagement with science and technology across New Zealand society. The Ministry of Business, Innovation and Employment (MBIE) and the Ministry of Education (MoE), together with the Office of the Prime Minister???s Chief Science Advisor (OPMCSA), are overseeing the implementation of the Plan. We released a Request for Information (RFI) earlier in the year. This RFI process provided useful information about possible approaches to the evaluation of the Plan. MBIE and MoE have taken account of the responses to this RFI, and the progress that has been made with the monitoring and evaluation of the Plan to prepare this Request for Quotations (RFQ). We are looking for a supplier (or more than one supplier working collaboratively) that can provide the following: ??? Part A: Demonstrating impact through surveying - Survey resources to ensure that we are able to systematically collect, consolidate, analyse and manage evidence of measured impact that build on the resources we have already developed; and ??? Part B: Understanding what works and analysing performance information - A process evaluation to assess the effectiveness of administrative and operational elements of the projects, and analysis and reporting on the quantitative and qualitative data collected.",Awarded,"Tender Number: 561 Tender Title: Development and implementation of evaluation resources Name of Successful Tenderer: Karrikins Group Community Ltd Description of goods/services provided: Demonstrating impact through surveying - Survey resources to ensure that we are able to systematically collect, consolidate, analyse and manage evidence of measured impact that build on the resources we have already developed. Understanding what works and analysing performance information - A process evaluation to assess the effectiveness of administrative and operational elements of the projects, and analysis and reporting on the quantitative and qualitative data collected. Location (Wellington/Auckland etc): Wellington Contract Start date: 18 December 2015 Term of Contract (including rights of renewals): 8 months Extension of the contract may be considered after the pilot period (as stated in the RFQ)",20201117 "Ministry of Business, Innovation and Employment",16849234,Request for Proposals,Open Competition,Invitation to Partner - Housing Development on Vacant and Underutilised Crown Land in Auckland,,20151001,20151106,20160520,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is leading a programme of work to identify vacant and underutilised Crown-owned land in Auckland available for housing development, and to facilitate development as quickly as possible in collaboration with other parties (the Development Programme). The Development Programme???s overarching objective is to contribute to rapidly relieving supply pressure in the Auckland housing market by having additional new dwellings built on Crown land as soon as possible. These developments will include social and affordable housing and will contribute to the Government???s social objectives in relation to housing.",Awarded,"Name of Successful Tenderers: Low density panel: Fletcher Residential Limited, The Neil Group Limited, Classic Group Limited Medium density panel: Ockham Residential, Fletcher Residential Limited, Classic Group Limited High density panel: Fletcher Residential Limited, Classic Group Limited, Urban Growth Partners Description of goods/services provided: MBIE through a contestable tender process has appointed three panels of developers to deliver Low Density Housing, Medium Density Housing and High Density Housing developments, respectively, on publicly owned, vacant or underutilised land in Auckland. Location: Auckland Contract Start date: 4 May 2016 Term of Contract (including rights of renewals): The individual panel agreements with the developers begin on the date of contract and shall continue until terminated by either party giving a specified period of notice. Contract Value (including renewals): N/A ??? Panel arrangement.",20201117 "Ministry of Business, Innovation and Employment",16880966,Request for Proposals,Open Competition,RFP for Plone CMS Platform Support,567,20151013,20151103,20190610,,Sole Agency,No,,"The Ministry is seeking a suitably qualified vendor who has the capability, capacity and experience to support the operations and maintenance of the Plone CMS platform in addition to providing break/fix services.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",16905539,Request for Tenders,Open Competition,Video Interpreting Service,,20151020,20151204,20160315,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is seeking to obtain a high quality Video Interpreting Service (VIS), being an amalgamation of the current Video Relay Service (VRS) and Video Remote Interpreting (VRI) service, and effective promotion of the new service. Currently in New Zealand, VRS is an on-demand service and VRI is a booked service. An alternative and more efficient model is to offer a VIS that encompasses both VRS and VRI. The Ministry invites suitably qualified suppliers to submit a Tender for how they will achieve this outcome. The combined VIS must ensure provision of: a. A technology platform that supports the required protocols and the associated telecommunications network services b. Premises c. Workstations d. VIS centre management including but not limited to staff recruitment, training and scheduling e. New Zealand Sign Language (NZSL)/English interpreters f. A helpdesk for end-user support g. Monthly reporting h. Effective promotion of the VIS to the User communities i. Project and account management",Awarded,"Tender Number: RFx ID: 16905539 Tender Title: Video Interpreting Service Name of Successful Tenderer: CSD New Zealand Limited Description of goods/services provided: Delivery of a Video Interpreting Service for Deaf, Hearing Impaired and Speech Impaired persons Location (Wellington/Auckland etc): New Zealand Contract Start date: 1 May 2016 Term of Contract (including rights of renewals): 3 years Contract Value (including renewals): $3,750,000 plus a provisional one off sum of $30,000 Was it published on GETS or a selected tender? (please pick one only) GETS",20201117 "Ministry of Business, Innovation and Employment",16967629,Request for Proposals,Open Competition,Electrical Workers Audit Programme Pilot,574,20151106,20151202,20160222,,Sole Agency,No,,"The Electrical and Building Occupational Licensing Team (EBOLT) is part of the Consumer Protection and Standards Branch within the Ministry of Business, Innovation and Employment (MBIE) and carries out the function of registration and licensing of electrical workers for the Electrical Workers Registration Board (EWRB). It is a function of the EWRB to ensure electrical workers are audited on an annual basis. We are seeking a national Supplier to initiate the design and implementation of a pilot electrical workers audit programme (the Pilot) with the outcome being an appropriate and effective audit programme that meets the requirements set out in the EWRB Audit Framework (the Framework - a copy of which is attached) which has been established to increase the safety, competency and compliance of electrical workers and the prescribed electrical work (PEW) they carry out.",Awarded,"Name of Successful Tenderer(s): Delta Utility Services Limited and Telarc SAI Ltd Tender Number: PRN 574 Tender Title: Electrical Workers Audit Programme Pilot Description of goods/services provided: Provision of Specialist Audit Services Contract Start date: 1 February 2016 Term of Contract (including rights of renewals): Ends 31 July 2016 Contract Value (including renewals): $300,000",20201117 "Ministry of Business, Innovation and Employment",17033262,Request for Proposals,Open Competition,RFP for Payments and Reconciliation Software Solution,Reference No.: 571,20151130,20160212,20190527,,Sole Agency,No,,"The Ministry of Business, Innovation and Business is inviting vendors to present proposals for a Payments and Reconciliation Software Solution, procurement reference 571 Please download and review the Request for Proposal (RFP) and accompanying Appendix and Addendum documentation, and so that you are informed of the requirements for this procurement. The time and date for the close of this RFP is 12pm on Friday the 12th February 2016. Should you have any questions regarding this RFP please direct these to me as the Point of Contact for this procurement, Best regards, David Weinberg",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",17063461,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government,,20151210,20160129,20160210,,Sole Agency,No,,"Please find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 15 January 2016 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 15 January 2016. Tender responses will be required, as set out in the RFT, by 5pm GMT 29 January 2016. If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,No responses received,20201117 "Ministry of Business, Innovation and Employment",17100222,Request for Proposals,Closed Competition,Business Land Analysis and Report,581,20160105,20160128,20160830,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is contributing to a joint project with the Ministry for the Environment (MfE) to develop a National Policy Statement (NPS) on Urban Development, to be issued under the Resource Management Act 1991 (RMA). We need to identify any current or potential future problems in the supply of business land needed to support economic development and growth. We require a supplier to collate different sources of information on business land demand and supply in seven geographical areas, analyse this and report on it. The work will include key informant interviews with business and developer representatives in each of the specified geographical areas. The report will inform the problem identification phase of the Ministry???s contribution toward the NPS.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",17101293,Request for Proposals,Open Competition,Development and Dissemination of an Online Investor Guide for the Maori Economy,579,20160107,20160212,20160512,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment is seeking to procure the following: - a snappy, attractive, interactive, informative print-ready online investor guide to whet the appetite and interest of potential foreign and domestic investors in the Maori economy. It needs to provide an overview of the Maori economy and highlight the benefits of investing in New Zealand, in the Maori economy and in particular sectors within the Maori economy. The guide needs to get the Maori economy and investment-ready Maori firms on to the domestic and foreign direct investment radar, and - implementation of an initial dissemination plan for the investor guide (online and in hard copy) to ensure it reaches its audiences through appropriate formats.",Awarded,"Tender Number: 579 Tender Title: Development of an Online Investor Guide for the M??ori Economy and Dissemination Plan Name of Successful Tenderer: KPMG New Zealand Description of goods/services provided: ??? an online investor guide (also in print-ready condition) to whet the appetite and interest of potential foreign and domestic investors in the M??ori economy, and ??? a dissemination plan for the investor guide to ensure it reaches its intended audiences Location (Wellington/Auckland etc): Wellington Contract Start date: 10 May 2016 Term of Contract (including rights of renewals): 10 May to 9 September 2016 Contract Value (including renewals): $180,500 Was it published on GETS or a selected tender? (please pick one only) Published on GETS",20201117 "Ministry of Business, Innovation and Employment",17106668,Request for Proposals,Closed Competition,Tai Poutini West Coast Regional Growth Study and Economic Action Plan 2016,587,20160111,20160210,20160418,,Sole Agency,No,,The Government is undertaking a Regional Growth Programme that consists of a study culminating in the production of a Regional Growth Report and subsequent Regional Economic Action Plan. Regional Growth Studies are aimed at cataloguing significant economic opportunities in regions (particularly those with existing primary sector specialisations) to increase employment and incomes. Regional Economic Action Plans are developed by regions in conjunction with Central Government. Action Plans outline actions that seek to realise opportunities identified in the Growth Report.,Awarded,"Tender Number: GETS ID: 17106668 Tender Title: Tai Poutini West Coast Regional Growth Study and Economic Action Plan 2016 Name of Successful Tenderer: MartinJenkins/Crowe Horwath Description of goods/services provided: The Government is undertaking a Regional Growth Programme that consists of a study culminating in the production of a Regional Growth Report and subsequent Regional Economic Action Plan. Location (Wellington/Auckland etc): West Coast Contract Start date: March 2016 Term of Contract (including rights of renewals): 18 months Contract Value (including renewals): $325,560 Was it published on GETS or a selected tender? (please pick one only) GETS",20201117 "Ministry of Business, Innovation and Employment",17186299,Request for Proposals,Closed Competition,Horticulture/Viticulture Labour Demand and Supply Modelling Project,584,20160204,20160222,20161028,,Sole Agency,No,,"The Horticulture and Viticulture National Labour Governance Group (NLGG) and the Ministry of Business, Innovation and Employment (MBIE) are seeking to appoint a supplier to provide labour market analysis and forecasting services to model the predicted demand and supply of labour for the Horticulture and Viticulture industries. Increasing global demand is underpinning significant growth in New Zealand???s Horticulture and Viticulture industries. A key constraint that will limit this growth is the industries??? access to seasonal and permanent labour. In order for industries to plan, invest, and grow they require increased assurance that they will be able to plant, maintain, pick and pack their crops.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",17221967,Request for Proposals,Open Competition,"RFP for Grants, Contracts and Investment Management Solution",Ref: 582,20160222,20160321,20161028,,Syndicated Opportunity,No,,"The Ministry of Business, Innovation and Business is inviting vendors to present proposals for a Grants, Contracts and Investment Management Solution, procurement reference 582 Please download and review the Request for Proposal (RFP), accompanying Appendix and Addendum documentation and so that you are informed of the requirements for this procurement. As advised in our advance notice, GETS ref 17086304, the Ministry of Business, Innovation and Employment (MBIE) and Callaghan Innovation are replacing their existing Investment Management System (IMS). Subsequent to this, MBIE has made the decision to include further contract management requirements. This decision was made because of the synergies and overlap that existing between grants and investment funds management and other contract management. Full details are included in the release documentation. MBIE and Callaghan Innovation have formed a closed syndicate of government agencies with similar requirements and this procurement process will be led by MBIE on behalf of the syndicate. The time and date for the close of this RFP is 12Noon on Monday 21 March 2016. Should you have any questions regarding this RFP please direct these to me as the Point of Contact for this procurement. Best regards, David Weinberg",Awarded,"On 2 September 2016 the Ministry of Business, Innovation and Employment awarded a contract for a grants, contracts and investment management solution to Single Cell Mobile Consulting Pty Limited. The contract is for an initial term of four years with three rights of renewal of two years each. The expected spend under the contract during its initial term is $1.8m. The Ministry followed a competitive RFP process.",20201117 "Ministry of Business, Innovation and Employment",17230495,Request for Proposals,Open Competition,Request for Proposal - Tranche 2 All of Government Consultancy Services,,20160222,20160408,20161219,,All of Government,No,,"Request for Proposal - All of Government Consultancy Services (Tranche 2) Please see the attached Request for Proposal (RFP) for Tranche 2 of the All of Government (AoG) Consultancy Services solution. The Ministry of Business, Innovation and Employment (MBIE) is establishing an AoG solution for the provision of consultancy services to government agencies. The solution will support government agencies in purchasing consultancy services in a more efficient and effective manner while ensuring quality and value for money. MBIE has grouped consultancy services into four tranches and will run separate procurement processes for each tranche. This RFP is for Tranche 2 Consultancy Services. The panels will be open to reflect the dynamic nature of the sector. Open panels will see providers rewarded for strong performance and enable new entrants to join the panel during the life of the contract. Tranche 2 ??? Business and Finance Consultancy Services This RFP is for Tranche 2 of Consultancy Services. This tranche will consist of five panels of providers in the following Business and Finance sub categories: ??? Business Change ??? Human Resource ??? Marketing and Public Relations ??? Operations Management and Risk ??? Policy, Research and Development These sub categories complete the Business and Finance panels of Consultancy Service Providers. RFP briefing Interested suppliers of Tranche 2 Consultancy Services are invited to a RFP briefing on Thursday 03 March at MBIE???s head office in 15 Stout St, Wellington from 3:30pm to 5:00pm. Places are strictly limited and are being offered on a first come first served basis. To ensure a wide range of attendance, we request that suppliers send only one representative to the briefing. The link to register for the briefing is provided below. RFP response All responses to this RFP will be received electronically through the TenderLink electronic tendering system. Instructions detailing the TenderLink registration and tender access process are included as an attachment. More information about the TenderLink system is provided in section 3 of the RFP. Responses will not be accepted through any other channel. The link to the MBIE TenderLink portal is provided below. Contact: consultancy.coe@mbie.govt.nz. RFP Briefing registration: https://mbie.wufoo.com/forms/aog-consultancy-services-rfp-briefing/ MBIE TenderLink portal: https://www.tenderlink.com/mbie/ Procurement webpage: www.procurement.govt.nz",Awarded,"Contract Award Announcement The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded on Friday 16 December 2016 to 382 providers for the supply of Tranche 2 'All-of-Government (AoG) Consultancy Services – Business and Finance', in the following sub categories: Business Change Human Resource Marketing and Public Relations Operations Management and Risk Policy, Research and Development For more information: News release: http://www.procurement.govt.nz/procurement/news/all-of-government-consultancy-services-business-and-finance-new-sub-categories-announced List of Providers: http://www.procurement.govt.nz/procurement/all-of-government-contracts/current-all-of-government-contracts/consultancy-services consultancy.coe@mbie.govt.nz",20201117 "Ministry of Business, Innovation and Employment",17241812,Request for Quotations,Open Competition,Safety Star Rating Scheme Pilot Participation Evaluation,587,20160224,20160309,20160505,,Sole Agency,No,,"This RFQ relates to the purchase of evaluation services, by independent evaluation specialists, of up to 44 medium and large sized businesses participating in the Safety Star Rating Scheme (SSRS) pilot (the final number and nature of businesses remains to be confirmed).",Awarded,"Successful Tenderer: Research New Zealand Contract Start Date: 15/4/16 Contract End Date: 5/8/16 Contract Value $50,000",20201117 "Ministry of Business, Innovation and Employment",17252235,Request for Proposals,Open Competition,External Integrated Print Solutions,586,20160226,20160405,20161028,,Cluster,No,"15 - 21 Stout Street, Wellington 6011","The Ministry of Business, Innovation and Employment (???MBIE???) is leading a Syndicated Closed Cluster of public sector agencies to identify and contract supplier/s for external integrated print solutions. Through this Request for Proposal (???RFP???), MBIE seeks responses from organisations with the competence and experience to provide Services under one or more of the following categories. a. Printing and pre-press; b. Forms management; c. Storage, distribution and warehousing; d. Mailhouse fulfilment; e. Digital asset management; and f. Promotional merchandise. MBIE requires a supplier/s with a high level of competence, expertise and experience who can deliver on the external integrated print solutions requirements outlined in this RFP. These are discussed in Section 4. Strong organisational capability, capacity and robust practices must be supported by outstanding account management and customer service. Core, relevant experience and demonstrated knowledge and expertise in the form of a proven track record is important to MBIE, as is the technical ability and knowledge to provide Services across various digital platforms, providing a clear understanding of technology solutions. MBIE wants to hear from Suppliers with extensive capability in one or more categories. MBIE remains open to a supplier panel or a sole supplier across all categories. Moreover, organisations can respond to this RFP as individual entities, or as a joint proposal and/or consortium. Responses will assist MBIE in determining the final solution construct. From the responses to this RFP, one or more parties may be invited to the contract negotiations stage. This RFP is distinct from the Ministry of Social Development???s second generation syndicated procurement project. MSD are currently in the planning phase for an approach to market for the Syndicated External Print Services contract. The contract is expected to be awarded between March and June 2017. MBIE remains supportive of the MSD procurement. MBIE intends to use the Suppliers from this RFP for an initial term of two years. MBIE also has the sole discretion to extend and/or vary the contract for subsequent Services for up to another one year. This RFP represents an opportunity to partner with MBIE, and other Participating Agencies, to provide the Services, as well as help MBIE transform aspects of its external integrated print solutions.",Not Awarded,"The contracts for External Integrated Print Solutions have now been awarded across the following categories; * Printing and Pre Press - Excel Digital * Forms Management - Excel Digital * Electronic Direct Marketing & Fulfilment - Marketing Impact * Storage, Distribution & Warehousing - True North * Digital Asset Management - Fuji Xerox * Promotional Merchandise - Signature Promotions * Secure Immigration Services - Southern Colour Print",20201117 "Ministry of Business, Innovation and Employment",17268206,Request for Proposals,Open Competition,Request for Proposal for Insolvency and Trustee Services Solution - Oasis 4,570,20160302,20160411,20170221,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking proposals from organisations interested in supplying an Information Technology solution for our Insolvency and Trustee Service group.The Insolvency and Trustee Service group is a business unit of MBIE. The primary functions of ITS are: ??? Administration of personal insolvency (including bankruptcy, no asset procedures, and summary instalment orders) and compulsory company liquidations ??? Payment to claimants of dividends distributed from the insolvent estates ??? Taking enforcement action against bankrupts and directors of insolvent companies ??? Administration of assets under criminal proceeds legislation. The time and date for the close of this RFP is 12Noon, Monday 11 April 2016. To understand more about our requirements please download and review our Request for Proposal (RFP) and Appendices documentation. Should you have any questions regarding this RFP please direct these to me as the Point of Contact for this procurement. Regards, David Weinberg",Awarded,"Contract Value: $4.2m OPEX, $747k CAPEX Term of Contract (including rights of renewals): 4+2+2",20201117 "Ministry of Business, Innovation and Employment",17274851,Request for Proposals,Closed Competition,Defining & applying the value INZ customers bring to New Zealand,583,20160303,20160427,20160707,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) wants to understand the net value that Immigration New Zealand (INZ) customers bring to NZ in order for NZ to prosper. We intend using the net value of customers strategically to inform us how to allocate resources and operationally to prioritize customers into segments. The emphasis will be on the operational application. MBIE is seeking expert capability to develop and apply a robust methodology for valuing INZ customers. This methodology will enable prioritisation (if feasible and advisable) across and within different groups of customers that INZ interacts with. These customer groups include ???applicants??? such as tourists, migrants, refugees and students, and ???beneficiaries??? such as industries that interact with the applicants.",Awarded,"Name of Successful Tenderer: Sapere Research Group Contract Start date: 3 June 2016 Contract End date: 30 September 2016 Contract Value: $135,040",20201117 "Ministry of Business, Innovation and Employment",17336811,Request for Quotations,Open Competition,Small Business Roadshow,589,20160322,20160406,20160530,,Sole Agency,No,,"What we require: ??? Pre-Event Logistic Preparation, Coordination and Management; ??? Event-day logistics management and supervision; and ??? Post-Event Activities and After-Action Reporting We estimate the quantity to be delivered is sixteen events over six months. We require the services to be delivered in Wellington and at fourteen events locations (to be determined including three in Auckland) throughout New Zealand.",Awarded,"Tender Number: 589 Tender Title: Small Business Road show Name of Successful Tenderer: Avenues Limited Location: Wellington Contract Start date: 28/5/2016 Contract End Date: 2/1/16 Contract Value: $40,300 + Expenses",20201117 "Ministry of Business, Innovation and Employment",17426141,Request for Proposals,Open Competition,RFP for replace Personal Property Securities Register Software Solution,590,20160419,20160520,20170221,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking proposals from organisations interested in supplying a replacement Information Technology solution for the Personal Property Securities Register (PPSR) . The current PPSR is used 24x7 by banks, finance companies and others to register financing statements over personal property. The register is considered an essential tool to support New Zealand???s financial market and has: ??? 2 million active financing statements ??? 550,000 new financing statements registered annually ??? 85% of registrations and 69% of searches conducted via API / web services ??? 2.5 million searches conducted a year The time and date for the close of this RFP is 12Noon, Friday 20 May 2016. To understand more about our requirements please download and review our Request for Proposal (RFP) and Appendixes. Should you have any questions regarding this RFP please direct these to me as the Point of Contact for this procurement. Regards, David Weinberg",Awarded,"Contract Value (including renewals): $1.6m OPEX, $1.3m CAPEX Term of Contract (including rights of renewals): 4+2+2",20201117 "Ministry of Business, Innovation and Employment",17469573,Request for Quotations,Open Competition,Health and Safety Representative Training,592,20160429,20160516,20160720,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires a training provider able to provide both in-house and public courses for Stage 1 and 2 Health and Safety Representative training. The training should be often enough and in diverse enough locations to cater for MBIEs 100+ Health and Safety Representatives to attend throughout the year and throughout New Zealand.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",17483295,Request for Proposals,Open Competition,National Survey of Employers,593,20160504,20160531,20160907,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment is seeking a suitably qualified provider to conduct the 2016/17, 2017/18 and 2018/19 National Survey of Employers. Since 2011 MBIE has undertaken an annual survey to monitor employer practices and perspectives regarding recruitment, employment relations, employment standards, workplace health and safety, and employing recent migrants. The survey results provide a snapshot of employer views and workplace practices in New Zealand. The Ministry is looking for credible providers who have the capability and experience to run a nationally representative survey of approximately 2,000 employers. Potential Respondents need to have an excellent track record delivering services of this nature and must meet the preconditions listed.",Awarded,"Contract start date:5 August 2016 Contract term: 3+2",20201117 "Ministry of Business, Innovation and Employment",17508284,Request for Proposals,Open Competition,INZ Border Examination Equipment Upgrade,591,20160511,20160601,20160804,,Sole Agency,No,,"This Request for Proposals (RFP) is for the replacement of Immigration New Zealand???s (INZ) passport scanning and document inspection equipment which is used to undertake examination of questioned passports and documentation at Wellington, Auckland and Christchurch airports.",Awarded,"Tender Number: 591 Tender Title: INZ Border Examination Equipment Upgrade Name of Successful Tenderer: CSI Technologies Ltd Description of goods/services provided: Supply and Support Services for Border Examination Equipment Location (Wellington/Auckland etc): Auckland, Christchurch and Wellington Contract Start date: 2 Aug 2016 Term of Contract (including rights of renewals): 3 years + 2 Contract Value (including renewals): $470,005.52 (for initial term) Rates for renewal to be negotiated at time of renewal Was it published on GETS or a selected tender? (please pick one only) Published on GETS Confirm contract has been signed & unsuccessful tenderers advised: YES",20201117 "Ministry of Business, Innovation and Employment",17516738,Request for Proposals,Open Competition,All of Government Air Travel Services Request for Proposals,,20160513,20160617,20190524,,All of Government,No,,"In December 2011 the Ministry of Business, Innovation and Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) agreement for the supply of Air Travel Services. The agreement is due to expire. MBIE intends to have the new solution in place by December 2016 and for Participating Agencies to begin purchasing from the new solution on 1 March 2017. MBIE issues this Request for Proposals (RFP) for a replacement solution and intends to appoint a Panel of Suppliers with the capability and capacity between them to: - supply Air Travel Services for individual and groups of passengers, within - New Zealand, and - between New Zealand and the rest of the world, and - provide Additional Services and account management. Providers of air travel are encouraged to: - Review the RFP, which includes details of the requirements, the RFP process, and all other relevant information. - Register for the Respondent Briefing which will be held at 2.00pm, Monday 23rd May 2016 at MBIE, 15 Stout Street, Wellington. Email airtravel.rfp@mbie.govt.nz to register. Please note there is a maximum of three attendees per respondent.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",17521177,Request for Proposals,Open Competition,Employment Mediation Services,596,20160516,20160610,20190524,,Sole Agency,No,,Employment Mediation Services are specialist employment mediation and dispute resolution services provided by the Ministry of Business Innovation and Employment (MBIE) Resolution Services team as part of its obligations under the Employment Relations Act 2000 (the ERA Act). MBIE is looking to engage highly capable professional mediators experienced in employment matters to support the high quality service already provided by its experienced in-house mediators. We are looking for responses from both individuals and organisations that provide mediation services. In all cases it is the expertise and qualities of the individual mediator that are critical to the overall delivery of the service.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",17533261,Request for Proposals,Closed Competition,Local authority monitoring of price signals for the national policy statement on urban development capacity,597,20160519,20160531,20190524,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is working with the Ministry for the Environment (MfE) to develop a National Policy Statement on Urban Development Capacity (NPS-UDC), to be issued under the Resource Management Act 1991 (RMA). This National Policy Statement will help ensure that planning decisions provide sufficient development capacity to meet demands for housing and business space. As part of this, it will require local authorities to monitor prices signals, to better understand property markets and enable them to provide for public needs. MBIE is seeking a report on a range of property price signals and the benefits, costs, feasibility, interpretation and utility to local and central government of local authorities monitoring these.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",17568388,Request for Proposals,Closed Competition,The Impact of the performance of the non-tradable sector on the tradable sector,600,20160531,20160609,20160707,,Sole Agency,No,,We are seeking a supplier to review the New Zealand and International evidence regarding the impact of the productivity of the non-traded sector of the New Zealand economy on the performance of the traded sector. This will be an important input into the information that MBIE draws on when advising Minsters about economic policy settings.,Awarded,"Contract Start date: 4 July 2016 Term of Contract (including rights of renewals): July 2016 ??? March 2017 Contract Value (including renewals): $17,450 (for phase 1 of project) Note: total for phases 1-3 capped at $50,000. Specific amounts for phases 2 and 3 will be determined later in 2016/17 financial year.",20201117 "Ministry of Business, Innovation and Employment",17569472,Request for Proposals,Open Competition,Panel of Suppliers to deliver Staff Safety Management and De-escalation Programmes,598,20160601,20160628,20161014,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) has staff that is involved in a wide range of operational and service delivery interactions with the public, where risks of encountering violence and/or aggressive, abusive and challenging behaviour may occur. To maximise the opportunity for our staff to work safely, MBIE requires an integrated health and safety programme that ensures staff have the knowledge and skills to safely, effectively and professionally engage and interact with members of the public. This needs to reach across a continuum of interactions ranging from customer service to arrest and detention in both MBIE premises and external operating environments. A programme of training that incorporates ongoing refresher training that mitigates potential harm to our staff is sought from providers in this area. The following areas of training are required: 1. Situational Safety and Tactical Communication (for staff in a face-to-face situation i.e. Compliance Officers) 2. De-escalation ??? dealing with aggressive, abusive and challenging behaviours (for staff in a non-face-to-face situation i.e. Contact Centre staff) 3. Duress Alarm Response 4. ???BowTie??? Risk and Hazard Mitigation 5. Investigative Interviewing and P.E.A.C.E 6. Driver Education We are looking to establish a panel of up to ten (10) suppliers.",Awarded,"Tender Number: 598 Tender Title: Panel of Suppliers to deliver Staff Safety Management and De-escalation Programmes Name of Successful Tenderers: ??? AutoSense Limited ??? Allsafe Solutionz Ltd ??? CERT Systems Ltd ??? C4 Group Ltd ??? Forensic Interview Solutions Limited ??? Impac Services Ltd ??? OPSEC Solutions Ltd ??? Skillset New Zealand Limited Description of goods/services provided: To maximise the opportunity for our staff to work safely, MBIE requires an integrated health and safety programme that ensures staff have the knowledge and skills to safely, effectively and professionally engage and interact with members of the public. A programme of training that incorporates ongoing refresher training that mitigates potential harm to our staff is sought from providers in this area. The following areas of training are required: 1. Situational Safety and Tactical Communication (for staff in a face-to-face situation i.e. Compliance Officers) 2. De-escalation ??? dealing with aggressive, abusive and challenging behaviours (for staff in a non-face-to-face situation i.e. Contact Centre staff) 3. Duress Alarm Response 4. ???BowTie??? Risk and Hazard Mitigation 5. Investigative Interviewing and P.E.A.C.E 6. Driver Education Location (Wellington/Auckland etc): o Wellington o Auckland o Christchurch o Manukau o Hamilton o Palmerston North o Other large regional centres as required Contract Start date: October 2016 Term of Contract (including rights of renewals): 2 + 1 + 1 Contract Value (including renewals): n/a ??? Panel Arrangement",20201117 "Ministry of Business, Innovation and Employment",17580998,Request for Proposals,Open Competition,Criminal Proceeds Asset Management - Request for Proposals - Stage 1,RFP 602,20160615,20160630,20170407,,Sole Agency,No,N/A,"This Request for Proposal (RFP) is an open invitation to suitably qualified suppliers to submit a Proposal for the Criminal Proceeds Asset Management contract opportunity. This RFP is a single-step procurement process with a staged release of information. This tender notice relates to Stage 1 of the process. REGISTRATION REQUIRED IN ORDER TO RECEIVE STAGE 2 DOCUMENTATION. If you are interested in this opportunity you will need to register to receive a copy of the RFP Stage 2 documentation. Due to the security sensitive nature of this procurement there will be a staged release of information. RFP Stage 2 documentation will be provided through a closed release to those who have registered an interest and been vetted as an appropriate and legitimate business. Registration closes 12:00pm Thursday 30th June 2016. DO NOT SUBMIT YOUR REGISTRATION VIA GETS. Registrations must be submitted electronically via email to our Point of Contact.",Awarded,"As a result of this tender a service agreement has been awarded. Tender Number: MBIE-0602 Tender Title: Criminal Proceeds Asset Management Name of Successful Tenderer: [withheld for security reasons] Description of goods/services provided: Provision of services related to the inspection, recovery and seizure of restrained property under the Criminal Proceeds (Recovery) Act 2009 and the Sentencing Act 2002. Contract Start date: 01/03/2017 Term of Contract (including rights of renewals): 10 years Contract Value (including renewals): approximately $3.6M",20201117 "Ministry of Business, Innovation and Employment",17655746,Request for Proposals,Closed Competition,Criminal Proceeds Asset Management - Request for Proposals - Stage 2,RFP 602,20160707,20160801,20170407,,Sole Agency,No,,"This is Stage 2 documentation for the Criminal Proceeds Asset Management RFP. Please note: - All proposals and questions must be submitted via GETS. - Responding to Stage 1 does not require you to respond to Stage 2 if upon review of the attached Stage 2 documentation you decide this opportunity is not for you. - The content of Stage 2 is confidential and must be treated as such.",Awarded,"As a result of this tender a service agreement has been awarded. Tender Number: MBIE-0602 Tender Title: Criminal Proceeds Asset Management Name of Successful Tenderer: [withheld for security reasons] Description of goods/services provided: Provision of services related to the inspection, recovery and seizure of restrained property under the Criminal Proceeds (Recovery) Act 2009 and the Sentencing Act 2002. Contract Start date: 01/03/2017 Term of Contract (including rights of renewals): 10 years Contract Value (including renewals): approximately $3.6M",20201117 "Ministry of Business, Innovation and Employment",17677562,Request for Proposals,Open Competition,Identity Document Verification Service,RFP 604,20160711,20160801,20170919,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking an Identity Document Verification Service (IDVS) ???the Service??? that can be used to validate a range of identity documents presented by the public. The New Zealand Business Number (NZBN) Act requires MBIE to assign New Zealand Business Numbers to sole traders, partnerships and trusts. The Shared Business Entity Register (SBER) project plans to complete this task 30 November 2016. It is intended that the Service will be used to support the registration and maintenance of sole traders, partnerships and trusts. In addition, the Service may be further deployed to become an enterprise-wide resource to support other business services within MBIE that require verification of identity documents.",Awarded,Contract awarded November 2016.,20201117 "Ministry of Business, Innovation and Employment",17707612,Request for Proposals,Closed Competition,Fuel Quality Testing Services RFP,599,20160719,20160809,20161125,,Sole Agency,No,,"The Ministry of Business, Employment and Innovation (MBIE) is looking for a suitably qualified supplier of fuel testing services that can undertake a range of tests as part of the Trading Standards role of having regulatory oversight of the New Zealand fuel industry. Our testing requirements relate to the quality and compositional standards as prescribed by the current Engine Fuel Specifications Regulations.",Awarded,Contract term 26 September 2016 - 26 September 2021,20201117 "Ministry of Business, Innovation and Employment",17712237,Request for Proposals,Open Competition,DNA Sample Analysis,605,20160720,20160815,20170822,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select a vendor to contract with for the confidential service of DNA sample analysis for relationship verification on behalf of Immigration New Zealand (INZ). The RFP will detail the terms by which INZ will provide payment in exchange for services to be provided by a selected tester of DNA samples.",Not Awarded,Contract was awarded to Cellmark. DNA Diagnostics will provide services in a non-exclusive contract,20201117 "Ministry of Business, Innovation and Employment",17712710,Request for Proposals,Open Competition,Renewal of Management Rights for Cellular Services in 1800 and 2100 MHz bands,601,20160720,20160826,20170822,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the ???Renewal of management rights for cellular services in the 1800 and 2100 MHz bands: Calculation of spectrum value??? contract opportunity. The Ministry of Business, Innovation and Employment (MBIE) is responsible for managing and providing advice relating to the management of the radio frequency spectrum in New Zealand. Cellular rights in the 1800 MHz and 2100 MHz bands will expire in 2021. These are used for 4G and 3G services respectively. The government is looking to renew the rights in these bands and is seeking advice on the value of these spectrum bands as part of a renewals process.",Not Awarded,Plum Consulting were awarded the contract,20201117 "Ministry of Business, Innovation and Employment",17760018,Request for Proposals,Closed Competition,Crown Land Development Programme - Property Management Services,608,20160804,20160812,20170405,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) administer the Crown Land Development Programme (CLDP) on behalf of the New Zealand Government. The purpose of the CLDP is to facilitate the development of state housing in Auckland. In particular, the delivery of Social and affordable housing outcomes developed at pace is a key factor. In order to do this, the CLDP will identify underutilised Crown Land from a variety of different Ministries / Crown Agents and seek to acquire this land for the purposes of the CLDP. Once acquired, the land will eventually be sold to a development partner - subject to agreed outcomes around pace and tenure. Within the period from MBIE acquisition to on-sale to a development partner (???the interim period???), MBIE are required to manage and maintain the land. MBIE is looking to procure the services of a property management consultant who can undertake the appropriate management and maintenance of each site.",Awarded,"Contract term 12 months with 12 month right of renewal. Start date 10 October 2016",20201117 "Ministry of Business, Innovation and Employment",17773986,Request for Proposals,Open Competition,Tourism Labour and Skills ??? Understanding Flows,609,20160808,20160829,20161014,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking to appoint a supplier to provide labour market analysis of entries into, and exits from, jobs in the New Zealand tourism industry. Increasing global demand is underpinning significant growth in New Zealand???s tourism sector. In the past two years the sector has experienced phenomenal levels of visitor arrivals and spending, and the latest tourism growth forecasts show there is no sign of growth slowing down. In order for New Zealand???s providers of visitor accommodation, transport, activities and attractions to adequately plan and invest for this continued strong growth, they need to be able to access reliable and appropriately skilled staff. This includes staff that can meet a diverse range of visitor needs. In order for government agencies to establish appropriate policy settings to support tourism providers, we need good quality information about the system that supports people to access the education and training needed to work effectively in the tourism industry. A gap has been identified in relation to our understanding of the types of qualifications people are attaining before they enter the industry, where these qualifications come from, the usefulness of those qualifications in obtaining work in the industry, and the flow of people into and out of the industry, to the extent this is possible. A key objective of this research will be to provide reliable data to answer these questions and also identify any gaps in our understanding that require further work.",Awarded,"Contract award date: 23 September 2016 Total Value: $49,500 Contract term: 23 September 2016 - 31 December 2016 Renewal terms: None",20201117 "Ministry of Business, Innovation and Employment",17778751,Request for Proposals,Open Competition,Services for Accelerator 3.0,,20160809,20160902,20190524,,Sole Agency,No,,"Result 9: Better for Business is being run out of the Ministry of Business, Innovation and Employment (MBIE), it aims to deliver better public services to business customers. In April 2015, R9 launched a pilot for the first accelerator process for government projects. Accelerator 1.0 tested the Accelerator methodology in government to determine whether the approach should be adopted by government. Minimal Viable Products (MVPs) were developed through the accelerator that solved business pain points. Accelerator 2.0 operated an improved version of the first iteration incorporating the key lessons learned, and sought to stimulate more MVPs addressing business customer pain points. It included a due diligence phase and a Post Accelerator Support Programme for successful teams, to assist them with further development of their prototypes post-Demo Day. MBIE is seeking a suitably qualified supplier or suppliers that can provide activities and services in support of the upcoming Accelerator 3.0 programme.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",17785997,Request for Proposals,Open Competition,Occupational Licensing Common Platform,610,20160811,20160922,20170410,,Sole Agency,No,,"MBIE is going to market for an Occupational Licensing Regimes Common Platform (OLRCP) solution. The project has been initiated to address the problem we have with multiple licensing regimes operating on discrete platforms. Our objective is to create a new multi-tenanted platform for occupational licensing regimes, and on-board three foundation regimes within the project. MBIE expects that the solution will be a COTS/SaaS (Software as a Service) solution that requires minimal configuration and customisation to meet MBIE???s requirements as detailed in this RFP.",Awarded,"Company name: Infor NZ Start date: 06 March 2017 End date: 06 March 2022 Renewal terms: 2 x 2 years Total Value: $5,570,196.19 whole of life including renewals",20201117 "Ministry of Business, Innovation and Employment",17829698,Request for Proposals,Open Competition,Temporary Village Infrastructure Removal and Site Remediation,606,20160824,20160920,20161014,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) has recently sold 22 houses at the Canterbury earthquake temporary accommodation village established on the Kaiapoi Domain in Canterbury. The houses are in the process of being removed by purchasers. The Ministry is seeking to obtain services for the removal of in-ground services, roads and hardstands, above ground infrastructure, and for site remediation. Under current plans, once these villages are no longer required for temporary accommodation purposes, MBIE intends to remove the housing and return the sites to their original condition. The ???work??? will include removal of services, above ground infrastructure, roads and hardstands installed during the construction of the villages and remediation of the land. Services installed include sewers, storm water drainage, power, water, and telecommunications, roads and driveways, street lighting and fencing materials.",Awarded,"Contract award date: 11 October 2016 Contract value: $105,488 Contract term:17/10/16 - 25/03/17 Renewal terms: None",20201117 "Ministry of Business, Innovation and Employment",17845746,Request for Proposals,Closed Competition,Food and Beverage Information Project 2016-2020,603,20160830,20160926,20161222,,Cluster,No,,"This Closed Request for Proposals (RFP) is an invitation to shortlisted Suppliers to submit a full Proposal for the Food and Beverage Information Project 2016-2020. This Closed RFP is the second step in a multi-step procurement process.",Awarded,"Tender Number: 603 Tender Title: Food and Beverage Information Project 2016-2020 Name of Successful Tenderer: Coriolis Limited Description of goods/services provided: Consultancy Location (Wellington/Auckland etc): Auckland Contract Start date: 21/12/2016 Term of Contract (including rights of renewals): 5 years Contract Value (including renewals): $1,250,000",20201117 "Ministry of Business, Innovation and Employment",17851607,Request for Proposals,Open Competition,All-of-Government Electric Vehicles,,20160831,20160927,20161220,,All of Government,No,,"In support of the Government's Electric Vehicle Programme, this procurement opportunity seeks to enhance access to Electric Vehicles for the public sector through the addition of new Suppliers to the existing AoG Vehicles solution.",Awarded,"The awarded suppliers are for the supply of electric vehicles and will be added to the current AoG panel members to increase the volume and range of electric vehicles. The panel of electric vehicle suppliers is open, which means car manufacturers can apply to join when they have new, or near new, electric vehicles available to supply the New Zealand market. This procurement has achieved its aim of enhancing the number of Electric Vehicle models available through the AoG panel and provides access to the broadest range of product available to New Zealand, that meet the requirements of government, at prices that are exceptionally good against the recommended retail price.",20201117 "Ministry of Business, Innovation and Employment",17872155,Request for Proposals,Closed Competition,Open Access to Weather Data Report,611,20160905,20160919,20161125,,Sole Agency,No,,,Awarded,Contract term 2/11/16- 30/11/16,20201117 "Ministry of Business, Innovation and Employment",17893183,Request for Proposals,Closed Competition,Ara Evaluation,612,20160909,20160923,20161125,,Sole Agency,No,,"An evaluation of the Ara initiative at Auckland International Airport Ltd (AIAL) and surrounding precinct is required. The goal of this will be to assess what has worked well, and make recommendations for how Ara could be improved in the future. These recommendations could inform AIAL???s development of its own plan for Ara???s operation in the future. Also in scope is whether the Ara model can be expanded or replicated in other areas. An additional purpose of the evaluation is therefore to document the key components of the Ara model and identify the factors that have contributed to Ara???s success. This will help to determine when the Ara model, or components of, could be appropriate for use in other projects, initiatives, sectors or regions.",Awarded,Contract term: 21/10/16- 27/01/17,20201117 "Ministry of Business, Innovation and Employment",18075971,Request for Proposals,Closed Competition,Investigation Case Management System,614,20161031,20161205,20190524,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking proposals for the supply of an Investigation Case Management System (ICMS) for all regulatory investigation teams within MBIE for their end to end investigative lifecycle. MBIE is keen to hear from suppliers who can clearly demonstrate and provide evidence that they can present an established end to end software solution for investigations case management. MBIE expects the preferred supplier to have proven knowledge, experience and expertise in designing, developing and implementing investigation case management solutions and preferably in markets and to clients of similar nature to MBIE’s regulatory regimes.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18082128,Request for Proposals,Open Competition,Mine Plan Management Solution,,20161031,20161201,20170919,,Sole Agency,No,,"The Ministry of Business Innovation and Employment and WorkSafe NZ are collaborating on a joint project to build a national catalogue of mine plans including a repository for the storage of digital mine plans. We are seeking a predominantly commercial of the shelf and/or software as a service solution with minimal customisation to meet our business requirements. Key functionality we are seeking includes the following: 1. Ability to administrate content 2. Allow management reporting on the content and activity 3. Search a catalogue of mine plans and obtain results 4. Preview thumbnails and download digital copies if they are available 5. A solution that is easy to use (general public as well as Ministry and WorkSafe staff and mine operators), scalable, reliable and technically sound",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18127330,Request for Proposals,Open Competition,Request for Proposals for All-of-Government External Recruitment Services,,20161118,20170201,20171013,,All of Government,No,,"Request for Proposal - All-of-Government External Recruitment Services Attached is the Request for Proposal (RFP) for the All of Government (AoG) External Recruitment Services solution. The Ministry of Business, Innovation and Employment (MBIE) is establishing an AoG solution for the provision of recruitment services to government agencies. The solution will support government agencies in purchasing recruitment services in an efficient and effective manner while ensuring quality and value for money. The solution will replace the current AoG External Recruitment Services contract which expires in September 2017. The following services are within scope of this RFP: Primary Services Primary Services are the supply of External Recruitment Services to Eligible Agencies relating to these Placement Types: •Permanent (and its variants) •Temporary •Contractor for the placement of staff within these Job Families: •Common Administration and Corporate •Common IT as well as: •Services for Payroll-only Contractors For delivery in these regions: •Wellington •Auckland •Christchurch Additional Services Additional Services include but are not limited to: •Psychometric Assessments •Technology Solutions •Interview Support •Assessment Centre Facilitation •Workforce Management Support RFP briefing Interested suppliers of Recruitment Services are invited to a RFP briefing on 25 November 2016 at MBIE's head office in 15 Stout St, Wellington from 12:45pm to 1:45pm. Places are strictly limited and are being offered on a first come first served basis. To ensure a wide range of attendance, we request that suppliers send only one representative to the briefing. The link to register for the briefing is provided below. RFP response All responses to this RFP will be received electronically through GETS. Responses will not be accepted through any other channel. Given the proximity to the Christmas holidays, MBIE is giving an extended period for RFP submissions to allow suppliers sufficient time to complete their responses. Responses must be submitted by 1 February 2017. Contact: recruitment.coe@mbie.govt.nz RFP Briefing registration: https://mbie.wufoo.com/forms/r3mdokc1txty2q/ Procurement webpage: www.procurement.govt.nz",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded to 40 providers for the supply of All-of-Government (AoG) External Recruitment Services. The new contract replaced the previous External Recruitment Services contract which expired on 19 September 2017. The new contract commenced on 20 September 2017.",20201117 "Ministry of Business, Innovation and Employment",18179967,Request for Proposals,Open Competition,Medical Assessment Services for Immigration New Zealand,618,20161125,20170131,20190524,,Sole Agency,No,,"Immigration New Zealand (INZ) currently medically assess up to 50,000 Immigration Medical Exams (IME) annually. These assessments provide health based opinions for Immigration Officers to determine the outcome of Visa applications. INZ requires contracted Medical Assessors to join our team and help grow New Zealand for all. Doctors with a background in General Practice (GP), medical assessment or other relevant medical fields are invited to apply. In accordance with policy and law, INZ makes decisions about entry to and residence in New Zealand. The services to be provided is assessing medical certificates from people who have applied for temporary and permanent entry to New Zealand and to provide advice to INZ on whether the applicant has an Acceptable Standard of Health. The services are to be provided on a contract basis and the service provider is required to: • Be a registered medical practitioner with a minimum of five years of post-graduation experience • Undergo INZ training if required to develop an understanding of INZ legislation, policy and procedures • Be a New Zealand resident, citizen or have the right to reside permanently in New Zealand • Have no significant conflicts of interest • Be computer literate.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18217247,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government,621,20161208,20170127,20190619,,Sole Agency,No,,"Please find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 13 January 2017 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 13 January 2017. Tender responses will be required, as set out in the RFT, by 5pm GMT 27 January 2017. If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18229822,Request for Proposals,Open Competition,Employment Mediation Services: Otago and Southland Region,620,20161213,20170131,20170410,,Sole Agency,No,,"Employment Mediation Services are specialist employment mediation and dispute resolution services provided by the Ministry of Business, Innovation and Employment (MBIE) Resolution Services (RS) team as part of its obligations under the Employment Relations Act 2000 (the ERA Act). MBIE is looking to engage highly capable professional mediators experienced in employment matters to support the high quality service already provided by its experienced in-house mediators. These mediators will be providing services in the Otago and Southland region. Our mediation applications in this region are primarily located in Dunedin (43%), Invercargill (32%) and the Queenstown area (15%), with an employed mediator in Dunedin. MBIE currently travels to locations outside of Dunedin in order to meet customer demand – this may be by regular circuiting, or otherwise on demand.",Awarded,"Tender Number: RFP620 Tender Title: Employment Mediation Services: Otago and Southland Region Name of Successful Tenderer/s: Jude Lainchbury Employment Law Solution and New Zealand Mediators Limited Description of goods/services provided: Employment mediation services Location (Wellington/Auckland etc): Otago Southland Contract Start date: 01 May 2016 (Jude Lainchbury) 20 March 2017 (New Zealand Mediators) Term of Contract (including rights of renewals): 3 years Contract Value (including renewals): $240,000 Was it published on GETS or a selected tender? (please pick one only) GETS",20201117 "Ministry of Business, Innovation and Employment",18244548,Request for Proposals,Open Competition,Specialist Telecommunications Engineering and Market Expert(s),622,20161216,20170131,20170405,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is seeking specialist telecommunications engineering and market experts to join our Commerce, Consumers and Communications Branch. Given the ever-changing dynamics of the telecommunications sector, we require expertise to bridge the gap between government and industry on a technical knowledge basis, and to support the creation of effective telecommunications policy for the future.",Awarded,"Start date: 3 April 2017 End date: 29 March 2018",20201117 "Ministry of Business, Innovation and Employment",18244683,Request for Proposals,Open Competition,Request for Additional Clinic Providers to Join the Onshore Panel Physician Network,624,20161216,20170131,20170306,,Sole Agency,No,,"Currently Immigration New Zealand (INZ) has a panel of physicians and radiologists who complete Immigration Medical Examinations (IMEs) in New Zealand using eMedical. The current panel is referred to as the Onshore Panel Physician Network (OPPN). INZ is releasing the Request for Proposal (RFP) seeking additional clinic providers of medical services to join the OPPN in Panmure, Auckland with an anticipated capacity required is 50-80 IMEs per month.",Not Awarded,,20201117 "Ministry of Business, Innovation and Employment",18330062,Request for Proposals,Open Competition,Housing Infrastructure Fund: Call for Final Proposals,Housing Infrastructure Fund,20170201,20170331,20190524,,Sole Agency,No,,"Call for Final Proposals: Housing Infrastructure Fund Attached is the Call for Proposals (CfFP) for the Housing Infrastructure Fund (HIF). The Government is making $1 billion available to assist high growth councils to advance infrastructure projects important to increasing housing supply through the HIF. It is a one-off contestable fund which councils in high-growth areas can apply to for interim funding to bring forward the roading, water and other infrastructure required for new housing: especially where financing issues are holding up development. The Ministry of Business, Innovation and Employment (MBIE) is managing the Call for Final Proposals process. The HIF is open only to Territorial Authorities which are in, or part of, a high growth urban area. As at September 2016 these are: 1.) Auckland Council, Hamilton City Council, Tauranga City Council, Christchurch City Council and Queenstown-Lakes District Council; and 2.) Waikato District Council, Waipa District Council, Western Bay of Plenty District Council, Selwyn District Council and Waimakariri District Council to the extent that parts of these councils form part of a high-growth urban area. The HIF is not open to responses from non-eligible councils or other organisations, entities or individuals. Only proposals received from eligible councils will be considered. Eligible councils responding to this CfFP must submit electronically through GETS. Responses will not be accepted through any other channel, and must be submitted by 31 March 2017. Contact: All enquiries related to the Call for Final Proposals must be made through the GETS Questions and Answers facility. The deadline to ask questions is 17 March 2017. HIF on the MBIE website: http://www.mbie.govt.nz/info-services/infrastructure-growth/housing-infrastructure-fund Published Questions and Answers: http://www.mbie.govt.nz/info-services/infrastructure-growth/housing-infrastructure-fund/questions-and-answers",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18342263,Request for Proposals,Closed Competition,Risk Financing and Insurance Secondary Procurement Process Cluster 2 Non-Price,,20170130,20170228,20180302,,All of Government,No,,"On 15 April 2015 the Ministry of Business, Innovation and Employment (MBIE), acting through the Risk Financing and Insurance (RF & I) Centre of Expertise (CoE) entered into Service Agreements with five Intermediary Services Providers (the Panel) for All-of-Government (AoG) RF & I intermediary services to Eligible Agencies (each a Services Agreement). The Panel is invited, via this Secondary Procurement Process (SPP), to propose RF & I solutions for Cluster 2, a Small-Mid Agency Cluster consisting of 21 Participating Agencies with compatible risk profiles.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18342354,Request for Proposals,Closed Competition,Risk Financing and Insurance Secondary Procurement Process Cluster 2 Price,,20170130,20170413,20180302,,All of Government,No,,"On 15 April 2015 the Ministry of Business, Innovation and Employment (MBIE), acting through the Risk Financing and Insurance (RF & I) Centre of Expertise (CoE) entered into Service Agreements with five Intermediary Services Providers (the Panel) for All-of-Government (AoG) RF & I intermediary services to Eligible Agencies (each a Services Agreement). The Panel is invited, via this Secondary Procurement Process (SPP), to propose RF & I solutions for Cluster 2, a Small-Mid Agency Cluster consisting of 21 Participating Agencies with compatible risk profiles.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18380429,Request for Proposals,Open Competition,Regional Skills Matching and Job Assistance Services,626,20170213,20170313,20170824,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking proposals for the delivery of targeted Regional Skills Matching and Job Assistance services that will deliver employment outcomes for priority job-seeking migrants and New Zealand employers who need their skills. The service will support the employment outcomes of the Government's Migrant Settlement & Integration Strategy by: - Increasing the proportion of employed skilled migrant applicants whose employment matches their skills and New Zealand-ready qualifications - Improving the employment rates of job-seeking priority migrant groups - Increasing the transition rate from study to employment for international student graduates with Bachelors level qualifications and above in areas of skill need The Ministry is seeking proposals from interested providers that can deliver the required services throughout one or more regions, as well as providers that can deliver nationwide coverage.",Awarded,"Newcomer Skills Matching Award Notice ??? Agency: MBIE> Immigration New Zealand> Settlement Unit ??? Successful Suppliers: Auckland Chamber, Chinese New Settlers Services Trust, Canterbury Chamber, Hamilton Multicultural Services, Venture Southland, Wellington Chamber of Commerce ??? Service: regional skills matching and job assistance services for migrants ??? Date awarded: 17/07/17 ??? Term of contract: 4 years (2+1+1) ??? Expected spend: $1,136,140 p.a. (excluding GST) ??? Procurement process used: One-step open competitive ??? Did agency use exemption from open advertising: No",20201117 "Ministry of Business, Innovation and Employment",18391919,Request for Quotations,Open Competition,Small Business Roadshow 2017,627,20170220,20170309,20190528,,Sole Agency,No,,"The Minister of Small Business intends to run a cross-government roadshow aimed at small businesses that showcases government support for small businesses. The roadshow will be comprised of up to ten events at various locations throughout New Zealand, commencing in March 2017 and finishing in July 2017. This roadshow builds on the success of the one run in 2016. Depending on the availability of funding, there may be a further ten events. We want these events to be authentically bicultural, and to attract more Maori small businesses to the events. Some may be explicitly targeted at Maori businesses.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18465412,Request for Proposals,Open Competition,Employment Mediation Services: New Plymouth Region,629,20170314,20170421,20190524,,Sole Agency,No,,"Employment Mediation Services are specialist employment mediation and dispute resolution services provided by the Ministry of Business, Innovation and Employment (MBIE) Resolution Services (RS) team as part of its obligations under the Employment Relations Act 2000 (the ERA Act). MBIE is looking to engage highly capable professional mediators experienced in employment matters to support the high quality service already provided by its experienced in-house mediators. These mediators will be providing services in the New Plymouth region. In addition, respondents may be expected to travel to mediations outside of New Plymouth as required.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18491784,Request for Proposals,Closed Competition,Provision of Core Household Furniture for Quota Refugee Families,623,20170321,20170418,20190524,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires the provision of core household furniture for quota refugee families, settling in six different settlement locations across New Zealand. This closed Request for Proposals is the second stage in a two-stage procurement process. The contact persons for this procurement are Kate Lowe (details below) and Jacky Steffert - jacky.steffert@mbie.govt.nz",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18499773,Request for Proposals,Closed Competition,Multilingual Settlement Information,631,20170322,20170412,20190524,,Sole Agency,No,,"This programme is designed to enable migrants from the Strategy’s priority target groups to access appropriate information and advice in their first language and be able to discuss it. The Priority Migrant Target Groups for the MLS are: • Skilled Migrant Category principal applicant visa holders • Former international students on (or in the process of applying to be on) post-study work visas with a qualification at Bachelor’s level (level 7) or above • Partners and families (where appropriate) of skilled principal migrants and skilled temporary visa holders (Essential Skills, Work-to-Residence, Study-to-Work) Additional target groups for settlement information services include all visa holders, excluding those on tourist visas. This closed Request for Proposals is the second stage in a two-stage tender process.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18499827,Request for Proposals,Closed Competition,Chinese Settlement Information,632,20170322,20170412,20190527,,Sole Agency,No,,"This programme is designed to enable migrants from the Strategy’s priority target groups to access appropriate information and advice in their first language and be able to discuss it. The Priority Migrant Target Groups for the CSI Programme are: • Skilled Migrant Category principal applicant visa holders • Former international students on (or in the process of applying to be on) post-study work visas with a qualification at Bachelor’s level (level 7) or above • Partners and families (where appropriate) of skilled principal migrants and skilled temporary visa holders (Essential Skills, Work-to-Residence, Study-to-Work) Additional target groups for settlement information services include all visa holders, excluding those on tourist visas. This closed Request for Proposals is the second stage in a two-stage tender process.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18518422,Request for Quotations,Closed Competition,Office Supplies Secondary Procurement,633,20170327,20170420,20170822,,Sole Agency,No,,The key objective of this procurement is to review and compare the services and products available from the AoG panel of suppliers to ensure MBIE are receiving the best value for money from the contract.,Awarded,"Staples have been awarded the contract following a secondary procurement process. They will cover Key Office Supplies, ICT Consumables, Educational Supplies and Washroom Consumables",20201117 "Ministry of Business, Innovation and Employment",18520567,Request for Quotations,Closed Competition,Language Assistance Services Project,630,20170328,20170417,20170606,,Sole Agency,No,,"We are seeking a consultant to develop a Business Case identifying the preferred commercial model to deliver Language Assistance (interpreting and translation) Services (LAS) for non-English speaking people to access public services in New Zealand. The business case will need to be informed by a market assessment of LAS delivery in New Zealand, including background research on current LAS provisions across the public sector, an environmental scan of the LAS sector and the interaction between the main interpreting and translation services providers, various accreditation systems and bodies, and key professional membership organisations.",Not Awarded,Martin Jenkins has been awarded this contract.,20201117 "Ministry of Business, Innovation and Employment",18560839,Request for Proposals,Open Competition,Request for Additional Clinic Providers to Join the Onshore Panel Physician Network,,20170410,20170512,20190524,,Sole Agency,No,,"Currently Immigration New Zealand (INZ) has a panel of physicians and radiologists who complete Immigration Medical Examinations (IMEs) in New Zealand using eMedical. The current panel is referred to as the Onshore Panel Physician Network (OPPN). INZ is releasing the Request for Proposal (RFP) seeking additional clinic providers of medical and radiology services to join the OPPN in the following locations:  - Te Anau, Southland  - Anticipated capacity required is 10 IMEs per month This is to fill existing or emerging service gaps in the network. INZ recognises that the Te Anau region may not boast both medical and radiology services therefore INZ reserves the right to select either a medical only or radiology only practice depending on the responses received.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18591036,Request for Proposals,Open Competition,ICT Skills Equivalence Assessment Programme,637,20170424,20170522,20190523,,Sole Agency,No,,"MBIE is seeking to engage a supplier to administer an ICT skills equivalence programme to prospective New Zealand immigrants. The objective is to enable a robust process for highly skilled ICT applicants without formal qualifications to demonstrate that their ICT skills are equivalent to a formal qualification, to allow them to apply for a New Zealand visa under the Skilled Migrant Category. The technology sector is one of New Zealand's fastest growing industries. There is growing global demand for ICT professionals and managers and New Zealand is competing with many other countries to attract and retain skilled workers. The sector faces unique challenges as highly skilled tech professionals often: * do not have formal qualifications that are currently essential for migrants wanting to work in New Zealand's digital technology sector under the Long Term Skill Shortage List (LTSSL) or the Skilled Migrant Category (SMC); or * hold a tertiary qualification or have a tertiary degree in an unrelated field; and/or * have difficulty demonstrating five years of experience can also be challenging as many work as freelancers or for unconventional organisations (e.g. open-source collaborations). The risk is that the sector, and New Zealand, misses out on talent and skills it has identified as being the most valuable due to the limitations of Immigration's current policy and procedures.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18650040,Request for Proposals,Closed Competition,NZSPG Evaluation RFP,636,20170511,20170607,20170720,,Sole Agency,No,,"The New Zealand Screen Production Grant (NZSPG) was introduced in 2014 and seeks to provide economic, industry development and cultural benefits to New Zealand through incentivising and supporting screen industry productions that would otherwise not have been made here. It is made up of two elements, the NZSPG ??? International and NZSPG ??? New Zealand. MBIE and MCH are seeking to appoint a supplier to undertake an economic impact analysis and cultural impact analysis of the grant, three years after its introduction.",Awarded,"A contract has now been awarded to Sapere. Thank you to those that took the time to respond. If you would like a debrief on the process and your response please contact bridget.pope@mbie.govt.nz",20201117 "Ministry of Business, Innovation and Employment",18650857,Request for Proposals,Open Competition,Weathertight and Tenancy Services Support Panel,MBIE 634,20170511,20170607,20190523,,Sole Agency,No,NA,"Request for Proposal for Weathertight and Tenancy Services Support Panel The Ministry of Business, Innovation and Employment (the Ministry) is seeking to establish of a Panel of three Contractor types, Building Assessor, Quantity Surveyor and Weathertight Quality Assurer, who can provide fit-for-purpose and value-for-money services to support Weathertight Services and the Tenancy Compliance and Investigations Team in their delivery of activities in relation to the Residential Tenancies Act 1986, the Weathertight Homes Resolution Services Act 2006, the Weathertight Homes Resolution Services Amendment Act 2016, and the Ministry more broadly when appropriate. All questions must be submitted via GETS by 12:00 p.m. on 31 May 2017. RFP responses must be uploaded to GETS Electronic Response Box. Three sample template documents will me made available as an addendum to this notice as soon as possible. They are the Change Request Review Checklist, Final Claim Review and Payment Plan Review.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18673508,Request for Quotations,Open Competition,"Ng?? Haerenga, The New Zealand Cycle Trail ??? Track Counters",641,20170518,20170602,20170731,,Sole Agency,No,,"The key objective of this procurement is to ensure that the Great Rides are able to collect and record quality data about their users, to support the economic and social benefits of the trail as a result of investment in the Great Ride. The procurement???s proposed outcomes are: enable the Great Rides to deploy counters of a quality that will efficiently and consistently measure trail usage capture the economic benefits of bulk purchasing significantly progress Great Ride capability towards delivering national consistency in cycle trail counting data ensure that the government is better able to consistently and reliably measure the on going success of its investment in the Great Rides. Procuring the recommended trail counters and associated services is the best way to meet the identified needs because it increases the capability and reliability of trails to collect good quality user data without delay.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18675081,Request for Quotations,Open Competition,Trade Remedies Investigator,642,20170518,20170531,20170704,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is responsible for administering New Zealand???s trade remedies regime, which protects New Zealand industry from unfair trading practices by overseas competitors. This includes the dumping of goods (selling them in New Zealand at a lower price than in the country of export) and the subsidisation of goods (selling goods that receive support from a foreign government during their production or export). New Zealand???s trade remedies regime fulfils the requirements of the World Trade Organisation???s Agreement on Implementation of Article VI (Anti-dumping) of GATT 1994 and the World Trade Organisation Agreement on Subsidies and Countervailing Measures. MBIE is seeking an expert trade remedies investigator to work on trade remedies investigations.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18683269,Request for Proposals,Open Competition,Employment Mediation Services RFP: Northland and/or Marlborough,643,20170522,20170623,20190523,,Sole Agency,No,,"Please note: this opportunities can apply to either Northland or Marlborough or both. Addition information can be found in the attachments in the RFP document. MBIE is responsible for providing employment mediation services under the Employment Relations Act 2000 (the ERA Act). Our vision is to support all New Zealanders to move through disputes and get on with their lives. We have recently undertaken a review of our services to ensure that our employment mediation service footprint, national reach and delivery of services are organised in a manner that while allowing us to continue to provide high quality mediations are also flexible enough to ensure we can meet demand and customer needs, while being responsibly cost effective. We currently have experienced, high quality mediators employed within our employment mediation teams and this will not change. We have however identified that there is a need to support and supplement this with high quality, experienced employment mediators in a mixed model approach, utilising employees and service providers. This will allow us to be flexible in responding to changes in demand while ensuring a consistent New Zealand-wide delivery of the high quality mediations expected by our stakeholders. Our mixed model approach is already in place in five of our centres, and it is now our intent to roll out the model to the Northland and Nelson/Marlborough regions.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18698151,Request for Proposals,Open Competition,All of Government External Legal Services Return to Market,,20170526,20170628,20180125,,All of Government,No,,"In December 2011 the Ministry of Business, Innovation and Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) solution for the supply of External Legal Services. This original solution was for a period of two years with two rights of renewal of two years each. Both rights of renewal have been exercised and this solution will expire in December 2017. MBIE intends to have a new solution for the supply of External Legal Services to Eligible Agencies in place by December 2017 The key objectives of this RFP process are as follows: ??? -to deliver a commercial proposition to Eligible Agencies that is an improvement on the current solution and maximises the likelihood of Eligible Agency participation ??? -to deliver increased value for money through commercial innovation ??? -to further reduce Provider and Eligible Agency costs of engagement through agreed terms, centralised account management, and more effective and efficient approaches to market, including secondary selection processes ??? -to positively influence Participating Agencies??? purchasing decisions in relation to External Legal Services by providing access to value for money criteria such as high quality, performance, commercial innovation and pricing ??? -to provide opportunities to leverage common areas of need across Eligible Agencies through enhanced supply models which will further increase the overall value for money in the purchase of External Legal Services. All responses to this RFP must be received electronically through the TenderLink (https://www.tenderlink.com/mbie-els/) electronic tendering system. Responses will not be accepted through any other channel. Submit your Proposal electronically through Tenderlink by 2.00 pm on Wednesday 28th June 2017. A briefing session will be held in Wellington on 8 June 2017 - please refer to the RFP for details concerning times and location, and how to register.",Awarded,"New AoG External Legal Services contract launched The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded to 31 Providers for the supply of All-of-Government (AoG) External Legal Services. This contract offers a comprehensive range of benefits for the most common types of New Zealand Government???s legal needs: ??? Banking & Finance ??? Corporate & Commercial ??? Employment ??? Environment & Resource Management ??? Health & Safety (new) ??? Litigation ??? Property & Construction ??? Public ??? Other The new contract replaces the current External Legal Services contract which expired on 22 December 2017. The new contract commenced on 23 December 2017 with an initial term of 3 years and 9 months. Visit www.procurement.govt.nz/contracts/external-legal-services for more information on the AoG External Legal Services contract.",20201117 "Ministry of Business, Innovation and Employment",18699890,Request for Proposals,Closed Competition,Customer Insights Research in the ICT and education provider sector,644,20170526,20170623,20170821,,Sole Agency,No,,"Immigration New Zealand (INZ) is the largest business unit within the Ministry of Business, Innovation and Employment (MBIE) and is embarking on a journey to develop its customer insight capability for its primary customer group ??? beneficiaries who benefit from migrants coming to New Zealand (NZ) as a supply of labour or consumers of their services. INZ seeks to engage a supplier to undertake qualitative customer insights research to help us develop a deeper and richer understanding of beneficiary customer needs, behaviours and preferences, starting with the information and communications technology (ICT) sector and the education provider sector.",Not Awarded,"Immigration NZ has awarded a contract to Gravitas Strategy and Research for Customer Insights Research in the ICT and education provider sector, via the AoG Consultancy Panel. The contract is in place for 5 months with an estimated value of $100,000",20201117 "Ministry of Business, Innovation and Employment",18768824,Request for Proposals,Open Competition,AoG Consultancy Services Panel Refresh - Request for Proposal,,20170627,20170721,20171213,,All of Government,No,,"The Ministry of Business, Innovation and Employment???s (MBIE) Centre of Expertise for Consultancy Services (the CoE) has established an All of Government (AoG) solution for the supply of Consultancy Services. The solution is part of the Government Procurement Programme established in 2009. The Consultancy Services Panel is open in nature and Providers may be added and removed throughout the life of the solution. The CoE is now seeking additional providers who have the capability to deliver quality, value for money Consultancy Services to join the panel. This RFP is also an opportunity for existing Providers to respond to additional subcategories or to change tiers on a subcategory already listed on their Appointment Letter. The Consultancy Services Panel consists of 11 Panels of Providers, one Panel for each of the following subcategories of Consultancy Services: - Accounting - Assurance - Audit - Business Change - Finance and Economics - Human Resource - Marketing and Public Relations - Operations Management and Risk - Policy, Research and Development - Procurement and Logistics, and - Taxation. The CoE is clarifying the scope of the Finance and Economics subcategory to include Actuarial Services. Existing Providers to the Finance and Economics subcategory do not have to submit a response to be able to provide these services however they must wait until the contract award of this RFP to start delivering them under a Consultancy Services Order. Please note, Consultancy Services in the ICT and Property and Construction areas are not sought at this time. The CoE is creating a Protective Security Services Sub Panel from the Operations Management and Risk subcategory Providers. In order to be considered for inclusion on the Sub Panel, existing and new Providers to this category will be required to submit a response via TenderLink. If you are intending on submitting a response to this RFP, please register your interest via the link: https://www.research.net/r/intentiontorespond before 5PM Thursday 6 July. Your registration will help the CoE better plan for the evaluation of your responses. All responses to this RFP must be received electronically through the TenderLink (https://www.tenderlink.com/mbie-consultancy/) electronic tendering system. Responses will not be accepted through any other channel. Please ensure all your questions on the RFP or the RFP process are asked via GETS. Questions asked via any other channel will be directed to GETS.",Not Awarded,The announcement on the new Panel Providers was made 12 December 2017. We have 170 successful Providers as a result of the RFP process. For more information about the Panel Providers please follow this link: http://www.procurement.govt.nz/procurement/all-of-government-contracts/current-all-of-government-contracts/consultancy-services,20201117 "Ministry of Business, Innovation and Employment",18812160,Request for Quotations,Closed Competition,Legal Services Panel - Arbitration Process,649,20170706,20170719,20170822,,Sole Agency,No,,"Establishing a legal panel to assist Canterbury residential cross lease homeowners resolve their differences through arbitration under their Memorandum of Lease, to support earthquake related insurance claims and property repairs.",Not Awarded,"The selected members for the legal panel are; Mortlock McCormack Buddle Findlay Chapmann Tripp Cameron & Co. Wynn Williams White Fox & Jones Cavell Leitch",20201117 "Ministry of Business, Innovation and Employment",18812332,Request for Quotations,Closed Competition,Arbitration Services Panel - Arbitration Process,649,20170706,20170719,20170822,,Sole Agency,No,,"Establishing an arbitrator???s panel to assist Canterbury residential cross lease homeowners resolve their differences through arbitration under their Memorandum of Lease, to support earthquake related insurance claims and property repairs.",Not Awarded,"The selected members for the Arbitration Panel are; Paul Biddington Fairway Resolution Limited Wynn Williams",20201117 "Ministry of Business, Innovation and Employment",18821904,Request for Quotations,Closed Competition,Electric Vehicle Secondary Procurement Process Tranche 1,Tranche 1 EV SPP,20170710,20170728,20180305,,All of Government,No,N/A,"In May 2016 the Government announced its Electric Vehicles (EV) Programme, which is designed to support the government???s national target of 64,000 registered EVs by the end of 2021. As part of the programme, New Zealand Government Procurement (NZGP) has been working with Public Sector agencies and Private Sector organisations to find ways to promote the uptake of EVs in New Zealand???s vehicle fleets. In December 2016, NZGP established a panel of EV suppliers through the All of Government agreement to give Participating Public Sector agencies greater access to EVs. In June 2017, NZGP invited Public Sector agencies and Private Sector organisations to submit their Requirements for EVs. This secondary procurement Request for Quote (RFQ) process is being used to signal those Requirements to the Panel. Panel Suppliers are now invited to submit pricing in response to these Requirements as detailed within the Quotation Response Form (Appendix A).",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18827242,Request for Proposals,Closed Competition,Research programme on a firm-level understanding of competition in New Zealand,MBIE 648,20170712,20170811,20190523,,Sole Agency,No,,"Productivity Hub agencies are interested in investing in a research programme with respected organisations specialising in economic research that will extend our use of New Zealand???s Longitudinal Business Database (LBD) to deepen our understanding of New Zealand???s productivity performance. This work must add real value to policy thinking and advice (i.e., it should complement the research that is already being done in Hub agencies).",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18862786,Request for Quotations,Closed Competition,MBIE 645 Consumer Protection Content Partner,MBIE 645,20170724,20170804,20190529,,Sole Agency,No,,"We require a partner who will work with us to create great website content for consumerprotection.govt.nz that drives engagement with, and understanding of, our consumer awareness messages. Not only will the content read well and look great ??? enticing, shareable and on-brand ??? but it will be accessible to a wide range of users, and meet NZ Government Web Accessibility Standards. Our audience is incredibly broad as we target anyone who is going to, or has already, purchased a product or service ??? that???s nearly every New Zealander aged 8-108+. Having such a broad audience results in some unique opportunities and challenges for us as we work to promote our messages and reach New Zealanders. We want a partner with fresh ideas and smart ways of working, backed up by years of proven delivery experience, great writing and design skills and extensive knowledge of how users consume website content.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18880326,Request for Proposals,Open Competition,MBIE 656 Worksafe Case Management Solution,MBIE 656,20170801,20170904,20190523,,Sole Agency,No,,"This procurement is for the delivery of a Case Management Solution that will support WorkSafe staff to engage, educate, and track compliance of workplace health and safety standards. The current business solutions are not integrated and require the operational teams to work with multiple systems, including excel spreadsheets, SharePoint forms and paper-based business processes. The objective is to get an integrated Case Management Solution that will replace the multiple systems currently in use by the operational teams. It will be seen as the trusted source of information to support the comprehensive end to end business processes and a mobile workforce.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18889518,Request for Proposals,Closed Competition,MBIE655 - Evaluation of the Welcoming Communities New Zealand Pilot Programme,MBIE655,20170804,20170830,20171027,,Sole Agency,No,,"Immigration NZ wants to go back to the market to procure a preferred supplier to implement the Evaluation Framework, including undertaking the fieldwork, analysing the findings and producing reports. The Evaluation Framework serves as a comprehensive monitoring and evaluation plan for activity from October 2017 to June 2019. We need specific evaluation expertise to provide an objective and evidence-based assessment of the programme. The preferred supplier will work alongside the Welcoming Communities programme team (within INZ???s Settlement, Protection and Attraction Branch) and MBIE???s Research and Evaluation Team, as well as the councils piloting the programme. The purpose of the evaluation is to assess the implementation and early outcomes of the Welcoming Communities pilot programme. Quality feedback is needed to inform reports to Ministers and policy decisions about whether the programme should be continued. The evaluation will also inform the ongoing delivery of the programme as it is implemented. INZ is not proposing that the successful supplier rewrites the Evaluation Framework ??? although we invite recommendations on how the framework could be improved further to meet our information needs and purposes. INZ is looking for proposals that outline how you would implement the framework, including how you will work with INZ and the pilot sites. We also want to see how your proposed approach meets the performance standards of accuracy, utility, feasibility, propriety and accountability.",Awarded,MartinJenkins have been successful in tendering for this contract.,20201117 "Ministry of Business, Innovation and Employment",18914518,Request for Proposals,Open Competition,MBIE658 Business Uptake of ICT initiative,MBIE658,20170814,20170908,20171115,,Sole Agency,No,,"As part of the Building a Digital Nation programme, MBIE wants to enable and support New Zealand small to medium businesses to use the latest technologies and develop new products and services through digital innovation and technology. This is so they are able to grow, disrupt, and compete across the globe. Earlier in 2017 MBIE initiated a programme of research and development on business uptake of ICT. Three sectors, construction, arable farming and tourism were targeted specifically to assess and understand their approach to, and engagement with ???doing business digitally???. The objectives were: - identify key business priorities for the sectors - identify what role digital technology could play in addressing these priorities - understand how best to engage with the sectors to influence decisions and actions - learn how business owners in the sectors most effectively learn and access new information The final deliverable of the first phase of this ???Business Uptake of ICT??? programme is a report outlining the ICT state of play for the sectors (arable farming, construction, tourism) and the way representatives of those sectors think about digital possibilities and impacts for their businesses. MBIE now wishes to issue a Request for Proposal (RFP) for the next phase of the programme ??? that is, the design and delivery of an innovative pilot programme to address the needs and issues revealed in the phase 1 report. The goal of this pilot programme is to prepare businesses in the three sectors to take full advantage of digital technology options to secure their business success, by being more efficient, productive, and unlocking new opportunities that digital technology can provide.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",18914702,Request for Proposals,Closed Competition,Onshore Petroleum Wells Technical Risk Assessment,MBIE 652,20170814,20170904,20171016,,Sole Agency,No,,"MBIE is undertaking a review of the more than 960 onshore wells drilled in New Zealand over the last 150 years. As part of this review, a number of wells were found to have outstanding plugging and abandonment (P&A) commitments, i.e. these wells are not recorded as having been plugged and abandoned. These wells represent an unknown risk to health and safety, and the environment. MBIE is looking for a suitably qualified technical service provider to assist in determining and describing the technical integrity of these wells, and provide a methodology that ranks the risk these wells pose, which will be used to prioritise any activities to address this risk. Specifically MBIE is looking for a desk-top study that includes: ??? A technical integrity assessment of each well that has an outstanding P&A commitment. ??? Where possible and relevant, recommendations to address outstanding P&A commitments on a well-by-well basis, with indicative durations and costs. ??? A description of the potential failure modes of the wells, including the most likely failure modes for each well. ??? A methodology to rank the risk these wells pose, including descriptions of the criteria. ??? A risk ranking of the wells identified.",Awarded,"This contract has been awarded to Petrofac Facilities Management. DETAILS: Agency name and address: Ministry of Business, Innovation and Employment; 15 Stout Street, Wellington 6140, New Zealand. Successful supplier name and address: Petrofac Facilities Management; Level 1, 123 Broadway, Newmarket, Auckland. Description of services: onshore petroleum wells technical risk assessments Date contract awarded: 16/10/17 Term of contract: 16 October 2017 to 15 December 2017 Values evaluated: The lowest offer evaluated in the RFP process was $97,000 and the highest value evaluated was $162,975. Procurement process used: two step open competitive RFP with separate envelope for price",20201117 "Ministry of Business, Innovation and Employment",18974585,Request for Proposals,Closed Competition,Minerals Data Improvement Part 1,MBIE 663,20170830,20171011,20180405,,Sole Agency,No,,We need a service provider to advise us on improving New Zealand Petroleum & Minerals existing minerals datasets (i.e. the format and structure of these data) and to implement those improvements on selected data in selected regions based on that advice.,Awarded,"Successful tenderer: Golder Associates (NZ) Ltd (Level 2, Nielsen Centre, 129 Hurstmere Rd, Takapuna, Auckland, 0622, New Zealand) Services: Advice for improvements to the existing minerals datasets managed by New Zealand Petroleum and Minerals, including the format and structure of data as well as implementation of the advice and improvements on selected data. Date awarded: 05/04/2018 Contract value: approximately $350,000 (plus GST). Contract term: approximately six (6) months. Type of procurement process: closed competitive Request for Proposals (RFP) following an open Registration of Interest (ROI).",20201117 "Ministry of Business, Innovation and Employment",18981665,Request for Proposals,Open Competition,Facilitating Migrant Participation in Host Communities,MBIE666,20170901,20170925,20171128,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking providers to deliver initiatives that facilitate recent migrants??? participation in their host community (???the required services???). The initiatives should offer encouragement and opportunities for migrants to build connections and support interaction between recent migrants and other New Zealanders. MBIE is particularly interested in initiatives that are targeted at migrant youth. MBIE is looking for credible providers who have the capability, experience and infrastructure to deliver initiatives that will facilitate recent migrant???s participation in their host communities. Providers need to have a good track record in the management and implementation of related initiatives and effective networks and strong relationships within their local community. An innovative mind-set and the ability to work with people from diverse backgrounds and perspectives are essential.",Awarded,"The two successful tenders were from Volunteering New Zealand and Harbour Sport Trust. The tenders from both of these organisations stood out for their clear demonstration of how the New Zealand Migrant Settlement and Integration Strategy Inclusion outcomes would be supported and achieved. We apologise for the delay in making this announcement.",20201117 "Ministry of Business, Innovation and Employment",18987042,Request for Proposals,Closed Competition,Return to Work Pilot Programme Evaluation,,20170904,20170927,20190523,,Sole Agency,No,,"This Request for Proposal (RFP) is to purchase the evaluation of the Return to Work Pilot Programme. The Return to Work Pilot Programme is part of the Digital Economy Programme. This programme is a cross-government effort and emerged as a result of the government???s Business Growth Agenda (BGA) 2015 Building Innovation report. The programme was developed with support from New Zealand???s digital community.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email internalprocurement@mbie.govt.nz putting ???GETS Award Notice??? in the subject line.",20201117 "Ministry of Business, Innovation and Employment",18991666,Request for Proposals,Open Competition,Cross-Government Intercultural Competence Capability Development Programme,RFP 628,20170905,20171003,20180622,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) invites interested respondents to submit proposals for the development of an innovative, interactive and engaging online Cross-Government Intercultural Competence Capability Development Programme. The successful provider(s) appointed will be responsible for developing, piloting (in 2-3 State sector organisations), evaluating and refining the Programme. The expected goals of the Programme over the long-term are to: ??? Improve State sector employees??? knowledge, skills and attitudes towards those from cultural backgrounds different from their own (irrespective of the particular intersection of cultures); ??? Support the growth of diverse and inclusive State sector workplaces; ??? Support enhanced intercultural communication and interactions in State sector workplaces (e.g. employee-employee and employer???employee); and ??? Improve service delivery and interactions between the State sector and a wide diversity of community members If interested, to view the RFP and other attachments please sign in to your GETS Supplier profile and click 'Subscribe to this Notice' to download the tender documents. If you have any questions regarding this RFP, please use the GETS Question and Answer function.",Not Awarded,"MBIE (15 Stout Street, Wellington) has awarded an umbrella contract for development of the cross-government intercultural competence programme to the Open Polytechnic of New Zealand, 3 Cleary Street, Waterloo, Lower Hutt, New Zealand. The procurement process used was an open Request for Proposals (RFP). The contract was awarded June 2018. The duration of the contracts is to run to 30 June 2019. There are two renewal options of up to six months (through to 30 June 2020). The maximum estimated value of the contract is between $250,000 and $500,000.",20201117 "Ministry of Business, Innovation and Employment",19095267,Request for Proposals,Open Competition,Weathertight Mediation Services,MBIE 659,20171003,20171031,20180202,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking to establish a panel of mediators to provide weathertight mediation services (the Services) to third parties in accordance with Subpart 6 (Mediation of claims) of Part 1 of the Weathertight Homes Resolution Services Act 2006 (the Act). The purpose of the Act is to: - Provide owners of dwellings with weathertightness issues with access to speedy, flexible, and cost-effective procedures for the assessment and resolution of claims relating to those buildings; and - Provide for certain matters relating to the provision of a package of financial assistance measures to facilitate the repair of those buildings. This opportunity is related to the resolution of claims section. The individual mediators on the panel will provide mediation services to claimants in efforts to help settle disputes between third parties. Proposals are invited from Respondents and will be considered on an individual basis. MBIE is open to contracting either directly or through a Respondent???s organisation, including multiple Respondents from a single organisation if selected.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",19114950,Request for Proposals,Open Competition,M??ori Small Business Workshops: Pakihi 101 Programme,670,20171010,20171108,20180305,,Sole Agency,No,,"Funded under the M??ori Innovation Fund, the aim of this programme is to build more successful M??ori enterprises, which are sustainable, profitable, keen to grow, and employ M??ori. This includes social enterprise (Pakihi Whai Kaupapa). Growing more successful M??ori small businesses is key to lifting M??ori economic performance. We know M??ori are underrepresented in traditional business coaching and capability training. MBIE wants to find a Respondent or a group of Respondents who can market and design business skills training and support to M??ori who are at an early stage in developing their business, or want to begin a business. Training will be provided through a programme of M??ori small business workshops called Pakihi 101 (i.e. Business 101). We would like participating businesses to leave the Pakihi 101 programme with new skills, a growth plan, a mentor, and connections with other businesses. We hope this programme will lift business skills among M??ori businesspeople (or budding businesspeople) and link them into other business services, and provide an on-going legacy after the programme has finished. There will be a supplier briefing held in Wellington and via Video Conference at 12-1pm, 20 October 2017. This briefing will be at Room G06 of the MBIE offices at 15 Stout Street, Wellington. The VC details will be emailed to you upon RSVP (there is a 20 person maximum for the video conference) If you intend to attend , please RSVP (indicating either in person or via VC) by 12pm 18 October to Nerida.Kelly@mbie.govt.nz (late registrations will be accepted until midday 19 October). In the meantime, we encourage questions submitted through GETS. RFP TIMELINE: M??ORI BUSINESS WORKSHOP???PAKIHI 101 PROGRAMME RFP Step | Indicative date GETS Notice of Procurement | 10/10/17 Supplier Briefing session ??? wellington and online | 20/10/17 Deadline for questions from suppliers | 25/10/17 Deadline for the Buyer to answer Supplier???s questions | 07/11/17 Deadline for proposals | 3pm, 08/11/17 Assessment Panel meets | 9am, 16/11/17 Shortlisted Respondent???s notified | 21/11/17 Shortlisted Respondent???s presentations | 9am, 28/11/17 Contract negotiations | 11/12/17 to 15/12/17 Announcement of contract award | Week beginning 18/12/17 Anticipated contract start date",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, have awarded this contract opportunity to Te W??nanga o Aotearoa, in partnership with Aotahi, Crowe Horwath, ColabNZ, and EY Tahi. The details of the successful Respondent are as follows: Trading name: Te W??nanga o Aotearoa Address: 320 Factory Road, Te Awamutu 3800 The description of the services are the delivery of Pakihi 101 programme small business workshops. The contract was awarded on 22 February 2018. The term of the contract is 23 months maximum. The expected spend under the contract is approximately $500,000 to $1,000,000. The procurement process used was an open tender Request for Proposals (RFP).",20201117 "Ministry of Business, Innovation and Employment",19140354,Request for Quotations,Open Competition,Real Estate Marketing Proposal,MBIE 671,20171016,20171102,20180202,,Sole Agency,No,,"The Crown acquired Rangers Park from a property developer in 2012 and constructed 40 houses on it, to be used in the first instance as temporary accommodation for earthquake affected residents, thereafter as affordable housing supply. Rangers Park is located in Linwood, Christchurch and the Land is held by Her Majesty the Queen for housing development purposes. The disposal of this land is subject to Land Information New Zealand (LINZ) approval as the Land is held under the Public Works Act, for which LINZ is the delegated authority for disposals. Disposal of the houses is underway because the demand for the accommodation is decreasing due to progress with residential repairs and the increased availability of private market rentals. Seven Rangers Park houses have been sold already to Housing New Zealand and ten are currently being marketed through a Real Estate agent following a closed competitive procurement process. Government has directed the properties be marketed with a preference to first home buyers and we anticipate marketing the remaining 23 houses in tranches, as the current temporary accommodation tenants vacate, drip-feeding the properties as new housing supply into the market so as to avoid saturation. Our target date for disposal of all remaining properties is June 2018 and this open competitive procurement process is intended to identify a Real Estate agent to market and advertise the properties and manage buyer enquiries and sale price negotiations.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",19160383,Request for Proposals,Open Competition,Increasing Rangatahi M??ori Entrepreneurship,674,20171023,20171116,20180301,,Sole Agency,No,,"Funded under the M??ori Innovation Fund, the aim of this programme is to build entrepreneurship and business skills participation in M??ori school students. There is a focus on Year 12 and 13 students to build a pipeline of young M??ori choosing business and entrepreneurship as a career. We expect it to lead short-term to M??ori taking business related subjects for NCEA and undertaking tertiary business studies. In the medium to long term, it is expected to lead to an increase in the number of M??ori entrepreneurs and businesses, and students gaining business-related employment or eventually starting a business themselves. These roles are likely to have a higher starting salary and increase more quickly over time. We know that good entrepreneurship programmes currently exist inside or alongside schools and that M??ori are under represented in these existing programmes. Therefore MBIE wants to find a Respondent or a group of Respondents with an existing youth entrepreneurship programme aimed at senior school students, who can increase M??ori participation in that programme.",Not Awarded,"The Ministry of Business, Innovation and Employment (MBIE), 15 Stout Street, Wellington, have awarded this contract for entrepreneurship programmes to the following companies (working in partnership): Young Enterprise Trust: PO Box 25 525, Featherston Street, Wellington 6146. M??ori Women's Development Inc (MWDI): Level 2/78 Victoria Street, Wellington. The services to be provided are the provision of entrepreneurship programmes and business skills participation in M??ori school students. The contract was awarded on 28 February 2018. The contract is for approximately $250,000 - 500,000 (whole-of-life value). The procurement process used was a Request for Proposals (RFP).",20201117 "Ministry of Business, Innovation and Employment",19221359,Request for Proposals,Open Competition,Land-Based Farm Systems Review,677,20171110,20171204,20171220,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) of New Zealand is looking to procure a consultancy firm to conduct a review of ???land-based farm systems research??? in New Zealand. The purpose of the review is to investigate whether investment in scientific programmes and capability relating to farm systems is meeting the national need. MBIE is seeking to better understand New Zealand???s land-based farm system research capability and performance in order to manage investment and plan future investments. The Ministry is looking for credible suppliers who have the capability, capacity and experience to undertake the review. They need to have the required technical expertise and a good track record in undertaking similar reviews.",Not Awarded,"MBIE received a number of responses to the RFP and has decided not to appoint a supplier to undertake the land-based farm systems review at this time. We are specifically seeking to better understand international emerging and future trends, which are of major importance to New Zealand. Most proposals did, to some degree, include an outline on how to establish New Zealand???s capability in land-based farm systems, however what was missing in the proposals is a specific international and future focused outlook. This outlook is needed to manage current investments and plan future investments. We are now reconsidering our requirements and reassessing how these requirements align with government priorities.",20201117 "Ministry of Business, Innovation and Employment",19231040,Request for Proposals,Open Competition,Electrical Worker???s Examination Process: 2018 Rounds,673,20171114,20171208,20180209,,Sole Agency,No,,"The Electrical Workers Registration Board (Board) has commissioned a review of the registration criteria for all electrical workers. This is being conducted over a 3 year period. The existing regime to gain registration requires trainees to sit and pass a written examination administered by the Board. While the review is underway, an interim examinations process is needed to ensure certainty for both the Board and industry. The Board is seeking a provider to administer the examination process in the 2018 year. This will include all aspects of the examination creation and marking process. The Board examinations provide the board with assurance that trainees have the knowledge and skills to competently and safely carry out prescribed electrical work. The Board needs a provider to undertake all aspects of an examination process.",Awarded,"The Ministry of Business, Innovation and Employment (15 Stout Street, PO Box 1473, Wellington 6140), MBIE, has awarded this opportunity to: Aspeq Limited Level 1, 191 High Street, Lower Hutt 5010. The services they will provide are electrical workers' examination processes. MBIE recommended the successful Respondent to the Electrical Workers' Registration Board, as per the procurement terms. The deed for services was signed between Aspeq Limited and the Electrical Workers' Registration Board on 9 February 2018. The deed for services is not for value, however, the services provided are based on a 'user pays' model. The anticipated value flowing from the 'user pays' basis is a maximum approximate value of $1 million, whole of life. The type of procurement process used was a Request for Applications (a variant of a Request for Proposals).",20201117 "Ministry of Business, Innovation and Employment",19258496,Request for Proposals,Open Competition,Real Estate Services - Auckland,639,20171124,20171221,20180427,,Sole Agency,No,,"This RFP relates to the purchase of real estate services in Auckland. The Official Assignee for New Zealand (the OA) is part of MBIE and administers all bankruptcies, No Asset Procedures, Summary Instalment Orders under the Insolvency Act 2006 and some Court-appointed liquidations under the Companies Act 1993. Additionally the OA is involved with the management of assets seized under the Criminal Proceeds (Recovery) Act 2009, the Sentencing Act 2002 and the Terrorism Suppression Act 2002. Such assets can include real estate property and therefore both we require real estate services to sell or manage the OA???s interest in real estate property. This procurement is to identify up to three suitably qualified and experienced agents and/or agencies in order to streamline the engagement process and to ensure the Ministry receives consistent services from proven suppliers offering good value for money.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",19264000,Request for Proposals,Open Competition,Independent Assessors for the Licensed Building Practitioners Scheme,RFP 675,20171124,20180129,20180529,,Sole Agency,No,,"The Licensed Building Practitioner Scheme (LBPS) is part of the Consumer Protection and Standards Branch of the Ministry of Business, Innovation and Employment (MBIE). The Branch protects consumers through regulatory practice and occupational licensing schemes like the LBPS, which issues licenses to building practitioners. The Scheme encourages competent building practices by setting standards to receive licensing, and assists consumers to select suitably qualified building practitioners. To support the LBPS Board Registrar, MBIE is seeking experienced and qualified professionals to carry out assessments of applications made to the Scheme. Assessors will be part of a panel located across New Zealand that performs assessment of candidate???s competency across their areas of expertise. Respondents are invited to respond who are: ??? Licensed building practitioners located anywhere in New Zealand; ??? Have experience/qualifications relevant to one or more LBPS license classes; and ??? Have previous experience, ability and knowledge in assessment approaches and practices are invited to respond. It is important that assessors have the technical expertise, knowledge and experience in the area of building practice that relates to the license class or classes they intend to assess. It is also essential that assessors have demonstrated experience, ability and knowledge of assessment approaches and practices. Please subscribe to this notice to download and view the tender documents. Please submit all communications and queries through the Questions and Answers function on GETS in the first instance.",Not Awarded,"MBIE (15 Stout Street, Wellington) has awarded contracts for independent assessors to the Licensed Building Practitioner Scheme (LBPS) to the following Respondents: Andy Searle Astrolabe 2010 Ltd B W Newth Residential Construction Ltd Build Watch NZ Ltd Daines Consulting Ltd Design Network Waikato Ltd Graham Linwood Architects Ltd KP Consulting (2012) Ltd Kyle Denize McDonald & Horton Architects Ltd Paul Moffatt Peter Strathdee R. Te One & Associates Ltd Robert Chesters Ruben Homes New Zealand Limited Shoreline Investments Ltd Solutions Architecture Ltd Top Roofer Ltd Trevor Good The contracts were signed May 2018. The duration of the contracts is to run to 30 June 2020. There is one renewal option of twelve months (through to 30 June 2021). The maximum estimated value of all the contracts for the panel is up to $1,013,333, whole-of-life. Individual contract values will vary depending on actual allocation of work across the panel suppliers.",20201117 "Ministry of Business, Innovation and Employment",19264279,Request for Quotations,Open Competition,Wearable Body Cameras,679,20171127,20171207,20180208,,Sole Agency,No,,"The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver reliable and effective body-worn cameras to frontline staff. Providers need to have a good track record in the implementation and repair of electronic gear. This is a unique opportunity to be part of an initiative to keep frontline staff safe and provide a clear record of any incidents that occur. Lead providers will support a range of different teams within Immigration New Zealand and Market Services to ensure that frontline staff are protected from any aggressive situations. This will aid in preventing violence and aggression during regulatory procedures.",Awarded,"The Ministry of Business, Innovation and Employment (15 Stout Street, PO Box 1473, Wellington 6140) has awarded the contract for this tender. The contract has been awarded to: CERT Systems Limited 20 Robe Street, New Plymouth The contract is for body worn cameras. The contract was signed January 2018. The term of the contract is 3 years with one 1 year option to renew. The expected spend under this contract is $468,000 maximum (if the contract extends through the option to renew). This was an open tender Request for Proposals procurement.",20201117 "Ministry of Business, Innovation and Employment",19266935,Request for Quotations,Open Competition,MBIE644 - Small Business Road Show 2018,MBIE644,20171127,20180207,20180405,,Sole Agency,No,,"The Minister of Small Business intends to run a cross-government roadshow aimed at small businesses that showcases government support for small businesses. The roadshow will be comprised of 12 events at various locations throughout New Zealand, commencing in May 2018. This roadshow builds on the success of the ones run in 2016 and 2017. The Ministry is looking for credible providers who have the experience, capability and infrastructure to deliver Taking Care of Business across New Zealand. They will need to have a good track in the planning, managing and implementation of roadshows and have a good understanding of the risks involved when working with multiple presenters in various locations. They will need to understand how best to engage with small business owners. Note that the event manager is expected to deliver considerably more than for previous roadshows.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",19308412,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government,RFT 684,20171208,20180127,20180320,,Sole Agency,No,,"Please find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 12 January 2018 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 12 January 2018. Tender responses will be required, as set out in the RFT, by 5pm GMT 26 January 2018. If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,,20201117 "Ministry of Business, Innovation and Employment",19333098,Request for Proposals,Open Competition,"Panel of Technical Experts for Te K??hui Whakamana Rua Tekau m?? Iwa, Pike River Recovery Agency",681,20171215,20180125,20180409,,Sole Agency,No,,"The New Zealand Cabinet has approved the establishment of Te K??hui Whakamana Rua Tekau m?? Iwa, the Pike River Recovery Agency (PRRA). It will be stood up on 31 January 2018 and it will create and, if feasible, execute a plan for manned re-entry of the Pike River coal mine drift. The first task for the PRRA will be to undertake an assessment of, and where possible, how safe recovery of the drift may be undertaken. The planning process is likely to entail technical experts, as engaged via this RFP, identifying any feasible recovery methodologies, conducting risk assessment processes and costing any feasible plan. If a feasible methodology for safely recovering the drift is confirmed, develop a detailed plan.",Awarded,"On behalf of the Pike River Recovery Agency MBIE advertised for suppliers in the following six categories: o Geotechnical engineering o Mining ventilation o Underground coal fires o Mine sealing and/or remote sealing o Mining health and safety o Facilitation services The preferred suppliers named below have been appointed to be part of the Agency???s Partnership Panel: ??? Geotechnical engineers: o McMillen Jacobs Associates o Open Earth Consulting NZ Limited o Terra Firma Mining Ltd ??? Mining ventilation experts: o Dallas Mining Services o Robin Hughes o Minserv International Ltd o Terra Firma Mining Ltd ??? Underground Coal Fire Experts: o Dallas Mining Services o Robin Hughes o Serinus Pty Ltd o Terra Firma Mining Ltd ??? Mine Sealing and Remote Sealing: o Dallas Mining Services o Minserv International Ltd o MRS Training and Rescue o Robin Hughes o Terra Firma Mining Ltd ??? Mining Health and Safety: o Jim Knowles Group o Minserv International Ltd ??? Facilitation Services: o Kenyon International Emergency Services Ltd o McNulty Engineering Management Ltd",20201117 "Ministry of Business, Innovation and Employment",19371484,Request for Quotations,Open Competition,INZ Medical Assessors,669,20180117,20180131,20180525,,Sole Agency,No,,"Immigration New Zealand requires that migrants comply with relevant health requirements for their visa process. As this is a complex and specialized task, this is outsourced to doctors who review the medical records of those applying for visas in New Zealand. As INZ has moved to a digital medical system (E-Medical / IHS), Medical Assessors can be based offshore from where the rest of the application is being processed. Medical clearance is a critical part of visa applications and a limitation of Medical Assessors to review files leads to delays in processing and complications in the visa process. INZ have a range of suppliers for their Medical Assessor needs and now require an additional three medical assessors to meet their work requirements. To complete a response via GETS, please download the response form. You will not need to complete the pricing section, as pricing is prescribed in the final page of the copy of the contract provided. When you have completed the form, submit it via the GETS Submit Response option. If you have any technical difficulties with GETS when submitting your response- please contact Nerida.Kelly@mbie.govt.nz immediately via email to discuss alternative methods of submission.",Awarded,"MBIE (15 Stout Street, Wellington) has awarded this opportunity to the following three suppliers: -Dr Afraz Adam - Dr Megan Woodley-Higgins -Dr Rachel Green The services procured are medical assessments for Immigration New Zealand applications. The contracts were awarded in the week of 30 April 2018. The expected spend for all three contracts for the whole of life (including potential contract renewal) is $407,160. The type of procurement process used was single-step open competitive RFQ. There was no exemption claimed for this process.",20201117 "Ministry of Business, Innovation and Employment",19421317,Request for Proposals,Open Competition,All-of-Government Reticulated Gas,,20180202,20180306,20180710,,All of Government,No,,"The Ministry of Business, Innovation and Employment (MBIE) is leading an All-of-Government (AoG) solution for the procurement of approximately 1.8 petajoules (PJ) of reticulated natural gas (Gas) per year for a term of three to six years. We are seeking proposals from suitably qualified suppliers for the provision of Gas and associated retail services. In October 2013 MBIE implemented an AoG contract for the supply of Gas. This solution is due to expire on the 30th of September 2018 and we intend to have a new solution for the supply of Gas to Participating Agencies in place prior to that date.",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce a contract has been awarded to Genesis Energy for the supply of All-of-Government (AoG) Reticulated Gas. This contract offers a comprehensive range of benefits for Participating Agencies including: ??? Gas and carbon price certainty over the initial the term of the contract for Time of Use sites. ??? Total price certainty, with fixed rates and no escalation for Non-Time of Use sites. ??? Pricing based on the purchasing power of All of Government. ??? Easy to join and highly streamlined procurement process. ??? Support from the Utilities Team regarding pricing analysis and commercial assessment for your agency. The new contract replaces the current Reticulated Gas contract which expires on 30 September 2018. The new contract commences on 1 October 2018 with an initial term of 3 years. The New Zealand Government Procurement website will be updated with more information on how to participate. If you have any questions about the new solution, please email us at Utilities.CoE@mbie.govt.nz",20201117 "Ministry of Business, Innovation and Employment",19424617,Request for Quotations,Closed Competition,National Consumer Survey 2018,682,20180205,20180301,20180509,,Sole Agency,No,,"What we need The Consumer Protection team at MBIE is seeking to appoint a research provider who will be responsible for conducting the 2018 National Consumer Survey following a similar methodology to that employed for the 2016 National Consumer Survey. This will include finalising and testing the questionnaire, designing and achieving a national representative sample, collating and coding survey responses, analysing responses, and providing a report of findings that is consistent in style with reporting from the 2016 National Consumer Survey. What???s important to us? It is important to us that the provider has a good track record in carrying out nationally representative surveys using a range of methodologies including postal surveys. We are also keen to work with a provider who actively looks for opportunities to improve and be innovative. The provider must also have a track record of delivering high quality and accurate work on-time and on-budget. Why should you bid? Help us to help New Zealanders transact with confidence. Consumer spending and the development of trusted, well-regulated markets are major components of GDP growth Consumer spending. The 2018 National Consumer Surveys presents an opportunity to gather national data on the health of the consumer regulatory system by providing information on the scale of consumer knowledge and issues in New Zealand, and any changes since the last survey. A bit about us The Consumer Protection team at MBIE aims to increase the ability of consumers to transact with confidence by providing evidence-based information and education to consumers.",Awarded,"Following a closed RFQ process, the Ministry of Business, Innovation and Employment has awarded the 2018 National Consumer Survey contract to Colmar Brunton Ltd. The contract was awarded on the 2nd May 2018. The period of the contract is for 23 months with two options to extend (2020 survey + 2022 survey) and the initial contract period has a maximum value of $120,000.",20201117 "Ministry of Business, Innovation and Employment",19433032,Request for Quotations,Closed Competition,Consultancy Services for 2018 Electricity Review,686,20180207,20180221,20180321,,Sole Agency,No,,"The government is undertaking a review of the New Zealand electricity market. The draft Terms of Reference for this review, which have been publically disseminated, are attached to this RFQ as an appendix. If these are finalised during the period of the RFQ, and update will be provided. The review will be carried out by the Ministry of Business, Innovation and Employment (MBIE), supported by expert consultants. MBIE will act as secretariat for the review. Governance of the review will be provided by an independent expert group appointed by the Minister of Energy and Resources. Engaged consultants will report to MBIE and may be required to address the expert group from time to time. What we need Consultants will primarily be engaged to undertake analysis and provide reports to the expert group on matters that the review requires to be investigated. This engagement will be managed by MBIE. Consultants may be required to conduct standalone pieces of work, collaborate with other consultants, or work cooperatively with MBIE officials in preparing work. The exact nature and style of engagement will vary from time to time depending on the nature of the question being addressed. Matters to be investigated may require quantitative analysis, such as the investigation of pricing trends in the electricity market, and an investigation of the underlying drivers of cost. Other issues may be of a more qualitative nature such as an analysis of the effects of changing technology on existing regulatory structures and processes. These two examples are not exhaustive of the issues to be covered, but are illustrative of the different types of work that may be required under the contract. Where a piece of work requires both quantitative and qualitative expertise, and where more than one consultant has been engaged, MBIE will expect the consultants to work together, or to work with the appropriate regulators or other officials, if this was appropriate. Some consultancy work may be required to assist MBIE in the operations of the secretariat of the review. Such work may be required from time to time, and will be more process based, rather than commissioned reviews or reports. It is possible that there could be further work after the contract period; however that will be determined after the initial advice.",Awarded,"Following a closed RFQ process, the Ministry of Business, Innovation and Employment has awarded the Consultancy Services for the 2018 Electricity Review contract to Concept Consulting Group Limited. The contract was awarded on the 8th March 2018 and the period of the contract is for three months and with the anticipated value of the contract being between $100k-$250k.",20201117 "Ministry of Business, Innovation and Employment",19445574,Request for Quotations,Closed Competition,Realty Valuation Services,662,20180214,20180226,20181026,,Sole Agency,No,,"MBIE needs property valuation services for their Insolvency and Trustee Service (ITS) and Criminal Proceeds Integrity and Enforcement (CPIE) teams. This is a great opportunity to build a strong relationship with two key operational areas of MBIE that provide regular business. MBIE regularly comes into possession of properties through the administration of bankruptcies and liquidations, and its dealings with criminal proceeds on behalf of the Official Assignee for New Zealand (OANZ). These properties can have a national spread and are ultimately realised in the case of insolvent estates, or restrained and/or forfeited in the case of criminal proceeds. We require a service that can value these properties accurately. Criminal proceeds also require formal valuations for Court proceedings and police reports, both at the time of seizure and again at the time of sale. The Ministry is looking for credible providers who offer the most effective services and have nationwide reach. The nature of the work carried out means that efficiency, security, accuracy and reliability are important. Providers will need to have capability and experience, as well as a good track record in valuations.",Awarded,"The Ministry of Business, Innovation and Employment (15 Stout Street, Wellington) have awarded the contract for (Property) Valuation Services to Quotable Value Ltd. The services rendered under the contract will be valuation services for real property that is either vested in, restrained, or forfeited to the Official Assignee of New Zealand. The contract was awarded on 25/10/2018 The contract term is two years with two one year options to renew. The expected spend under the contract is between $100,000 to $120,000 per annum. This was a secondary procurement process under the Property Consultancy Panel. A closed RFQ approach was used. The Ministry would like to apologise to all suppliers involved in this process for the significant delays suffered throughout the process.",20201117 "Ministry of Business, Innovation and Employment",19473817,Request for Proposals,Open Competition,Third Party Administration Services,685,20180223,20180321,20180427,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (???MBIE???) currently holds primary accreditation under ACC???s Accredited Employer Programme. ACC has delegated to MBIE responsibility for the management of work-related accident claims for MBIE???s employees. MBIE is seeking to appoint a supplier to act as MBIE???s agent in managing this function. In particular: ??? Liaising with MBIE???s Payroll team to ensure the weekly payment of compensation ??? Liaising with claimants in relation to their claims ??? Providing employees with information and facilitating resolution of disputes ??? Representing MBIE at review hearings ??? Managing payment of all work-related accident costs to service providers and maintaining accounting records. ??? Providing a case management service to injured employees including rehabilitation plans.",Awarded,"MBIE (15 Stout Street, Wellington) has awarded this contract for third party administration services to WellNZ Limited (Level 5, Tower Centre, 45 Queen Street, Auckland). The contract was signed 26 April 2018. The term of the contract is 1 year plus two one year options for renewal. The expected spend is between $105,000-$150,000, whole-of-life. The procurement process used was a Request for Proposals.",20201117 "Ministry of Business, Innovation and Employment",19505049,Request for Proposals,Open Competition,Auction Services (Non-Real Property),660,20180306,20180329,20180912,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is looking for auction services. The services will primarily relate to cars and motorbikes, although occasionally there will be other miscellaneous items to sell (e.g. office furniture or equipment). The auctioneer must accurately estimate the value, and sell items in a manner that will maximise their value. The supplier must have broad national reach.",Awarded,"This contract opportunity for the supply of auction services has been provided by MBIE (15 Stout Street, Wellington) to Turners Auction Services (1st Floor, Turners Auctions Bldg, Cnr Leonard and Penrose Roads, Auckland). The contract was awarded on 5 September 2018 for an initial three year term, with a maximum term of five years. The expected spend under the contract is between $500,000 to $800,000 (whole-of-life). The procurement process used was open competitive RFP.",20201117 "Ministry of Business, Innovation and Employment",19593249,Request for Proposals,Open Competition,In-Work Poverty,,20180404,20180502,20180706,,Cluster,No,,"A research partnership comprising the Human Rights Commission (HRC), the Ministry of Social Development (MSD), and the Ministry of Business, Innovation and Employment (MBIE) is looking for a supplier to design and carry out a quantitative research study that explores the nature of in-work poverty in New Zealand. Also referred to as the ???working poor???, these are households that cannot escape hardship despite containing individual(s) who are employed. They are a separate group from those who are low-paid workers (although there is some overlap between the two groups). The objective of the research is to 1) define ???in-work poverty??? (or ???the working poor???) in the New Zealand context, 2) measure its prevalence, 3) profile those who are affected based on demographics and available employment-related characteristics and assess risk of in-work poverty, 4) consider and address additional research question(s) that respondents suggest based on their usefulness in the context of feasible poverty reduction policies in New Zealand, and 5) consider how the principles of the Treaty of Waitangi can be incorporated into the approach to provide a te ao M??ori pespective. The research findings will serve as a platform for informing relevant policy-making efforts aimed at reducing poverty and improving workers??? human rights and employment-related circumstances.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",19600323,Request for Proposals,Open Competition,Face to Face & Multilingual Settlement Information Services,687,20180405,20180503,20181107,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking proposals for the delivery of two complementary Settlement Information Services that support the outcomes of the Government???s Migrant Settlement & Integration Strategy for new and recent migrants to New Zealand. The purpose of the Services is to provide access for new and recent migrant clients to information in English or in their first language that addresses their settlement needs. The Services will be available on a national basis for delivery of a face-to-face and information workshop service and/or for a multilingual settlement information service. The Ministry is open to proposals from providers interested in tendering for delivery of either one or both of these nationwide services. The Ministry is looking for credible providers who have the capability, experience and structure to provide one or both of these two Services on a nationwide basis. The provider needs to have a good track record in the management and dissemination of accurate and relevant information to migrant clients. The provider will also need to engage with and respond to the needs of local settlement networks of settlement service stakeholders. A desire to innovate to meet the settlement information needs of new migrants from diverse backgrounds is integral. The Ministry is not seeking information services that include the provision of information for immigration or visa-related purposes; for example, services that provide information or advice about applying for Immigration New Zealand (INZ) visas. INZ provides visa information online and from its INZ Contact Centre. To download and view the tender documents, please sign in to your Supplier account on GETS and click 'Subscribe to this Notice'. All tenders must be submitted through GETS by the deadline. Please ensure that the submission includes the attached Organisational Questionnaire, Response Form(s) and pricing information using the provided templates.",Awarded,"Following an open Request for Proposals tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to two providers: Citizens Advice Bureaux New Zealand Incorporated of Level 4, 93 Boulcott Street, Wellington for the delivery of a face-to-face settlement information service. The contract term is from 1 October 2018 to 30 September 2020, with up to two (2) options to renew of up to one (1) year each. The estimated contract value (including all options to renew) is approximately $2,000,000 (excluding GST). Hamilton Multicultural Services Trust of 46G Boundary Road, Hamilton for the delivery of a multilingual settlement information service. The contract term is from 1 October 2018 to 30 June 2020, with up to two (2) options to renew of up to one (1) year each. The estimated contract value (including all options to renew) is approximately $1,300,000 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",19782804,Request for Quotations,Closed Competition,Labour Market Migration Policy Change Evaluation,RFQ 692,20180601,20180628,20180822,,Sole Agency,No,,"This is an opportunity to work with the Ministry of Business, Innovation and Employment (the Ministry) on an evaluation that will provide evidence to inform future immigration policy and operational settings, with a focus on improving the long-term labour market outcomes of temporary and permanent migrants who come to New Zealand under labour market-focused policies, and improving the impact of migration on the New Zealand labour market. What we need: A credible supplier to provide a quote for evaluation services that contribute to the evaluation of the 2016 and 2017 changes made by the Government to the labour market migration policies. An evaluation framework for the policy changes was developed in October 2017 and an evaluation will commence in mid-2018. What we don???t want: ??? We don???t want wholesale development of an entirely new outcome measurement framework. ??? We don???t want evaluation components delivered that are intended for delivery by the Ministry???s Research and Evaluation Team except by negotiation with the Ministry. What???s important to us: The Ministry is looking for credible suppliers who have the capability and experience to work in collaboration with the Ministry to provide an evaluation of the policy changes. They need to have a good track record in both qualitative and quantitative research, analysis and reporting, with proven experience of working with Government agencies. Why should you bid? This is an opportunity to invest in the future of New Zealand by contributing to the wider evidence based on how immigration settings affect migration and labour market outcomes. You will be providing evidence that will inform future immigration policy and operational settings with a focus on improving the long-term labour market outcomes of temporary and permanent migrants who come to New Zealand under labour market-focused policies, and improving the impact of migration on the New Zealand labour market. A bit about us The Ministry???s purpose is to grow New Zealand for all. The Ministry contributes to the Government???s collective priorities by implementing the portfolio priorities of our Ministers. As an integral part of the Ministry, Immigration New Zealand (INZ) is responsible for bringing the best people to New Zealand to enhance New Zealand???s social and economic outcomes. Attracting and retaining migrants with the right skills is vital to New Zealand???s prosperity, and migrants add to the gross domestic product of New Zealand.",Awarded,"Following a closed RFQ process, the Ministry of Business, Innovation and Employment has awarded the Labour Market Migration Policy Change Evaluation to Litmus. The contract was awarded on the 10th August 2018. The period of the contract is for 12 months with three options to extend for up to 1 year each and the total contract period has a maximum value of $308,050.",20201117 "Ministry of Business, Innovation and Employment",19867852,Request for Proposals,Open Competition,Taranaki Crossing: Feasibility Study and Options Assessment,697,20180702,20180725,20181016,,Sole Agency,No,,"The key objective of this activity is to test the feasibility of a Taranaki crossing, and assess a series of options as to the most effective way of implementing the project. This is the first activity within the project and seeks to establish the best way of achieving the project objectives. The Ministry is looking for credible suppliers who have the capability, experience and infrastructure to deliver a robust analysis. They need to have a good track record in analysis of similar / related programmes and ideally have effective networks and strong relationships within the Taranaki community. This is a unique opportunity to be part of the changing landscape of New Zealand regional development. As a supplier, you will support local leaders to implement this exciting new opportunity within the region. This is a high profile opportunity to give back to a valued region in New Zealand.",Awarded,"The Ministry of Business, Innovation and Employment (15 Stout Street, Wellington) have awarded the contract for Taranaki Crossing Project to Henley Hutchings Partners (Level 4, 276 Lambton Quay, Wellington). The services rendered under the contract will be information and analysis, plus recommendations. A feasibility report will be produced for the relevant Ministers. The contract was awarded on 9/10/2019. The contract term is until February 2019. The expected spend under the contract is $140,000. This was a single step, open competitive procurement process. An RFQ approach was used.",20201117 "Ministry of Business, Innovation and Employment",19890952,Request for Quotations,Closed Competition,Actuarial Quality Assurance of ACC Levies 2019-2021 and of Budget 19 Appropriations Request,RFQ 694,20180709,20180730,20180918,,Sole Agency,No,,"What we need MBIE, as the Minister for ACC???s main policy adviser on the accident compensation scheme, is committed to provide high-quality, independent advice to the Minister. This includes advising the Minister when he receives ACC???s recommendations on average levy rates for 2019-21, and when ACC makes its appropriations request for Budget 2019. Such advice supports the Minister make a fully informed decision. ACC???s actuarial data (for example levy models) and processes underpin these recommendations and appropriations request. To help us better understand the evidence for ACC???s levy recommendations and appropriations request, and draw the appropriate conclusions, we need the expertise of a specialist actuarial services provider. We look forward to working with professionals who have the proven ability to analyse relevant modelling and other technical data used by ACC, and identify issues and risks that are pertinent to the ACC and the Minister???s responsibilities under the Accident Compensation Act 2001 and Crown Entities Act 2004. What we don???t want We do not want a recalculation of ACC???s technical actuarial calculations. Nor do we need an independent estimation of the average levy rates. What???s important to us The Ministry is looking for a supplier with deep and proven actuarial expertise that is well-respected by industry, and has the capability, experience and infrastructure to deliver high quality actuarial assurance advice. The ability to translate and communicate complex technical analysis and information in plain English to an intelligent reader with little to no knowledge of actuarial science is essential. Familiarity with relevant legislative framework around the accident compensation scheme and Ministerial responsibility, MBIE???s policy advisory role and the machinery of government will be useful. A broad understanding of ACC???s business is necessary. The willingness to question commonly accepted assumptions will be a bonus. We would also value being made aware of risks in assumptions that are relevant to the Government funding policy and financial sustainability of the scheme. We are interested in how ACC???s recommendation balances appropriation/levy stability, solvency and intergeneration equity. We are interested in fresh-eyes??? approach. Fresh insights around ACC???s approach as well as an ability to identify opportunities for improvement would be welcome. Responsiveness and willingness to engage constructively are paramount.",Awarded,"Following a closed RFQ process, the Ministry of Business, Innovation and Employment has awarded the 2018 National Consumer Survey contract to Finity Consulting Pty Ltd. The contract was awarded on the 29th August 2018. The period of the contract is for 12 months and the contract period has a maximum value of $120,000 including GST.",20201117 "Ministry of Business, Innovation and Employment",20009083,Request for Proposals,Open Competition,Advertising Services for Immigration New Zealand (Media),RFP702 (Media),20180810,20180905,20190222,,Sole Agency,No,,"The Settlement Protection & Attraction (SPA) Marketing is a unit within Immigration New Zealand (INZ), which is part of the Ministry of Business Innovation & Employment (MBIE). We aim to connect skilled migrants with New Zealand businesses seeking skills and resources. We???re looking for some very smart people who can help us to identify channels to connect with our audiences ??? by supporting us to develop customer insights and come up with incredibly smart and creative ways and places to tell our story. You???ll be keen to spend time ???getting us???. You???ll listen as much as you talk. You???ll be at home in a digital first, always on, world (as are we). With proven experience running digital campaigns ??? online, search and social media. You???ll indulge our penchant for D.I.Y. You???ll frequently tell us things we don???t know and will skilfully interpret what we do know and weave these two strands into compelling insights that will inspire action. (You???ll be happy to admit when you don???t have the answers, and you???ll help us work to together to find them). What is important to us is digital expertise, integrity, innovative solutions, marketing nous, ability/experience managing substantial projects, results orientation/data capability and operational capability. We are seeking an open and honest relationship. This tender opportunity is for provision of media advertising services. We also have a separate tender published on GETS for Creative/Production advertising services (RFx ID: 20009345). Interested suppliers may tender or one or both of the advertising services. Please note that these are separate opportunities to the forthcoming All-of-Government Advertising Media Panel Refresh. Please subscribe to this notice to download and view the tender documents. Please submit all communications and queries through the Questions and Answers function on GETS in the first instance.",Awarded,"Following an open Request for Proposals (RFP) The Ministry of Business, Innovation and Employment of 15 Stout Street, Wellington has awarded an Umbrella Agreement for Services to Tilt Advertising Limited t/a Tilt Digital, of 7 Abbey Street, Newton, Auckland, New Zealand. The contract was awarded in December 2018 and is valid for a period of three (2) years and up to two (2) rights to renew of one (1) year each. The scope of this Umbrella Agreement and agreed Statements of Work (SoW) will include the provision of digital media planning and buying services to support the work of Immigration New Zealand and its marketing activity.",20201117 "Ministry of Business, Innovation and Employment",20009345,Request for Proposals,Open Competition,Advertising Services for Immigration New Zealand (Creative/Production),RFP702 (Creative Production),20180810,20180905,20190226,,Sole Agency,No,,"The Settlement Protection & Attraction (SPA) Marketing is a unit within Immigration New Zealand (INZ), which is part of the Ministry of Business Innovation & Employment (MBIE). We aim to connect skilled migrants with New Zealand businesses seeking skills and resources. We???re looking for some very smart people who can help us to identify channels to connect with our audiences ??? by supporting us to develop customer insights and come up with incredibly smart and creative ways and places to tell our story. You???ll be keen to spend time ???getting us???. You???ll listen as much as you talk. You???ll be at home in a digital first, always on, world (as are we). With proven experience running digital campaigns ??? online, search and social media. You???ll indulge our penchant for D.I.Y. You???ll frequently tell us things we don???t know and will skillfully interpret what we do know and weave these two strands into compelling insights that will inspire action. (You???ll be happy to admit when you don???t have the answers, and you???ll help us work to together to find them). What is important to us is digital expertise, integrity, innovative solutions, marketing nous, ability/experience managing substantial projects, results orientation/data capability and operational capability. We are seeking an open and honest relationship. This tender opportunity is for provision of creative/production advertising services. We also have another tender published on GETS for media advertising services (RFx ID: 20009083). Interested suppliers may tender or one or both of the advertising services. Please note that these are separate opportunities to the forthcoming All-of-Government Advertising Media Panel Refresh. Please subscribe to this notice to download and view the tender documents. Please submit all communications and queries through the Questions and Answers function on GETS in the first instance.",Not Awarded,"Following an open Request for Proposals (RFP) The Ministry of Business, Innovation and Employment of 15 Stout Street, Wellington has awarded an Umbrella Agreement for Services to Ghost Partners Limited, having its registered office at 2 Coles Avenue, Mount Eden, Auckland, New Zealand. The contract was awarded in February 2019 and is valid for a period of three (2) years and up to two (2) rights to renew of one (1) year each. The scope of this Umbrella Agreement and agreed Statements of Work (SoW) will include the provision of digital creative services to support the work of Immigration New Zealand and its marketing activity.",20201117 "Ministry of Business, Innovation and Employment",20018115,Request for Quotations,Closed Competition,Just Transition National Summit Event Organiser,RFQ 699,20180814,20180828,20181026,,Sole Agency,No,,"This procurement relates to the delivery of the Just Transition National Summit in Taranaki in early May 2019. This RFQ relates to the purchase of an experienced event or conference organiser to run the National Summit. The key outcome is the delivery of the National Summit in May 2019. The key objective of this event is to generate a national-level conversation on what a just transition is, what a just transition to a low emissions economy might look like for New Zealand, and the types of opportunities it could present for sectors, regions and communities. The Summit will tap into the learnings of other communities, regions and sectors, including internationally, which have been both successful and unsuccessful in transitioning their economy during a period of change and disruption The Just Transition National Summit will be a two day event, held in New Plymouth in May 2019. The four Councils of Taranaki, Ng?? Iwi of Taranaki, Venture Taranaki, and MBIE???s Just Transition Unit are all involved in this national summit in some way. It will be jointly organised by central government (MBIE) and New Plymouth District Council. The National Summit event organiser will work closely with the Governance and Organising committees (made up of MBIE and local Taranaki representatives) to ensure the event meets it core objectives. This is a closed tender process to select suppliers from the All-of-Government Consultancy Services Panel. Please log-in or create a GETS profile (using a RealMe account) To view and download the tender documents, and to submit your response. Please raise questions through the GETS system.",Awarded,"The Ministry of Business, Innovation and Employment (15 Stout Street, Wellington) have awarded the contract for Just Transitions national summit to Acumen Republic (Level 7, Simpl House, 40 Mercer Street, Wellington 6010). The services rendered under the contract will be event management of the national summit. The contract was awarded on 8/10/2018 The contract term is 8-9 months. The expected spend under the contract is between $160,000 to $260,000. This was a secondary procurement process under the All-of-Government Consultancy Panel. A closed RFQ approach was used.",20201117 "Ministry of Business, Innovation and Employment",20046845,Request for Quotations,Closed Competition,Learning and Development Services: Implementing the Social Services Procurement Capability Training Strategy 2018-2021,,20180820,20180910,20181107,,Sole Agency,No,,"This Request for Quotes (RFQ) relates to the purchase of learning and development services for the creation of training opportunities for government staff that procures and manages social services. We seek the skills and knowledge to design and develop online and in-person training opportunities and the evaluation approach. We attach a copy of the Social Services Procurement Training Strategy 2018-2021 which sets out the detail of the training programmes and supporting aspects. Our preferred approach is to engage one provider to work in partnership with the Social Services Procurement Capability Team across all three training programmes and the evaluation approach for the three years of the Strategy. The outcomes of this procurement are training opportunities and an evaluation approach which meet the needs of our stakeholders to have access to training relevant to their context and which builds consistent good practice in the procurement of social services. Respondents are asked to provide a brief overview of their proposed solution, key personnel and pricing as a written submission by the deadline for quotes. In addition to submitting a brief written response, Respondents are to present their proposal, discuss their budget and timelines and introduce key personnel in a presentation session. There will be time for questions and answers to and from the evaluation panel. The intention is that the presentation replaces the usual lengthy written response. To download and review the tender documents, please select 'subscribe to this notice'. Please submit all questions regarding this RFQ though the Questions &Answers function on GETS. Please submit questions before 12:00 p.m. on 7 September 2018.",Not Awarded,"Following a closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract opportunity to The Sysdoc Group Limited for the provision of learning and development services to support the implementation of the Social Services Procurement Training Strategy. The Consultancy Services Order was awarded 10 October 2018. The contract term is from 15 October 2018 to 30 June 2021. The estimated contract value is approximately $165,000 (excluding GST) for the first year (2018/19), and an indicative budget of $245,000 (excluding GST) for years 2 and 3 (2019/20 and 2020/21).",20201117 "Ministry of Business, Innovation and Employment",20079560,Request for Quotations,Closed Competition,Tenancy Bond Services Document Scanning,,20180829,20180913,20190218,,Sole Agency,No,,"This Request for Quotes (RFQ) relates to the procurement of a new document scanning solution for the Tenancy Bond Services (TBS) unit of the Housing and Tenancy Services Branch. TBS scanned over 450,000 documents, or 1.35 million pages, in the year ending June 2018. Of those documents, 380,000 required a processing officer to manually transcribe data from the document into the bond record. An estimate of the total cost over the whole-of-life of the contract, exclusive of GST is $200,000. This budget is not confirmed. A confirmed budget will be approved after a preferred supplier has been selected and the business case approved. MBIE requires contract to commence as soon as possible. Our functional, non-functional and business requirements are separate documents. The attachments are: ??? Attachment 1: Business, Functional and Non-Functional Requirements ??? Attachment 2: Supporting Information ??? Files and Folders ??? Attachment 3: Supporting Information ??? Current and Future Processes These attachments will be provided to respondents separately by email attachment. These attachments must be treated as in confidence. In addition, Suppliers are invited to participate in a briefing session, to be held at the MBIE offices on 15 Stout Street, Wellington, 2:00 p.m. Wednesday 5 September. Please RSVP to our point of contact by midday, 3 September 2018 with the number of attendees.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",20083908,Request for Quotations,Open Competition,Development of an Onshore Decommisioning Cost Model for New Zealands Onshore Petroleum Estate,RFQ 700,20180830,20180924,20181212,,Sole Agency,No,,"The Ministry of Business Innovation and Employment requires the development of a cost estimating model to provide a clear and consistent method to estimate the cost of decommissioning onshore petroleum production facilities. The model should use a cost norm-based approach to build up and overall cost of decommissioning that reflects the range of activities specific to each facility. Where possible these norms should reflect New Zealand market conditions and expertise. As the owner of New Zealand???s petroleum resources the New Zealand Government is both the regulator and a beneficiary of New Zealand???s oil and gas sector. The primary legislation for regulation is the Crown Minerals Act (1991), the purpose of which is to promote prospecting, exploration production for the benefit of New Zealand. Fundamental to this purpose is to ensure a fair return to the Crown, in the form of a royalty, and to ensure activities are carried out in accordance with best practice. It is therefore necessary for the Crown to have an understanding of the costs associated with decommissioning petroleum production facilities, including wells, at the end of their economic life. To view the RFQ documents, please click subscribe to this notice.",Awarded,"Following an open Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to SLR Consulting NZ Ltd of 5 Duncan Street, Port Nelson, 7011 to develop a cost model to estimate onshore decommission costs. The contract was signed in November 2018 and the term is from 19th November 2018 for 6 months. The estimated contract value (including all options to renew) is approximately $82,000 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20134194,Request for Proposals,Closed Competition,Insurance Intermediary Services for Ministry of Housing and Urban Development,704,20180910,20180927,20181016,,Sole Agency,No,,"This is a tender for the Ministry of Housing and Urban Development (NOT for the Ministry of Business, Innovation and Employment). The Government has an ambitious housing and urban development programme to end homelessness, make room for growth in our urban centres, and help create thriving communities. The Ministry of Housing and Urban Development is seeking to appoint a Risk Financing and Insurance Intermediary Service provider who will be responsible for the provision of insurance and risk related advice including the insurance & claims management, insurable risks, and other insurance broking and risk financing services. The Ministry was established on 1 August, bringing together the housing and urban functions from Ministry of Business, Innovation and Employment, Ministry of Social Development and Treasury. The Ministry has a critical role to play for all New Zealanders having healthy, secure and affordable homes within thriving communities. The Ministry will provide leadership across housing and urban development to deliver on this vision. This is a unique opportunity to be part of a brand new Ministry in the public sector. You will be working with high profile business units that contribute to major New Zealand objectives. Please note documents and addenda attached with this RFP are Confidential according to s 6.17 of the RFP terms. PLEASE NOTE: Due to unexpected delays in releasing the addendum materials and a number of access issues, MHUD have decided to extend the close date for this tender to 12PM, 27 SEPTEMBER 2018.",Awarded,"The Ministry of Housing and Urban Development have awarded the contract for Insurance Intermediary Services to Marsh Limited (Level 18, 151 Queen Street, Auckland). The services rendered under the contract will be insurance intermediary services. The contract was awarded on 5/10/2018. The contract term is three years, with two possible options to renew. The expected spend under the contract is between $80,000-100,000 This was a secondary procurement process under the All-of-Government Risk Financing and Insurance Panel. A closed RFQ approach was used.",20201117 "Ministry of Business, Innovation and Employment",20147098,Request for Proposals,Closed Competition,Addressing Temporary Migrant Worker Exploitation,696,20180912,20181005,20181107,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is developing ongoing policy work to address the exploitation of temporary migrant workers in New Zealand. MBIE is seeking to appoint one or more suppliers to undertake research on the following: Component 1 (stakeholder perspectives) a. the nature, drivers and consequences of exploitation of temporary migrant workers from the perspective of migrants and other stakeholders in the system, e.g. unions, community leaders and migrant representative groups (supply side drivers) b. the nature, drivers and consequences of exploitation of temporary migrant workers from the perspective of employers (demand side drivers) c. what migrants, employers and other stakeholders consider to ???be broken??? with the systems that play a role in facilitating, deterring, detecting or dealing with the exploitation of temporary migrant workers d. what migrants, employers and other stakeholders consider to be effective interventions to mitigate temporary migrant worker vulnerability and reduce exploitation (i.e. their suggestions for improvements) e. based on these perspectives, where there seem to be the greatest opportunities to mitigate temporary migrant worker vulnerability and reduce exploitation. Component 2 (literature review) a. what the existing literature tells us about the nature, extent, drivers and consequences of exploitation of temporary migrant workers in New Zealand and in other relevant jurisdictions, with a focus on Australia, Canada and the UK. Component 3 (international comparisons) a. how international approaches compare with the New Zealand system (useful comparisons could include Australia, Canada and the UK) b. what international best practice approaches, specific levers or tools for reducing exploitation of temporary migrant workers could be considered here. In scope are all migrant workers on any visa that allows them to work in New Zealand temporarily, e.g. essential skills visa, working holiday visa, student visa etc. Migrants who are working in New Zealand illegally are also included in our population of interest. This might include migrants who are working in breach of their visa conditions or migrants who are overstayers .",Awarded,"Following an open Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Auckland Uniservices Limited of Level 10, 49 Symonds Street, Grafton, Auckland to undertake the research into migrant exploitation. The contract was signed in November 2018 and the term is from 19th November 2018 to 19th June 2019 with two options to renew of up to two weeks each. The estimated contract value (including all options to renew) is approximately $180,000 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20216865,Request for Proposals,Open Competition,All-of-Government Advertising Services Panel Refresh,,20181012,20181112,20190531,,All of Government,No,,"The Ministry of Business, Innovation and Employment (MBIE) is leading a panel refresh for the All-of-Government (AoG) Advertising Services solution. MBIE as the Centre of Expertise for Advertising (the CoE), is seeking additional Providers for the purpose of providing Advertising Services to eligible government agencies (Agencies) under the following sub-categories: - Media Services: strategy, planning and buying. - Creative and Production Services. - Client Services: strategy and project management. The Jaggaer e-sourcing tool and the New Zealand Government Electronic Tenders Services (GETS) are being used to manage this RFP. Access to the Jaggaer e-sourcing tool is available through https://eps.bravosolution.com. This RFP, any other relevant documents, questions and answers and access to the response form are available via the Jaggaer e-sourcing tool. Registration is simple and free, just click on 'New Suppliers Click here to Register??? on the front page of the Portal to get started. If you require any assistance registering, this is available using the contact details on the Portal. All enquiries regarding this RFP must be through the Jaggaer tool. MBIE will endeavour to respond to enquiries within two working days. Details of the current solution can be found at https://www.procurement.govt.nz/contracts/advertising-services/",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded for the supply of All-of-Government (AoG) Advertising Services as part of a panel refresh. 37 new Providers have been awarded contracts and will be available for the remainder of the contract term, due for expiry 23 June 2020. Visit https://www.procurement.govt.nz/contracts/advertising-services/ for the list of new Providers and more information on the AoG Advertising Services contract.",20201117 "Ministry of Business, Innovation and Employment",20322521,Request for Proposals,Closed Competition,Strategic Marketing Partner(s) for Healthy Home Standards Information Campaign,707,20181024,20181113,20190212,,Sole Agency,No,,"MBIE???s Tenancy Services (Tenancy Services) is seeking to engage an agency or consortium of agencies to deliver strategic marketing, creative, digital and media placement service for a multi-year information campaign to explain new standards for the quality of rental homes to the New Zealand public. The Healthy Homes Standards campaign will run from 2019 to 2024, although the timing will depend on when each of the standards is implemented. We need an overall strategy to ensure end-to-end cohesion during the HHS campaign. We also see the benefit in integrating all our information and education activities within a single strategic direction. We are looking for qualified, experienced and innovative agencies who understand our audiences, and know how to reach them. We support the responsible use of public money, but will not favour a cheap alternative at the expense of innovation and effectiveness in reaching our audiences. We want to work with a partner or partners who share our vision for a better rental sector, where tenants and landlords have strong, relationships, and the quality of rental housing supports a healthy New Zealand.",Awarded,"Following a closed Request for Proposals tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Strategy Design and Advertising Ltd of Level 3, 11 Vivian Street, Wellington as a strategic marketing partner for the Healthy Homes Standards Information Campaign. The contract was signed in February 2019 and the completion date for the contract is 28th February 2022 with three rights to extend the contract for up to 1 year each. The campaign has a maximum total contract value of $3,660,000.00 (excluding GST) for the Initial Term.",20201117 "Ministry of Business, Innovation and Employment",20517234,Request for Tenders,Open Competition,Provison of Petroleum Reserves for the New Zealand Government,,20181204,20190123,20190305,,Sole Agency,No,,"Please subscribe to this notice to find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 8th January 2019 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 8th January 2019, please email RFT responses to oilsecurity@mbie.govt.nz Tender responses will be required, as set out in the RFT, by 5pm GMT 22nd January 2019, please email RFT responses to oilsecurity@mbie.govt.nz If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,,20201117 "Ministry of Business, Innovation and Employment",20519345,Request for Quotations,Open Competition,Consultancy Services for the Preparation of a New Zealand Hydrogen Strategy,RFQ 712,20181205,20181217,20190115,,Sole Agency,No,,"We are looking to engage consultant(s) to assist the Ministry of Business, Innovation and Employment (MBIE) to develop a strategy for hydrogen for New Zealand. Timeframes for delivery for this project are tight, with a final product required ideally before the end of April 2019. The two key skills that we are seeking are firstly; demonstrated experience in developing government policy and strategy documents, preferably in the renewable energy sector. The second necessary skill set is demonstrated technical knowledge and experience in hydrogen and hydrogen related policy. Please subscribe to this notice to see all relevant information.",Awarded,"Following an open Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Arup New Zealand Limited of Level 1, DLA Piper Tower 205-209 Queen Street, Auckland to prepare a New Zealand Hydrogen Strategy. The contract was signed in January 2018 and the term is from January 2019 for the period of 6 months. The estimated contract value is approximately $150,000 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20717984,Request for Quotations,Closed Competition,Tenancy Services R&Y Roadshow 2019,715,20190213,20190227,20190620,,Sole Agency,No,,"MBIE???s Tenancy Services (Tenancy Services) is seeking to engage an agency to deliver event management support to manage a national series of public seminars across New Zealand. The requirements include arranging venues with appropriate facilities, provide event day support, assist with planning and manage event registrations. Tenancy Services (MBIE) is looking for credible providers who have the capability, experience and infrastructure to deliver the required support for the 2019 Renting and You Roadshow. They need to have a good track record in event management and support for similar projects.",Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Acumen Republic Limited of Level 7, Simpl House, 40 Mercer Street, Wellington to run an annual series of seminars as part of its information and education activity (Renting and You roadshow 2019). The contract was signed in May 2019 and the term is from May 2019 to October 2019. The estimated contract value is approximately $134,163 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20809878,Request for Proposals,Closed Competition,Immigration New Zealand User Experience Research Programme,RFP 719,20190307,20190411,20190617,,Sole Agency,No,,"What we need INZ is expanding its customer experience research programme from just visa applicants to include other users of the Immigration system, such as business users and intermediaries (as detailed in 2.1). The expanded programme will be known as the INZ User Experience Research Programme. MBIE is seeking to appoint a research organisation for the provision of this research programme. This will include the development and implementation of a new applicant experience survey, and research projects targeting businesses. The current contract ends this financial year 2018/19. We are retendering for a new contract in order to: ??? revise and broaden the scope of the contract ??? investigate new methodologies, tools and solutions ??? procure the best value-for-money service available in the market. What???s important to us The Ministry is looking for credible suppliers who have the capability, experience and resources to deliver a variety of research tools and solutions. They need to have a good track record in the development and implementation of research projects, and access to innovative solutions and up-to-date technology as well as a record of delivering high quality and accurate work on-time and in-budget.",Awarded,"Following a closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Gravitas Research and Strategy Limited, of 44-52 Wellesley Street West, Auckland to deliver the INZ User Experience Research Programme. The contract was signed in June 2019 and the term is from June 2019 for the period of 4 years. The estimated contract value is approximately $1,000,000 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20836626,Request for Proposals,Closed Competition,Internal Governance & Change Management Framework Review and Strategy Development,,20190314,20190326,20190417,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) requires services to help drive the improvement of organisational governance and change management capability/maturity across the organisation. This includes organisational aspects as well as the delivery of projects relating to MBIE???s investment portfolio. The Services required will also assist in ensuring a holistic view of MBIE???s change landscape is developed and will set expectations for the future design and delivery of better integrated internal governance, change management practices, processes and behaviours. MBIE is in the process of developing its Organisational Strategy, within which strategies for developing MBIE???s organisational capabilities will be articulated. The strategy is expected to be finalised before June 2019. Whilst work on this important document progresses, we need to ensure our internal governance arrangements and change management maturing keeps pace and is fit for purpose for the future. What we need... We envisage five assignment outputs (deliverables), including: 1. Internal governance and change management current state assessment, including key findings and recommendations 2. The design of future internal governance frameworks 3. The design of change management frameworks 4. A high level implementation plan 5. The development of a change management strategy (underpinned by a revised framework per deliverable 2), as a sub-strategy to the wider MBIE Organisational Strategy.",Awarded,,20201117 "Ministry of Business, Innovation and Employment",20897474,Request for Quotations,Closed Competition,Pacific In-Work Poverty Research,,20190401,20190410,20190520,,Sole Agency,No,,It is well documented that the labour market characteristics differ across ethnic groups and measuring ethnicity-based labour market disparities can be crucial for understanding the potential trends in a country???s future labour market patterns. This research will analyse a range of measurable characteristics related to Pacific people???s experience of in-work poverty in the NZ labour market.,Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Auckland university of Technology of 55 Wellesley Street, Auckland to prepare a in-work poverty research report. The contract was signed in May 2018 and the term is from May 2019 for the period of 3 months. The estimated contract value is approximately $91,200 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20906456,Request for Proposals,Closed Competition,Market Segmentation Research for Tertiary Education Commission,,20190403,20190503,20190614,,Sole Agency,No,,"As the government agency responsible for careers, the Tertiary Education Commission (TEC) is focussed on supporting all New Zealanders to raise their skills and aspirations to meet the demands of work, now and in the future. As such, TEC is seeking to conduct market research to gain valuable customer insights, so that the information and tools we develop are relevant, effective and delivered via the most influential partners.",Awarded,"Following a closed Request for Quotes tendering process, the Tertiary Education Commission (TEC) of 44 The Terrace, Wellington has awarded the contract to Colmar & Brunton Research Limited of 46 Sales Street, Auckland to run the Market Segmentation Research. The contract was signed in June 2019 and the term is from June 2019 to December 2019. The estimated contract value is approximately $353,700 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20907542,Request for Quotations,Closed Competition,Commissioning Cost-Benefit Analysis For Product Safety Regulations on Foam-Filled Furniture,,20190403,20190422,20190606,,Sole Agency,No,,"Fire and Emergency New Zealand have highlighted that the amount of time between ignition of a household item and it becoming engulfed in flames is critical to people being able to escape a dwelling. Increasing the amount of time for a resident to escape a house fire is seen as critical. The nature of the problem relates to the composition of the foam used in most modern furniture, especially flexible polyurethane foam. This material is highly flammable when expose to an ignition source. MBIE requires a detailed and resilient cost-benefit analysis (CBA) to assess the regulatory impact of adopting product safety regulations that mandate a standard for the ignitibility and flammability of foam-filled furniture. This CBA will serve as the basis for the regulatory impact assessment and the regulatory impact statement developed by MBIE.",Not Awarded,"Following a closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to NZ Institute of Economic Research (Inc) of Level 13, 22-28, Willeston Street, Wellington to prepare a cost-benefit analysis (CBA) to assess the regulatory impact of adopting product safety regulations that mandate a standard for the ignitibility and flammability of foam-filled furniture. The contract was signed in May 2019 and the term is from June 2019 for the period of 12 weeks. The estimated contract value is approximately $66,175 (excluding GST).",20201117 "Ministry of Business, Innovation and Employment",20950366,Request for Proposals,Closed Competition,Supplier Requirements For Infomation Gathering,723,20190416,20190426,20190619,,Sole Agency,No,,"Government Departments are required to ensure that the way they use their authority to collect information is lawful and ethical which is fundamental to fostering New Zealanders trust and confidence in the public service. This requirement extends to the use of external consultants or contractors to gather information on behalf of public sector agencies for the purpose of fulfilling their regulatory compliance responsibilities. MBIE is seeking to establish a supply panel of credible and experienced suppliers who have the capability and experience to provide suitable surveillance and information gathering services.",Awarded,"Following an closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Paragon New Zealand.com Limited of 201b Valley Road, Mount Maunganui, Tauranga, New Zealand and RISQ New Zealand Limited of 29 Northcroft Street, Takapuna, Auckland, New Zealand to establish supply arrangements for the provision of external security contractors and consultants that satisfies the requirements. The contract was signed in June 2019 and the term is from June 2019 to June 2024.",20201117 Ministry of Defence,18724445,Request for Tenders,Open Competition,RFT - Superintendent Services for the Maritime Sustainment Capability (MSC) Project,AD 327-02,20170606,20170704,20170907,,Sole Agency,No,"Ministry of Defence, Freyberg Building, 20 Aitken Street, Wellington 6144, New Zealand","The RFT is an invitation to Tenderers to submit a Tender to the Crown for the provision of superintendent services to aid the Maritime Sustainment Capability (MSC) Project team during the design, build and acceptance of an MSC vessel being designed and built for the Crown by Hyundai Heavy Industries Co., Ltd in Ulsan, South Korea. The MSC Project and the requirements for the superintendent services are described further in paragraph 3.1 of section 3 of Part One and in Part Two (Statement of Requirements).",Not Awarded,"The tender was awarded to: SeaQuest Marine Project Management Ltd. Geneva Branch Office 26, Rue Adrien-Lachenal 1207 Geneva Switzerland on 26 August 2017.",20201117 Ministry of Defence,18753463,Request for Proposals,Open Competition,RFP for Medium Accommodation Shelter Trailer System (MASTS) Solution 10081/Cap/6/1/1/4,,20170615,20170721,20180918,,Sole Agency,No,,The Ministry of Defence is seeking a supplier who can demonstrate the capacity and capability to provide a Medium Accommodation Shelter Trailer Systems (MASTS) solution.,Not Awarded,"Post Award Notice A decision has been made to terminate the Request for Proposals (RFP) for the Provision of a Medium Accommodation Shelter Trailer System (MASTS) (RFX ID 18753463) without awarding a contract for the provision of a Medium Accommodation Shelter Trailer System to any of the respondents.",20201117 Ministry of Defence,20592433,Request for Quotations,Open Competition,81mm Mortar Request for Quotation,,20190110,20190131,20190530,,Sole Agency,No,,"Defence is seeking costing information on potential options for replacement 81mm mortars as part of the Mortar Upgrade Project. This Request for Quote (RFQ) follows the Request for Information (RFI) that was promulgated on the GETS site in October 2018. This RFQ seeks fixed firm costs from Respondents that have the requisite skills, knowledge and experience to provide 81mm mortars, associated spares and training.",Awarded,,20201117 Ministry of Education,2735123,Request for Proposals,Open Competition,Design & Construction Services for Relocatable Buildings at New Plymouth Girls High School,TBIG 3949,20140807,20140901,20141014,EIS,Sole Agency,No,,"One of the Ministry of Education???s School Property Strategic Plan priority work areas is to ensure that schools are safe and in a good physical condition. As such, the Ministry has developed a strategy in order to address weather-tightness, earthquake seismic strengthening, fire and flood damage in school property. As part of this work stream the Ministry wishes to remediate the Millenium Building at New Plymouth Girls High School and as such requires temporary accommodation for the administration part of this building whilst the recladding and reroofing works are being undertaken.",Awarded,,20201117 Ministry of Education,2880138,Request for Proposals,Open Competition,The supply of Structured Cabling and Trunking Products FOR AWARD NOTICE PURPOSES ONLY,,20140808,20140808,20140811,EIS,Sole Agency,No,,This tender has now closed and is for the purposes of being able to provide notice. The Reference number is RFPCabling26082013 and relates to the procuring of structured cabling products for the upgrade of the ICT networks in State and State-integrated schools.,Awarded,"The RFP was for the Ministry of Education to procure structured cabling products for the upgrade of ICT networks in State and State Integrated schools, for the final phase of the Schools Network Upgrade Project, and potentially beyond. Agency name: Ministry of Education ??? Education Infrastructure Service Successful Supplier: Schneider Electric (NZ) Limited, 38 Business Parade South, East Tamaki, Auckland 2013 Description: Supply of Cabling Products for Schools Network Upgrade Project Awarded: Last party signed 4 August 2014 ??? agreement dated 21 July 2014 Term: Commencement Date ??? 21 July 2014 ??? Expiry Date 30 June 2016 Expected spend: $9.000m Type of procurement: Open",20201117 Ministry of Education,3550601,Request for Proposals,Closed Competition,Kelburn Normal School Property Project - Lead Design Consultant and Sub Consultant Services,5J0467.00,20140818,20140912,20160203,EIS,On behalf of procurement agent,No,,"The Ministry of Education is seeking proposals from suitably experienced and qualified Architectural and Sub-Consultant Services for the Kelburn Normal School Property Project (KNSPP). There is a need to substantially re-mediate some key buildings due to building weather tightness issues and seismic capacity issues. This has provided Kelburn Normal School with the opportunity to address several other property related issues, including achievement of core design requirements of Modern Learning Environments (MLE) and take into account future use and organisation within Kelburn Normal School. The KNSPP is to be completed in two stages, described as follows: - Stage One: Re-validation of the existing Masterplan, feasibility / investigation and final recommendations - Stage Two: Execute the approved Masterplan upon acceptance of the final recommendation Upon satisfactory completion of Stage One and approval from the Ministry, Stage Two may commence. It is envisaged that the project will utilise the following disciplines (list not exhaustive): - Architect (Lead Design Consultant) - Services Engineer - Electrical, Mechanical, Hydraulic) - Fire Engineer - Planning Consultant - Geotechnical Engineer Proposals are required before 5.00pm on the 12th of September (refer to RFP documentation for full details and timeline). All communication is to be addressed to the Opus representative detailed in the Contact Information below.",Awarded,The contract was awarded to Design Group Stapleton Elliott,20201117 Ministry of Education,3566503,Request for Proposals,Closed Competition,Kelburn Normal School Property Project - Cost Consultant Services,5J0467.00,20140818,20140912,20160203,EIS,On behalf of procurement agent,No,,"The Ministry of Education is seeking proposals from suitably experienced and qualified Cost Consultants for the Kelburn Normal School Property Project (KNSPP). There is a need to substantially re-mediate some key buildings due to building weather tightness issues and seismic capacity issues. This has provided Kelburn Normal School with the opportunity to address several other property related issues, including achievement of core design requirements of Modern Learning Environments (MLE) and take into account future use and organisation within Kelburn Normal School. The KNSPP is to be completed in two stages, described as follows: - Stage One: Re-validation of the existing Masterplan, feasibility / investigation and final recommendations - Stage Two: Execute the approved Masterplan upon acceptance of the final recommendation Upon satisfactory completion of Stage One and approval from the Ministry, Stage Two may commence. The full scope of work required of the successful Cost Consultant is outlined in the attached RFP documentation. Cost Control services are required for both Stage One and Two of the KNSPP. Proposals are required before 5.00pm on the 12th of September (refer to RFP documentation for full details and timeline). All communication is to be addressed to the Opus representative detailed in the Contact Information below.",Awarded,The contract was awarded to Maltbys Ltd,20201117 Ministry of Education,3575978,Request for Quotations,Closed Competition,Kelburn Normal School Property Project - Structural Engineering Services,5J0467.00,20140818,20140912,20160203,EIS,On behalf of procurement agent,No,,"The Ministry of Education is seeking a Request for Quote for Structural Engineering Services for the Kelburn Normal School Property Project (KNSPP). There is a need to substantially re-mediate some key buildings due to building weather tightness issues and seismic capacity issues. This has provided Kelburn Normal School with the opportunity to address several other property related issues, including achievement of core design requirements of Modern Learning Environments (MLE) and take into account future use and organisation within Kelburn Normal School. The KNSPP is to be completed in two stages, described as follows: - Stage One: Re-validation of the existing Masterplan, feasibility / investigation and final recommendations - Stage Two: Execute the approved Masterplan upon acceptance of the final recommendation Upon satisfactory completion of Stage One and approval from the Ministry, Stage Two may commence. It is envisaged that the project will utilise the following disciplines (list not exhaustive): - Architect (Lead Design Consultant) - Services Engineer - Electrical, Mechanical, Hydraulic) - Fire Engineer - Planning Consultant - Geotechnical Engineer A separate RFP for both the Lead Design Consultant and Sub Consultant Services as well as Cost Consultant Services has been issued on GETS and the nominated Structural Engineer will be required to liaise with these Consultancies once commissioned. The RFQ response is required before 5.00pm on the 12th of September (refer to RFP documentation for full details and timeline). All communication is to be addressed to the Opus representative detailed in the Contact Information below.",Awarded,The contract was awarded to Aurecon New Zealand Ltd,20201117 Ministry of Education,3660326,Request for Proposals,Open Competition,RFP Shirley Boys' High School Sports Hall Floor Replacement,MW1373,20140820,20140915,20141003,EIS,Sole Agency,No,,"Request for Price from firms to remove and replace the existing gymnasium flooring at Shirley Boys??? High School, in the Sports Hall, Block J. The project will consist of the following: ??? Removal and disposal of the existing timber flooring and liquefaction trapped under flooring ??? Preparation of the surface (including any required releveling and repair of any concrete damage) ??? Works to adjust the doors, hoops and floor sockets to match the new floor height (if changed from existing) ??? Installation of the new flooring ??? Line marking for basketball, roller derby, 3 volleyball and 4 badminton courts Respondents are required to complete the attached RFP Section 2 (Supplier response form) detailing the price and how the proposed surface meets the schools requirements for gymnasium floor as outlined in the documents that can be downloaded below. Each submission needs to include examples of at least 3 school/community gymnasiums where the product has been installed. Submissions may include multiple product options including timber, synthetic and portable systems. Note each option must include a completed price schedule and product details table. The submission and any enquires should be submitted via GETS ""Tender Response"" and ""Raise Question Here"" buttons respectively. Site visits to view the gym will only be possible during the following times (please contact Octa Associates via the ""Raise Question Here"" button to confirm the visit): ??? Monday 25 August 11am ??? Monday 1 September 11am The deadline for questions is 8 September 2014 and the deadline for submissions is 15 September 2014 at 5pm.",Awarded,Contract tenders evaluated on weighted attribute model as per RFP and contract awarded to tenderer with highest score.,20201117 Ministry of Education,3792640,Request for Proposals,Open Competition,Wireless Products & Services for Schools Network Upgrade Project FOR AWARD PURPOSES ONLY,RFPWireless26082013,20140826,20140826,20140827,EIS,Sole Agency,No,,"This RFP is for the Ministry of Education to procure wireless local area network (WLAN) products and wireless integration services for the upgrade of ICT networks in State and State Integrated schools. RFP responses are due with the Ministry by 12 noon Tuesday 24th September 2013. This tender has now closed and is for the purposes of being able to provide notice.",Awarded,"Agency name: Ministry of Education ??? Education Infrastructure Service Successful Supplier: Telco Technology Services Limited, 602 Great South Road, Greenlane, Auckland 1546 Description: Services Agreement for the supply of Wireless LAN Products and Wireless Integration Services for Schools Network Upgrade Project Awarded: Last party signed 21 August 2014 Term: Commencement Date: 1 September 2014 ??? Expiry Date: 31 August 2018 Expected spend: $7.1m Type of procurement: Open",20201117 Ministry of Education,3935695,Request for Tenders,Open Competition,MOE Classroom Delivery Programme Batch 17 - Package 1 Security: Secure Fencing and Gates,,20140829,20140926,20141111,EIS,On behalf of procurement agent,No,,,Awarded,,20201117 Ministry of Education,3935989,Request for Proposals,Open Competition,Structured cabling installation services FOR AWARD PURPOSES ONLY,RFPInstall26082013,20140829,20140829,20141007,EIS,Sole Agency,No,,To procure structured cabling installation services for the upgrade of ICT networks in State and State Integrated schools through SNUP - FOR AWARD PURPOSES ONLY,Awarded,"Reference: RFPInstall26082013 Agency name: Ministry of Education ??? Education Infrastructure Service Term: Commencement Date: 1 July 2014 ??? Expiry Date: 1 July 2016 Type of procurement: Open Description: To procure structured cabling installation services for the upgrade of ICT networks in State and State Integrated schools through SNUP - FOR AWARD PURPOSES ONLY",20201117 Ministry of Education,4033371,Request for Proposals,Open Competition,Old GETS Ref 42091 RFP for Award purposes only - Evaluation of the Positive Behaviour for Learning Restorative Practice model,WS51690,20140417,20140522,20140903,Sector Enablement and Support,Sole Agency,No,,"THIS NOTICE IS FOR THE PURPOSES OF PUBLISHING THE AWARD OF THE RFP. The Ministry of Education invites proposals for the provision of evaluation services for the Positive Behaviour for Learning (PB4L) Restorative Practice model. The Ministry is rolling out the PB4L Restorative Practice model in New Zealand secondary schools over the next few years (2014-2017). A process and outcome evaluation of the PB4L Restorative Practice model will gather, analyse and use data to evaluate how effectively, and to what extent, the Ministry???s PB4L Restorative Practice model has empowered school staff with the knowledge, skills and support needed to develop and embed restorative practice in their school context, and what the impact of this has been. The purpose of the evaluation is to evaluate how effectively, and to what extent, the Ministry???s PB4L Restorative Practice model has empowered school staff with the knowledge, skills and support needed to develop and embed restorative practice in their school context, and what the impact of this has been. The evaluation will contribute to the evidence that will enable schools, and the Ministry to: ??? evaluate outcomes for students; ??? further develop and embed the PB4L Restorative Practice model; ??? build the effectiveness of the PB4L Restorative Practice model through supporting an iterative and formative evaluative design that enables all parties to understand ???what works??? in this differentiated model of restorative practice; ??? share evidence of effective practice with schools; ??? inform policy and decisions on the PB4L Restorative Practice model.",Awarded,"GETS reference: 42091 Successful Supplier: Martin, Jenkins and Associates Supplier address: Level 1, City Chambers, 142 Featherston Street, Wellington 6011 Description of service: Evaluation of the Positive Behaviour for Learning Restorative Practice model Contract term: July 2014 ??? December 2018 Contract value: Price band $100,000 - $250,000",20201117 Ministry of Education,4129435,Request for Proposals,Open Competition,Main Contractor for Mahurangi College Remediation & new works,3949,20140908,20141014,20150428,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from experienced and capable Suppliers to undertake the main contract physical works of the remediation and new build works proposed under this RFP at Mahurangi College in Warkworth. As part of the BIP???s remediation work stream the Ministry wishes to remediate/rebuild the following at Mahurangi College: ??? Junior Block (Block J) ??? remediate (to be undertaken in two stages) ??? Library (Block L) - remediate ??? Art (Block A) - remediate & rebuild (replacement of half the block with a new build) ??? Student Services (Block S) - remediate or rebuild",Awarded,,20201117 Ministry of Education,4192237,Request for Proposals,Open Competition,Architectural Services (Stage 3 - Final) for the Christchurch Integrated Government Accommodation (CIGA) Programme,,20140519,20140625,20140909,,Cluster,No,,,Awarded,,20201117 Ministry of Education,4370175,Request for Proposals,Open Competition,"RFP Project Management Services - Somerville, Glen Eden Intermediate & Wiri Central School - Project Management of Investigation, Design & Construction phases",WS88455,20140915,20141009,20141126,EIS,All of Government,No,,,Awarded,Contract has been awarded to RDT Pacific.,20201117 Ministry of Education,4385735,Request for Proposals,Open Competition,Old GETS Ref 40975 - RFP for Award purposes only - Mentoring Services for Maori and Pasifika students,40975,20131129,20140106,20140925,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is seeking proposals for the provision of mentoring services for M??ori and Pasifika students. The focus of these services will be community-based mentoring that is culturally responsive and targeted to the different priority learner groups. The mentoring approach utilised will assist young people to remain present and engaged in their schooling, with the readiness required to successfully approach their NCEA level study.",Awarded,"GETS reference: 40974 Successful Suppliers: Ng??ti Hine Health Trust Board, 5 Walton Street, Level 1, Torongare Building, Whangarei; Solomon Group, 236 Great South Road, Manurewa, Auckland; Manukau Urban M??ori Authority Inc, 3-7 Shirley Road, Papatoetoe, Auckland; Te Wh??nau o Waipareira Trust, Whanau Centre, 6-8 Pioneer Street, Henderson, Auckland; Martin Hautus, 72-82 The Mall, Onehunga, Auckland; Pasifika Peoples Advancement Trust, Village Offices, 24 Racecourse Parade, Avondale, Auckland; Pacific Islands Safety and Prevention Project, 2/6 Osterly Way, Westfield Mall, Auckland; Te W??nanga o Aotearoa te Kuratini o Ng?? Waka, 35 Harwood Street, Hamilton; The University of Waikato, Gate 1, Knighton Road, Hillcrest, Hamilton; Waikato Raupatu Lands Trust, 20 Alma Street, Hamilton; Whakaatu Whanaunga Trust, 94b Church Street, Opotiki; ??awanui a Ruamatua Consortium, Main Road, Tolaga Bay; Sv8 Consulting Limited, 531A Broadway, Miramar, Wellington; Te Paepae Arahi Trust, 60 Woburn Road",20201117 Ministry of Education,4408796,Request for Tenders,Open Competition,Relocatable classrooms supply and install at Westlake Girls High School,3995,20140915,20141009,20150428,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Tenders from experienced and capable Contractors to a complete ???Turn Key??? package of ten (10) prefabricated relocatable classrooms at Westlake Girls High School in Auckland. The scope will include the full design, consenting (building consent), construction, delivery, connection of services, access ramps and stairs, commissioning and obtaining CCC for these classrooms, and removal and site clearance.",Not Awarded,Modcom awarded contract - Tender submitted physically and not through Gets.,20201117 Ministry of Education,4558583,Request for Proposals,Open Competition,Greenhithe School Demolition Contract,P2018,20140922,20141016,20160210,EIS,Sole Agency,No,,The Ministry of Education (the Ministry) is inviting Proposals from suitably qualified and experienced Suppliers to demolish buildings at Greenhithe School and Huapai District School. The buildings have been tested and have been confirmed as containing asbestos.,Awarded,The contract was awarded to Yakka Demolition,20201117 Ministry of Education,4675412,Request for Proposals,Open Competition,"Totara Grove School, Whangarei - Miscellaneous Works",G354,20140925,20141016,20141017,EIS,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified main contractors to complete the following miscellaneous works: ??? Upgrade of 1 classroom ??? Re-pitch, insulate and re-roof 7 classroom blocks ??? Upgrade 4 toilet blocks ??? Upgrade of electrical system ??? Upgrade drainage system For further information please Use the ""Ask a Question"" function",Awarded,ROI only. Tender Docs will be sent to both respondants,20201117 Ministry of Education,4764638,Request for Proposals,Open Competition,PROJECT MANAGEMENT SERVICES BUILDING IMPROVEMENT PROGRAMME PROJECT: Northland School ??? Block 2- Rebuild,WS91412,20140929,20141031,20141212,EIS,Sole Agency,No,,"The Ministry of Education (the ???Ministry???) is responsible for protecting the Crown's ownership interest in land and buildings occupied by schools and for the administration of the relevant parts of the Education Act 1989 and related legislation providing for primary and secondary state education in New Zealand. The Ministry???s property portfolio comprises 2,187 state schools with approximately 17,000 school buildings. The Ministry is seeking proposals for the provision of project management services for a construction project in central Wellington with the physical works estimated to cost $3,459,592.",Awarded,This contract has been awarded to RDT Pacific Ltd,20201117 Ministry of Education,4770007,Request for Tenders,Open Competition,Relocatable classrooms & toilet block supply and install at Birkdale North School,3956.04,20140925,20141020,20160229,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Tenders from experienced and capable Contractors to design, consent, supply and install two (2) prefabricated relocatable classrooms and one toilet block of (1)three (3) toilet cubicles at Birkdale North School. The scope will include the design, consenting (building consent), construction, delivery, connection of services, access ramps and stairs, commissioning and obtaining CCC for these classrooms.",Not Awarded,,20201117 Ministry of Education,4810093,Request for Proposals,Open Competition,ESOL Virtual Classroom - Delivery of 2015 Scale-up to Schools,WS 84607,20140925,20141023,20150129,Student Achievement,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers to plan and deliver a scaled up version of a recently developed, piloted and evaluated online ESOL programme currently called ELLINZ. It is intended that this programme be delivered to 90 selected Years 7 ??? 13 learners with minimal English language in schools throughout New Zealand on the Virtual Learning Network (VLN). This programme will begin in 2015 and be called ESOL Virtual Classroom.",Awarded,,20201117 Ministry of Education,4919814,Request for Proposals,Open Competition,RFP Project Management Services for Investigation design and construction phases_Leabank_ Sir Edmund Hillary Collegiate_ Waiuku_TKKMM,WS94109,20140930,20141024,20141126,EIS,Sole Agency,No,,"Description The Ministry of Education (the ???Ministry???) is responsible for protecting the Crown's ownership interest in land and buildings occupied by schools and for the administration of the relevant parts of the Education Act 1989 and related legislation providing for primary and secondary state education in New Zealand. The Ministry???s property portfolio comprises 2,187 state schools with approximately 17,000 school buildings. The Ministry is inviting proposals from suppliers for the supply of project management services.",Awarded,,20201117 Ministry of Education,4969370,Request for Proposals,Open Competition,Project Management Services for SNUP,,20140930,20140930,20140930,EIS,Sole Agency,No,,To provide project management services to upgrade ICT networks in State and State Integrated schools.,Awarded,"TorqueIP Limited 26 Vesty Drive Mt Wellington Auckland Project Management Services Awarded: 9th September 2014 Expiry Date: 4th August 2016 Expected Spend: $8.6mil Closed Tender",20201117 Ministry of Education,5098808,Request for Proposals,Open Competition,Aotea College ??? Gym Refurbishment and Seating Extension,,20141007,20141031,20150413,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Main Contractors only for the supply of construction service for the refurbishment and extension to the Gym building at Aotea College, located at Okowai Road, Porirua, Wellington.",Awarded,,20201117 Ministry of Education,5238128,Request for Proposals,Open Competition,Governance Facilitation - New Auckland Schools,WS96123,20141013,20141111,20150807,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of Governance Facilitation services for the establishment of new schools in Auckland, starting with Ormiston Junior College and the proposed Takanini Primary School. Governance Facilitation for both schools is expected to commence in December 2014. The Governance Facilitator(s) will assist the Establishment Boards of Trustees (EBoT) of Ormiston Junior College and the proposed Takanini Primary School to become effective governance bodies, and to prepare each school for opening as effective learning organisations. Forecasts show that Governance Facilitation will be required for as many as nine schools in the Auckland region over the next six years (i.e. to 2020). These new schools will be spread across the Auckland region. The procurement will cover the Governance Facilitator for the two named schools, and will also allow the Ministry to select one or more facilitators to work with the remaining schools. The Ministry reserves the right to use multiple governance facilitators to provide services to the additional schools. The governance facilitator will assist the establishment boards to: ??? Become operational ??? Develop a school vision ??? Contribute to the design process ??? Prepare the school for opening as an effective education provider ??? Support the EBoT through to the appointment of an elected Board of Trustees. All contact with the Ministry in regards to this RFP must be through the GETS Question function. To access this, and the RFP documentation, you will need to: Be registered as a Supplier in GETS Subscribe to the tender notice",Awarded,,20201117 Ministry of Education,5328134,Request for Proposals,Closed Competition,Pakuranga Heights Block 2 - RFP Construction,1416112014,20141016,20141120,20141128,EIS,Sole Agency,No,"PO Box 31 831 Milford, Auckland 0741","The Ministry wishes to receive proposals from the successful respondents to out recent ROI for the remediation of Block 2 at Pakuranga Heights Primary School situated along Udys Road, Pakuranga, Auckland. The Administration/Classroom Block is located to the east of the school site and is situated at the perimeter of the school grounds. The Classroom Block was originally constructed in 1962 and was formed as a single storey building. A number of minor additions have been added with the most substantial being in 1999. This provided a second floor and added additional staff and teaching facilities. The School will remain in operation throughout the construction period and this required a high standard of Risk and Resource management to be in place. The site is programmed to be available 18 December 2014",Awarded,Contract value awarded is net of Provisional sums under negotiation. These sums are to be identified and form part of the contract,20201117 Ministry of Education,5744790,Request for Proposals,Open Competition,MW1193 Ilam Wastewater Upgrade 2014,,20141029,20141121,20150612,,Sole Agency,No,,"The Ministry of Education is responsible for managing, upgrading and improving all Crown property used in the provision of education. This network of school sites includes Ilam Primary School, a unique educational facility, with a school role of approximately 500. It prides itself on catering for the individual needs of all students from Years 1 to 6, and incorporating core values alongside developing a strong foundation for future learning. Following the Canterbury Earthquakes, the stormwater and sewer system at Ilam Primary School suffered significant damage, resulting at times, in significant flooding across the site. The Ministry of Education is committed to restoring these facilities, and as a result, the extent of replacement and repair has been documented in the drawings and specification provided, supplemented by a schedule of quantities. Proposals are invited from Drainage Contractors to provide a price and programme for carrying out the Stormwater and Sewer Upgrade at Ilam Primary School, as documented in the RFP documents. The majority of work is to take place across the school holidays (from Wednesday 17th December 2015) in order to minimise disruption to the school. However, in order to meet programme, minor or unobtrusive work may commence prior to this date. A programme, along with an outline of work undertaken in each stage, is welcomed from respondents.",Awarded,Selected supplier taken through to contract negotiation stage.,20201117 Ministry of Education,5758836,Request for Tenders,Open Competition,Main Contractor for Birkdale North School Special Needs Unit,3956.04,20141028,20141121,20150729,,Sole Agency,No,,"The Ministry of Education is inviting Tenders from experienced and capable Contractors to undertake the main contract physical works of the new build works proposed at Birkdale North School, Birkdale, Auckland. The project is to demolish the existing Special Needs Unit and construct a new single storey Special Needs Unit, consisting of two classrooms with breakout and meeting rooms, toilets and laundry facilities. The project will also entail the reconfiguration of the existing carpark incorporating a new turning circle, covering canopy, new walkway into the school as well as two additional carparks. The building will be stand???alone and the area will require hoarding off from the rest of the school.",Awarded,,20201117 Ministry of Education,5855087,Request for Proposals,Open Competition,"Main Contractor Services for Seismic Upgrade and Refurbishment Works at Vogeltown Primary School, New Plymouth",TBIG 3927,20141103,20141128,20150105,EIS,Sole Agency,No,N/A,"One of the Ministry of Education???s School Property Strategic Plan priority work areas is to ensure that schools are safe and in a good physical condition. As such, the Ministry has developed a strategy in order to address earthquake seismic strengthening, weather-tightness, fire and flood damage in school property. As part of this workstream the Ministry of Education is inviting Requests for Proposal (RFP) from suitably qualified and experienced construction companies to undertake seismic upgrade works on Block C and the Hall and additional refurbishment upgrades at Vogeltown Primary School, New Plymouth.",Awarded,,20201117 Ministry of Education,5919151,Request for Tenders,Open Competition,Prefabricated Relocatable classroom supply and install at Clayton Park Primary School in Manukau,3956.01,20141103,20141201,20150703,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Tenders from experienced and capable Contractors to design, consent, supply and install five (5) prefabricated relocatable classrooms and associated site works at Clayton Park School in Manukau. The scope will include the design, consenting (building consent), construction, delivery, connection of services, access ramps and stairs, commissioning and obtaining CCC for these classrooms.",Awarded,,20201117 Ministry of Education,6142671,Request for Quotations,Open Competition,Investing in Educational Success: National Panel of Independent Advisers,WS88804,20141112,20141204,20150416,Student Achievement,Sole Agency,No,,"The Ministry is looking for credible advisers to Chair and be members of the inaugural Teacher-led Innovation Fund: Selection Panel. They must have the capability and experience to apply selection criteria and provide valuable feedback to teachers applying to the fund. They need to have knowledge and experience of educational practice including innovative practices that meet the needs of M??ori students, Pasifika students, those with special education needs, and those from low socio-economic backgrounds. They also require knowledge of current educational research about effective teaching practice and knowledge of measurement and evaluation approaches for assessing the value and quality of effective teaching practice: All contact with the Ministry in regards to this RFP must be through the GETS Question function. To access this, and the RFP documentation, you will need to: 1. Be registered as a Supplier in GETS; 2. Subscribe to the tender notice.",Awarded,,20201117 Ministry of Education,6280020,Request for Proposals,Open Competition,"Supply and install Relocatable Building/s at Manchester Street School, Fielding",10486001,20141118,20141211,20151104,EIS,Sole Agency,No,,"The Ministry of Education is inviting tenders from experienced and capable contractors to a complete 'turn key' package of four (4) prefabricated relocatable rooms plus toilet facility at Manchester Street School in Fielding. The scope will include the full design, consenting (building consent), delivery, construction, connection of services, access ramps and stairs required, commissioning and obtaining CCC for the relocatable building, and removal and site clearance. Accommodation to be provide is to include; office (approx. 30m2), interview room (approx. 10m2), reading room (approx. 40m2), unisex toilet and sick bay with wash basin.",Not Awarded,awarded to portacom,20201117 Ministry of Education,6627016,Request for Tenders,Closed Competition,"Reroofing and recladding of Upham Block, Macleans College",1226023,20141124,20141219,20160205,,Sole Agency,No,,Reroofing and recladding to Upham Block as per tender documents attached.,Not Awarded,The contract was awarded to Form Building and Developments Limited,20201117 Ministry of Education,6834826,Request for Proposals,Closed Competition,"Tender for Katikati College, Action Centre (Block EA)",11466001,20141201,20150123,20150410,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the writer, at Prendos New Zealand Limited directly.",Awarded,,20201117 Ministry of Education,7284393,Request for Proposals,Open Competition,Greater Christchurch Education Renewal Programme: Transformation Programme,,20141215,20150220,20170628,Sector Enablement and Support,Sole Agency,No,,"The government???s vision for learning is that young people will be confident, connected, actively involved lifelong learners. While the vision, principles and values expressed in the New Zealand Curriculum document (2007) lie at the heart of teaching and learning in our schools, it is becoming more widely recognised that students??? learning outcomes are strongly influenced by their learning environment. The Ministry requires specialist expertise to help develop and deliver the Greater Christchurch Education Renewal Programme -Transformation Programme that will support the needs of individual schools by preparing these schools to deliver its build programme and beyond (the transformation programme). The transformation programme is also required to support school staff through a change process to ensure teachers will have confidence in teaching in more flexible modern teaching and learning spaces. The purpose of this Request for Proposal (RFP) is for the Ministry to establish a panel of Respondents to ensure the wider aims of the transformation programme and the build programme are achieved. All contact with the Ministry in regards to this RFP must be through the GETS Question function. To access this, and the RFP documentation, you will need to: Be registered as a Supplier in GETS Subscribe to the tender notice",Awarded,"This Contract has been awarded to a panel of 4 providers CORE Education, Evaluation Associates, Leadership Lab and Massey University in June 2016.",20201117 Ministry of Education,7352069,Request for Quotations,Open Competition,Investing in Educational Sucess: New Appointments National Panel,WS107138,20141212,20150120,20161025,Student Achievement,Sole Agency,No,,The New Appointments National Panel of independent education advisers led and managed by a Chairperson is contracted by the Ministry of Education. This panel will support Communities of Schools/kura by providing assurance that applicants have met the relevant national criteria for the appointment of new Community of Schools roles (CoS Leadership role and CoS Teacher (across community) role). This panel will also advise boards of trustees of eligible schools seeking to offer the Principal Recruitment Allowance by providing assurance that applicants have met the relevant national criteria.,Awarded,,20201117 Ministry of Education,7889053,Request for Proposals,Open Competition,"MOE Batch 18: Waikowhai Primary School - Decommissioning, Transportation and Installation Services for Relocatable Buildings",WS109363,20150110,20150205,20150408,EIS,Sole Agency,No,,,Awarded,,20201117 Ministry of Education,8047978,Request for Proposals,Open Competition,"Queen???s High School, Dunedin - Music Suite & Art Room Alterations & Refurbishment",CN13-1381,20150119,20150216,20150625,EIS,On behalf of procurement agent,No,,"The Ministry of Education is inviting Tender Proposals from experience and capable main contractors to undertake the music suite and art room alterations / refurbishment works proposed at Queen's High School, Dunedin.",Awarded,,20201117 Ministry of Education,8052910,Request for Proposals,Open Competition,Owairoa Primary School - Relocatable classroom options,WS107329,20150120,20150226,20150611,EIS,On behalf of procurement agent,No,,"This Request for Proposal replaces #7902699 with amendments to specification and contract documents. The Auckland office of the Ministry is seeking qualified building contractors to carry out a design build contract to provide either: Six new relocatable learning studios for establishment at Owairoa Primary School, 85 Nelson Street, Howick. All six classrooms are required for immediate design, construction and delivery. or The Hire of six relocatable learning studios for establishment at Owairoa Primary School, 85 Nelson Street, Howick. All six classrooms are required for immediate delivery. Owairoa Primary School is simultaneously, undergoing substantial remediation work and roll growth activity. The school is looking at options to hire 6 temporary teaching spaces for an initial 3 year rental term while other infrastructure is undertaken, or acquiring 6 new permanent relocatable buildings which may or may not need to be re-sited at a later time. Or any combination of the above.",Not Awarded,Procurement placed on hold by the Ministry. Offers have now expired. A new Tender process will be Implemented as required,20201117 Ministry of Education,8598271,Request for Proposals,Open Competition,Review of the Computers in Homes programme,WS111796,20150205,20150226,20150319,Student Achievement,Sole Agency,No,,,Awarded,"The Ministry is proceeding with Part 1 of the project. The Ministry is not proceeding with Part 2 at this time.",20201117 Ministry of Education,9019496,Request for Proposals,Closed Competition,"Hinuera Stone Wall Remediation - Eltham, Opunake, Waitara Central & Bell Block School",202-006-01,20150219,20150311,20150518,EIS,On behalf of procurement agent,No,,The Ministry of Education is inviting Requests for Proposals (RFP) from a selection of Building Contractors that responded and meet the criteria for the Registration of Interest - to carry our remediation work to a number of existing Hinuera stone veneer walls to single storey classroom blocks in several Taranaki schools.,Awarded,,20201117 Ministry of Education,9032369,Request for Proposals,Open Competition,Incredible Years Teacher Workforce Development Services,WS70735,20150218,20150327,20161025,Sector Enablement and Support,Sole Agency,No,,"Incredible Years Teacher (IYT) programme is a comprehensive, multi-faceted and developmentally based programme for teachers of children aged 3-8 years. It is based on strengthening teacher classroom and early childhood centre management strategies, promoting children???s pro-social behaviour and school readiness, and reducing classroom aggression and non-cooperation with peers. The Ministry of Education is seeking a key partner to provide workforce development services for the professionals who are delivering the IYT programme within New Zealand early childhood centres and schools. The Ministry is holding a briefing for interested parties at 11.00am on 5 March 2015",Awarded,,20201117 Ministry of Education,9067081,Request for Proposals,Open Competition,Project Portfolio Management (PPM) Software Project Reissue,WS103329a,20150220,20150317,20151005,EIS,Sole Agency,No,,"The Ministry seeks to purchase Project Portfolio Management functionality supplied through a Software as a Service model. The implementation approach will be staged. It will start with a basic level of functionality and low volume of users; and it will increase over time. While the contract is for a total term of four years (initial term of 2 years plus one right of renewal for another 2 years), the Ministry is also seeking to purchase the service under a ???pay per use??? or similarly innovative pricing model. IMPORTANT This is a reissue of the RFP of the same title that was released on the 26th November 14.Apart from some dates ( which now take precedence) both documents are identical. There is no need for suppliers who previously submitted proposals to resubmit them unless they wish to make changes to the original.",Awarded,,20201117 Ministry of Education,9210474,Request for Proposals,Open Competition,Conference Event Management Services Supplier Panel,WS114420,20150225,20150402,20150904,Student Achievement,Sole Agency,No,,"What we need The objective of this procurement is to develop a small panel of independent conference event managers who have proven capability to deliver management services in the most effective and efficient manner. What???s important to us ??? Capable, responsive, qualified, experienced conference event management ??? Understanding of and experience with successfully managing education and cultural events and relationships ??? Delivering the best overall value for money solution to achieve educational and event objectives. Why should you bid? You will indirectly contribute to our children???s future by serving the education sector and communities with your management talents. Ensuring that $3m to $5m per year that is spent on sector conference events deliver the most effective and efficient solutions.",Awarded,,20201117 Ministry of Education,9286671,Request for Proposals,Open Competition,Northcote Intermediate Block 1 remediation,1394270215,20150302,20150403,20150502,EIS,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting Proposals from qualified and experienced main Contractors or suitable Residential building Companies for a Project involving the weathertightness remediation of the Administration Block 1 at Northcote Intermediate School 145 - 157 Lake Road, Northcote. The Administration Block is located to the entrance off Lake Rd and comprises Admin, Library, Hall and Music function for the school. The work will comprise approximately 30% of the roof structure and associated support work to cladding and joinery components. The School will remain in operation throughout the construction period requiring a high standard of Resource management to be in place. The site is programmed to be available to commence Late April 2015 with an anticipated construction period of 22 weeks.",Awarded,,20201117 Ministry of Education,9293605,Request for Proposals,Open Competition,School Leasing & Property Management Services WS105045,WS105045,20150306,20150331,20150925,EIS,Sole Agency,No,,The Ministry of Education (the Ministry) is inviting Proposals from suitably qualified Suppliers for the supply of School Leasing and Property Management Services,Awarded,Contract was awarded to Darroch Limited,20201117 Ministry of Education,9483661,Request for Proposals,Open Competition,Main Contractor for Hard Fit out CRHS Wellington,3939 - CRHS,20150305,20150402,20150421,EIS,Sole Agency,No,,"The Ministry of Education is inviting Proposals from suitably qualified and experienced construction companies to undertake the refurbishment and fit out of a 465m2 office building to suit the Ministry???s Central Regional Health School in Wellington. The scope of this project involves the replacement of floor linings throughout, construction of meeting rooms and office spaces, domestic kitchen refurbishment, full fit out of an existing ablutions block and associated decorations. The building???s landlord will be completing demolition works to the floor, the successful main contractor will need to work in collaboration with the landlord???s contractors around works timing and site access.",Awarded,,20201117 Ministry of Education,9695726,Request for Proposals,Open Competition,Hornby Pan Pasifika Early Childhood Education Centre,WS112550,20150311,20150508,20150915,"Early Learning, Parents and Whanau",Sole Agency,No,"Tender Box: Hornby Pan Pasifika ECE Service Paul Habinshuti Ministry of Education 39 Princess Street, Riccarton Christchurch 8140","The Ministry of Education intends to provide a contract opportunity, for the establishment of a Pan Pasifika early childhood education and care service (ECE) based in Hornby Christchurch. The intention of the envisioned Pan Pasifika ECE service is to provide an early childhood education service, which celebrates and represents many Pasifika nations. Supporting early childhood education engagement of fanau in the western suburbs of Christchurch is our focus, therefore crown owned land will be made available in Hornby for this service. The service is intended to offer places for up to 50 children and be open all day to support working fanau. It would be an expectation that members of the Pasifika community are involved in shaping the service and guiding in the day to day running of the service.",Awarded,"??? Barnardos New Zealand After an evaluation and review process the Ministry of Education has selected Barnardos New Zealand. Barnardos proved that they have the capability to establish a Pan Pasifika ECE service that reflects and responds to the needs of the Pasifika community. Barnardos New Zealand will work in partnership with the community, other agencies, and individuals to support the needs of families and to enable maximum participation and engagement.",20201117 Ministry of Education,9741214,Request for Proposals,Open Competition,Early Childhood Education - Targeted Assistance for Participation Stream 3 - Auckland,WS112645,20150311,20150417,20150707,Sector Enablement and Support,Sole Agency,No,,"Quality ECE gives our youngest children an excellent start and too many children are missing out. Evidence shows that over half of the children who start school with no prior participation in ECE are from M??ori, Pasifika and low socio-economic communities. A shortage of ECE services coupled with high population growth and difficulty accessing ECE that is responsive to some communities??? identity, language, and cultural needs can create participation problems. The Ministry of Education invites you to submit a RFP (Request for Proposal) for TAP3 (Targeted Assistance for Participation-Stream 3) grant funding. TAP3 aims to support a wide range of innovative, flexible solutions that create, or increase the availability of new, suitable licensed or certificated child places in target areas within the Auckland Region. There are two documents attached: TAP3 2015 AK RFP - Details this RFP's requirements and process TAP3 2015 AK RFP Response Form - Please use this RFP Response Form for your proposal, ensuring you read the Instructions on the first page. Once complete you must submit this Response Form electronically to the GETS in-box address. Proposals will not be accepted in any other format or delivery. You must click ???Subscribe to this notice??? and login through ???RealMe??? to access these documents.",Awarded,,20201117 Ministry of Education,9750772,Request for Proposals,Open Competition,Early Childhood Education - Targeted Assistance for Participation Stream 3 - Tai Tokerau,WS112690,20150311,20150409,20150708,Sector Enablement and Support,Sole Agency,No,,"As part of the Better Public Services goals, the Government has set the following target: In 2016, 98% of children starting school will have participated in quality early childhood education (ECE). To reach this goal Targeted Assistance for Participation (TAP) aims to create new child places in target areas where the largest numbers of children are not participating in early childhood education (ECE). TAP funding consists of three funding streams: full funding (TAP1), partial funding (TAP2) and low-cost, high-value funding (TAP3). This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Targeted Assistance for Participation ??? Low Cost, High Value grant opportunity.",Awarded,,20201117 Ministry of Education,9980457,Request for Proposals,Open Competition,Kaukapakapa School ??? Admin and Classroom Block ??? Rebuild Design Services,CW30480,20150316,20150410,20170622,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of Design Services for the Design and Construction of a new Administration, Library, ICT Suit and 6 classroom block.",Awarded,Awarded to Hawthorn Geddes,20201117 Ministry of Education,9980527,Request for Proposals,Open Competition,Kaukapakapa School ??? Admin and Classroom Block ??? Rebuild PM Services,CW30487,20150316,20150410,20170622,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of PM Services for the Design and Construction of a new Administration, Library, ICT Suit and 6 classroom block.",Awarded,Awarded to TBIG,20201117 Ministry of Education,10072926,Request for Proposals,Open Competition,Dannevirke High School - Structural Remediation to Block B,202-017-01,20150320,20150416,20160217,EIS,On behalf of procurement agent,No,,The Ministry of Education are inviting main contractors to submit a Request for Proposal (RFP) for Structural Strengthening work to the Assembly Hall at Dannevirke High School.,Awarded,,20201117 Ministry of Education,10139953,Request for Proposals,Open Competition,BIM Consultancy Services,WS113022,20150323,20150420,20150807,EIS,Sole Agency,No,,The Ministry of Education is looking to deliver a school construction project using Building Information Modelling (BIM). This project will be used as an exemplar and to support the Ministry???s consideration of the future use of BIM within its projects. Advisory services are sought to support the development of a BIM specification and a procurement and contracting approach that will enable the effective assessment of outcomes and the integration of any lessons learned into future guidance and policy.,Awarded,,20201117 Ministry of Education,10151396,Request for Proposals,Open Competition,Murrays Bay Intermediate RFP,CW30984,20150324,20150421,20150622,EIS,Sole Agency,No,,"Murrays Bay Intermediate School has the requirement for design, project management and cost management services for a modern learning environment upgrade to four existing teaching spaces. This is required through internal refurbishment and reconfiguration of existing classrooms and associated circulation spaces.",Awarded,Contract awarded to consortium of Value Solutions Ltd - Project and Cost Managers and Adams Architects Ltd - Design Consultants,20201117 Ministry of Education,10434781,Request for Proposals,Open Competition,"Targeted Assistance for Participation (TAP 3) Low-cost, high-value funding in the Wellington Region",WS119636,20150330,20150505,20150702,Sector Enablement and Support,Sole Agency,No,See RFP documents for alternative delivery addresses,"This Request for Proposal (RFP) invites proposals for the Targeted Assistance for Participation (TAP): low cost, high value funding stream. This funding stream provides grants and is limited to identified target areas within the Ministry of Education???s Wellington Region . TAP 3 grants will pay for all direct costs up to $100,000 (GST exclusive). Since 2010, TAP funding has been provided to create new child places in target areas where the largest numbers of children are not participating in early childhood education (ECE). TAP funding consists of three funding streams: full funding (TAP 1), partial funding (TAP 2) and low-cost, high-value funding (TAP 3). The maximum grant amount is $100,000 (GST exclusive) per proposal.",Awarded,,20201117 Ministry of Education,10442608,Request for Proposals,Open Competition,RFP for Cluster of Design Consultants-Building Improvement - Auckland & Northern Region,WS112505,20150401,20150429,20150721,EIS,All of Government,No,,The objective of this procurement is to form a panel of up to five Architectural Design Consultants for the provision of architectural services. The selected panel members will be invited to submit proposals in a closed process for up to 20 Building Improvement Programme projects located in the Ministries Northern Region. This is the first non price stage to establish the panel.,Awarded,,20201117 Ministry of Education,10533660,Request for Proposals,Closed Competition,"Provision of Exemplary Post-graduate Initial Teacher Education Programmes in Early Childhood Education (ECE) Services (English medium, bilingual (English/M??ori medium) or full immersion M??ori medium)",WS90716,20150402,20150508,20151005,Student Achievement,Sole Agency,No,N/A,"The Government is introducing post-graduate qualifications for entry to the teaching profession in New Zealand, both in the compulsory schooling and early childhood (ECE) sectors, and in English and M??ori medium. The purpose of introducing post-graduate qualifications in initial teacher education (ITE) is to lift the quality of graduating teachers??? practice as part of a broader approach to strengthening the capability of the schooling workforce. Ultimately, the aim is to improve the achievement of learners not well served by the system. This includes M??ori, Pasifika, learners from lower socio-economic backgrounds and learners with diverse needs. The Ministry of Education is now seeking Proposals from current tertiary education providers of ECE ITE programmes to provide ""exemplary"" ECE ITE programmes, at post-graduate level. Through this we aim to support the development of quality pathways (communities of learning) from k??hanga/puna to kura, wharekura and w??nanga. We are seeking innovative programmes that involve a substantial shift in the nature and quality of opportunities for ECE ITE students to learn to practise and to develop adaptive expertise in English and/or kaupapa M??ori contexts. The establishment of a small number of exemplary programmes will provide the opportunity to demonstrate exemplary practice, to identify the strengths of new approaches and to build the national knowledge base in ECE ITE. This RFP is for exemplary post-graduate ECE ITE programmes starting in 2016 and running for an initial three year term. A maximum of $4,000 funding per equivalent full time student place (EFTS), over and above the current Student Achievement Component (SAC) funding already allocated to tertiary providers for ITE provision in their investment plans, is available for the new programmes. This additional sum per EFTS is referred to as the EFTS funding levy. The EFTS funding levy is available under this initiative for up to 90 EFTS per annum, for the three years from 2016 ??? 2018. It is important to understand that no new EFTS will be provided by the Ministry; providers must work within the funding framework provided by the Tertiary Education Commission. The additional funding provided by the Ministry in the form of the EFTS funding levy recognises the enhanced infrastructure that will be needed to support the exemplary components necessary to enable the shifts in programme design and implementation being sought.",Awarded,"A total of two proposals (three programmes) were selected by the Ministry of Education as a result of this tender. They are: 1 University of Canterbury (appears as Mere Skerrett) - Master of Teaching and Learning, Early Childhood Endorsement (English medium) 2 Waiariki Institute of Technology - Master of Teaching Early Childhood Education (English medium): Tohu Paerua o te Whakaako i te M??tauranga K??hungahunga 3 Waiariki Institute of Technology - Master of Teaching Early Childhood Education (bilingual): Tohu Paerua o te Whakaako i te M??tauranga K??hungahunga (Reorua)",20201117 Ministry of Education,10600268,Request for Proposals,Open Competition,Restorative Practice - Relational Building in Schools,WS119808,20150402,20150529,20161025,Sector Enablement and Support,Sole Agency,No,,"Positive Behaviour for Learning (PB4L) Restorative Practice is a whole school initiative, targeted primarily at secondary schools, to improve children???s well-being, increase educational achievement and provide teachers with additional skills and tools to prevent, and constructively respond to, behaviours when things go wrong. It uses a set of tools and best practice strategies, with a strong focus on building and maintaining positive and respectful relationships across the school communities. The Ministry of Education is seeking to establish a collaborative relationship with a national provider that has the infrastructure, capacity and capability to work in partnership with the education sector and the Ministry to strengthen the Positive Behaviour for Learning (PB4L) Restorative Practice Model across school communities. The Ministry is looking for a provider that has the infrastructure, capacity and capability to provide consistent, national delivery and implementation of the PB4L Restorative Practice model to the education sector, including workforce development and support. This is a unique opportunity to be involved in a targeted approach to support schools to strengthen respectful relationships across their school communities. PB4L Restorative Practice is about providing teachers with tools to strengthen relationships, improve children???s wellbeing and increase educational achievement. Through supporting these schools to build their capability in strengthening relationships you will empower schools to analyse their existing values and practice, and evaluate how effective their current strategies are for building and managing relationships and resolving differences and conflict.",Awarded,,20201117 Ministry of Education,10681993,Request for Proposals,Closed Competition,RFP for PM services - TKKM o Te Tonga o Hokianga,WS112029,20150408,20150429,20170626,EIS,Sole Agency,No,,"RFP for PM services - TKKM o Te Tonga o Hokianga, for shortlisted firms",Awarded,,20201117 Ministry of Education,10686548,Request for Proposals,Open Competition,"Targeted Assistance for Participation-Stream 3 Low-Cost, High-Value Funding for the 2014/2015 financial year for Ashburton and Blenheim",WS113323,20150408,20150513,20171220,"Early Learning, Parents and Whanau",Sole Agency,No,"Tender Box: TAP3 Ashburton Paul Habinshuti 39 Princess Street, Riccarton Christchurch","The Ministry of Education intends to provide contract opportunities to create Early Childhood Education (ECE) places for Pasifika children in the following target areas; 1. Ashburton - specifically Netherby and surrounds 2. Blenheim - specifically Redwoodtown and surrounds The intention of this contract opportunity is to provide early childhood education places which responds to the identity, language and culture of the increasing population of Pasifika families in these two target areas. This contract opportunity is intended to offer a minimum of 10 ??? 20 extra child places in each area. The funding stream for these two contracts will be the Targeted Assistance for Participation ??? Stream 3 (TAP 3): low cost, high value funding stream. The funding stream provides grants for identified target areas with the maximum grant amount being $100,000 (GST exclusive) per proposal.",Not Awarded,,20201117 Ministry of Education,10686875,Request for Proposals,Open Competition,Construction Professional Services RFP,,20150407,20150518,20160622,EIS,Sole Agency,No,,"The Ministry is looking to establish panels of pre-qualified suppliers for the following requirements: ??? Project Management Services (Construction) o Major; and o Minor ??? 10YPP Consultants (Schools Property Planning) ??? Strategic Partnership Suppliers (Construction Professional Services)",Not Awarded,"This Award Notice is for the Construction Professional Services Request for Proposals for Project Management, 10 Year Property Planning Consultants (10YPP) and Strategic Partners - Construction Consultancy services. The Successful suppliers for Strategic Partners (in no particular order) are Beca, GHD, OPUS, Jacobs and Aurecon. The Successful suppliers for 10YPP are listed on the Ministry of Education's 10 Year Property Plan Property pages. The Successful suppliers for Project Management Minor and Major services are listed on the Ministry of Education's Project management panel Property Pages. Please note that some suppliers have been provisionally appointed to the 10YPP Consultants and Project Management Minor services panels subject to resolution of a number of areas identified in the due diligence process. A final update on panel appointment will be provided as a GETS notification by the 30th October 2016.",20201117 Ministry of Education,10960852,Request for Proposals,Closed Competition,RFP for Pukekohe High School Remediation of Munro and Science Blocks,A4232,20150417,20150520,20160204,EIS,Sole Agency,No,,"The Ministry seek to procure an experienced Main contractor for the weathertightness remediation at the Munro and Science Blocks at Pukekohe High School, Harris Street, Pukekohe. The works are for the removal of existing cladding, roofing and external joinery and trims as detailed necessary to allow the recladding and roofing to comply with the approved consented design and documentation under the Building Code. Inserting adapted existing windows to suit revised opening widths and new joinery as detailed. Replacement of damaged or deteriorated framing etc and other associated items following engineer's inspections of the exposed structure and applying timber treatment to remaining existing framing. Please register for a site visit through the GETS question function.",Not Awarded,Funding issues for project. RFP closed as per EIS instructions Feb 2016.,20201117 Ministry of Education,11223946,Request for Proposals,Closed Competition,RFP for Green Bay Primary & Hingaia Peninsula,CW30982,20150423,20150515,20150917,EIS,Sole Agency,No,,"The Ministry of Education is inviting Requests for Proposals from pre-selected Suppliers to be contracted to deliver the design, project management and cost management of new classroom buildings at the following schools: Green Bay Primary Hingaia Peninsula",Awarded,,20201117 Ministry of Education,11710310,Request for Proposals,Open Competition,ROI - Whangarei Girls High School - Construction of a 3 classroom block,CW32624,20150512,20150602,20150727,EIS,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified main contractors for the Construction of a three classroom 375 m2 (approx.) classroom block including a breakout space, resource room and students, staff and disabled toilets, and the installation and connection to all necessary services Please see attached ROI document for details The attached site plan shows the desired position of the Classroom Block Your submission must be made using the attached supplier response form and submitted through GETS Any and all queries must be submitted through the GETS 'Ask a Question' function.",Awarded,,20201117 Ministry of Education,11917138,Request for Proposals,Closed Competition,Wh??nau Education Action Planning Evaluation,WS126617,20150514,20150524,20150609,"Early Learning, Parents and Whanau",Sole Agency,No,,"The Ministry???s teams, Parents Families and Wh??nau (PFW) and Iwi and M??ori Education Relationships (IMER), partnered with iwi and iwi community partners to strengthen iwi workforce through Wh??nau Education Action Planning workshops and training. This project supports the M??ori economic Development Strategy, He kai kei aku ringa, and Ka Hikitia - Accelerating Success 2013-2017. A two phased approach to evaluate the Wh??nau Education Action Planning project:: ??? scope and plan the evaluation of the Wh??nau Education Action Planning project, to be delivered by 30 June 2015; and ??? evaluate and report the impact of Wh??nau Education Action Planning on learners, their wh??nau and iwi in 2015/16. (phase 2 will be dependent on the approval of the plan presented in phase 1)",Awarded,,20201117 Ministry of Education,11990896,Request for Proposals,Open Competition,LEOTC 2015 Arts/Health/PE Tender,WS120858,20150515,20150703,20160509,Student Achievement,Sole Agency,No,,"LEOTC is a contestable fund for organisations to provide New Zealand students with learning experiences outside of the classroom. The Ministry is opening up a 2015 tender to support the Arts (Ng?? Toi), Health and Physical Education (Hauora) learning areas in The New Zealand Curriculum and Te Marautanga o Aotearoa. Organisations with successful proposals will be invited to negotiate a three year contract with the Ministry beginning 1 January 2016. LEOTC providers are organisations that hold significant community resources that support and enhance student learning including (but not limited to): museums, art galleries, zoos, historic parks, performing arts and science centres. Please note that schools are not eligible for LEOTC funding. Goals of LEOTC funding ??? to provide innovative, hands-on, high quality, curriculum-focused programmes to students in authentic contexts ??? to offer programmes that enrich classroom teaching and learning and provide learning experiences not readily available in schools ??? to work in partnership with schools to ensure that learning experiences are designed to effectively meet the learning needs of participating students ??? to make best use of their resources, expertise and unique context and content to build on and enhance teaching and learning in the classroom, contributing to increasing student engagement and achievement. In order to respond to this RfP, please subscribe to this notice. All responses must be received via GETS.",Awarded,,20201117 Ministry of Education,12357557,Request for Proposals,Open Competition,Resource Management Act Monitoring Services,,20150528,20150624,20150924,EIS,Sole Agency,No,,"The Ministry is seeking is seeking proposals from interested parties to provide monitoring and reporting of actions undertaken under the Resource Management Act and other related legislation that may affect the Ministry of Education including; - Local Government - Central Government - School Designations - Specialist Environmental and Land Management Services",Awarded,,20201117 Ministry of Education,12373184,Request for Proposals,Open Competition,"Alexandra Primary, Otago ??? Proposed Building Rationalisation Work",Alexandra Primary CN13-1320,20150529,20150624,20150902,EIS,Sole Agency,No,,"Tenders are invited for the demolition of approximately 632m2 of administration and classroom space at Alexandra Primary School. The reinstatement of the remaining building and associated site works To relocate all incoming main services (electrical, data, fire, heating etc.) Replace the existing gas boiler system with two new smaller gas boilers. Redevelop the existing boys toilets and cloak room to incorporate a new girls toilet. To access and download the tender documents please subscribe to this notice using the link below.",Awarded,,20201117 Ministry of Education,12545296,Request for Proposals,Closed Competition,"RFP for Napier Boys High School, Classroom Blocks AE and AF",CW31009,20150604,20150710,20160209,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Not Awarded,Job put on hold,20201117 Ministry of Education,12547492,Request for Proposals,Open Competition,Provision of Emergency Contractor Services WS127243,WS127243,20150604,20150630,20150803,EIS,Sole Agency,No,,"The primary purpose of this procurement activity is to provide assistance and advice to the Ministry and Board of Trustees for an emergency notified by the Ministry, board of trustees or like authority on a school site within New Zealand.The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of Emergency Contractor Services that can be called upon to supplement the existing Ministry???s Property Advisor capability when defined emergency situations arise.",Not Awarded,RFP was cancelled due to difficulty in evaluating proposals fairly for submissions that were providing national coverage and for individual regions. An amended RFP to the open market will be reissued in due course.,20201117 Ministry of Education,12720813,Request for Proposals,Open Competition,RFP for Financial and Commercial Advisory Services for potential PPP Procurement,CW33581,20150609,20150703,20170622,EIS,Sole Agency,No,,"The Ministry of Education is developing a detailed Business Case for the approach to delivering the next wave of new schools and major redevelopments. One option for the delivery of some of these new schools is a Public Private Partnership. Financial and Commercial Advisory Services are sought to support the development of this Business Case and, subject to Cabinet approval of the use of a PPP, the services that would be required to support the procurement and execution of a PPP contract. The Ministry will hold a briefing session for Suppliers on 17/06/2015 at 11am. The session will be held at Ministry of Education, St Pauls Square, 45-47 Pipitea Street, Wellington and via teleconference (and potentially videoconference). Teleconference (and videoconference if applicable) details will be provided to confirmed attendees closer to the date. This is an opportunity for Suppliers to gain clarification on the Ministry???s requirements as detailed within this RFP. Any additional information made available as a result of the briefing session will be distributed by a subsequent Notice to Suppliers. Those Suppliers intending to attend a briefing session are required to notify the Contact Person by the date detailed in the ???Our timeline??? section and will be limited to one person per Supplier.",Awarded,,20201117 Ministry of Education,12721086,Request for Proposals,Open Competition,RFP for Technical Advisory Services for potential PPP Procurement,CW33585,20150609,20150703,20150817,EIS,Sole Agency,No,,"The Ministry of Education is developing a detailed Business Case for the approach to delivering the next wave of new schools and major redevelopments. One option for the delivery of some of these new schools is a Public Private Partnership. Technical Advisory Services are sought to support the development of this Business Case and, subject to Cabinet approval of the use of a PPP, the services would be required to support the procurement and execution of a PPP contract. The Ministry will hold a briefing session for Suppliers on 17/06/2015 at 12.30pm. The session will be held at Ministry of Education, St Pauls Square, 45-47 Pipitea Street, Wellington and via teleconference (and potentially videoconference). Teleconference (and videoconference if applicable) details will be provided to confirmed attendees closer to the date. This is an opportunity for Suppliers to gain clarification on the Ministry???s requirements as detailed within this RFP. Any additional information made available as a result of the briefing session will be distributed by a subsequent Notice to Suppliers. Those Suppliers intending to attend a briefing session are required to notify the Contact Person by the date detailed in the ???Our timeline??? section and will be limited to one person per Supplier.",Awarded,,20201117 Ministry of Education,13030264,Request for Proposals,Closed Competition,RFP for Project Director Services for Napier Boys' High School,CW32222,20150619,20150716,20151019,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Request for Proposals from suitably qualified and experienced Suppliers to provide Project Director (PD) Services, through an open multi stage process, to manage the proposed redevelopment of Napier Boys' High School. The objective of this procurement is to commission, via a 2 stage process, a Project Director to act on behalf of the Ministry of Education with the implementation of this project and the commissioning of all consultants and contractor to support this occurring. This is the second stage of the process. The physical works involves the replacement of Block A, P1, P2 and P3 and includes an upgrade of essential infrastructure for the affected area of the site. The overall budget is approximately $7 million.",Awarded,Error in original notification. Originally ticked Project Control when it should have been Frequency,20201117 Ministry of Education,13076084,Request for Proposals,Open Competition,Reinspection of Buildings Suffering from Weather tightness Failure - North Island,CW32499,20150624,20150721,20150907,EIS,Sole Agency,No,N/A,"The purpose of this procurement is to appoint suppliers to undertake independent re-inspections of buildings that suffer from weather tightness failure. These buildings have previously had a Destructive Test (DT) report commissioned and undertaken by a registered building surveying company. Many of these buildings have been on a ???hold and re-inspect??? cycle, with an annual monitoring condition re-inspection now due. The scope of work involves obtaining from the Ministry of Education a copy of the DT report previously undertaken, analysis of the report to identify where damage is occurring, attend site, undertake re-inspection in order to ascertain the current building condition & reply back to the Ministry of Education Case Manager.",Not Awarded,Please refer to addendum two,20201117 Ministry of Education,13364568,Request for Proposals,Closed Competition,RFP for Puketapu School (Hawkes Bay) / Administration Block,16915001,20150626,20150724,20160209,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Not Awarded,Job put on hold,20201117 Ministry of Education,13618365,Request for Tenders,Open Competition,Removal of Westmere School temporary relocatable village and relocation of buildings to Redhill and Balmoral School and Western Springs College,3726.01,20150703,20150730,20160128,EIS,Sole Agency,No,,,Awarded,,20201117 Ministry of Education,13625493,Request for Proposals,Open Competition,RFP for Remuera Intermediate School - Architectural Design & Construction Monitoring Services,CW34764,20150707,20150730,20150917,EIS,Sole Agency,No,,The Ministry of Education is inviting proposals for the supply of architectural design and construction monitoring services for a project at Remuera Intermediate School. The project involves the provision of six teaching spaces in a new two storey building and the conversion of one teaching space into an access route and breakout spaces. The project also includes the relocation of prefabricated classrooms at the school and removal from site at the end of the project.,Awarded,,20201117 Ministry of Education,13769152,Request for Proposals,Closed Competition,RFP for Norfolk School / Block A,CW34015,20150709,20150806,20151104,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,,20201117 Ministry of Education,14179942,Request for Proposals,Closed Competition,RFP for Selwyn School / School Hall (Block K),WS115608,20150723,20150820,20151106,EIS,Sole Agency,No,N/A,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,,20201117 Ministry of Education,14642952,Request for Proposals,Closed Competition,RFP for Massey High School / Science Block,CW32224,20150804,20150901,20160205,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Form Building & Developments Limited,20201117 Ministry of Education,14919080,Request for Proposals,Closed Competition,"Hora Hora School, Whangarei-Classroom Block Construction",CW31482,20150810,20150904,20151023,EIS,On behalf of procurement agent,No,,"This Request for Proposal (RFP) is an invitation to selected suppliers to submit a Proposal a Main Building Contractor for the construction of 10 Classroom Block at Hora Hora School (the School) Please see attached all documentation including RFP response forms and see below for Drop box link to the Drawing Set: https://www.dropbox.com/sh/m38imdsi4ut4mx6/AADgaAAX4bJ4x7iz1YpDWHSka?dl=0",Awarded,,20201117 Ministry of Education,14920174,Request for Proposals,Open Competition,"RFP: Site Identification and Evaluation, Designation and Acquisition - North Massey Primary School",CW35404,20150811,20150908,20150921,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking proposals from suitable Respondents (or a consortium of suppliers) for the provision of services to identify, evaluate, acquire and designate a site for a new primary school in North Massey, Auckland.",Awarded,,20201117 Ministry of Education,15050694,Request for Proposals,Open Competition,Field improvements and planting at Westmere School,3726.01,20150813,20150907,20160128,EIS,Sole Agency,No,,"Westmere Primary School is currently being redeveloped and has been partly housed in a temporary classroom village installed on the school field since 2012. The major redevelopment is coming to an end. The temporary village is now vacant ready for removal and is planned to occur over the term 3 holidays in September. Once removed the area will need to be re-established as a field and additional plantings be installed. It is expected the works occur over the end September through to December 2015. The MOE is seeking tenders from suitable contractor to undertake the Physical Works to undertake the field re-establishment and planting works.",Awarded,,20201117 Ministry of Education,15101206,Request for Proposals,Open Competition,CW35748 RFP - Emergency Response Coordinator Services,CW35748,20150813,20150909,20151005,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking emergency response coordinator services. The objective of this RFP is to identify a supplier to carry out emergency response services for each of the 4 Service Delivery regions (Northern, Central North, Central South and Southern) that will provide value for money to the Ministry and ensure that the associated risks are adequately managed. Each potential Supplier can submit a proposal for one or multiple regions. They must clearly state the region and submit region-specific non-price criteria and price information. (i.e. separate proposal for each region)",Awarded,,20201117 Ministry of Education,15156080,Request for Proposals,Open Competition,Request for Application to operate a Partnership School | Kura Hourua,PSKH.03,20150814,20151030,20160901,Student Achievement,Sole Agency,No,"Ministry of Education, Level 3, 45-47 Pipitea Street, Thorndon, Wellington","The Partnership Schools Authorisation Board and the Ministry of Education invite applications from capable organisations to operate a Partnership School | Kura Hourua opening in 2017. The Authorisation Board and the Ministry are looking for proposals that demonstrate: a) a clear commitment to raising the educational aspirations and results of M??ori, Pasifika, students from low socio-economic backgrounds, and students with special education needs, and an understanding of the challenges involved b) proven ability to attract these priority learner groups c) a strong case for the need for a Partnership School to address educational underperformance by their target students in the proposed location d) a compelling, clearly documented education programme that will deliver success for their target students, and evidence of the sponsor???s capability for delivering the programme e) innovative use of the flexibilities and freedoms on offer to Partnership Schools f) an understanding of what is required to achieve success in education for their target students, and experience in doing so g) proven organisational, governance and financial capability and competence, and h) data and other evidence to support each of the key components of the proposal. In addition to the evaluation criteria described, the Government has set a number of preferences for this round of applications. While all high quality applications (as assessed against the evaluation criteria) will be considered, preference will be given to new Partnership Schools that: a) make effective use of the flexibilities offered by the model b) offer effective, innovative options for 0-8 year olds c) are large enough to be comfortably (economically) viable d) are located in an area or areas where there are students who are not being well served by the education system e) bring together education, business and/or community sector partnership(s) f) have a focus on science, technology, engineering and mathematics g) are not from existing private schools seeking to convert to a Partnership School.",Awarded,,20201117 Ministry of Education,15160134,Request for Proposals,Open Competition,Year 9 Plus Program,WS132385,20150817,20150911,20151117,Education System Performance,Sole Agency,No,,"The Year 9 Plus concept test will explore the opportunity to intervene early in the lives of young people by providing a consistent individual to help change their predicted trajectories. Working with a sample of 80 ??? 100 young people in the Gisborne area, Year 9 Plus will introduce Champions to provide intensive wrap around support ??? both in-school and out-of-school.",Awarded,,20201117 Ministry of Education,15165503,Request for Proposals,Open Competition,International Student Dispute Resolution Scheme,CW35425,20150817,20150918,20160414,"Graduate Achievement, Vocations and Careers",Sole Agency,No,,"The Ministry wishes to appoint an operator for the newly established International Student Contract Dispute Resolution Scheme (DRS). The scheme has been established to resolve disputes between prospective, current and former international students and their education providers. The Ministry is looking for a supplier who has the capability and experience to operate the International Student Contract Dispute Resolution Scheme. They need to have a good track record in the management and implementation of a similar programme and possess the necessary nationwide infrastructure to effectively and efficiently provide for this relatively small scheme with users spread across the country.",Awarded,,20201117 Ministry of Education,15359916,Request for Proposals,Closed Competition,Main Contractors Greenhithe School 12 Classroom Block,,20150824,20150921,20160210,,Sole Agency,No,,Construction of 12 classroom block,Awarded,The contract was awarded to Teak Construction,20201117 Ministry of Education,15492223,Request for Proposals,Open Competition,Early Childhood Education - Strengthening Early Learning Opportunities P1&2 Auckland,WS137314,20150821,20150921,20151106,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is requesting proposals from providers who can provide in-depth professional development to Strengthen Early Learning Opportunities (SELO), identified by the Ministry in target locations. The SELO Programme is designed to respond to the needs of Early Childhood Education services and the educators employed in the sector. The SELO Programme is broken down into three programmes. This RFP is specific to SELO 1 and SELO 2 as detailed in the RFP. There are two documents attached: SELO P1&2 AK15 Request For Proposal SELO P1&2 AK15 Outcome Agreement Draft You must click ""Subscribe to this notice"" and login through ""Real Me"" to access these documents. Please use the Section 2 Part A and B in the Request for Proposal for your response. Proposals will only be accepted via GETS.",Awarded,,20201117 Ministry of Education,15496392,Request for Proposals,Open Competition,Relocations Specialist for Wellington National Office Accommodation Project,2646-9024,20150821,20150918,20160530,Corporate and Governance,Sole Agency,No,,"The Ministry is consolidating its Wellington property accommodation from three buildings to two and aims to provide its personnel with an excellent activity-based working environment. There are two buildings, the Justice Centre on Aitken Street, which is an existing Ministry tenancy, and 33 Bowen Street. This is the former office for the Ministry of Business, Innovation and Employment (MBIE). The Ministry intends to select and engage a Relocations and Logistics specialist project management company to plan and manage the Ministry moves from three existing buildings to two buildings in Wellington. The move will involve the relocation of almost 1400 staff along with some existing furniture, fittings and equipment (FF&E), file boxes and PC equipment.",Awarded,,20201117 Ministry of Education,15580554,Request for Proposals,Open Competition,WGN Region Strengthening Early Learning Opportunities 1& 2 (SELO) 2015-2017,WS139064,20150824,20150930,20151124,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is requesting proposals from providers who can provide in-depth professional development to Strengthen Early Learning Opportunities (SELO), identified by the Ministry of Education in target locations. The SELO Programme is designed to respond to the needs of Early Childhood Education services and the educators employed in the sector.",Awarded,,20201117 Ministry of Education,15638412,Request for Proposals,Open Competition,Aotea College - Gym Floor Replacement,CW35931,20150826,20150918,20160115,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the replacement of the gym floor at Aotea College, Porirua. The existing tongue-and-groove timber sports floor was affected by a flooding event on 14th May 2015. The flood water entered the north side of the gym and seeped into the cavity between the timber floor and the gym???s concrete slab. This water remained in the cavity for several days. Drying operations were carried out to remove the water and reduce the moisture level. However, the damage caused during the flooding was not completely reversible with the joints not settling down completely. Springiness in the floor was also found on the southern side of the gym which is believed to be the result of the plastic spacers been washed out from under the timber joists. The MoE insurers have advised that the floor cannot be suitably repaired and have recommended the replacement of the floor. The Ministry is seeking proposals for the removal of the existing gym floor, inspection of the waterproofing membrane (include repair/replace as required) and installation of a suitable sports floor system to the gym.",Awarded,,20201117 Ministry of Education,16333074,Request for Proposals,Open Competition,Modernising the e-asTTle assessment tool,,20150907,20151016,20151223,Student Achievement,Sole Agency,No,,"NOTE: The original version of this RFP was accidentally cancelled within GETS. This is the version that must be used. e-asTTle is a world leading tool that supports the concept that formative assessment is a critical part of the learning and teaching process and not just a summative record of progress for the purpose of accountability. Developed by the Ministry of Education in 2002, e-asTTle has supported New Zealand teachers in primary and secondary schools, as an assessment and learning tool used to help schools to create and analyse literacy and numeracy. Tests are available for reading, maths, p??ngarau, p??nui and tuhituhi for years five to ten and curriculum levels two to six. Writing tests are available for years one to ten. The tool supports assessment as an integral part of the learning and teaching process. It provides standardised indicators of achievement in reading, writing and maths. The tool gives individual students and their teacher formative data on each student???s strengths, weaknesses and progress. It then provides guidance on next steps for learning. An estimated $4m to $8m investment is now required to return e-asTTle to a state where it is a modern assessment and teaching tool. The Ministry is seeking this investment from a suitable supplier(s) who the Ministry can work with over the next three years. In return, the selected supplier(s) can explore revenue generation opportunities, which may include charging schools for e-asTTle tests, and use the e-asTTle intellectual property to develop a version of the tool to market internationally. At the end of the contract term: ?? The Ministry will retain the right to use e-asTTle for New Zealand schools in perpetuity ?? The selected supplier(s) will retain the right to use the e-asTTle tool developed for overseas markets in perpetuity.",Not Awarded,,20201117 Ministry of Education,16365522,Request for Proposals,Open Competition,RFP - Panel for Relocation & Refurbishment of Existing Relocatable Classrooms,WS139798,20150909,20151005,20151028,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers in order to establish a panel of up to six suppliers for the ad-hoc relocation and refurbishment of existing relocatable classrooms. The panel is to supplement temporary accommodation sourced from other Ministry programmes and other procurement arrangements. It is not intended to cover all the Ministry???s building relocation requirements. The Ministry will evaluate the information provided in Suppliers who respond to this RFP and identify a shortlist of Suppliers to form a panel of contractor who are capable of the relocation and refurbishment of existing relocatable classrooms. The Panel will cover the Ministry???s Auckland and Tai Tokerau areas. Panel members may be invited to participate in a secondary procurement process (Request for Quotations for individual projects).",Awarded,,20201117 Ministry of Education,16588885,Request for Proposals,Closed Competition,RFP for Northland College Redevelopment,CW35746,20150918,20151028,20160204,EIS,Sole Agency,No,,"Tender for the redevelopment of Northland College in Kaikohe, following the ROI process.",Awarded,The Contract was awarded to A-Line Construction Ltd of kaikohe.,20201117 Ministry of Education,16852116,Request for Proposals,Closed Competition,RFP for Financial and Commercial Advisory Services for PPP Procurement,WS142557,20151005,20151016,20170622,EIS,Sole Agency,No,,The Ministry is considering the use of a PPP arrangement and a provider is required to support the PPP project throughout tendering and contract negotiation and finalisation.,Awarded,,20201117 Ministry of Education,16852432,Request for Proposals,Open Competition,School Transport Services,WS143016,20151005,20151106,20160418,EIS,Sole Agency,No,,"The Ministry of Education???s objective is to purchase quality school transport services for those Students who are eligible for school transport assistance. The Ministry currently provides daily school transport assistance for approximately 107,000 Students. This procurement is for a number of additional routes in the North Island that require Contracts effective from 01 January 2016.",Awarded,"The contract has been awarded to the below providers, for a two year, with a possible three year right of renewal, term starting 1 January 2016. Route:1127; Route Name:Whangaruru - Whangarei; Outcome:Withdrawn from Tender (school has closed) Route:1139; Route Name:Whangaruru ??? Kawakawa; Outcome:Withdrawn from Tender (school has closed) Route:1513; Route Name:Tau Te Arahanoa Akoranga; Outcome:Bayes Coachlines Route:1569; Route Name:Te Kura Hourua O Whangarei; Outcome:Clarks Pacific Route:1622; Route Name:Hobsonville Point ; Outcome:Ritchies Transport Route:2133; Route Name:Benneydale School; Outcome:Dobson Motors Route:2285; Route Name:Matapihi; Outcome:Madge Coachlines Route:2678; Route Name:St Josephs; Outcome:Madge Coachlines Route:3062; Route Name:Lepperton; Outcome:No tenders received. Route to be re-tendered in 2016. Route:5109; Route Name:Pukehamoamoa; Outcome:Nimon and Sons Route:5169; Route Name:Crownthorpe to Sherenden; Outcome:Nimon and Sons Route:6061; Route Name:Ohariu Valley; Outcome:Mana Coach Route:6190; Route Name:Kapiti; Outcome:Madge Coachlines Route:6193; Route Name:Raphael House Rudolf Steiner; Outcome:Madge Coachlines Route:1316; Route Name:Matakohe; Outcome:Matakohe Passenger Transport Route:1320; Route Name:Pakotai; Outcome:Normans Motors Route:1993; Route Name:Orakei School; Outcome:No tenders received. Route to be re-tendered in 2016. Route:2864; Route Name:Rangitoto School; Outcome:Dobson Motors Route:2873; Route Name:Omarumutu School; Outcome:Madge Coachlines Route:2958; Route Name:Te Kura o Waioweka; Outcome:Madge Coachlines Route:2973; Route Name:Tauranga Adventist School; Outcome:Go Bus Route:2985; Route Name:Benneydale School; Outcome:Dobson Motors Route:4828; Route Name:St Joseph's Sch (Taihape); Outcome:Go Bus Route:5824; Route Name:Irongate School; Outcome:Go Bus Route:6859; Route Name:Corinna School; Outcome:Mana Coach Route:6953; Route Name:Dalefield School; Outcome:No tenders received. Route to be re-tendered in 2016",20201117 Ministry of Education,16863043,Request for Proposals,Open Competition,Classroom Delivery Programme - Howick Demolition Works,WS142055,20151007,20151104,20170613,EIS,Sole Agency,No,,"The Ministry of Education is seeking demolition services for the removal of four classrooms and one toilet block at Howick Intermediate School (the School). The demolition works are to be undertaken during the 2015 ??? 2016 Christmas school holiday.",Awarded,,20201117 Ministry of Education,16864274,Request for Proposals,Closed Competition,Whangarei Boys High School - Electrical and Heating Upgrade Project,WS109316,20151009,20151104,20151215,EIS,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry (the Buyer) is seeking proposals for the electrical, heating and ventilation works for electrical and heating upgrade at Whangarei Boys High School (the School). Please see attached documentation for Details. All RFP responses must be submitted via GETS, any submissions not submitted in this manner will not be considered. All queries must be raised using the 'Ask A Question' function in GETS",Awarded,,20201117 Ministry of Education,16864833,Request for Proposals,Closed Competition,"Main Contractor for Learning Support Centre/Special Needs Unit at Waiopehu College, Levin",CW36014,20151008,20151029,20160217,EIS,Sole Agency,No,,The Ministry of Education (the Ministry) (the Buyer) is seeking a main contractor for the construction of a new Learning Support Centre (LSC) and Special needs Unit (SNU) at Waiopehu College (the School).,Awarded,,20201117 Ministry of Education,16875127,Request for Proposals,Closed Competition,Classroom Delivery Programme - Batch 15 Advanced Works,CW34894,20151012,20151102,20160302,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a suitably qualified main contractor for the onsite relocation of two temporary classrooms at Bayswater Primary School, and one each at Dairy flat Primary School, and Te Atatu Primary School. Note that this is now a single combined project relating to the ROIs for: Bayswater Temporary Classroom relocation (RFx 14526965) and Combined Dairy Flat and Te Atatu Temporary Classroom Relocation (RFx 14524444).",Awarded,Awarded to B&C Contractors Ltd - 8/12/2015,20201117 Ministry of Education,16882109,Request for Proposals,Open Competition,Design & Build Contractor for Golden Sands School Stage 3,CW37963,20151014,20151109,20160125,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Design and Build Contractor to complete Stage 3 expansion at Golden Sands Primary School (the School). It is intended that this project will be delivered under the Ministry???s NZS3915 Guaranteed Maximum Price (GMP) contract structure.",Not Awarded,"The Ministry of Education (MOE) is declining all responses received for this RFP and will under take a new two stage procurement process for a design and build contractor. This process will utilise a master plan which is been currently been developed by the MOE and school. It is expected the ROI will be issued on the 29th January 2016, with the RFT expected to be issued to the shortlisted parties at early March.",20201117 Ministry of Education,16894534,Request for Quotations,Open Competition,MyPortfolio User Support,WS141848,20151016,20151030,20170626,,Sole Agency,No,,"This is for the supply of MyPortfolio User Support operational services for 2016. MyPortfolio is an example of an e-portfolio developed by the Ministry of Education as a customised instance of the Catalyst managed open source Mahara platform in 2008. MyPortfolio has been continuously enhanced from the parent Mahara system since 2008, based on user requirements from around the world. What we need We require a supplier to provide support for users of the MyPortfolio application. http://www.myportfolio.school.nz Support services required: ??? Help desk, training and documentation ??? Website content management ??? Promotion and Marketing ??? Documentation of emerging trends or opportunities in the e-portfolio market ??? Quality assurance monitoring of hosted e-portfolios.",Awarded,,20201117 Ministry of Education,16904106,Request for Proposals,Open Competition,"Main Building Contractors for Special Needs Property Modifications at Rangitikei College, Marton",,20151022,20151119,20160217,EIS,Sole Agency,No,,,Awarded,,20201117 Ministry of Education,16911832,Request for Proposals,Open Competition,Maintenance and Refurbishment Works to Aotea College Auditorium,CW36297,20151005,20151030,20151120,EIS,Sole Agency,No,Not applicable,"NOTE: REPLACES RFx 16848210 WITH AN OPEN DATE OF 05/10/2015 CANCELLED BY ACCIDENT The existing Te Manawa Auditorium building requires maintenance works to the existing roof claddings and removal and replacement of existing ceilings with new suspended ceilings in conjunction with partial refurbishment of internal wall linings, floor coverings and HVAC systems. This procurement is to establish and appoint a Main Contractor to complete the maintenance and refurbishment works using the MOE Construction Contract relating to the Project",Awarded,,20201117 Ministry of Education,16931595,Request for Proposals,Open Competition,ROI for TKKM Te Wananga Whare Tapere o Takitimu Project Management Services,CW38323,20151028,20151120,20160408,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced project management team to manage the relocation of TKKM Te Wananga Whare Tapere o Takitimu from its current site in Albert Street, Hastings to a new site in Arataki Road, Havelock North.",Awarded,,20201117 Ministry of Education,16954242,Request for Proposals,Open Competition,Early Childhood Education - Targeted Assistance for Participation Partial Funding RFP,,20151106,20151211,20160525,Sector Enablement and Support,Sole Agency,No,,"Quality ECE gives our youngest children an excellent start and too many children are missing out. Evidence shows that over half of the children who start school with no prior participation in ECE are from M??ori, Pasifika and low socio-economic communities. A shortage of ECE services, high population growth and difficulty accessing ECE that is responsive to identity, language, and culture, can create participation problems. The TAP fund seeks to establish new child places in high priority areas. This fund will provide start-up costs and incentives to create new child places in communities where they are needed most. The Ministry of Education invites you to submit a RFP (Request for Proposal) for TAP (Targeted Assistance for Participation) grant funding. Note: Proposals may outline more than one target area or CAU cluster per application. The proposal may outline or include more than one delivery option.",Awarded,,20201117 Ministry of Education,16955885,Request for Proposals,Closed Competition,Supply of Legal Services for Education Infrastructure Service (EIS),,20151104,20151202,20160303,EIS,Sole Agency,No,,"The Ministry of Education???s Education Infrastructure Service wishes to undertake a secondary procurement, Request for Proposal (RFP) amongst selected AoG suppliers for the provision of legal services in the Construction area of law. The intention is to enter into a service level agreement under an AoG Legal Services Order (???LSO???) (the ???Master LSO???) with the preferred supplier.",Awarded,The contract for the supply of Legal Services for Education Infrastructure Service (EIS) has been awarded to Chapman Tripp.,20201117 Ministry of Education,16963424,Request for Proposals,Open Competition,Main Contractors Required for Weathertightness Remediation Project,10459001,20151106,20151202,20160209,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. Please ensure you satisfy all of the preconditions set out in section 2 of the RFP document prior to submitting a proposal. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Livingstone Building NZ Ltd.,20201117 Ministry of Education,16963490,Request for Proposals,Open Competition,"RFP - Internal office fitout RTLB Cluster 7 office at 155 New North Road, Auckland",,20151106,20151201,20160209,EIS,Sole Agency,No,Not applicable,"The Ministry of Education (the Buyer) is seeking registrations of interest for the construction works of a new office fitout at Level 3, 155 New North Road. The office fitout contract will include: ??? 545m?? of office space with a reception area, 3 meeting rooms, storage, board room, kitchen/ library area, offices and open plan desk layout ??? The inclusion of non-structural internal walls ??? Storage fittings ??? Functional kitchen with fittings and appliances ??? Connection of all services for the full operational use of this office space",Awarded,,20201117 Ministry of Education,16966044,Request for Proposals,Open Competition,Special Education School Transport Assistance (SESTA) Services,,20151109,20151204,20160411,EIS,Sole Agency,No,,The Ministry of Education???s objective is to purchase quality Special Education School Transport Assistance (SESTA) Services for those Students who are eligible to receive it. This procurement is for a specific area in the Auckland Central region that requires a Contract effective from 2 May 2016.,Not Awarded,"Following review of this RFP, the scope of work and suitable suppliers were taken to a second stage for further information.",20201117 Ministry of Education,16977108,Request for Proposals,Closed Competition,Western Springs College - Main Contractor RFP,WS140693,20151111,20151202,20160216,EIS,Sole Agency,No,,"The Ministry of Education is seeking experienced Main Building Contractors for the construction of enabling works for eight classrooms and the relocation of the buildings from temporary positions to their final location at Western Springs College, with all associated connections to the School's infrastructure.",Awarded,Tender recommendation approved for the appointment of Accent On Construction,20201117 Ministry of Education,16977372,Request for Proposals,Open Competition,Asian Language Learning in Schools Evaluation,WS141147,20151110,20151204,20161025,Student Achievement,Sole Agency,No,,"The Asian Language Learning in Schools (ALLiS) initiative was launched in August 2014 to provide funding to schools to support Asian learning programmes. Over the past year the first round of selection has been completed and the first group of funded schools and groups of schools are currently in their planning phase. There are 23 groups of a total 140 schools in Round One. The second selection round is in progress and successful schools and groups of schools will begin their planning phase in 2016. The initiative will run until 2018. To register for this opportunity, please subscribe to this notice in GETS.",Awarded,,20201117 Ministry of Education,16982672,Request for Proposals,Closed Competition,Taipa Area School - Northland. Hall Upgrade and Conversion Main Contractors,CW38022,20151113,20151208,20160114,EIS,On behalf of procurement agent,No,,"This project is to convert the existing school hall to a flexible learning space as per Design Plans and Specifications. The scope of works includes the following: a. Replace existing roof and roof ventilators b. Demolition of existing toilet areas, re-line and fit-out including new plumbing fixtures and fittings, new vinyl flooring c. Installation of new suspended ceiling d. Install new internal aluminium joinery e. Replace lighting f. Create breakout areas g. Other miscellaneous works",Awarded,,20201117 Ministry of Education,16985242,Request for Proposals,Closed Competition,Main Building Contractor for a New Four Classroom Block and the Demolition of a Classroom Block at Ashburton Borough School RFP,,20151117,20151208,20151222,EIS,Sole Agency,No,Not applicable,The Ministry of Education is seeking a main building contractor for the construction of a four classroom block and the demolition of a classroom block at Ashburton Borough School.,Awarded,,20201117 Ministry of Education,16985701,Request for Proposals,Open Competition,Demolition of Existing Caretaker Compound and Construction of New Caretaker Compound,WS142794,20151113,20151209,20160205,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the demolition of Existing Caretaker Compound and the Construction of New Caretaker Compound. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. Please ensure you satisfy all of the preconditions set out in section 2 of the RFP document prior to submitting a proposal. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Not Awarded,No responses. MOE cancelled following no responses received.,20201117 Ministry of Education,16986368,Request for Proposals,Open Competition,Main Contractor for Weather-tightness Remedial Works at Beach Haven School,CW38303,20151116,20151209,20160126,EIS,Sole Agency,No,N/A,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Weather-tightness Remedial Works at Beach Haven School (the School). One of the Ministry???s Property Strategic Plan priority work areas is to ensure that schools are safe and in good physical condition. As such, the Building Improvement Programme (BIP) has been developed in order to address weather-tightness failure in school property. As part of the BIP, the Beach Haven School Hall has been identified as having such failures and has been assessed as being economical to repair. Therefore, the MOE wishes to remediate the block in accordance with this RFP. Beach Haven School is located on the North Shore of Auckland City and is centrally situated in the village of Beach Haven. The existing school hall is a stand-alone building within the school site and vehicular access during construction will be from Tramway Road. The works described in the following tender documentation generally include: ??? Demolition of existing structures and materials ??? Remediation/replacement of timber framing and other decayed building materials ??? Installation of new metal long-run roofing ??? Installation of new weatherboard cladding on cavity system ??? Installation of new and refurbished window joinery ??? New weather-tight flashings and details ??? Replacement of internal finishes and fixtures as affected by the works ??? Upgrade of fire services/systems required to achieve compliance with the Building Code ??? Physical works are to be fully encapsulated during demolition and construction of external elements. ??? All works undertaken while the wider school continues to operate. The Ministry seeks proposals for the provision of construction works through this single-stage, open tender process advertised on the Government Electronic Tender Service (GETS). Once selected, the preferred Respondent will be engaged through the NZS3910:2003 form of Contract, as prepared for this project on behalf of the MOE by Meredith Connell.",Not Awarded,This tender is closed and will be re-tendered.,20201117 Ministry of Education,17000803,Request for Proposals,Open Competition,Re locations Services for Wellington National Office Accommodation Project,WS146046,20151117,20151210,20160530,Corporate and Governance,Sole Agency,No,,"The Ministry is consolidating its Wellington property accommodation from four buildings to two and aims to provide its personnel with an excellent activity-based working environment. There are two buildings, the Justice Centre on Aitken Street, which is an existing Ministry tenancy, and 33 Bowen Street. This is the former office for the Ministry of Business, Innovation and Employment (MBIE). The Ministry intends to select and engage a Relocations Services provider to manage the Ministry moves from four existing buildings to two buildings in Wellington. The move will involve the relocation of almost 1400 staff along with minimal existing furniture, fittings and equipment (FF&E) and file boxes. All responses must be received via GETS. To subscribe to this notice, please click the link at the bottom of the page",Not Awarded,CROWN WORLDWIDE (NZ) LIMITED,20201117 Ministry of Education,17001640,Request for Proposals,Closed Competition,Whangarei Girls High School Health and PE Block Construction - Main Contractor.,CW32624,20151119,20151214,20160125,EIS,On behalf of procurement agent,No,,"a. The Ministry is seeking to construct a 3 Classroom Health/PE Block at Whangarei Girls High School in Whangarei b. This RFP is for: ??? Demolition of an existing Weights Room ??? The construction of a fire access road. ??? The extension of an existing carpark ??? Installation of storm water attenuation ??? Installation of septic system pump station. ??? The construction of a 300 m2 Classroom block that will consist of 3 Classrooms, 3 breakout spaces, 1 resource spaces, 3 standard toilets, 1 access toilet suite. ??? Installation of Fire Hydrant",Awarded,,20201117 Ministry of Education,17001982,Request for Proposals,Closed Competition,Special Needs Modifications (major works) at Bayswater School,CW38877,20151118,20151209,20160301,EIS,Sole Agency,No,Not applicable,"The general scope of the SNM (major works) at Bayswater School include a new large timber framed access deck to the front of an existing Senior classroom block (including access steps and ramps), and a New Special Needs Bathroom addition to the rear of the existing building with internal alterations to the sick bay and reading room areas to accommodate the new bathroom. In addition to these two main work areas, there is some associated fire safety system upgrade works. Both work areas (the access deck & the bathroom addition/alterations) are located in the senior classroom building where the special needs student will be graduating to in the start of the 2016 term 1.",Awarded,,20201117 Ministry of Education,17013292,Request for Proposals,Closed Competition,FMIS Solution or Service,WS143025,20151120,20151211,20160226,Corporate and Governance,Sole Agency,No,,"The Ministry invites participants to the ROI stage to provide a detailed submission for the Ministry of Education's FMIS Solution or Service. The Ministry is open to considering different approaches and models. These may involve approaches such as the delivery of a complete off-the-shelf (COTS) solution, or a software as a service (SaaS) offering. Where the proposed solution is not software-as-a-service, options for hosting, maintenance, support and enhancements should be addressed. We invite Registrations that demonstrate capability and capacity in providing an FMIS solution or service that covers the following scope of functionality: a. Core financials b. Full procure-to-pay c. Contract management d. Forecasting e. Budgeting f. Reporting All contact with the Ministry in regards to this RFP must be through the GETS Question function. To access this, and the RFP documentation, you will need to: 1. Be registered as a Supplier in GETS; 2. Subscribe to the tender notice.",Awarded,,20201117 Ministry of Education,17031024,Request for Proposals,Closed Competition,RFP for TKKM o Te Wananga Whare Tapere o Takitimu Project Management Services,CW38323,20151127,20151218,20160602,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced project management team to manage the relocation of TKKM Te Wananga Whare Tapere o Takitimu from its current site in Albert Street, Hastings to a new site in Arataki Road, Havelock North.",Awarded,,20201117 Ministry of Education,17044081,Request for Proposals,Open Competition,Early Childhood Education - Targeted Assistance for Participation Stream 3 - Auckland 2015-16,17044081,20151221,20160215,20160331,Sector Enablement and Support,Sole Agency,No,,"Quality ECE gives our youngest children an excellent start and too many children are missing out. Evidence shows that over half of the children who start school with no prior participation in ECE are from Maori, Pasifika and low socio-economic communities. A shortage of ECE services coupled with high population growth and difficulty assessing ECE that is responsive to some communities' identity, language and cultural needs can create participation problems. The Ministry of Education invites you to submit a RFP (Request for Proposal) for TAP 3 (Targeted Assistance for Participation - Stream 3) grant funding. TAP 3 aims to support a wide range of innovative, flexible solutions that create, or increase the availability of new, suitable licensed or certificated child places in target areas within the Auckland Region. This funding round, TAP 3 can, in exceptional circumstances, contribute to the retention of child places, in situations where the physical environment of a service is a barrier to ECE services in achieving full enrolment. More details are included in the RFP. There are three documents attached: TAP3 2015-16 AK RFP Dec15 - Details this RFP's requirements and process TAP3 2015-16 AK RFP Response Form Dec15 - Please use this RFP Response Form for your proposal, ensuring you read the instructions on the first page. Once complete you must submit this Response Form electronically to the GETS in-box address. Proposals will not be accepted in any other format or delivery. TAP3 2015-16 AK Outcome Agreement template - A draft contact that will be used if your Proposal is successful. You must click ""Subscribe to this notice"" and login through ""RealMe"" to access these documents.",Awarded,Contract Negotiations with two further providers that have applied are ongoing.,20201117 Ministry of Education,17053341,Request for Proposals,Open Competition,RFP for Hingaia and Wesley - Acquisition Services,CW38635,20151207,20160122,20160303,EIS,Sole Agency,No,,"The Ministry of Education (Ministry) is seeking proposals for the provision of site evaluation, due diligence site negotiation and designation (Notice of Requirement) services to locate two new primary schools in Hingaia South and Wesley, South Auckland.",Awarded,,20201117 Ministry of Education,17059973,Request for Proposals,Open Competition,Provide a Licensed ECE service to support Teen Parent Unit He Huarahi Tamariki,,20151209,20160224,20160407,Sector Enablement and Support,Sole Agency,No,Refer to RFP for GETS mailbox,"The Ministry is seeking to support the Government policy which has identified the need to support young parents??? access to education opportunities and to help their children develop optimally during their crucial early learning years. The provision of high-quality ECE services to support young parents, single parent families and families who lack family/community support or parenting information is a priority. The objective of this procurement is to find a replacement ECE service provider. The current provider, He Huarahi Tamariki Trust, operating The Griffin School (Two) has indicated that they want to leave the role as ECE service provider with He Huarahi Tamariki by the end of the compulsory schooling term 1, 2016. The ???project??? will include the procurement AND ECE licensing process. See attached request RFP and response template.",Awarded,,20201117 Ministry of Education,17066220,Request for Proposals,Closed Competition,Classroom Delivery Programme - Takapuna Primary School New Build,CW33587,20151211,20160128,20160711,EIS,Sole Agency,No,,"The Ministry of Education is seeking suitably qualified main contractor to undertake all construction works associated a new 10 classroom block and integrated special education unit at Takapuna Primary School. The project will also include the demolition of two temporary classrooms on site (both of which contain asbestos), and the disconnection of another temporary classroom building.",Awarded,"Tender awarded April 2016. Start date July 2016, anticipated end date March 2017.",20201117 Ministry of Education,17084526,Request for Proposals,Closed Competition,"Structural upgrade, reroofing and recladding to a Gym building in Tauranga - Otumoetai College",CW33916,20151218,20160204,20160616,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,,20201117 Ministry of Education,17087214,Request for Proposals,Open Competition,RFP for Marlborough Colleges - Acquisition Services,CW39078,20160112,20160209,20160303,EIS,Sole Agency,No,NA,"The Ministry of Education (the Ministry) is seeking proposals for the provision of site evaluation, due diligence, acquisition and designation (notice of requirement) services in respect of a site in Blenheim for the Co-Located Marlborough Girls and Boys Colleges. All questions and answers conducted through GETS",Awarded,,20201117 Ministry of Education,17093399,Request for Proposals,Closed Competition,Phase 2 - Special Education School Transport Assistance (SESTA) Services,,20151223,20160212,20160411,EIS,Sole Agency,No,,"The Operator Selection Phase is where the Tender Evaluation Panel (TEP) considers the report and the response to Templates 9-13 (including Pricing Submission). Background: a) Respondents who meet the required safety and service quality standards of the Qualification Phase will be invited to proceed to the Operator Selection Phase, and Templates 9-13 will be released. b) At the completion of the Pricing Phase, Respondents will have Templates 9-13, including their Pricing Submission, evaluated by TEP. c) The TEP will ascertain the lowest price received for each individual route, and compare that price with all pricing proposals received from qualified providers within 10% of that price. The TEP will recommend to the Ministry that the route be awarded to the highest qualified provider within 10% of the lowest price received. d) TEP will prepare a set of recommendations for the Ministry to approve. NOTE: There are very strict parameters around the design of routes ??? these were covered in Section 4 of the RFP (attached). If you do experience any issues with the Template 13, please contact Sonya Gulik at: sgulik@cognition.com. Deadline for questions from suppliers: 22/1/2016 Deadline for answers from Ministry: 29/1/2016 Deadline for submissions: 5/2/2016 4pm",Not Awarded,The Contract has been awarded to Tranzit Group Limited for a term of three years starting on 2 May 2016.,20201117 Ministry of Education,17093428,Request for Proposals,Open Competition,Targeted Assistance For Participation (TAP3) - Te Tai Tokerau Region,WS112690,20151222,20160209,20160711,"Early Learning, Parents and Whanau",Sole Agency,No,,"As part of the Better Public Services goals, the Government has set the following target: In 2016, 98% of children starting school will have participated in quality early childhood education (ECE). To reach this goal Targeted Assistance for Participation (TAP) aims to create new child places or support the retention of child places in target areas where the largest numbers of children are not participating in early childhood education (ECE). TAP funding consists of three funding streams: full funding (TAP1), partial funding (TAP2) and low-cost, high-value funding (TAP3). This Request for Proposal (RFP) only relates to the low-cost, high-value funding stream (TAP3) for the Te Tai Tokerau Region. The maximum grant amount is $100,000 (GST exclusive) per proposal.",Awarded,,20201117 Ministry of Education,17094063,Request for Proposals,Open Competition,Targeted Assistance For Participation TAP 3 - Waikato Region,,20151222,20160209,20160623,"Early Learning, Parents and Whanau",Sole Agency,No,See address details in RFP,"Quality ECE gives our youngest children an excellent start to their journey through education, and too many children are missing out. Evidence shows that over half of the children who start school with no prior participation in ECE are from M??ori, Pasifika and low socio-economic communities. A shortage of ECE services coupled with high population growth in some areas and difficulty accessing ECE that is responsive to some communities??? identity, language, and cultural needs can create participation problems. The Ministry of Education invites you to submit a RFP (Request For Proposal) for Targeted Assistance for Participation (TAP) ??? Low Cost, High Value grant funding for the Waikato Region. The TAP fund seeks to establish new child places in high priority areas in this region. This fund will provide start-up costs and incentives to create new child places in communities where they are needed most.",Awarded,,20201117 Ministry of Education,17095535,Request for Proposals,Open Competition,"Targeted Assistance For Participation TAP 3 - Taranaki, Whanganui, Manawatu Region.",,20151223,20160209,20160302,Sector Enablement and Support,Sole Agency,No,,"As part of the Better Public Services goals, the Government has set the following target: In 2016, 98% of children starting school will have participated in quality early childhood education (ECE). To reach this goal Targeted Assistance for Participation (TAP) aims to create new child places or support the retention of child places in target areas where the largest numbers of children are not participating in early childhood education (ECE). TAP funding consists of three funding streams: full funding (TAP1), partial funding (TAP2) and low-cost, high-value funding (TAP3). This Request for Proposal (RFP) only relates to the low-cost, high-value funding stream (TAP3) for the Taranaki/Whanganui/Manawatu Region. The maximum grant amount is $100,000 (GST exclusive) per proposal. What we need TAP3 aims to provide grants that will support a wide range of innovative, flexible solutions that: ??? support the establishment of a new licensed ECE service or certificated playgroup ??? support the expansion of an existing licensed ECE service or certificated playgroup to increase the number of child places ??? provide innovations in service delivery that increase the supply of new child places or support the retention of child places where the physical environment of a service is a barrier to participation Target areas have been identified and selected for TAP 3 grant allocation (refer Section 2). These areas are characterised by low rates of ECE participation, significant numbers of non-participating children, and insufficient child places to cater for these non-participating children.",Not Awarded,The applications failed to meet the criteria as set out by policy and grants have not been awarded.,20201117 Ministry of Education,17100801,Request for Proposals,Open Competition,Maori Medium provider panel,WS146200,20160106,20160216,20170403,Student Achievement,Sole Agency,No,,"Services that we are interested in procuring through the panel include the following four main types of service, and may include other related services from time to time: Kete1: Professional support, resource development and publishing, IT services ??? Professional support and training of M??ori medium teaching and learning resources ??? Development and publishing of M??ori medium teaching and learning material and resources (for years 0 to 18), including digital resources ??? IT advice and services including website solutions and design appropriate for M??ori medium, reo M??ori and kaupapa M??ori content and processes Kete 2: Quality Assurance and translation services ??? Quality Assurance (of te reo M??ori) services ??? Translation services (English to M??ori, and M??ori to English) Kete 3: Curriculum related services ??? NCEA and wharekura support (curriculum content, assessment standards) ??? Te Marautanga o Aotearoa curriculum assessment tools and frameworks Kete 4: Research and evaluation services ??? Research to inform M??ori medium education ??? Evaluation of M??ori medium processes, resources, initiatives and strategies",Awarded,,20201117 Ministry of Education,17114152,Request for Proposals,Closed Competition,Te Wharekura o Maniapoto Project Management Services RFP,CW39638,20160115,20160209,20160602,EIS,Sole Agency,No,,The Ministry of Education is seeking to engage a suitably qualified and experienced project management team to manage the redevelopment of Te Wharekura o Maniapoto existing site. The site is located on Oparure Road about 10km north of Te Kuiti.,Awarded,,20201117 Ministry of Education,17119994,Request for Proposals,Closed Competition,Hokianga Kura/Wharekura - Masterplanning and design services RFP,CW38616,20160118,20160209,20160614,EIS,Sole Agency,No,,The Ministry of Education New Schools and Kura Team is seeking comprehensive Master planning and design services for the delivery of the proposed new Kura/Wharekura for TKKM o Te Tonga o Hokianga.,Awarded,The Design services scope has been awarded to Jasmax.,20201117 Ministry of Education,17122565,Request for Proposals,Open Competition,Tomorata School - Wellsford. Construction of Three Classrooms and Associated Civils Work,CW31231,20160126,20160222,20160609,EIS,On behalf of procurement agent,No,,"The Ministry is seeking to construct a 4 classroom block, toilets block and associated site works at the Tomarata School near Wellsford. This Procurement is for: 1. The construction of a temporary construction access road 2. The construction of 4 Classrooms 3. The construction of a toilet block including accessible toilet 4. The construction of Decks, accessible ramp and stairs 5. The installation of Firefighting water storage tanks 6. The construction of NZ Fire Service compliant vehicle access and hardstand 7. The construction of Four Carparks 8. A Mains power and switch board upgrade (Vector Energy to upgrade transformer) 9. Landscaping The new classrooms will be tied into an existing Classroom building via the new decks All questions must be asked via the Questions and Answer function and all answers with be submitted in the same way Any questions asked via any other method (Including Email) will not be responded to. All RFP responses must be submitted electronically via GETS using the provided forms",Not Awarded,,20201117 Ministry of Education,17125298,Request for Proposals,Open Competition,Strengthening Early Learning Opportunities (SELO) - Waikato Region,,20160122,20160222,20170901,Sector Enablement and Support,Sole Agency,No,"Ministry of Education Attn: Phillippa Clarkson, PO Box 774, Waikato Mail Centre, Hamilton, 3240.","The SELO programme is designed to respond to the needs of Early Childhood Education services and the educators employed in the sector. The Ministry is requesting proposals from providers who can provide in-depth professional development to Strengthen Early Learning Opportunities (SELO), identified by the Ministry. The SELO project is broken down into three programmes. This RFP is specific to SELO 1 and SELO 2.",Awarded,,20201117 Ministry of Education,17130394,Request for Proposals,Open Competition,Early Childhood Education - Targeted Assistance for Participation Stream 3 - Horowhenua 2015-16,WS148692,20160120,20160226,20160517,Sector Enablement and Support,Sole Agency,No,,"Quality ECE gives our youngest children an excellent start and too many children are missing out. Evidence shows that over half of the children who start school with no prior participation in ECE are from Maori, Pasifika and low socio-economic communities. A shortage of ECE services coupled with high population growth and difficulty assessing ECE that is responsive to some communities' identity, language and cultural needs can create participation problems. The Ministry of Education invites you to submit a RFP (Request for Proposal) for TAP 3 (Targeted Assistance for Participation - Stream 3) grant funding. TAP 3 aims to support a wide range of innovative, flexible solutions that create, or increase the availability of new, suitable licensed or certificated child places in target areas within the Horowhenua Region. This funding round, TAP 3 can, in exceptional circumstances, contribute to the retention of child places, in situations where the physical environment of a service is a barrier to ECE services in achieving full enrolment. More details are included in the RFP. There are three documents attached: TAP3 2015-16 Horowhenua RFP - Details this RFP's requirements and process TAP3 2015-16 Horowhenua RFP Response Form Dec15 - Please use this RFP Response Form for your proposal, ensuring you read the instructions on the first page. Once complete you must submit this Response Form electronically to the GETS in-box address. Proposals will not be accepted in any other format or delivery. TAP3 2015-16 Horowhenua Outcome Agreement template - A draft contact that will be used if your Proposal is successful. You must click ""Subscribe to this notice"" and login through ""RealMe"" to access these documents.",Awarded,,20201117 Ministry of Education,17148595,Request for Proposals,Open Competition,Main Building Contractor for Weathertightness Remediation Works of a Hall Building (Block G) at Frankley School,CW31239,20160202,20160301,20160404,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. Please ensure you satisfy all of the preconditions set out in section 2 of the RFP document prior to submitting a proposal. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Livingstone Building NZ Ltd.,20201117 Ministry of Education,17154637,Request for Proposals,Closed Competition,Weedons School Accessible Bathroom Construction,MW1528,20160128,20160218,20170908,EIS,Sole Agency,No,,A new Accessible bathroom is to be constructed at Weedons School and ceilings to two classrooms improved for fire safety. This RFP follows registrations of interest which closed in January 2016.,Awarded,Notification to close GETS. not done at contact award.,20201117 Ministry of Education,17157788,Request for Proposals,Closed Competition,Main Contractor Services for RTLB Space at Northland College,CW39640,20160210,20160301,20160518,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking main contractors for RTLB Project at Northland College (the School). The relocated building was delivered to the current site in 2014. The building is sitting on temporary piles. ??? The overall outcome sought is to have the building situated in its current position on piles and the building refurbished and connected to all services. ??? The design for this project was originally completed by Ministry of Architecture + Interiors ??? A building consent was issued with these plans 17 October 2014 ??? The scope, project manager and designer changed in November 2015 ??? Mandeno Design completed the new design and submitted a Building Consent Amendment late December 2015, the approval is due any day. ??? The specification was written for the original plans, therefore the new plans and notes take preference over the specification supplied, if you have any queries regarding the discrepancies between the two documents, please contact the project manager or designer direct.",Awarded,Arco have been recommended as preferred supplier however the project is yet to be approved by MOE.,20201117 Ministry of Education,17203413,Request for Proposals,Closed Competition,Classroom Delivery Programme - Dairy Flat New Build,CW33650,20160218,20160321,20170613,EIS,Sole Agency,No,,"The Ministry of Education is seeking suitably qualified main contractor, as shortlisted from the corresponding RFI, to undertake all construction works associated with a new two story 6 classroom block at Dairy Flat Primary School located at No. 1220 Dairy Flat Highway, Dairy Flat, Auckland.",Awarded,Two tenderers through to RFP stage,20201117 Ministry of Education,17254566,Request for Proposals,Closed Competition,TKKM Te Wananga Whare Tapere o Takitimu Design Services RFP,CW39192,20160229,20160321,20160602,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced design team to complete the master planning and preliminary design phases associated with the design and construction of TKKM Te Wananga Whare Tapere o Takitimu???s (Takitimu???s), new kura on a site located on Arataki Road, Havelock North. Project briefing to be held Tuesday 8 March 2016 at the Ministry of Education's Rotorua office, Level 3, 1144 Pukaki Street, Rotorua. Please confirm attendance",Awarded,,20201117 Ministry of Education,17261372,Request for Proposals,Closed Competition,Hokianga Kura/Wharekura QS RFP,CW39470,20160304,20160324,20160614,EIS,Sole Agency,No,,The Ministry of Education New Schools and Kura team is seeking Quantity Surveying services for the delivery of the proposed new Kura/Wharekura for TKKM o Te Tonga o Hokianga.,Awarded,The Quantity Surveying services contract have been awarded to Rider Levett Bucknall.,20201117 Ministry of Education,17261687,Request for Proposals,Closed Competition,Classroom Delivery Programme - Bayswater New Build,CW33654,20160301,20160330,20160718,EIS,Sole Agency,No,,"The Ministry of Education is seeking suitably qualified main contractor to undertake all construction works associated with a new single story 4 classroom block and a separate single story 2 classroom special education block at Bayswater Primary School located at No. 181 Bayswater Avenue, Bayswater, Auckland.",Awarded,"Contract awarded 8 July. Project start date July 2016, anticipated completion Jan 2017.",20201117 Ministry of Education,17271094,Request for Proposals,Closed Competition,Beach Haven School Weather-tightness Remedial Works,CW38303,20160304,20160401,20160725,EIS,Sole Agency,No,,"Beach Haven School is located on the North Shore of Auckland City and is centrally situated in the village of Beach Haven. The existing school hall is a stand-alone building within the school site and vehicular access during construction will be from Tramway Road. The works described in the following tender documentation generally include: ??? Demolition of existing structures and materials ??? Remediation/replacement of timber framing and other decayed building materials ??? Installation of new metal long-run roofing ??? Installation of new weatherboard cladding on cavity system ??? Installation of new and refurbished window joinery ??? New weather-tight flashings and details ??? Replacement of internal finishes and fixtures as affected by the works ??? Upgrade of fire services/systems required to achieve compliance with the Building Code ??? Physical works are to be fully encapsulated during demolition and construction of external elements, Contractor to ensure adequate budget carried for hall floor protection during construction. ??? All works undertaken while the wider school continues to operate. The Ministry seeks proposals for the provision of construction works through a two stage process, this being the second stage, approaching short-listed Respondents. Once selected, the preferred Respondent will be engaged through the NZS3910:2003 form of Contract, as prepared for this project on behalf of the MOE by Meredith Connell. Potential suppliers will be given the opportunity for a site visit. Site visits will be limited to 3 (three) persons per potential supplier. Potential suppliers wishing to attend a site visit must register with the Point of Contact by 14.03.16 through the GETS question/answer function with the following information: ??? organisation name ??? names(s) of those attending ??? contact phone number All potential suppliers shall be deemed to have inspected the site(s) before submitting their Proposal. All questions relating to this RFP are to be submitted through the GETS question/answer function.",Awarded,The Beach Haven School Weather-tightness Remedial Works Contract was awarded 8th July 2016.,20201117 Ministry of Education,17292259,Request for Proposals,Closed Competition,TKKM Te Wananga Whare Tapere o Takitimu Cost Management Services RFP,CW30925,20160316,20160407,20160602,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced consultant to act as principal???s representative (or engineer to contract) and provide cost management services to complete the design and construction of TKKM Te Wananga Whare Tapere o Takitimu???s (Takitimu???s), new kura on a site located on Arataki Road, Havelock North",Awarded,,20201117 Ministry of Education,17300748,Request for Proposals,Closed Competition,Main Building Contractor for the Refursbishment of two classrooms at Mangere Central School,1-46121.00,20160315,20160407,20160801,EIS,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking procurement of a Main Building Contractor for the refurbishment of two classrooms at Mangere Central School, Mangere, Auckland. All tender documentation and necessary information attached are as below : ??? RFP (pdf) ??? Response Form (Part A and Part B) (Word document) ??? Proposed Contract ??? Pricing Schedule (Excel spreadsheet) ??? Architectural plans and specification ??? Fire Report Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,This is to notify Accent Construction Interiors Ltd were successful for this project.,20201117 Ministry of Education,17313640,Request for Proposals,Closed Competition,Special Needs Modifications (major works - part 1) at Northcote College,CW41056,20160315,20160407,20160905,EIS,Sole Agency,No,,"As part of the MoE???s special needs modification programme, the MoE identifies and remedies specific accessibility issues for individual students with special needs at the School. This process is carried out on a case by case basis, with an Occupational Therapist reviewing the school property and making modification recommendations to the MoE EIS team for implementation through the CDP programme. The proposed Special Needs Modifications (major works ??? part 1) at Northcote College are a component of the wider SNM CDP (Batch 7.0 & 7.2) project which commenced in 2013, and includes modification works at 23 schools in the Auckland area. Generally the modification works have been minor in nature (ramps, doorway modifications, replacement paving etc), and are generally complete or nearing completion. The general scope of the SNM (major works ??? part 1) at Northcote College include internal & external alterations to the College???s Health Centre / Sick bay area, the supply and installation of a retractable plat form lift underneath the College???s existing hall stage, and new hazard marking painting works and metal crossing plates to the existing exterior pavement dish drains. In addition to these three main work areas, there is some associated minor fire safety system upgrade works. The services required is that of a main construction contractor to undertake the Special Needs Modifications (major works ??? part 1) at Northcote College as scheduled in the attached documentation . The successful main construction contractor will be engaged by the MoE under the MoE modified NZS3910:2003 construction contract, administered by designgroup architects h+k.",Awarded,,20201117 Ministry of Education,17314712,Request for Proposals,Closed Competition,RFP for Main Contractor for the Redevelopment Works at Freemans Bay School,CW39972,20160317,20160419,20170220,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for the Redevelopment Works at Freemans Bay School, Freemans Bay, Auckland (the School). The procurement will be conducted through a two stage open tender process consisting of Registration of Interest (ROI) and Request for Proposal (RFP) via Government Electronic Tenders Service (GETS). The objective of this procurement is to source the supply of construction works in relation to the redevelopment works which includes, but not limited to: ??? New double storey learning house block. ??? New single level administration block. ??? New double storey Whanau Ata and Library bock ??? New multipurpose hall. ??? New hard and soft landscaping, vehicle entry and carparking ??? New associated infrastructure services ??? Demolition of redundant buildings Freemans Bay School, located at 95 Wellington Street, Freemans Bay, Auckland, will be redeveloped over the next two years to address various issues at the school. The physical works is proposed to commence early/mid 2016 and is anticipated to be completed before the 2018 school year. As the school is existing the physical works will be split into six general stages. NOTE - Drawings will be sent via dropbox link due to the size of the file size.",Awarded,,20201117 Ministry of Education,17315820,Request for Proposals,Closed Competition,Te Kura o Te Whanau-a-Apanui Design Services RFP,CW39584,20160317,20160408,20170713,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced design consultant to complete the master planning and preliminary design phases associated with the redevelopment of Te Kura o Te Whanau-a-Apanui site in Te Kaha. The site is located on SH35 about 65km east of Opotiki. The project briefing will be held at 11am on Tuesday 22 March 2016 at the Ministry of Education's Rotorua office, Level 3, 1144 Pukaki Street, Rotorua. Please confirm attendance",Awarded,Design services awarded to Darryl Church Architecture,20201117 Ministry of Education,17316461,Request for Proposals,Closed Competition,Te Kura o Te Whanau-a-Apanui Project Management Services RFP,CW39472,20160317,20160408,20170713,EIS,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced project management team to manage the redevelop of the closed Te Whanau-a-Apanui Area School site in Te Kaha to accommodate Te Kura o Te Whanau-a-Apanui. The site is located on SH35 about 65km east of Opotiki. The project briefing will be held at 11am on Tuesday 22 March 2016 at the Ministry of Education's Rotorua office, Level 3, 1144 Pukaki Street, Rotorua. Please confirm attendance",Awarded,PM contract (including preliminary investigation works) awarded to RDT Pacific,20201117 Ministry of Education,17317461,Request for Proposals,Open Competition,School Facility Compliance Management and Information Collection Services,CW41161,20160315,20160506,20160930,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry (the Buyer)) is seeking School Facility Compliance Management and Information Collection Services. The current commercial agreement (Compliance Schedule Management & Fire Services Protection Services) expires in September 2016 and this has offered the MoE an opportunity to: - take a fresh look at its asset information and associated service needs; and - consider how Ministry can make further use of its commercial arrangement to fulfil additional asset information and risk area management needs ; and - develop appropriate solutions. The Ministry considered how it can effectively and efficiently gather, manage and improve a range of school infrastructure information sets to ensure compliance and to support improved asset management. The information sets potentially include, but are not limited to: - Building Warrants of Fitness (BWOF) - Boiler health (NZ Standard) - Asset Verification - Asset condition & useful lives - Asset suitability (including Flexible Learning Spaces (FLS)) - Asbestos, hazards and other Health & Safety Legislation Requirements - Data quality validation. Further information on briefing sessions will be posted on GETS shortly.",Awarded,The contract has been awarded to Argest Technical Services. Contract will commence on the 1st October 2016.,20201117 Ministry of Education,17353824,Request for Proposals,Closed Competition,Education Resourcing System,MOE ID: 86,20160404,20160524,20161209,Corporate and Governance,Sole Agency,No,,"The early learning and school funding systems1 are a key part of our education system. They set out how and how much we allocate to providers of education for children and young people, through grants, staffing and property2. The Ministry currently delivers resourcing3 to the sector using a legacy IT system and other small business systems that have been developed as ???work-arounds??? over the years. To mitigate the business continuity risk and place the Ministry in a position where it is agile enough to respond to future policy change, the Ministry is seeking to procure technology that is flexible enough to deliver early learning, school and special education resourcing for the current and potential future funding system policies. To achieve this we have initiated a significant programme of work to: ?? develop a flexible, fit for purpose technology platform that can be used to determine and deliver resourcing entitlements across the education sector ?? deploy, on the new technology platform, current funding policy to the early learning and school sector including special education needs ?? transition off the existing legacy Education Management Information System (EDUMIS) ?? transition off small business systems (SBS) that deliver other resourcing to the sector ?? implement within the Sector and Ministry the change associated with this transformation programme The Ministry will provide leadership and coordination at a national level and will initiate three Projects under the Education Resourcing System Programme (ERS Programme): 1. Education Resourcing Technology Project (ERT) 2. EDUMIS Transition Project (ET) 3. Education Resourcing Business Transformation Project (ERBT) The Ministry invites suppliers who were short-listed from the Registration of Interest in 2015, to participate in a closed RFP and respond to the Ministry with proposals for an end-to-end technology solution. Responses must provide a flexible, fit-for-purpose solution that delivers the capabilities required to determine and deliver resourcing and staffing entitlements. The solution will be configured to deliver resourcing policy initially to the School and Early Childhood Education (ECE) sectors (including Special Education) with the longer term option to introduce the capability to other education sector participants in the future e.g. tertiary.",Awarded,"Please note the contract awarded is for the first phase only , hence the price differential to the anticipated contract amount from the RFP. There will be further contracts negotiated to complete this project. Thank you all for your time and dedication in assisting us with our process.",20201117 Ministry of Education,17368306,Request for Proposals,Open Competition,Main Contractor for the Provision of Roll Growth Classrooms and Toilet Block at Ashhurst School,202-046-01,20160412,20160506,20160608,EIS,Sole Agency,No,,The Ministry of Education (the Ministry) (the Buyer) is seeking main building contractor services for the provision of two roll growth classrooms and a new toilet block at Ashhurst School (the School).,Awarded,,20201117 Ministry of Education,17372931,Request for Proposals,Closed Competition,Golden Sands Stage 3 Design and Build RFP,CW37963,20160408,20160506,20170713,EIS,Sole Agency,No,,"The Ministry of Education is seeking detailed proposals from suitably qualified and experienced companies to complete the design and construction of the third stage of Golden Sands School in Papamoa, Tauranga.",Awarded,Contract awarded to Stead Construction,20201117 Ministry of Education,17375539,Request for Proposals,Closed Competition,Fitout for the Northern Health School RFP,,20160411,20160502,20160607,EIS,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking responses to the RFP for the fitout of the new premises for the Northern Health School (the School). A new location has been procured for the Northern Health School at Level 6, 385 Queen Street, Auckland. A new fitout is required for the floor plate of 890m2 with a Deck of 237m2 to accommodate the Administrative base and Central and West Auckland Teaching base. The fitout construction contract will include: ??? Fitout of the floor plate of 890m2 excluding the deck. It is expected that construction works will commence in May 2016 and be completed by the beginning of August 2016. Following the completion of fitout works, staff and equipment will be migrated from their existing premises.",Awarded,"Accent Construction Interiors Ltd have been selected as the successful tenderer. The contract will commence in June 2016. The intention is for work to complete in September 2016.",20201117 Ministry of Education,17394964,Request for Proposals,Closed Competition,RFP Design Services - Balmoral School Redevelopment,CW39803,20160415,20160513,20160715,,Sole Agency,No,,This is a Request for Proposal for Balmoral School Redevelopment Design Services. This is the second (closed) stage of the two stage ROI/RFP procurement.,Awarded,,20201117 Ministry of Education,17395132,Request for Proposals,Closed Competition,RFP Project Management Services - Balmoral School Redevelopment,CW39808,20160415,20160513,20160713,EIS,Sole Agency,No,,This is a Request for Proposal for Balmoral School Redevelopment Project Management Services. This is the second (closed) stage of the two stage ROI/RFP procurement.,Awarded,,20201117 Ministry of Education,17416278,Request for Proposals,Open Competition,Learning Experiences Outside the Classroom (LEOTC) 2016 Social Sciences/Languages Tender,WS155844,20160418,20160527,20170517,Student Achievement,Sole Agency,No,,"LEOTC is a contestable fund for organisations to provide New Zealand students with learning experiences outside of the classroom. The Ministry is seeking quality programmes to support the Social Sciences and Languages learning areas in The New Zealand Curriculum and Te Marautanga o Aotearoa. Organisations with successful proposals will be invited to negotiate a three year contract with the Ministry beginning 1 January 2017. LEOTC providers are organisations that hold significant community resources that support and enhance student learning, including (but not limited to): museums, art galleries, zoos, historic parks, performing arts, science and outdoor education centres. Goals of LEOTC funding: ??? to provide innovative, hands-on, high quality, curriculum-focused programmes to students in authentic Aotearoa/New Zealand contexts ??? to offer programmes that enrich classroom teaching and learning and provide learning experiences not readily available in schools ??? to work in partnership with schools to ensure that learning experiences are designed to effectively meet the learning needs of participating students ??? to make best use of their resources, expertise and unique context and content to build on and enhance teaching and learning in the classroom, contributing to increasing student engagement and achievement. In order to respond to this RFP, please subscribe to this notice. All responses must be received via GETS.",Awarded,,20201117 Ministry of Education,17417110,Request for Proposals,Closed Competition,RFP Cost Management Services - Balmoral School Redevelopment,CW39806,20160418,20160513,20160713,EIS,Sole Agency,No,,This is a Request for Proposal for Cost Management Services for the Balmoral School Redevelopment. This is the second stage (closed) of the two-stage ROI/RFP procurement process.,Awarded,,20201117 Ministry of Education,17434374,Request for Proposals,Closed Competition,Whangaparaoa College - New Tuckshop,,20160505,20160527,20160811,,Sole Agency,No,Not applicable,"The Board of Trustees is seeking proposals from selected tenderers for the construction of a new tuckshop at Whangaparaoa College. The new facility will be built within an existing structure and will include a new floor slab, internal walls, ceiling, floor coverings, servery openings, stainless steel benches, cabinetry and services.",Awarded,,20201117 Ministry of Education,17439319,Request for Proposals,Open Competition,Special Education School Transport Assistance (SESTA) Services - National Tender,,20160422,20160527,20160721,EIS,Sole Agency,No,All tenders must be submitted electronically through GETS,"The Ministry of Education???s (the buyer) objective is to purchase quality Special Education School Transport Assistance (SESTA) Services for those Students who are eligible to receive it. The Ministry currently provides SESTA Services for approximately 4,700 SESTA Students nationally. In 2012 the Ministry???s contracted SESTA Services, available at that time, were tendered. A national Tender was issued and the bulk of those services offered were contracted from January 2013 for an initial three year period to 31 December 2015 with a possible one year Right of Renewal (RoR). The RoR was applied and most contracts will now expire 31 December 2016. This procurement is for all SESTA Clusters with contracts that expire December 2016.",Not Awarded,Phase 1 Qualification Stage completed. Shortlisted suppliers have been invited to Phase 2 of tender.,20201117 Ministry of Education,17460550,Request for Proposals,Closed Competition,Weathertightness Remediation of Classroom and Administration building at Roslyn School (the School),WS142068,20160502,20160527,20170825,EIS,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,,20201117 Ministry of Education,17460922,Request for Proposals,Open Competition,ROI - Fitout for the Northern Health School Waikato Unit,,20160429,20160517,20170516,EIS,Sole Agency,No,Not applicable - all responses must be submitted electronically via GETS,"The Ministry of Education (the Buyer) is seeking responses to the ROI for the fitout of the new premises for the Northern Health School Waikato Unit (the School). A new location has been procured for the Northern Health School Waikato Unit at 5 King Street, Hamilton. A new fitout is required for the floor plate of approximately 210m2 to accommodate the Administrative base and Teaching base. The fitout construction contract will include: ??? Fitout of the floor plate of 210m2. It is expected that construction works will commence in July 2016 and be completed by approximately the end of September 2016. Following the completion of fitout works, staff and equipment will be migrated from their existing premises.",Awarded,Suppliers have been shortlisted and invited to a closed tender.,20201117 Ministry of Education,17462374,Request for Proposals,Closed Competition,Classroom Delivery Programme - Te Atatu Intermediate New Build,,20160429,20160527,20170613,EIS,Sole Agency,No,,"The Ministry of Education is seeking a suitably qualified main contractor to undertake all construction works associated with a new two storey 6 classroom block at Te Atatu Intermediate School, located at 6 Harbour View Road, Te Atatu Peninsula, Auckland. The building incorporates four classrooms on the upper floor and a two classroom special needs satellite unit on the ground floor.",Awarded,Four tenderes through to RFP stage,20201117 Ministry of Education,17532429,Request for Proposals,Open Competition,Main Building Contractor Owairaka District School Roof Remediation,1412-5133569,20160526,20160621,20160623,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from qualified and experienced main Contractors or suitable Residential building Companies for a Project involving the remediation of the Administration Block 1 at Owairaka District School 115 Richardson Rd, Mt Albert. The Administration Block is located to the entrance off Richardson Rd and comprises Admin, staff and teaching functions for the school. The work will comprise approximately 15% of the roof cladding and associated support work to cladding and joinery components. The School will remain in operation throughout the construction period requiring a high standard of Resource management to be in place. The site is programmed to be available to commence early July 2016 with an anticipated construction period of 8 to 12 weeks.",Not Awarded,No activity.,20201117 Ministry of Education,17551134,Request for Proposals,Open Competition,Main Building Contractor for Weathertightness Remediation and Structural Strengthening of a Classroom Building (Block A) at Inglewood Primary School,WS159114,20160527,20160713,20160816,EIS,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking Main Building Contractor for Weathertightness Remediation and structural strengthening to a classroom building (Block A) at Inglewood Primary School (the School). The works can generally be described as recladding of external walls and reroofing, remediation of an enclosed deck. Structural strengthening is required and includes new anchor piles and new bracing elements to lower and upper wall areas and bracing to the upper roof areas. The consequences of the remedial works will also require fire safety system upgrades and alterations to conform with the latest building code accessibility requirements.",Awarded,The contract was awarded to Southcoast Construction Limited.,20201117 Ministry of Education,17561017,Request for Proposals,Closed Competition,Main Building Contractor for the construction of one roll growth classroom at Whananaki School.,17255947,20160531,20160621,20170523,EIS,Sole Agency,No,Not applicable.,"The Ministry of Education (the Ministry) on behalf of Whananaki School (the Buyer) is seeking a main contractor to carry out the construction of one CDP roll growth classroom. The procurement will be conducted through a two stage open tender, i.e. registration of interest (ROI) and closed request for proposal (RFP) to shortlisted respondents. The project consists of building a new classroom which is attached to the existing library that will have the ability to open into the existing library space. Documents attached are strictly for pricing only. Construction issue documents will not be available until building consent approval.",Awarded,,20201117 Ministry of Education,17609790,Request for Proposals,Closed Competition,Audio Visual Solutions Procurement ??? PPP School Cluster,,20160617,20160707,20161215,EIS,Sole Agency,No,,"Torque IP is an independent consultant acting on behalf of a cluster of Public/Private Partnership (PPP) schools, these are: Aranui Community Campus (Christchurch), Rolleston College (Christchurch), and Ormiston Junior College (Auckland). Torque IP is seeking Proposals from AV system integrators for the provision and installation of Audio Visual Solutions at all three schools, ideally as a single contract. The term Audio Visual Solutions can be broadly defined as Audio Systems, Data Projectors, Screens, Televisions, Interactive Technologies and Control Systems. These solutions will scale from small class-based size to larger Hall/Theatre solutions. Please refer to the attached documentation for further detail.",Awarded,,20201117 Ministry of Education,17626146,Request for Proposals,Open Competition,Main Contractor - Sub-divisional Hard Fit-out Tauranga Office,WS156199,20160623,20160721,20160815,Corporate and Governance,Sole Agency,No,,"This Request for Proposal (RFP) seeks proposals from selected Main Contractors for the Sub-divisional Hard Fit-out (SHF) works to the Ground floor and Level 1 of the premises at 265 Cameron Road, Tauranga, for the Ministry of Education. Following the completion of this project, the Ministry will be relocating to the new premises and continuing their operations in the Tauranga area. The Ministry is responsible for the successful delivery of this fit-out. The Ministry may also extend the scope of works for the successful Main Contractor, at its discretion, to include ancillary minor fit-out works associated with the relocations. The Ministry is looking for credible suppliers who have the capability and experience to deliver the SHF contract to a high quality, for best value for money and within the timeframes set out in the RFP documentation. This is an opportunity to be part of developing the new offices for the Tauranga branch. The SHF works includes the implementation of activity based working, which will provide improved flexibility and efficiency to the Ministry???s office environment.",Awarded,,20201117 Ministry of Education,17653669,Request for Proposals,Closed Competition,Te Wharekura o Maniapoto Redevelopment Design & Build Contractor,CW41171,20160704,20160815,20170713,EIS,Sole Agency,No,,"The Ministry of Education is seeking responses from shortlisted respondents to complete the design and construction of the redevelopment of Te Wharekura o Maniapoto existing site located on Oparure Road, Te Kuiti. A site visit will held on Tuesday 12 July 2016 starting at noon. It will involve an overall project briefing followed by a walk around and questions and answers. Optional individual meetings are also programmed for late July/early August",Awarded,Contract awarded to Stead Construction,20201117 Ministry of Education,17653723,Request for Proposals,Closed Competition,Tarawera High School - Design and Build of the Teen Parent Unit,CW41167,20160704,20160815,20170713,EIS,Sole Agency,No,,"The Ministry of Education is seeking proposals from shortlisted suppliers to complete the design and construction of the new teen parent unit at Tarawera High School, River Road, Kawerau. A site visit will held on Thursday 14 July 2016 starting at 12.30pm. It will involve an overall project briefing followed by a walk around and questions and answers. Optional individual meetings are also programmed for late July/early August",Awarded,Contract awarded to Marra Construction,20201117 Ministry of Education,17656963,Request for Proposals,Closed Competition,Main Contractor - Sub-divisional Hard Fit-out CIGA,WS156373,20160704,20160729,20160916,Corporate and Governance,Sole Agency,No,,"This Request for Proposal (RFP) seeks submissions from selected Main Contractors for the sub-divisional hard fit-out works to the Ground floor and Levels 1 ??? 3 of the King Edward Barracks Building, 164 Hereford Street, Christchurch, for the Ministry of Education. The completion of this project will enable the co-location of the Ministry of Education and the Ministry of Health in a shared working environment as part of the wider Christchurch Integrated Accommodation Project (CIGA) and the revitalisation of the Christchurch re-build efforts. As the lead agency, the Ministry of Education is responsible for the successful delivery of this fit-out and will be the Contracting party. The Ministry of Education may also extend, at its discretion, the scope of works for the successful Main Contractor to include ancillary additional minor fit-out works associated with the relocations and Ministry direct suppliers and/or contractors. The Ministry is looking for a credible provider who has the capability and experience to deliver the SHF contract to a high quality, for best value for money and within the timeframes set out in the RFP documentation. This is a unique opportunity to be part of the re-build of Christchurch and the All-of-Government CIGA project initiative that will see the return of government agencies to the CBD. Part of the SHF works comprises the implementation of activity-based working (ABW), which will provide an improved flexibility and efficiency to the Agencies??? office environment. The Ministry of Education and other co-locating agencies were moved from their CBD premises to alternative accommodation following the devastating 2011 Christchurch earthquakes. As part of the re-build initiative, the CIGA programme will see the Ministry lead the fit-out and return to the King Edward Barracks site currently being developed by Ng??i Tahu Property. This fit-out will see the majority of the Agency staff co-located into a single new building with an equally modern fit-out which suits a new way of working for the Agencies.",Awarded,,20201117 Ministry of Education,17681610,Request for Proposals,Closed Competition,Main Contractor - Sub-divisional Hard Fit-out Kerikeri Office,WS161130,20160711,20160729,20160822,Corporate and Governance,Sole Agency,No,,"This Request for Proposal (RFP) seeks proposals from selected Main Contractors for the Sub-Divisional Hard Fit-out (SHF) works to the ground floor of an existing two level office building as part of the initiative to house the Ministry of Education???s current operations in Kerikeri. Following the completion of this project, the Ministry will be relocating to the new premises and continuing their operations in the Kerikeri area. The Ministry is looking for credible suppliers who have the capability and experience to deliver the SHF contract to a high quality, for best value for money and within the timeframes set out in the RFP documentation. The completion of a modern fit-out will enable us to provide premises for our existing Kaikohe-based operations. This relocation and fit-out will see the Ministry staff located in a modernised building with an equally modern fit-out which suits a new way of working.",Awarded,,20201117 Ministry of Education,17695473,Request for Quotations,Open Competition,Writing Skills Training,WS164887,20160719,20160804,20161104,Corporate and Governance,Sole Agency,No,,"This RFQ relates to the purchase of a facilitator???s time to prepare and present a variety of business writing workshops. This may include reporting in various formats, using style guides, coaching on writing improvement, presentation styles and Infographics skills. The key outcomes that we want to achieve are for the Ministry staff to attend a workshop that teaches them relevant skills based on their needs and for the attendees to leave the workshop proficient in their area of need and able to apply the skills and knowledge back in their work environment.",Awarded,,20201117 Ministry of Education,17699141,Request for Proposals,Closed Competition,Phase 2 - Special Education School Transport Assistance (SESTA) Services - National Tender,,20160720,20160916,20170315,EIS,Sole Agency,No,,"Phase 2 Operator Selection Phase of the Tender Process is where Respondents provide a Price Submission for each cluster tendered for. Separate Templates 13 and 14 will be required for each cluster tendered for. Please refer to the attachment ""Section 4 RFP Requirements of Pricing Phase"" for information on your submission. Your final submission, which should include all completed templates 10-14 in the specified format and proposed contract response template, must be uploaded through GETS by Monday, 5 September 2016, 10 a.m. Late submissions will not be accepted and incomplete submissions can be deemed non-compliant and therefore be excluded from evaluation. Any additional information / amendments relating to this tender will be issued through GETS as an addenda.",Awarded,"Cluster awards are as follows: Auckland Co-op: Auckland West and East. Go Bus Transport: Dunedin, Invercargill/Bluff, Wanaka, Cambridge, Edgecumbe, Hamilton A, Huntly, Dannevirke, Matamata, Ngaruawahi,Opotiki, Otorohanga, Taumaranui, Te Awamut, Te Puke, Whakatane. Leabourn Passenger Service: Warkworth, Wellsford. Madge Coachlines: Kawerau, Levin, Paraparaumu, Tokoroa. Murphy Buses: Te Aroha, Waihi. Nelson City Taxi Society: Nelson, Motukea / Tasman. R & R Mobility: Auckland North Shore TMV. Ritchies: Auckland North Shore non-TMV, Queenstown, Balclutha, Buller, Gore, Greymouth, Marlborough, Oamaru, Ashburton. South Auckland Taxi Association: Auckland Central TMV. Taxis United: Auckland Manukau. Timaru Taxis: Timaru. Tranzit: Greater Christchurch, Feilding, Hamilton B, Hastings, Hawera, Hutt Valley / Lower Hutt, Napier, New Plymouth, Paeroa, Palmerston North, Porirua, Rotorua East, Rotorua West, Stratford, Taupo, Tauranga - A and B, Featherston / Wairarapa, Whanganui. Wellington Combined: Wellington",20201117 Ministry of Education,17730654,Request for Proposals,Open Competition,Professional Learning and Development Centrally Funded Provider Panel,WS165579,20160727,20160826,20170403,Student Achievement,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking to establish a Professional Learning and Development (PLD) Centrally Funded Panel of specialised and expert providers able to provide accredited facilitators (facilitators) to deliver centrally funded English and/ or M??ori medium PLD to schools, kura and Communities of Learning (CoL). This Service will contribute towards the development of quality teaching and leadership across the education sector. The service is part of the new fully flexible demand driven model of English and M??ori medium PLD delivery, key features of this model include: ??? Quality service provision based on accredited facilitators ??? Flexible responsive service driven by school, kura and Communities of Learning (CoL) needs ??? Focus on areas of national priority ??? Sufficient capacity to meet regional demand and specialist needs for priority schools, kura and CoL. If you are intending to submit an RFP you are asked to complete the Notice of Intention to Respond to RFP form ??? WS165579, Professional Learning and Development, Centrally Funded Provider Panel by 5 August 2016. a. All responses must go to the following email address. b. Email address: RFP.PLDTender@education.govt.nz NOTE: The Panel Agreement (3a) will be available shortly.",Awarded,,20201117 Ministry of Education,17759636,Request for Proposals,Open Competition,Strengthening Digital Technologies,WS165478,20160805,20160831,20161012,Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking digital technologies ???seed??? projects or models that will support the Ministry of Education???s broader package of support to schools, teachers and students to implement changes to the National Curriculum in regard to digital technologies. Don???t be afraid to be bold, this is an opportunity to contribute to an exciting and significant development for the New Zealand schooling system and our children. The objective of this procurement is to fund appropriate provider/s to ???hit the ground running??? with a discrete one-off project. Proposals may be in concept format. The contract will allow for providers to develop their concept, implement and assess its impact on learning. The proposal should be able to demonstrate how it will support The New Zealand Curriculum and/or Te Marautanga o Aotearoa, with specific regard to supporting integrated and local curriculum delivery and programme design, particularly in ensuring effective and adaptive pedagogy, at either primary and/or secondary levels.",Awarded,,20201117 Ministry of Education,17816538,Request for Proposals,Open Competition,Vehicle Financing Solution,WS165489,20160822,20160916,20161221,Corporate and Governance,Sole Agency,No,,"The Ministry of Education requires an operating lease compliant vehicle finance solution for all new vehicles purchased from June 2016. The scope of the financing solution sought covers the following: ??? The provision of vehicle financing using an operating lease compliant arrangement ??? The sale and leaseback of 133 vehicles (approximately one to three months old) around November 2016 ??? The phased lease of a further 407 new vehicles (approximately) between November 2016 and December 2018 ??? The ability to pool individual vehicle kilometre allowances ??? The ability to break or extend lease terms on an individual vehicle basis ??? Administrative efficiencies in the procurement of new leased vehicles ??? Administrative efficiencies with the return of vehicles at the end of their lease term.",Awarded,,20201117 Ministry of Education,17892707,Request for Proposals,Closed Competition,Classroom Delivery Programme - Howick Refurbishment,CW41471,20160914,20161004,20170615,EIS,Sole Agency,No,,"The Ministry of Education is inviting Proposals from suitably qualified and experienced main contractors to undertake all construction works associated with the refurbishment of 20 classrooms at Howick Intermediate School, located at Botany Road, Howick, Auckland.",Awarded,City Care awarded contract.,20201117 Ministry of Education,17915247,Request for Proposals,Open Competition,Engaging Priority Families,WS168333,20160916,20161017,20161216,Sector Enablement and Support,Sole Agency,No,,"The Engaging Priority Families (EPF) initiative is an initiative combining children???s participation in ECE with parental engagement with their children???s learning. It specifically aims to increase the number of 3 to 4 year old children/tamariki from M??ori, Pasifika, and low socio-economic status families/wh??nau who achieve strong early learning foundations including early literacy and numeracy prior to school/kura. The Ministry of Education is seeking Suppliers in priority areas who will be responsible for the day-to-day oversight of the programme to work with families/wh??nau and provide on-going support throughout ECE and the transition to school/kura.",Awarded,,20201117 Ministry of Education,17919706,Request for Proposals,Open Competition,Supported Playgroups,WS168346,20160916,20161017,20161216,Sector Enablement and Support,Sole Agency,No,,"The Supported Playgroup (SP) initiative is an initiative to increase the participation in quality early learning of traditionally low participating groups (M??ori, Pasifika and low socio-economic status families/wh??nau) in priority areas. This initiative offers the Supported Playgroup model as an early learning option to a range of communities including rural communities and those with limited ability to sustain a licensed early learning service. The Ministry of Education is seeking Suppliers in priority areas who will be responsible for the delivery of the SP initiative.",Awarded,,20201117 Ministry of Education,17942663,Request for Proposals,Open Competition,Intensive Wraparound Service: Facilitator service,WS161806,20160927,20161017,20161206,,Sole Agency,No,,"The Intensive Wraparound Service (IWS) is for the small number of students with high and complex behavioural and learning needs and supports students across several settings ??? at school, with their family and wh??nau and in the community. The behavioural needs could be social, emotional and/or educational, and its cause may involve an intellectual disability. The service is for students in years 3 to 10 and is run from Special Education regional offices. We work with student???s wh??nau/family, the local school and any other agencies that become part of a team that we wrap around the child to develop a plan that will meet their needs. We are extending this service to include a facilitator role and need a provider who will employ facilitators and work closely with us to integrate this role into our regional teams.",Awarded,,20201117 Ministry of Education,17951686,Request for Proposals,Closed Competition,Special Needs Modifications (major works - Pt 1) at Pukekohe East School,WS168250,20160928,20161018,20170208,EIS,Sole Agency,No,,"As part of the MoE???s special needs modification programme, the MoE identifies and remedies specific accessibility issues for individual students with special needs at the School. This process is carried out on a case by case basis, with an Occupational Therapist reviewing the school property and making modification recommendations to the MoE EIS team for implementation through the CDP programme. The Special Needs Modifications (major works ??? Pt 1) at Pukekohe East School are a component of the wider SNM CDP (Batch 7.0 & 7.2) project which commenced in 2013. The general scope of the Special Needs Modifications (major works ??? Pt 1) at Pukekohe East School includes the upgrade of the existing surface storm-water treatment and disposal system in conjunction with the redevelopment of the School???s entry drive area and adjacent linking footpaths/ ramps/ steps etc to provide an accessible exterior link from the car park area to the Main Hall building, and the nearby Satellite Classrooms. The services required is that of a main construction contractor to undertake the construction works of the Special Needs Modifications (major works ??? P 1) at Pukekohe East School in accordance with the attached documentation. The successful main construction contractor will be engaged by the MoE under the MoE modified NZS3910:2003 construction contract, administered by designgroup architects h+k.",Not Awarded,,20201117 Ministry of Education,17974594,Request for Proposals,Open Competition,Leadership Advisors,CW44589,20160930,20161028,20161129,,Sole Agency,No,,"Background The Ministry of Education is seeking to implement Leadership Advisors into a nationwide support package that provides targeted and tailored support for beginning principals. This is a critical part of a package of Leadership support in the schooling sector. What we need We want the provision and coordination of a group of regionally located advisors with local credibility, who are appointed and managed locally with some national coordination. The advisors will be able to work in both English medium schools, Kura and M??ori medium schools. We require organisations that have the infrastructure to manage a number of advisors across each education area in New Zealand.",Awarded,,20201117 Ministry of Education,18040445,Request for Proposals,Open Competition,Identifying & Nurturing Emerging Leaders,CW45530,20161018,20161117,20161220,Student Achievement,Sole Agency,No,,"We want to develop a new approach for identifying and developing potential leaders, to prepare them for the range of new leadership opportunities within or between Communities of Learning (CoL) | Kāhui Ako. We are looking for an innovative approach that is well-founded in practical experience, pedagogy and research, but is also future focussed and which seeks to meet the challenges and leverage the opportunities presented in the new learning environments of CoL | Kāhui Ako. Proposals may be in concept form. The contract will allow providers to develop their concept, implement and evaluate its success with CoL | Kāhui Ako. Collaboration between providers is also welcome.",Awarded,,20201117 Ministry of Education,18060995,Request for Proposals,Open Competition,Nationwide Security and Monitoring Services,WS167776,20161021,20161123,20170426,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (Ministry) is looking for a supplier who can provide consistent physical security services at all of its corporate offices. This will include: Roll out of consistent security photo ID cards, visitor and contractor cards for all sites, (all cards will use Mifare SE). These will be able to be programmed to be used at multiple sites. Provision of Access Control Systems for all sites, (compatible with Gallagher, formally Cardax). This will include integration of existing security hardware into this system. Provision of monitoring services, in particular of duress alarms at each site. Provision of control computers at up to 6 hub sites nationally (for access cards and access to Closed Circuit Television (CCTV). Provision of a video management system which allows Ministry operators to manage, control and review recorded video from the CCTV systems and the ability to review CCTV from any control site. Provision of an offsite location for all security server equipment, backups, storage and video recordings. All security systems must be separated fully from the Ministry’s infrastructure. Provision of training and training material for Ministry nominated employees. Provision of design advice on upcoming property projects. Afterhours monitoring of perimeter security breaches (e.g. forced entry, system failures). Integration of systems with any base build or landlord systems. The Ministry currently has a number of fit-outs underway which will be the priority to link to the new back end systems.",Awarded,,20201117 Ministry of Education,18072706,Request for Proposals,Open Competition,School Bus Services for Waianiwa School,,20161031,20161124,20170914,EIS,Sole Agency,No,N/A,"The Board of Trustees for Waianiwa School (the Buyer) is offering a contract for school bus services at Waianiwa School (the School). The contract comprise one school bus services totaling 66km per day. The initial contract term is six years with a provision for two three-year extensions at the discretion of the Buyer.",Awarded,,20201117 Ministry of Education,18143693,Request for Proposals,Open Competition,"Direct Support to Communities of Learning | K??hui Ako: Implementing the Progress and Consistency Tools (LPF, PaCT and TWA)",WS168765,20161118,20161214,20170322,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is seeking to support Communities of Learning (CoL|Kāhui Ako ) and schools/kura to improve their capabilities to understand, track and respond to student progress and achievement against The New Zealand Curriculum (NZC) and Te Marautanga o Aotearoa (TMoA). As part of this work we need to increase the number of CoL| Kāhui Ako and eligible schools/kura signed up to the PaCT and TWA and actively/effectively using the tool to support their teaching and learning. We are looking for a flexible and innovative approach that could include facilitator support and in school mentor support (sector driving the sector) to meet increasing sector interest for the progress tools. We need nationwide coverage for this support. This could come from a single or a number of providers. We will consider proposals that only offer regional coverage; the Ministry would need to join these up with other providers to ensure adequate provision of support is available. Providers will need to be able to deliver in both English and Māori medium settings.",Awarded,,20201117 Ministry of Education,18252732,Request for Tenders,Closed Competition,Targetted Assistance for Participation (TAP2),CW45783,20161220,20170131,20170921,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in early childhood education (ECE). The objective of TAP partial funding (TAP 2) grants is to contribute towards establishing new services or expanding existing services, with the intention of creating new licensed or certificated child places in priority areas across New Zealand. The Ministry of Education is seeking Suppliers to establish new child places in early childhood education and increase participation of children/tamariki from Māori, Pasifika, and low socio-economic status families/whānau in identified priority areas. TAP 2 funding will provide a contribution towards establishing new child places in communities where they are needed most. The maximum payable grant will be $12,000 per new child place or 50% of total project costs, whichever is the lesser of the two.",Awarded,,20201117 Ministry of Education,18263444,Request for Quotations,Closed Competition,Strengthening Early Learning Opportunities Developmental Evaluation,WS174236,20161222,20170116,20171005,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (the Ministry) seeks a developmental evaluation that reports on the current state of play of the delivery of the Strengthening Early Learning Opportunities (SELO) professional development programme, and recommends changes on its future delivery to align with the Ministry’s new priorities (i.e. quality work programme). The Ministry is looking for credible providers who have the capability, experience and infrastructure to conduct developmental evaluation reports. They need to have a good track record in the management and implementation of effective evaluation methodologies. An understanding of the ECE sector would be desirable.",Awarded,,20201117 Ministry of Education,18274866,Request for Proposals,Closed Competition,Main Building Contractor for ILE modernisation and selected refurbishment works at Kaikohe Intermediate School,CW41404,20170111,20170217,20170627,EIS,Sole Agency,No,,"The Ministry of Education (the Buyer) on behalf of Kaikohe Intermediate School is seeking a suitably qualified main building contractor to complete ILE modernisation and selected refurbishment works at Kaikohe Intermediate School (the School). The Respondent is required to have immediate availability and the capacity within their current workload to complete the proposed deliverable's outlined below; Block 1 - Toilet Block: Selective Modernisation Works. Block 1 - Auditorium: Selective interior Modernisation Works. Block 1 - Part Replacement of the Roof Covering. Block 2 - Replace ceiling tiles and light fittings. Block 4 - Female Toilet: Selective Modernisation Works. Block 4 - Replacement of four sets of timber bi-fold doors. Block 5 - ILE Modernisation Works and replacement of the whole roof covering.",Awarded,,20201117 Ministry of Education,18280093,Request for Proposals,Open Competition,Targeted Assistance For Participation (TAP3) - Te Tai Tokerau,,20170113,20170214,20171124,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in early childhood education (ECE) in Te Tai Tokerau. This is in conjunction with the Government’s Better Public Services (BPS) target that in 2016, 98% of children starting school will have participated in quality early ECE. The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities.",Awarded,,20201117 Ministry of Education,18282931,Request for Proposals,Open Competition,Targeted Assistance for Participation (TAP3) Taranaki/Whanganui/ Manawat??,,20170112,20170214,20171123,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in early childhood education (ECE) in Taranaki/ Whanganui/ Manawatu. This is in conjunction with the Government’s Better Public Services (BPS) target that in 2016, 98% of children starting school will have participated in quality early ECE. The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities.",Not Awarded,,20201117 Ministry of Education,18296710,Request for Proposals,Open Competition,Supporting the implementation of Te Wh??riki,WS174252,20170117,20170214,20170509,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is looking for one or more credible professional learning and development providers that are able to support kaiako across diverse early learning contexts to engage with the updated Te Whariki and its implementation. The provider(s) would provide introductory workshops, develop and provide webinars and support curriculum implementation by identifying local curriculum champions who will lead inquiry networks. The objective of this procurement is to support curriculum delivery and strengthen early learning through stronger engagement with Te Whariki. This is a unique opportunity to provide intensive support to kaiako to engage with the updated Te Whariki so that they design and deliver a broad and enriching curriculum that reflects learning valued in each local setting and empowers all children as competent and confident learners.",Awarded,,20201117 Ministry of Education,18387222,Request for Proposals,Open Competition,Targeted Assistance For Participation (TAP3) - T??maki Makaurau - Auckland,,20170214,20170307,20171006,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in early childhood education (ECE) in Auckland. This is in conjunction with the Governments Better Public Services (BPS) target that in 2016, 98% of children starting school will have participated in quality early ECE. The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities.",Awarded,,20201117 Ministry of Education,18387447,Request for Proposals,Open Competition,Targeted Assistance For Participation (TAP3) - Bay of Plenty - Waiariki,,20170214,20170307,20171204,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in early childhood education (ECE). This is in conjunction with the Government’s Better Public Services (BPS) target that in 2016, 98% of children starting school will have participated in quality early ECE. The Ministry of Education is seeking providers to establish new child places in Target areas identified and selected for TAP3 funding. These areas are characterised by low rates of ECE participation, significant numbers of non-participating children, and insufficient child places to cater for these non-participating children. Sites must be within the identified or adjacent to the listed priority Census Area Unit within Bay of Plenty - Waiariki.",Not Awarded,,20201117 Ministry of Education,18443135,Request for Proposals,Closed Competition,James Cook High School - ICT Infrastructure Procurement,1510-2340,20170310,20170330,20170821,EIS,On behalf of procurement agent,No,PO Box 132 234,Refer to original ROI for further details. This RFP is being released to a shortlist of respondents from the initial Registration of Interest.,Awarded,,20201117 Ministry of Education,18466419,Request for Proposals,Open Competition,Licensed Early Childhood Eduction Service at Marton School,,20170314,20170414,20170508,Sector Enablement and Support,Sole Agency,No,,"Marton School Board of Trustees has gained Ministry of Education (the Ministry) agreement to establish a licensed Early Childhood Education (ECE) service in a surplus, multipurpose building on the school site. The ECE service will be licensed for a minimum of 25 licensed child places and include the provision for under 2 year olds. To ensure a transparent selection process, the Ministry and Marton School Board of Trustees are approaching the open market to select an appropriate ECE service provider. The building requires renovations to meet the Education (Early Childhood) Regulations 2008. An appropriate outdoor space will be included. It is expected that the costs of the renovations, including the fencing and installation of the outdoor area, will be met by the successful provider. To arrange a site visit, post a question with contact details onto GETS and you will be contacted. Site visits will be the week of 27th March 2017.",Not Awarded,The Region will not be progressing a contract for this service at this stage.,20201117 Ministry of Education,18499603,Request for Proposals,Open Competition,Te Hono Website Phase 2,WS178044,20170322,20170419,20170626,Early Learning and Student Achievement,Sole Agency,No,,"New Zealand’s early childhood curriculum, Te Whāriki, is being updated. The Ministry of Education has developed Te Hono – a dual-language website – and online resources to guide the implementation of Te Whāriki and support teaching and learning in early childhood education (ECE). Our website contains more information about the different kinds of ECE services and kōhanga reo available in New Zealand. We are looking for a credible provider to review users’ experience with Te Hono and its two portals, manage and maintain Te Hono and its content, and develop and publish additional content. We will consider more than one provider if this will deliver the best solution. This opportunity will run from May 2017 to June 2018. This is a unique opportunity to have an early and direct influence on the quality of new online resources that support ECE services’ design and delivery of local curricula in line with the updated Te Whāriki. The successful provider will also form an integral part of new feedback loops between the Ministry, kaiako and professional ECE learning and development providers. They will publish innovative examples of the updated Te Whāriki in action, host webinars on Te Hono, and capture users’ ideas about the website’s future development.",Awarded,,20201117 Ministry of Education,18563608,Request for Proposals,Open Competition,"Education Service at Child, Youth and Family???s (CYF) Auckland Care and Protection (Whakatakapokai) and Youth Justice (Korowai Manaaki) residences",SSE0021,20170411,20170509,20171005,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (The Ministry) is seeking proposals from suitably qualified organisations for the delivery of the education service to the children and young people residing at CYF Auckland Care and Protection (Whakatakapokai) and Youth Justice (Korowai Manaaki) residences, effective from the beginning of Term 1 of the 2018 school year.",Awarded,,20201117 Ministry of Education,18624453,Request for Proposals,Open Competition,"2017 Learning Experiences Outside the Classroom (LEOTC) Science, Mathematics and Technology",SES0008,20170503,20170609,20180605,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is seeking to procure Learning Experiences Outside of the Classroom (LEOTC) services in Science, Mathematics and Technology that complement and enhance student learning through The New Zealand Curriculum and Te Marautanga o Aotearoa. Successful respondents will form a panel of suppliers. The Ministry is looking for credible suppliers who have the capability, experience and infrastructure to deliver LEOTC services in their communities and areas. They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships within their local community. We need LEOTC to make a difference to our student’s progress and achievement. Results Based Accountability (RBA) contract management framework will be used The services are to support students enrolled in a New Zealand state or integrated school with learning experiences that cannot be replicated in the classroom. These services provide practical, hands-on and interactive learning experiences that complement and enrich the school curriculum, and have a positive impact on students’ learning outcomes. This is an opportunity for suppliers such as zoos, museums, historic parks, art galleries, outdoor education facilities, performing arts, science centres and community organisations.",Awarded,,20201117 Ministry of Education,18687659,Request for Proposals,Open Competition,Education Council Online Services Project,MoE260,20170525,20170622,20180118,,Sole Agency,No,,"The Ministry of Education (the Ministry) on behalf of the Education Council of Aotearoa New Zealand (the Council) and the wider Education Sector will procure a shared, cloud-based technology platform which other education agencies can use to deliver integrated digital services for education workforce management. On this Education Workforce Shared Platform (the Platform) a business solution will be delivered, that provides secure online functionality to meet the needs of the Council???s core business functions.",Awarded,Master Services Agreement Signed with Davanti Consulting Limited,20201117 Ministry of Education,18763807,Request for Proposals,Open Competition,Motueka Office Accommodation Refurbishment Work,MOEC0046,20170620,20170714,20170920,Corporate and Governance,Sole Agency,No,,"The Ministry of Education requires a suitable Main Contractor to complete the refurbishment works, including demolition, construction and management of related sub-trades. Supplier capability: ??? Proven skills and abilities in similar projects ??? Key personnel including sub-contractors, with a strong track record in delivering services in similar projects ??? Ability to manage, maintain and report against a contract programme to deliver the requirements within the agreed timeframes ??? Comply with the requirements and recommendations of the Health and Safety at Work Act 2015. The Ministry needs to achieve the following: ??? An enduring office accommodation solution for the Ministry in Motueka ??? Provide and maintain safe standards of buildings for the Ministry???s employees and personnel.",Awarded,Contract awarded to IMB Construction Limited.,20201117 Ministry of Education,18927293,Request for Proposals,Open Competition,Change Management Support,SES0529,20170818,20170914,20180228,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking a Panel of change management providers to support our Communities of Learning Kahui Ako Leaders to lead the changes required in approach, culture and collaboration. We require organisational change experts who will work alongside Communities of Learning Kahui Ako to ensure changes are thoroughly and smoothly implemented, and ensure the lasting benefits of change are achieved and sustainable. The panel will be a closed panel arrangement with panel agreements that will have a 20 month term.",Awarded,,20201117 Ministry of Education,18962738,Request for Proposals,Open Competition,Panel Refresh: Centrally Funded Professional Learning and Development (PLD) 2017,SES0601,20170828,20170921,20171221,Early Learning and Student Achievement,Sole Agency,No,,"This RFP seeks to add additional specialised and expert organisations to an existing panel which was established in 2016 to deliver Centrally-Funded Professional Learning and Development (CFPLD). The Panel comprises organisations that have demonstrated the ability to manage the delivery of PLD services in a sustainable customer focused manner. Only organisations that are part of the panel will be eligible to deliver CFPLD, whether through the existing mechanism (detailed in 3a PLD Panel Agreement) or with respect to the Digital Technologies | Hangarau Matihiko (DT|HM) components of the Technology | Hangarau learning areas, we are open at this stage on how this may be best delivered. Existing panel members do not need to reapply.",Awarded,,20201117 Ministry of Education,19008752,Request for Proposals,Open Competition,Oral Language Initiative,SES0536,20170908,20171005,20171123,Sector Enablement and Support,Sole Agency,No,,,Not Awarded,"Following the evaluation process the Ministry decided that a contract for this initiative will not be awarded and is now considering other options for delivery of this initiative. Thank you for your interest, and for the time and effort you put into preparing and submitting your tender.",20201117 Ministry of Education,19069196,Request for Proposals,Open Competition,Delivery of Incredible Years Autism,SES0603,20170927,20171025,20180320,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking suppliers to deliver the Incredible Years Autism Spectrum and Language Delays (IY Autism) programme to provide parents with skills and strategies to promote their child???s emotional regulation, social competence, language skills, school readiness and relationships with others. A considerable proportion of children with autism exhibit behaviours such as hyperactivity, inattention, obsessive-compulsive symptoms, sleep disturbances, aggression and self injury. Challenging behaviour is therefore common in children with Autism Spectrum Disorder (ASD). Early intervention supports parents and teachers to increase their competence in dealing with these behaviours and provides skills and strategies to improve the child???s language skills and ability to self-regulate. Incredible Years is a series of interlocking, evidence-based programmes for parents, children, and teachers, supported by over 30 year of research. The programmes are designed to work jointly to promote emotional, social and academic competence and to prevent, reduce and treat behavioural and emotional issues in young children.",Awarded,,20201117 Ministry of Education,19088873,Request for Proposals,Closed Competition,MoE Kaitaia Office SHF Main Contractor,MOEC0072,20171002,20171201,20180417,Corporate and Governance,Sole Agency,No,,"The Ministry has a requirement to fit-out the new Kaitaia office to provide a modern and open plan environment for staff. The Ministry is looking for a credible provider who has the capability and experience to deliver the SHF contract to a high quality, for best value for money and within the timeframes set out in the RFP documentation. We aim to optimise the use of office space and achieve value for money while providing and maintaining safe standards of buildings for Ministry employees and personnel. This is an opportunity to be part of providing improved accommodation for the Kaitaia Office. The work will provide an enduring office accommodation solution for the Ministry in Kaitaia while maintaining safe standards of buildings for the Ministry???s employees and personnel. Part of the SHF works comprises the implementation of Activity-Based Working (ABW), which will provide an improved flexibility and efficiency to the Agencies??? office environment.",Awarded,,20201117 Ministry of Education,19101436,Request for Proposals,Open Competition,Education Gazette Services,MOEC0083,20171005,20171102,20180222,Corporate and Governance,Sole Agency,No,,"The New Zealand Education Gazette Tukutuku K??rero is the Ministry???s most significant communication channel to more than 100,000 early childhood, primary and secondary teachers and leaders throughout the country. It contains a mix of articles, notices and job vacancies. It currently exists as a website (www.gazette.education.govt.nz) and fortnightly (22 issues per year) print publication with a distribution of about 17,000 per issue. The Ministry is seeking to appoint a provider to provide a range of services to support the production of the Education Gazette, specifically: ??? Journalism services to develop articles and stories and associated images and videos to be published in the Education Gazette (print and online) ??? Graphic design services to layout the print version of the Education Gazette ??? Advertising sales (products, services and selected vacancies) ??? Receipt and management of free vacancy and notice listings via the website ??? they need to be vetted, proof-read and then published to the website and they then get exported to the print publication ??? Website content management ??? loading of articles from the print magazine onto the website, as well as any other rich media (e.g. video) that will enhance the article that is published online ??? Administration support ??? management of customer enquiries, subscription requests etc. The Ministry will provide a full time liaison role to work with the successful provider and to support the development and sign-off of articles and stories published in the Education Gazette. The Ministry will also provide technical support for the maintenance of, and any enhancements to, the Education Gazette website.",Awarded,,20201117 Ministry of Education,19106449,Request for Proposals,Open Competition,Digital Technology for All Equity Fund,SES0602,20171009,20171106,20180612,Early Learning and Student Achievement,Sole Agency,No,,"On 28 June 2017, the Government announced the Creating a Digitally Fluent Nation investment package of around $40 million over three years to enhance the digital fluency of our young people. This investment will support the integration of new Digital Technologies & Hangarau Matihiko (DT&HM) content into the New Zealand Curriculum and the M??ori-medium curriculum, Te Matauranga o Aotearoa. The package includes a number of initiatives including the Digital Technology for All Equity Fund. This tender provides an opportunity for successful Providers to be involved in the programme in relation to the Digital Technology for All Equity Fund (DT for All). This procurement is seeking Providers to deliver programmes to engage children and young people with limited learning opportunities in innovative digital technologies learning. The project is looking to provide for up to 12,500 student places per annum for 2018, 2019 and 2020. The Ministry???s preference is for Providers that can provide programmes at scale, although Providers with innovative programmes for smaller, but very hard to reach, parts of the target population may also wish to apply.",Awarded,,20201117 Ministry of Education,19113379,Request for Proposals,Open Competition,National Digital Championship,SES0702,20171010,20171107,20180605,Early Learning and Student Achievement,Sole Agency,No,,"The Government has announced the Creating a Digitally Fluent Nation package to enhance the digital fluency of our young people, and integrate new Digital Technology & Hangarau Matihiko content into The New Zealand Curriculum and M??ori-medium curriculum, Te Matauranga o Aotearoa. One of the initiatives under this package is the National Digital Championship. The Ministry is looking for an industry partner (which may be a single entity or a consortium) to co-design and deliver a nationwide Digital Championship for children across New Zealand for the 2018 and 2019 school years. The Championship needs to challenge students to be creators of digital solutions, and to design for digital outcomes, using the new Digital Technologies & Hangarau Matihiko curriculum content to solve problems connected to New Zealand???s social challenges and priorities. The Championship is expected to include regional and national competitions, and may include students from early learning to year 13 at secondary school. The Ministry is committed to sharing the costs of the Championship, and will match industry funding up to $600,000 per year.",Awarded,,20201117 Ministry of Education,19192210,Request for Proposals,Open Competition,Nationwide Digital Readiness Programme,SES0703,20171101,20171201,20180605,Early Learning and Student Achievement,Sole Agency,No,,"The Nationwide Digital Readiness Programme is one element of a broader support package under Creating a Digitally Fluent Nation. This tender seeks to appoint one nationwide Provider to deliver a three year solution to support the digital readiness and capability of 44,000 teachers, kaiako, leaders and tumuaki in schools, kura and Communities of Learning | K??hui Ako, as part of the introduction of the new curriculum content. The Readiness Programme will include the provision of services for both English and M??ori mediums and will commence nationwide delivery during term one 2018.",Awarded,,20201117 Ministry of Education,19223363,Request for Proposals,Open Competition,"Targeted Assistance for Participation, Stream 3 (TAP3) Low-Cost, High-Value Funding for the 2017/2018 Financial Year, in Auckland.",SES0732,20171113,20180209,20180605,,Sole Agency,No,,"The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities. The Ministry of Education is seeking providers to establish new child places in Target areas identified and selected for TAP3 funding. These areas are characterised by low rates of ECE participation, significant numbers of non-participating children, and insufficient child places to cater for these non-participating children. Sites must be within the identified or adjacent to the listed priority Census Area Unit. TAP3 programme will directly fund costs up to $100,000 (GST exclusive) per provider.",Awarded,,20201117 Ministry of Education,19351247,Request for Proposals,Open Competition,Targeted Assistance for Participation (TAP3) Bay of Plenty / Waiariki,SES0938,20180117,20180219,20180521,Sector Enablement and Support,Sole Agency,No,,"The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities. The Ministry of Education is seeking providers to establish new child places in Target areas identified and selected for TAP3 funding. These areas are characterised by low rates of ECE participation, significant numbers of non-participating children, and insufficient child places to cater for these non-participating children. Sites must be within the identified or adjacent to the listed priority Census Area Unit. TAP3 programme will directly fund costs up to $100,000 (GST exclusive) per provider.",Awarded,,20201117 Ministry of Education,19420584,Request for Proposals,Open Competition,"Networks of Expertise, National Coordinators",SES0978,20180202,20180323,20180605,Early Learning and Student Achievement,Sole Agency,No,,"We require expertise in National Leadership and Co-ordination to manage a specific programme of work. Both positions are estimated to be 40 hours a week, and we expect that the preferred candidates will be able to work in Wellington on a regular basis. If candidates are not based in Wellington any travel to and from place of work will be met by the provider. Networks of Expertise aim to support peer to peer teaching networks to become an innovative and sustainable form of Professional Learning and Development, providing just-in-time teaching, learning and assessment support through means such as online forums, resource sharing, inquiry clusters and face to face collaboration opportunities.",Awarded,,20201117 Ministry of Education,19438411,Request for Proposals,Open Competition,2018 NCEA Review Public Consultation,SES1058,20180212,20180308,20180423,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry seeks to appoint organisations or a consortium to provide services to deliver a successful nationwide public consultation of the NCEA Review discussion document. Organisations need to be able to innovatively design and successfully implement a consultation approach to a diverse range of audiences across New Zealand in a number of mediums and settings. Collect, evaluate and report user response data from all consultation platforms. If you would like to attend our provider briefing session please respond by posting your confirmation through GETS to register. Please confirm attendance at the briefing by 4pm 14th February 2018. Stating who will attend, numbers will be limited to 30 people. This briefing is scheduled for; Time: 10.00am Date: 16th February 2018 Location: Matauranga House, Ministry of Education, 33 Bowen Street, Wellington",Awarded,,20201117 Ministry of Education,19442897,Request for Proposals,Open Competition,"Supporting schools to showcase music, drama and dance",SES1106,20180212,20180308,20180417,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking to contract an individual/organisation for the 2018 School Year who has pre-existing capability, established networks and communication channels, and the infrastructure to deliver 2018 Supporting Schools to showcase music, drama and dance programme services (the Performing Arts Activities) in local communities and school regions (School Regions) to enable young people to engage in music, drama and arts student led activities (the Initiative). Beginning during term 2 of the School Year 2018, this Initiative delivers a range of regional and national Performing Arts Activities opportunities open to Years 1 to 13 students. The Initiative is designed to provide opportunities for students to showcase music, drama and dance in ways that will inspire and motivate them and build collaboration with local communities. The Performing Arts Activities programme will support Years 1 to 13 students to construct meaning, produce works and respond to and value others??? contributions. Participation will affirm and celebrate students??? unique expressions identities, languages and cultures.",Awarded,,20201117 Ministry of Education,19476921,Request for Proposals,Open Competition,Strengthening Early Learning Opportunities (SELO) Professional Development Services Panel,SES0027,20180223,20180404,20180813,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking to contract individuals' / organisations' to particiate on its Strengthening Early Learning Opportunities (SELO) Professional Development Services Panel, commencing 01 July 2018.",Awarded,,20201117 Ministry of Education,19597570,Request for Proposals,Open Competition,Curriculum Support Services Panel,SES0186,20180405,20180504,20180625,Early Learning and Student Achievement,Sole Agency,No,,"This procurement relates to the establishment of a new Curriculum Support Services (CSS) Panel. The Ministry is creating this panel after reviewing the scope of the requirements covered by the Curriculum Support Resources All Media (CSR) panel so that the new panel reflects our needs.The Ministry requires a panel of providers to deliver curriculum services to enable the Ministry to support and implement the New Zealand Curriculum and Te Wh??riki. A panel arrangement allows the Ministry to effectively and efficiently procure services and grow capability. The panel will be open with panel agreements to include a 5 year review for providers. The panel will operate using a mix of direct sourcing and competitive quotes approach. We want to work closely with a panel of providers to develop and improve students??? achievement progress, by working on solutions that are focused on the end users. The recent changes to the curricula are providing exciting and innovative ways to design and develop curriculum and supports that target progress.",Awarded,Subject to contract negotiations,20201117 Ministry of Education,19780387,Request for Quotations,Closed Competition,Incredible Years Autism Teacher Workforce Support & Development,MOE00032,20180601,20180618,20180810,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking a provider/s to provide the Incredible Years Autism Teacher workforce (group leaders) with Workforce Support and Development, plus to further develop the two New Zealand Incredible Years Mentors who deliver Workforce Support and Development in Incredible Years and Incredible Years Autism to increase their capability to support the Incredible Years Autism programme.",Awarded,,20201117 Ministry of Education,19804023,Request for Proposals,Open Competition,Language Learning Assistants Professional Development Training,MOE00012,20180611,20180705,20180926,Sector Enablement and Support,Sole Agency,No,,"This contract will provide professional development for paraprofessionals working with English language learners in English for Speakers of Other Languages (ESOL) programmes and mainstream classes, so they become certified Language Learning Assistants. We are looking for a provider who will provide a coherent plan for delivering professional development for clusters of paraprofessionals nationally over the contracted period. This will include the development of appropriate resources, including an online presence, for the paraprofessionals, their learning centres and the facilitators. This is an opportunity to further the careers of paraprofessionals and support the educational needs of a high needs group of learners. Language Learning Assistant training is required to meet the professional development needs of paraprofessionals working with English language learners in early learning centres and schools throughout New Zealand. The current programme, known as ELA (English Language Assistants), has approximately 120 paraprofessionals completing the training annually. The proposal must be able to be developed and delivered by 19th December 2018.",Awarded,,20201117 Ministry of Education,19846159,Request for Proposals,Closed Competition,"2018 LEOTC RFP - Arts, Health & Physical Education",SES1426,20180625,20180727,20181211,Early Learning and Student Achievement,Sole Agency,No,,"This is the RFP following your successful ROI application. The Ministry is seeking to procure Learning Experiences Outside of the Classroom (LEOTC) services in Arts, Health & Physical Education that complement and enhance student learning through The New Zealand Curriculum and Te Marautanga o Aotearoa. The Ministry is looking for credible suppliers who have the capability, experience and infrastructure to deliver LEOTC services in their communities and areas. They need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships within their local community.",Awarded,,20201117 Ministry of Education,20022518,Request for Proposals,Open Competition,Education Programme for teams of teachers and parents to support students who have autism,MOE00183,20180815,20180912,20181129,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking a programme to educate teachers and parents in the understanding of autism and to provide them with knowledge and skills to support students with autism in their school and home environments. We need an education programme for teachers and parents of children aged 5 to 12 years who have autism. We require an evidence based best practice programme that targets the teachers, parents and wh??nau of the children. The aim of the programme will be to enhance teachers and parents understanding of autism and provide knowledge and skills to support the children in their school and home environments.",Awarded,,20201117 Ministry of Education,20024963,Request for Proposals,Open Competition,Early Childhood Education Service at Waverley Primary School,,20180820,20180914,20180914,Sector Enablement and Support,Sole Agency,No,,"The objective of this request for proposals is to identify a provider that is able to manage the establishment, maintenance, management and delivery of a licensed ECE service at Waverley Primary School.",Not Awarded,No proposals received.,20201117 Ministry of Education,20096393,Request for Proposals,Open Competition,Management of the Emergency Staffing Scheme,MOE00180,20180903,20180928,20190122,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry needs a supplier to manage the Emergency Staffing Scheme (ESS). The ESS is a ???last resort??? staffing scheme designed to assist State and State integrated schools in the event that they are unable to fill an emergency leadership vacancy. A national pool of trained and registered teachers (currently between 10 and 30) are paid $6,000 per annum as a retainer, plus $500 per term for those operating outside their area, to ensure their availability to Boards of Trustees as a short term contingency measure. It is important that this service continues as it supports the day to day operation of schools requiring someone to fill a leadership role. We do not want theoretical Proposals about abstract or speculative alternatives to the scheme.",Awarded,,20201117 Ministry of Education,20102268,Request for Proposals,Open Competition,Auckland Delivery of Mellow Parenting Programme,MOE00321,20180903,20181001,20181207,Sector Enablement and Support,Sole Agency,No,,"The purpose of this procurement is to secure the services of a provider to deliver Mellow Parenting, a community based early intervention programme for parents of children with vulnerabilities in the Auckland region. This RFP relates to the purchase of delivery of Mellow Parenting Programmes to parents of children aged 0-2 in the Auckland Education region. The key outcomes that we want to achieve are: Parents participating in a Mellow Parenting programme (Mums/Dads programme) will experience sustained and measurable: ??? increased mental wellbeing including feelings of self-esteem and adequacy ??? reductions in anxiety, depression and aggression ??? improvements in interactions with their children and other family members ??? reductions in problem behaviours from their children ??? increased positive behaviours and children???s social skills. We do not want proposals for alternative programmes or delivery outside of Auckland.",Awarded,,20201117 Ministry of Education,20209574,Request for Proposals,Open Competition,Incredible Years Parent & Incredible Years Autism Parent Workforce Support and Development programmes,MOE00333-IYP/IYAP WS&D,20180927,20181029,20190517,Sector Enablement and Support,Sole Agency,No,,This Request for Proposal (RFP) is for Providers that have the ability to deliver the Workforce Support and Development programmes for Incredible Years Parent and Incredible Years Autism Parent programmes only i.e. IY Parent WS&D and IY Autism Parent WS&D.,Awarded,,20201117 Ministry of Education,20210987,Request for Proposals,Open Competition,Incredible Years Autism Teachers programme,MOE00333 - IYAT,20180927,20181029,20190508,Sector Enablement and Support,Sole Agency,No,,This Request for Proposal (RFP) is for Providers that have the ability to deliver the Incredible Years Autism Teacher programme only. We need Providers that can deliver programmes in accordance with Incredible Years protocols and standards.,Awarded,,20201117 Ministry of Education,20386570,Request for Proposals,Open Competition,Targeted Assistance for Participation Partial Funding (TAP 2) 2018/19,MOE00461,20181107,20181204,20190225,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to increase participation in quality Early Childhood Education (ECE). The objective of TAP partial funding (TAP 2) grants is to contribute towards establishing quality new services or expanding quality existing services, with the intention of creating new licensed or certificated child places in priority areas across New Zealand. This RFP is for priority areas in Auckland. The Ministry of Education is seeking organisations to establish new child places in quality ECE and increase participation of children/tamariki from M??ori, Pacific, and low socio-economic status families/wh??nau in identified priority areas. TAP 2 funding will provide a contribution towards establishing new child places in communities where they are needed most. The maximum payable grant will be $12,000 per new child place or 50 percent of total project costs, whichever is the lesser of the two.",Awarded,,20201117 Ministry of Education,20442871,Request for Proposals,Open Competition,Supporting the implementation of Te Wh??riki,MOE00410,20181119,20181207,20190308,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is looking for providers to support kaiako across diverse early learning contexts to design and implement a rich curriculum that reflects ???what matters here???, draws on the goals and learning outcomes to support children???s developing capabilities, and includes bi-cultural practices. We are also interested in innovative solutions, and PLD that engages a range of services who may not have previously participated in PLD. Te Wh??riki (2017) is highly respected as an empowering curriculum framework for children from birth to start of schooling. Between July 2017 and June 2018, early learning services were supported to implement Te Wh??riki through a programme of PLD that included workshops, online resources and webinars. In this PLD, the ???learning that matters here??? was one of five key shifts in practice we considered important to fully realise the intent of Te Wh??riki. . 1. A rich curriculum for every child 2. A focus on learning that matters here (learning priorities) 3. Affirmation of identity, language and culture 4. Parents and wh??nau engaged in their child???s learning 5. Personalised pathways to school and kura.",Awarded,,20201117 Ministry of Education,20531140,Request for Proposals,Open Competition,Events and opportunities for gifted learners,MOE00667,20181207,20190125,20190410,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking to appoint providers to develop, promote and provide events and opportunities designed specifically for gifted learners starting during Term 1, 2019. These opportunities are part of a support package that will provide a range of additional learning opportunities designed to meet the diverse gifts and exceptional talents of these learners, including their social and emotional needs. We expect that proposals will fall in the range of $50k to $100k per annum and we would support joint funding ventures with business, local iwi and other community groups. The events and opportunities will be accessible to learners from across New Zealand, be culturally responsive and designed to meet the specific cultural needs of M??ori and Pacific learners and their families and wh??nau. The proposed solution should enable gifted learners to connect and collaborate with each other in a range of forums and settings. It could include project-based learning, conferences, competitions and face-to-face or online opportunities.",Awarded,,20201117 Ministry of Education,20583088,Request for Proposals,Open Competition,Targeted Assistance for Participation Stream 3 (TAP3) RFP Jan2019,MOE00653,20190109,20190215,20190502,,Sole Agency,No,,"Targeted Assistance for Participation, Stream 3 (TAP3) is an initiative that targets increasing participation in quality early childhood education (ECE) for population groups and areas with the lowest participation rates. TAP3 grants fund all direct costs up to $100,000 (GST exclusive) associated with reasonable and evidence-based proposals that: ??? Support the establishment of a new, quality licensed ECE service or certificated playgroup. ??? Support the expansion of an existing, quality licensed ECE service or certificated playgroup to increase the number of child places. ??? Provide innovations in service delivery that increase the supply of new child places. Please review the attached RFP package for full information on this opportunity.",Awarded,,20201117 Ministry of Education,20627070,Request for Proposals,Closed Competition,Supporting Students: Innovative Foundational Learning RFP ??? MOE00450,MOE450,20190122,20190218,20190517,Early Learning and Student Achievement,Sole Agency,No,,"We wish to seek proposals from previously short listed expert providers to develop and implement innovative approaches to foundational learning including oracy. The approaches will support more inclusive and effective curriculum learning for students. The intention is to broaden the delivery of foundational curriculum supports from the current focus on reading, writing and mathematics to approaches that better support rich curriculum learning opportunities. This will include a stronger focus on foundational knowledge, skills and capabilities, including oracy and key competencies, to enable students to be successful across all learning areas of the curriculum. It will also seek to better support students requiring additional learning support, including those with dyslexia, dyspraxia and ASD.",Awarded,,20201117 Ministry of Education,20670443,Request for Proposals,Open Competition,Targeted Assistance for Participation Stream 3 (TAP 3) Tai Tokerau,MOE00761,20190207,20190314,20190605,Sector Enablement and Support,Sole Agency,No,,"What we need The objective of Targeted Assistance for Participation Stream 3 (TAP3) funding is to provide low cost, high-value funding to contribute to establishing new early learning services or expanding existing services, with the intention of increasing licensed or certificated child places in target communities in Tai Tokerau. The Ministry of Education is seeking providers to establish new child places in target areas identified and selected for TAP3 funding. These areas are characterised by low rates of early childhood education (ECE) participation, significant numbers of non-participating children, and insufficient child places to cater for these non-participating children. Sites must be within the identified listed priority Census Area Unit (CAU). Region: Number of CAUs identified for eligibility: Whangarei - Onerahi Far North - Areas surrounding Kaikohe including: Waima, Tautoro, Taheke, Otaua, Omanaia, Awaroa. - Kaitaia East and surrounding areas including: Awanui, Kaingaroa.",Awarded,,20201117 Ministry of Education,20907941,Request for Quotations,Open Competition,NCEA Review - Change Proposals Consultation Phase - Part 1 Analysis and Synthesis,MOE01100,20190403,20190417,20190513,Early Learning and Student Achievement,Sole Agency,No,,"This RFQ is seeking the services of a supplier(s) who are experienced in the analysis and interpretation of data collected via multiple methodologies. We are seeking a supplier who is able to establish high quality systems and processes for the collation, coding, analysing and reporting of consultation data and submissions provided throughout the NCEA Review Public Consultation Phase. The supplier(s) are required to provide regular updates to trends and patterns, or areas of concern throughout the consultation period, with an understanding that some will be provided in te reo and potentially other languages provided through translated consultation collateral.",Not Awarded,"Due to a significant change in scope for this intended procurement the Ministry has made the decision to cancel this RFQ as per section 6.23a(i), Process, Terms and Conditions of the RFQ document. No contract has been awarded",20201117 Ministry of Education,20908092,Request for Proposals,Open Competition,NCEA Review Change Proposals Consultation Phase - Part 2 Workshops and Focus Groups,MOE01101,20190403,20190503,20190614,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry seeks to procure an organisation, or a consortium of organisations, to provide services in order to deliver a successful nationwide public consultation of the NCEA Review -Change Proposals, Consultation Phase. The Organisation(s) need to be able to innovatively design, successfully implement and lead the facilitation of our agreed public consultation approach to a diverse range of audiences across New Zealand in a number of mediums and settings. The Ministry has released this RFP for the design, facilitation and event management of national workshops and focus groups.",Not Awarded,The Ministry has confirmed that this work will now be delivered in house following Ministerial direction to the objective of the workshops being targeted rather than consultation and therefore required a higher level Ministry input.,20201117 Ministry of Education - School Infrastructure,430953,Request for Tenders,Open Competition,Request for Tenders for Main Building Contractor Services (New Plymouth) - Old GETS ref# 42688,718,20140701,20140730,20170622,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Request for Tenders (RFT) for Main Building Contractor Services for Demolition of Blocks B and D at Moturoa School, New Plymouth The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: [http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx]",Not Awarded,Contact Dean Hollis 04 463 7551,20201117 Ministry of Education - School Infrastructure,441018,Request for Proposals,Open Competition,Architectual/Design Services - Ten new classrooms at Mt Maunganui Intermediate School Tauranga - Old GETS ref# 42753,MTMI0714,20140708,20140731,20150611,,Sole Agency,No,Eduzone Limited - PO Box 25947 - St Heliers - Auckland - 1740,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Request for Architect/Design services for Ten new classrooms at Mt Maunganui Intermediate School and the demolition of four existing classrooms. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,478152,Request for Quotations,Open Competition,Demolition ??? Waverley High School - Old GETS ref# 42828,1258D,20140715,20140812,20140917,,Sole Agency,No,"""Ministry of Education c/o: Darroch Limited attn: Richard Nowland - PO Box 1545 - Wellington""","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Request for Quotation for demolition of all buildings, structures, hard standing, services and fencing at the closed Waverley High School. Applicants are encouraged to visit the site prior to submitting their quotation. This property falls under Ministry of Education (MoE), but Darroch Limited are the Principal for this RFQ. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,contract awarded to - Quality Demolition and Contracting (2011) Limited,20201117 Ministry of Education - School Infrastructure,532462,Request for Tenders,Open Competition,"Modernisation works to Block 4 at Broadwood Area School, Main Road, Broadwood, Northland. - Old GETS ref# 42856",006/125,20140718,20140827,20190415,,Sole Agency,No,"PATSON SERVICES 2012 LIMITED - 4153 Far North Road, R.D. 4., KAITAIA - 0484","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER FULL OVERVIEW CAN BE FOUND IN ATTACHED WORD DOCUMENT ENTITLED ""OVERVIEW"" Tenders are invited from qualified construction firms/individuals for the works required to modernise an existing classroom block at Broadwood Area School, Main Road, Broadwood, Northland. Involved are works to three teaching spaces and some exterior works. It is expected that the works can be started upon receipt of ministry approval of the works and receipt of appropriate council consents. Tenderers must also provide warranties relating to their workmanship and any other relevant product warranties upon job completion.?? Tenderers must be aware of, and comply with the conditions of the latest Ministry weather-tightness requirements. Copy is available from the Project Manager upon request. Information to be provided: ....CONTINUED IN ATTACHED ""OVERVIEW"" WORD DOCUMENT",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,623736,Request for Proposals,Open Competition,Structural Engineering Services RFP Rangiora High School - Old GETS ref# 42891,,20140723,20140818,20141013,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"Rangiora High School Redevelopment The Ministry of Education [MoE] has undertaken Master planning works at Rangiora High School campus with the intent of providing additional teaching spaces as a result of roll growth and existing building stock exceeding its life serviceability. The approved Master plan was completed by Jasmax Architects resulting is a basic building concept following detailed school consultation and site visits to existing facilities in Auckland.?? Scope expectation is detailed fully in the attached documentation, but the redevelopment will result in 3185m?? GFA open plan modern learning environments and ancillary spaces. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,654817,Request for Proposals,Open Competition,Quantity Surveyor Cost Consultancy RFP - Rangiora High School - Old GETS ref# 42907,,20140724,20140819,20141013,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"Rangiora High School Redevelopment The Ministry of Education [MoE] has undertaken Master planning works at Rangiora High School campus with the intent of providing additional teaching spaces as a result of roll growth and existing building stock exceeding its life serviceability. The approved Master plan was completed by Jasmax Architects resulting is a basic building concept following detailed school consultation and site visits to existing facilities in Auckland.?? Scope expectation is detailed fully in the attached documentation, the redevelopment will result in 3185m?? GFA open plan modern learning environments and ancillary spaces. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,654831,Request for Tenders,Open Competition,Main Contractors ??? Special Needs Modifications; Matapu School (South Taranaki) - Old GETS ref# 42908,8144.02,20140724,20140819,20150305,,Sole Agency,No,Chapman Oulsnam Speirs Limited - P.O. Box 585 - New Plymouth,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER On behalf of the Matapu School (South Taranaki) Board of Trustees tenders are sought from Main Contractor construction companies to undertake the project in its entirety.?? The scope of works includes: 1) Reconfigure existing student toilets to create a new accessible toilet / shower / change facility 2) Fencing and gate replacements 3) Gate hardware upgrades Commencement of physical works is expected September 2014. Practical Completion is expected to be achieved within six weeks from commencement of the physical works. The form of contract between Principal (Board of Trustees) and Main Contractor is ???MOE Construction Contract relating to the Project??? (MOE Contract 2). Respondents shall confirm they have read and understood the contract terms and conditions. Attached are all the RFT documents in electronic format including the form of contract, tender evaluation criteria, project specification and drawings. Suppliers??? tenders or proposals are accepted electronically at??office@cosl.co.nz This project is run by the Ministry of Education via a Project Manager but is subject to the rules set out in The Ministry of Education Property Guidelines. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link:??http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Not Awarded,Heartland Construction Limited's tender offered best overall value.,20201117 Ministry of Education - School Infrastructure,664434,Request for Proposals,Open Competition,"Main Contractors ONLY - Ngata Memorial College, Ruatoria - Proposed strengthening and reroofing plus Site Accessibility construction works",13106 / 1410,20140820,20140917,20150612,,On behalf of procurement agent,No,,"Ngata College in Ruatoria and is located approximately 120km north of Gisborne?? The project is to be tendered in 2 parts due to the Ministry ofEducation funding the project from 2 separate funding sources. The first project involves the strengthening and reroofing of the Hall, and Blocks B & H. The second project involves improving site and building accessibility and associated services to suit a teacher at the school primarily relating to Block H & D.",Awarded,,20201117 Ministry of Education - School Infrastructure,664480,Request for Proposals,Open Competition,BUILDING SERVICES ENGINEERING RFP - Rangiora High School,,20140725,20140819,20141013,,Sole Agency,No,,"Rangiora High School Redevelopment The Ministry of Education [MoE] has undertaken Master planning works at Rangiora High School campus with the intent of providing additional teaching spaces as a result of roll growth and existing building stock exceeding its life serviceability. The approved Master plan was completed by Jasmax Architects resulting is a basic building concept following detailed school consultation and site visits to existing facilities in Auckland.?? Scope expectation is detailed fully in the attached documentation, but the redevelopment will result in 3185m?? GFA open plan modern learning environments and ancillary spaces. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,1164418,Request for Proposals,Open Competition,Civil Engineering Services - Rangiora High School,,20140728,20140820,20140902,,Sole Agency,No,,"Rangiora High School Redevelopment The Ministry of Education [MoE] has undertaken Master planning works at Rangiora High School campus with the intent of providing additional teaching spaces as a result of roll growth and existing building stock exceeding its life serviceability. The approved Master plan was completed by Jasmax Architects resulting is a basic building concept following detailed school consultation and site visits to existing facilities in Auckland.?? Scope expectation is detailed fully in the attached documentation, but the redevelopment will result in 3185m?? GFA open plan modern learning environments and ancillary spaces. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,"The Ministry of Education have implemented an evaluation plan and undertaken detailed evaluations of the three proposals received for Civil Engineering services at Rangiora High School. The weightings were 55% non-priced and 45% priced. Opus were the successful consultant.",20201117 Ministry of Education - School Infrastructure,1918728,Request for Tenders,Open Competition,Te Aho o Te Kura Pounamu - Contractor services for 5YA Projects,,20140729,20140825,20170606,,Sole Agency,No,,"Construction services required for the replacement of the ceiling, lighting, windows and minor internal repairs.",Not Awarded,The tender process was cancelled prior to awarding a contract.,20201117 Ministry of Education - School Infrastructure,2306095,Request for Proposals,Open Competition,Tauranga Sensory Resource Centre,J000159,20140805,20140826,20141103,,On behalf of procurement agent,No,,"The Ministry is seeking archicture and design services for the construction of a Sensory Resource Centre at a generally flat site on the corner of Bethlehem and Carmichael Road, Bethlehem Tauranga. The intersection of Bethlehem and Carmichael Roads are controlled by a round a bout. The overall site is 5236m2 in area and comprises of 2 lots with lot 1 and lot 2 being 1299m2 and 3937m2 in area respectively. On lot 1 there is an existing single storey timber framed dwelling on a concrete slab of some 149m2, this dwelling and the portion of lot 2 will be reserved for use by Te Wharekura o Mauao.",Awarded,,20201117 Ministry of Education - School Infrastructure,2709131,Request for Tenders,Open Competition,Kaikoura Primary School - Demolition of Block A.,3391-21,20140815,20140909,20150723,,On behalf of procurement agent,No,P O Box 444 Nelson 7040,"The Board of Trustees of Kaikoura Primary School are requesting suitable firms to tender for the demolition of Block A at the School as part of a renewal programme for the school. This project is fully detailed in the scope of works and request for tender within the attached RFT Documentation. Contractors who are capable of carrying out this work and firms who have been Police vetted are invited to register their interest for this project with Glenys Schofield of School Support Ltd. The school reserves the right to select all or some of the respondents who reply to supply tenders for the project. The project is run by the school via a project manager in accordance with the rules set out in the Ministry of Education Property Toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,3209516,Request for Tenders,Open Competition,Kaiti School - Proposed 2 New Classrooms and Miscellaneous Other Building Repairs,1425 - Kaiti School,20140812,20140909,20141127,,On behalf of procurement agent,No,"Architects 44, 44 Childers Road, Gisborne","Kaiti School is located in Gisborne on the East Coast of the North Island. The project involves the construction of 2 standalone Modern Learning Environment Classrooms on part of the school site. Construction is with a concrete slab to the classroom, timber decks, a mix of concrete block and timber framed to the walls and metal roof on timber framing. The client also wishes to undertake some general maintenance to other school buildings as part of the project. This work is to be priced separately.",Awarded,,20201117 Ministry of Education - School Infrastructure,3416909,Request for Proposals,Open Competition,"Onslow College, Wellington - Block I Classroom Improvements and Modernisation",4047,20140820,20140909,20150202,,Sole Agency,No,,We are seeking registrations of interest from experienced main building contractors to carry out alterations and modernisation to a classroom block comprising eight teaching spaces. We expect a fast track programme from early November 2014 to late January 2015. Handover prior to the 2015 school year is mandatory.,Awarded,"These four suppliers were successful in the ROI process and will be provided a tender opportunity in the RFP stage. Awarded to Alaska Construction - $939,040.00.",20201117 Ministry of Education - School Infrastructure,3432235,Request for Proposals,Open Competition,Re-Roofing Project for Birkenhead College,Aug 2014 - 1,20140912,20141010,20141104,,Sole Agency,No,,"To provide architectural services for the design, and overview of the re-roofing of a number of S68 blocks on the College campus",Awarded,,20201117 Ministry of Education - School Infrastructure,3550123,Request for Tenders,Open Competition,"Main Contractors - School Upgrades, Block A, B and C; Midhirst School (South Taranaki)",7962.05,20140821,20140917,20150305,,On behalf of procurement agent,No,"c/- Chapman Oulsnam Speirs Ltd, PO Box 585,42 Egmont Street, New Plymouth, Taranaki, New Zealand","On behalf of the Midhirst School (South Taranaki) Board of Trustees Tenders are sought from Main Contractor level construction companies to undertake the project in its entirety. The scope of works includes: 1) Block C Roof re pitch and replacement, partial cladding and window replacement. 2) Block B Toilet Upgrades 3) Block A Library window replacement and partial cladding replacement 4) Blocks A,B,C,D Electrical infrastructure upgrades Commencement of physical works is expected October/November 2014. The form of contract between Principal (Board of Trustees) and Main Contractor is ???MOE Construction Contract relating to the Project??? (MOE Contract 2). Respondents shall confirm they have read and understood the contract terms and conditions. Attached are all the RFT documents in electronic format including the form of contract, tender evaluation criteria, project specification and drawings. Suppliers??? tenders or proposals are accepted electronically at office@cosl.co.nz This project is run by the School via a Project Manager but is subject to the rules set out in The Ministry of Education Property Guidelines. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox/StateSchools/Design/WeatherTightnessFailure.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,3550240,Request for Tenders,Open Competition,Yendarra School Classroom Relocation Project,196,20140819,20140911,20150209,,Sole Agency,No,"PO Box 8255, Cherrywood, Tauranga 3145","We Request for Tenders (Proposals) from Suppliers for Main Contractors at Yendarra School Works include; demolishing two existing relocatable buildings, relocate off-site two existing relocatable buildings to Balmoral School (foundations supplied by others), relocate four existing buildings on-site / connect to existing services / internal works / supply & install associated decking.",Awarded,"1. Lowest priced tender. 2. Good description of works. 3. Tenderer completed a site visit. 4. Tender was in on time. 5. Have included allowance for Rerouting existing drainage works if requried (have included $6,500) 6. Have included allowance for Paving works if requried (have included $1,000) 7. Have included allowance for Re-connecting PA system if requried (have included $4,978)",20201117 Ministry of Education - School Infrastructure,3550565,Request for Proposals,Open Competition,Waterloo School Weather-tightness Remediation,,20140820,20140910,20150129,,Sole Agency,No,,Construction services required for weather-tightness remediation to Waterloo School,Awarded,,20201117 Ministry of Education - School Infrastructure,3699292,Request for Proposals,Open Competition,Ellerslie Primary School ??? Modern Learning Environment Development and New Library,,20140828,20140919,20150320,,All of Government,No,,"We are seeking Registrations of Interest from experienced main building contractors with sufficient resources to carry out alterations to modernise three existing teaching blocks at Ellerslie Primary School, Auckland. the project has a tight construction programme. Two teaching blocks (a new entrant teaching space of 193 square meters, and a junior teaching space of 187 square meters) will be converted to modern learning environments. The third existing teaching block (240 square meters) will be converted to a new library. Finishing the new entrant teaching space before the start of the 2015 school year is critically important to the school operation, and as such, will be a condition of contract. Finishing the new junior in mid-March 2015 is also of high importance and will also be a condition of contract. The new library must be completed by mid-June 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,3699673,Request for Proposals,Open Competition,Owairoa Block 1 upgrade,1413/2014/2,20140829,20140917,20150201,,On behalf of procurement agent,No,,"The work involves upgrading 4 classrooms, the demolition of a small resource room down to the foundations, upgrading the toilets & converting the old resource room area & part of the toilet area into a shared space.",Awarded,Glen Warner Builders Ltd is recommended by the BoT as the contractor - awaiting MoE approval to accept,20201117 Ministry of Education - School Infrastructure,3764335,Request for Proposals,Open Competition,"Waikanae Primary School, Kapiti - Blocks B and C Replace Flat Roofs",4032,20140826,20140919,20150202,,Sole Agency,No,,The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced roofing contractors (the Supplier) to carry out replacement of metal roofs. The work will ideally be undertaken over the 2014/15 Christmas holiday period.,Awarded,"The above contractors were sent tender docs. Only two came thru GETS so four others were entered manually. Awarded to Seniors Roofing Limited - $89,000.00",20201117 Ministry of Education - School Infrastructure,3764920,Request for Proposals,Open Competition,Raroa Normal Intermediate School- Classroom & Toilets,,20140827,20140912,20141007,,Sole Agency,No,,"Registrations of Interest from suitably qualified and experienced Main Contractors for construction of a new Classroom and TwoToilet Block at Raroa Normal Intermediate School. Expected start November 2014. Approx contract value $240,000 Please refer to addenda for ROI document and ROI response document",Awarded,These four suppliers have been selected to proceed to the next stage,20201117 Ministry of Education - School Infrastructure,3793027,Request for Proposals,Open Competition,"Avalon Intermediate School, Lower Hutt - Upgrade Electrical Distribution Boards/Blocks B and C Refurbish MT Classrooms",4023,20140829,20140926,20150220,,Sole Agency,No,,The Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced main building contractors to carry out alterations and modernisation to the manual training classroom blocks comprising five teaching spaces. It is expected that the project will be completed on a fast track schedule from mid November 2014 to mid February 2015. Handover by or before mid February 2015.,Awarded,"Only three responses thru GETS. Two have been added manually. Awarded to Freear Philip Ltd - $441,441.00.",20201117 Ministry of Education - School Infrastructure,3793075,Request for Proposals,Open Competition,"Clyde Quay School, Wellington - Block A Refurbish Classrooms/Student Toilets",4115,20140829,20140926,20150202,,Sole Agency,No,,The Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced main building contractors to carry out alterations and modernisation to a classroom block comprising three teaching spaces. It is expected that the project will be completed over a two staged approach with work beginning December 2014 and completion at April 2015.,Awarded,"All five suppliers thru GETS will received RFP along with the one manual entry. Awarded to Tracer Construction Ltd - $111,703.00.",20201117 Ministry of Education - School Infrastructure,3926219,Request for Proposals,Open Competition,*MAIN CONTRACTORS ONLY* 'H BLOCK' RENOVATION,14-14,20140903,20140930,20150216,,On behalf of procurement agent,No,,"BUILDING WORK COMPRISES THE ALTERATIONS TO EXISTING 'H- BLOCK' AT WAIMEA COLLEGE, NELSON. WORK TO FIRST FLOOR CLASSES AND STAIRWELLS INCLUDE DEMO OF INTERIOR WALLS, NEW INTERIOR PARTITIONS, NEW WALL AND FLOOR LININGS, NEW LIGHTING, ELECTRICAL AND MECHANICAL. WORK TO GROUND FLOOR INCLUDES NEW WALL COVERINGS TO MAIN CIRCULATION SPACE.",Awarded,"Lowest price, ability to start in school prescribed time frame, tags cleared. Tender revised to spec up mechanical. Contract price- $316,282.51 excl GST.",20201117 Ministry of Education - School Infrastructure,4027869,Request for Proposals,Open Competition,*MAIN CONTRACTORS ONLY* RENWICK SCHOOL SPECIAL NEEDS UPGRADE- STAGE TWO,13-19,20140905,20141002,20150216,,On behalf of procurement agent,No,,"SCHOOL WIDE SPECIAL NEEDS UPGRADE TO RENWICK SCHOOL, RENWICK. THESE WORKS INCLUDE, BUT IS NOT LIMITED BY, THE FOLLOWING: ANGLED THRESHOLDS TO CLASSROOM ENTRIES, NEW ACCESIBLE RAMPS, REPLACING EXISTING DOORS WITH ACCESSIBLE DOORS TO EXISTING OPENINGS, SITEWORKS- ESPECIALLY THAT OF PAVING, DRAINAGE, NEW ACCESIBLE ENTRY MATTS FITTED, FORMING AN DISABLED PARKING SPACE IN THE SCHOOOLS EXISTING CARPARKING, INSTALLING HANDRAILS, AND FORMING A NEW DECK OUTSIDE OF CLASSES 22-25. THE CONSENTED WORK IS A NEW ACCESSIBLE DECK, VERANDAH, AND SITEWORKS CREATING AN ACCESSIBLE ENTRY TO CLASSES 13 AND 14.",Awarded,"Lowest price, full compliance with tender specifications, education experience, full capacity, tags checked out to aline with other tenderers. Price adjusted (result of checking tags)- Additional $3500.00 for paving that had been left out of contract price- still under that of other tenderers. Contract Price $133,139.00 excl GST",20201117 Ministry of Education - School Infrastructure,4032255,Request for Quotations,Open Competition,Te Karaka Primary School - Demolition,TeKaraka,20140909,20140926,20141023,,Sole Agency,No,"PO Box 1545, Wellington","Request for Quotation for demolition of all buildings, structures, hard standing, services and internal fencing at the closed Te Karaka Primary School. Applicants are encouraged to visit the site prior to submitting their quotation. This property falls under Ministry of Education (MoE); Darroch Limited are the Principal for this RFQ. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,4032359,Request for Proposals,Open Competition,*MAIN CONTRACTORS ONLY* WAIMEA INTERMEDIATE SCHOOL CLASS 19 & 20 ALTERATIONS,14-26,20140910,20141007,20150216,,On behalf of procurement agent,No,,"THIS CONTRACT COMPRISES THE ALTERATIONS AND ADDITIONS TO EXISTING CLASSROOMS 19 & 20 AT WAIMEA INTERMEDIATE SCHOOL AS OUTLINED ON DRAWINGS. THE WORK RELATES TO INTERIOR REFIT, MODIFICATION TO EXISTING DOORS, WINDOWS AND SKYLIGHT OPENINGS, AND SITEWORKS.",Awarded,"Tender Price- $199511.46 excl GST, revised to Contract Price $215511.46 excl GST see attached for explanation.",20201117 Ministry of Education - School Infrastructure,4082717,Request for Tenders,Open Competition,"Redwood School, West Park School Remediation Projects",,20140904,20140929,20141107,,Sole Agency,No,,,Awarded,Awarded Contract,20201117 Ministry of Education - School Infrastructure,4155362,Request for Proposals,Open Competition,*MAIN CONTRACTORS ONLY* 'K BLOCK' RE-ROOF - MOTUEKA HIGH SCHOOL,14-Nov,20140917,20141014,20150130,,Sole Agency,No,,"RE-ROOF OF EXISTING CLASSROOM BLOCK, ???K BLOCK???, AT MOTUEKA HIGH SCHOOL. WORK INCLUDES BUT IS NOT RESTRICTED TO; REMOVING EXISTING BUTYNOL ROOF & REPLACE WITH NEW COLORSTEEL ROOF & TRUSSES.",Awarded,"Tags cleared, lowest price, capacity to start ASAP and completed by Term 1",20201117 Ministry of Education - School Infrastructure,4168389,Request for Proposals,Open Competition,Quantity Surveying Services for Remediation Projects at Wellington and Wellington East Girls' Colleges.,,20140909,20141006,20141128,,Sole Agency,No,,,Awarded,"For proposal de-brief, please contact Tim Harrod on 021 2777797.",20201117 Ministry of Education - School Infrastructure,4187397,Request for Proposals,Open Competition,Warkworth School : Building Relocation & Demolition Works,,20140910,20140929,20141023,,On behalf of procurement agent,No,,"Warkworth School, Hill Street, Warkworth, The project comprises advance works to facilitate a larger separate development at the junior school site. The project will include the dismantling of two boilers (one at the junior school, one at the senior school); the re-installation of the junior school boiler at the Senior School boiler room; the relocation of the main server, security panel, distribution board; the relocation of a small staff toilet block; the demolition of three buildings at the school; the relocation of a playground; moving the admin building furniture and equipment and resources to the school hall; minor works to the school hall to temporarily house the admin functions. The work will be carried out over the Christmas holidays and must be completed before the start of the 1st term 2015",Awarded,,20201117 Ministry of Education - School Infrastructure,4226347,Request for Tenders,Open Competition,Ohuka School 2014 Capital Maintenace and MLE project,NAPSSL1,20140909,20140929,20141124,,On behalf of procurement agent,No,,"1.1 The Ministry of Education (the Ministry) is inviting suitably qualified Main Building Contractors to submit a tender for the proposed 2014 Capital Maintenance and MLE upgrade at Ohuka School ??? 12 Okare Road ??? Ohuka ??? Northern Hawkes Bay. The project comprises of the upgrade of one classroom and multipurpose space and library. Work includes new ceilings, ceiling insulation, lighting, acoustic treatment to the walls and new floor coverings. The installation of new joinery units and some internal painting.",Awarded,,20201117 Ministry of Education - School Infrastructure,4226416,Request for Tenders,Open Competition,Tiniroto School 2014 Capital Maintenace and MLE project,NapSSL2,20140909,20140929,20141124,,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting suitably qualified Main Building Contractors to submit a tender for the proposed 2014 Capital Maintenance and MLE upgrade at Tiniroto School School ??? School Road ??? Tiniroto ??? Northern Hawkes Bay. The project comprises of the upgrade of one classroom and school repaint. Work includes new ceilings, ceiling insulation, lighting, acoustic treatment to the walls and new floor coverings. The installation of new joinery units, some internal painting total external paint ( which Is BOT Funded)",Awarded,,20201117 Ministry of Education - School Infrastructure,4249172,Request for Proposals,Closed Competition,"Recladding and Remedial Works to the Multi-Media and Library Block P at Lynmore Primary School, Rotorua",2495A,20140910,20141006,20141124,,On behalf of procurement agent,No,,"You are invited to tender for this re-cladding project. Please find enclosed on disc relevant tender documents including editable Tender Form, Scope of Works Pricing Summary and Schedule of Rates. The works generally involve removal of the existing wall cladding and installation of a new cavity based cladding system. It will also be necessary to renew some sections of damaged framing and other elements that have become damaged due to water entry. Refer to the contract documents for a full description of the works. Elements that are readily quantifiable are to be quoted on a fixed price basis. The remainder of the works will be chargeable on a cost reimbursement basis. The Scope of Works document details the appropriate pricing requirements and includes estimates of cost reimbursement items. Please itemise your fixed price figures according to the item numbers listed in the Scope of Works Pricing Summary. Tenders are to be submitted to GETS no later than 5pm on 6 October 2014. ???TENDER ??? Ref. 2495A??? Please include the following supplementary information with your tender: ??? Confirmation of resources and availability to conduct the contract works as specified ??? The intended Site Manager for the works and their qualifications and experience ??? The names of subcontractors to be engaged on the contract SCHEDULE OF CONDITIONS OF TENDERING Recladding and Remedial Works to the Multi-Media and Library Block P at Lynmore Primary School The conditions of tendering are those set out in NZS 3910:2003. Clause numbers refer to conditions of tendering clauses. 102.2 (a) A tender documents deposit is not required. 105.3 Delete 105.3 and add the following: Tenders shall be submitted on the Tender Form and the Tender Form and Scope of Works pricing form contained in the tender documents. Supplementary information required to be submitted with the tender is: (a) Nominated Subcontractors and Suppliers to carry out nominated work or supply (b) Nominated key personel including authorised representative of the Contractor and Site Manager (c) Programme detailing critical path",Awarded,,20201117 Ministry of Education - School Infrastructure,4249388,Request for Proposals,Open Competition,"Enner Glynn School, Nelson, Rooms 6-8 Redevelopment",14-Jun,20140910,20141008,20150129,,On behalf of procurement agent,No,,"Main Contractors Only Tenders from Main Contractors are invited for the upgrading of 1950???s classroom block housing class 6,7 & 8 at Enner Glynn School, Nelson. Work to be carried out from beginning of November 2014 to end of January 2014.Alterations involve the removal of internal walls and toilet facilities to reconfigure spaces for modern learning environment upgrade, Bracing, insulation and linings to internal walls and ceilings finishes to be upgraded .Existing services to be adapted to new layout. Work to exterior involves replacement of existing windows and doors with new Aluminium joinery and replacement of soffits, with site works to front and back of the block.",Awarded,"IMB tender value $317,213.96, Tender Evaluation score 95/100, Revised tender after negotiation with contractor to bring works back into budget $199938.24",20201117 Ministry of Education - School Infrastructure,4280624,Request for Proposals,Open Competition,The Gardens: Design Services,,20140909,20140909,20150315,,Sole Agency,No,,The Gardens School: The Ministry is inviting proposals from a shortlist of consultants for design services for the demolition and rebuild of the main block at the school,Awarded,,20201117 Ministry of Education - School Infrastructure,4280651,Request for Proposals,Open Competition,Orakei School Registered Architects,OS/RA Sep 14,20140911,20141016,20141204,,All of Government,No,,"1.1 The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of Registered Architect Services of Design , Documentation and Observation for the following generally in conformity with the Development Plan attached prepared by Ignite Architects: 1.2 TEMPORARY RELOCATABLES ??? up to 4 NO to be installed on site for the duration of construction of various stages ??? works will require foundations, bracing, baseboards, access stairs and ramps, walkway with covered roof, connecting paths and pads, services supplies. 1.3 REFURBISHMENT OF THE MAIN BLOCK ??? currently configured as 10 classrooms with associated minor spaces for resource, approval has been granted by Ministry to reconfigure to 7 classrooms with associated resource in a style that will allow a change in pedagogy and to meet modern learning and DQLS guides 1.4 ROLL GROWTH CLASSROOMS ??? 6 No to be provided in a two storey building with 3 classrooms per level all with associated resource and common learning areas 1.5 OTHER AREAS currently undefined but which may form part of the project as it is developed.",Awarded,"all registrants were of extremely high calibre, Ignite had the slightly higher matrix based score for their work on new schools and kura",20201117 Ministry of Education - School Infrastructure,4280658,Request for Proposals,Open Competition,The Gardens School: Quantity Surveying Services,,20140923,20140923,20150315,,Sole Agency,No,,The Gardesn School: The Ministry is seeking the services of a suitably qualified and experienced Quantity Surveyor to assist with the implementation of the demolition and rebuild of the main block at the school,Awarded,,20201117 Ministry of Education - School Infrastructure,4296923,Request for Tenders,Open Competition,Westland High School Block A Reroof - Membrane Roof,5-J0459,20140911,20141007,20150130,,On behalf of procurement agent,No,"Tender Box, Opus International Consultants, PO Box 365, Greymouth",,Not Awarded,no tender responses received,20201117 Ministry of Education - School Infrastructure,4346619,Request for Proposals,Open Competition,"Pinehaven School, Upper Hutt - Classroom Block Modernisation",4095,20140912,20141002,20150202,,Sole Agency,No,,The Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced main building contractors to carry out alterations and modernisation to a classroom block comprising three teaching spaces. It is expected that the project will commence in early December 2014 with completion expected by mid March 2015.,Awarded,"These five suppliers were successful in the ROI process and will be provided a tender opportunity in the RFP stage. Awarded to Carrara Holdings Ltd - $207,357.60.",20201117 Ministry of Education - School Infrastructure,4516970,Request for Proposals,Open Competition,Peachgrove Intermediate - ROI,,20140919,20141010,20150202,,All of Government,No,PO Box 12183 Hamilton,"Registrations of Interest are sought from suitably qualified Main Building Contractors only for the remodelling of Block A, B, C Manaakitanga, Room 22 and Biotech at Peachgrove In termediate Hamilton ??? Boiler, plumbing work, carpentry, flooring, electrical, Registrations must provide the information listed in the attachment. Registrations of interest must respond to the information required as above rather than sending company brochures. Incomplete registrations will not be considered. The Board of Trustees reserves the right to shortlist and accepts or rejects any contractors after a review of the registration of interest, past performances and reference checks. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx",Awarded,Pricing was excellent - but the reason for appointing this company was the reference checks completed. Ex customers could no speak higher about this comapny,20201117 Ministry of Education - School Infrastructure,4517046,Request for Proposals,Open Competition,TKKM o Tupoho - ROI,,20140919,20141010,20150602,,All of Government,No,PO Box 12183 Hamilton,"Registrations of interest are sought from main contractors for a project which involves some redevelopment and modernisation of existing areas including toilets and classrooms to provide MLE spaces. heating units, flooring, building, plumbing, electrical. Registrations must provide the information listed in the attachment. Registrations of interest must respond to the information required as above rather than sending company brochures. Incomplete registrations will not be considered. The Board of Trustees reserves the right to shortlist and accepts or rejects any contractors after a review of the registration of interest, past performances and reference checks. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx",Awarded,Price was the winning factor,20201117 Ministry of Education - School Infrastructure,4517181,Request for Proposals,Open Competition,Ngapuke - ROI,,20140919,20141010,20150602,,Sole Agency,No,PO Box 12183 Hamilton,"Registrations of interest are sought from main contractors for a project which involves some redevelopment and modernisation of existing Multi purpose room to provide MLE spaces. heating units, flooring, building, plumbing, electrical, outdoor learning space Registrations must provide the information listed in the attachment. Registrations of interest must respond to the information required as above rather than sending company brochures. Incomplete registrations will not be considered. The Board of Trustees reserves the right to shortlist and accepts or rejects any contractors after a review of the registration of interest, past performances and reference checks. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx",Awarded,Price and local builder won the occasion here,20201117 Ministry of Education - School Infrastructure,4517614,Request for Proposals,Open Competition,Grovetown School Blk B Demolition (ROI),14/1069,20140922,20141013,20151118,,Sole Agency,No,,"Registrations of Interest are requested from Main Contractors only for the demolition of Block B and the reinstatement of the surrounding buildings at Grovetown School, Grovetown Marlborough. Contractors will be required to have prior experience with the demolition of buildings containing asbestos. It is envisaged that the tender documents will be sent out shortly after this Registration of Interest period ends, with a view of beginning the project mid December with project completion being 30th January 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,4517627,Request for Proposals,Open Competition,Broadgreen Intermediate Blk B Classrooms Upgrade (ROI),14/1059,20140922,20141013,20151118,,Sole Agency,No,,"Registrations of Interest are requested from Main Contractors only for the upgrading of the 5 Classroom Block B at Broadgreen Intermediate, Stoke, Nelson. It is envisaged that the tender documents will be sent out shortly after this Registration of Interest period ends, with a view of beginning the project early December with project completion early 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,4517633,Request for Proposals,Open Competition,Auckland Point School Special Needs Modifications (ROI),14/1057,20140922,20141013,20151118,,Sole Agency,No,,"Registrations of Interest are requested from Main Contractors only for the supply and installation of a perimeter fence, and various Special Needs modifications at Auckland Point school, Nelson. It is envisaged that the tender documents will be sent out shortly after this Registration of Interest period ends, with a view of beginning the project early November with project completion being late December 2014.",Awarded,,20201117 Ministry of Education - School Infrastructure,4517846,Request for Proposals,Open Competition,Stoke School Special Needs modifications Stage 2 (ROI),14/1072,20140922,20141013,20151118,,Sole Agency,No,,"Registrations of Interest are requested from Main Contractors only for the supply and installation of a perimeter fence, and various Special Needs modifications at Stoke school, Stoke, Nelson. It is envisaged that the tender documents will be sent out shortly after this Registration of Interest period ends, with a view of beginning the project early November with project completion being late December 2014.",Awarded,,20201117 Ministry of Education - School Infrastructure,4555356,Request for Proposals,Open Competition,"Lyall Bay School, Wellington - Two Separate Projects: 1. New Roll Growth Classroom, 2. Converting Existing Senior Resource Area to a Library Space",PCL LBS,20140925,20141016,20150414,,Sole Agency,No,,"The Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced main building contractors to carry out the following project. Project 1 New Roll Growth Classroom as an extension to Classroom 17 with a construction value of approx. $180,000.00. Construction to commence November 2014 Project 2 Converting the existing Senior Resource area to a Library Space with a construction value of approx. $185,000.00. Construction to commence early 2015 The projects will be managed by Possenniskie Consultants Ltd.",Awarded,,20201117 Ministry of Education - School Infrastructure,4558808,Request for Proposals,Open Competition,Waitaki Boys High School - Science / Arts Redevelopment,4772,20140922,20141009,20150929,,On behalf of procurement agent,No,,"Oakley Gray Architects Ltd on behalf of the Waitaki Boys High School Board of Trustees seeks Registrations of Interest from experienced Main Building Contractors only who can carry out and manage this project. The work generally consists of the following: - alteration and fitout of existing first floor classrooms to provide new Science Laboratories and associated classrooms - structural strengthening of a 2 storey Oamaru stone walled existing classrom block - addition and alteration to existing timber framed classroom to provide base for the Art Department of the school Registrations of Interest will be evaluated as detailed in the attaced document and a selected number will be invited to tender.",Not Awarded,Contract has not been awarded. A new ROI request will be advertised on GETS shortly.,20201117 Ministry of Education - School Infrastructure,4559618,Request for Proposals,Open Competition,Mapua School 3 classroom MLE upgrade - Main contractors only (ROI),5-G2226.00,20140925,20141016,20170524,,Sole Agency,No,,"Registrations of Interest are requested from main contractors only, for the MLE upgrade of 3 classrooms. Tenders are expected to be invited second half of October. Works are scheduled for the summer holidays, to be completed no later than 30 January 2015.",Not Awarded,At the time of tendering the options were available for GETS submission as well as hard copies. Some of the tenderers opted for the latter option. Successful tenderer was Fitzgerald Construction. The project was completed in February 2015. Updated GETS records 20170524,20201117 Ministry of Education - School Infrastructure,4569601,Request for Tenders,Open Competition,Hastings Intermediate 2014 Capital Maintenance and MLE Project,NAPSSL03,20140919,20141014,20141124,,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting suitably qualified Main Building Contractors to submit a tender for the proposed 2014 Capital Maintenance and MLE upgrade at Hastings Intermediate School, Hastings Street South, Hastings. The project comprises of the upgrade of five classroom, two toilet blocks and a new timber deck and covered outdoor area. Work includes new internal linings, ceilings, ceiling insulation, lighting, acoustic treatment to the walls and new floor coverings. The installation of new joinery units and associated finishing work",Awarded,,20201117 Ministry of Education - School Infrastructure,4631733,Request for Proposals,Open Competition,Marlborough Boys' College - Technical Block remediation,,20141003,20141021,20150105,,On behalf of procurement agent,No,,"Registrations of Interest (ROI) are sought for the shortlisting of Main Building Contractors to carry out remediation at Marlborough Boys' College Technical Block. This work includes: - part removal of metal roofing and replacement of internal butyl membrane gutter - internal painting of part ceilings - minor refurbishment to floor coverings, and mezzanine handrails From this registration, it may be a necessity to limit the number of contractors tendering to four by an assessment process. It is anticipated Tender documents ready mid-end of October, Construction is anticipated to commence mid November with completion date of end of January 2015. Digital copies of drawings and specifications are being progressed and will be made available to short listed Tenderers at that time. The lowest Tender or any Tender will not necessarily be accepted.",Awarded,"Due to limited responses under the ROI for GETS, we directly approached another firm to enquire if they would be interested in tendering for this project. At the time of close of Tenders, Scott Construction was the lowest tender received and our Client asked us to award the contract to Scott Construction Ltd - Marlborough.",20201117 Ministry of Education - School Infrastructure,4675366,Request for Tenders,Open Competition,Wairarapa College Cleaning Services,,20140922,20141013,20170814,,Sole Agency,No,,"Wairarapa College is inviting proposals to perform cleaning services for the college. We welcome proposals from you in which we require you to explain in detail specific experiences your organization has with these services, and information regarding your capability to undertake these services.",Not Awarded,no responses,20201117 Ministry of Education - School Infrastructure,4680582,Request for Proposals,Open Competition,Project Management for 5 Year Property Plan at Taradale High School,215,20140922,20141017,20150424,,Sole Agency,No,,"The Taradale High School Board of Trustees is seeking proposals from qualified and experienced education sector Property Project Managers to develop the 10 Year Property Plan and manage their 5 Year capital projects that have been identified from our 10 Year Property Plan. The Board proposes to enter into a Five Year Agreement (1 July 2015 ??? 30 June 2020) with the successful applicant. Applicants should be listed on the MOE list of approved providers ??? the preparation of the 10YPP will start upon appointment prior to 2015. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property Toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx Specific 10 Year Property Plan outcomes are as follows: Outcomes The outcomes expected for a 10YPP Consultant are: ?? A Ten-Year Property plan is developed that identifies and sets the priorities for capital works at a school ?? Submission of a 10YPP to the Ministry by 30 June of the year that the 5YA is being approved ?? Information about the assets and the school is appropriately updated and recorded in Ministry systems Term The 10YPP Consultant is responsible for developing and updating the 10YPP and Condition Assessment for five years from the submission of the 10YPP (i.e. until the next 10YPP is developed). This includes updating Condition Assessment information for all capital projects including those managed by the Ministry or other project managers and prompting the Board to review the 10YPP as required. Parties to this Specification The parties to the Ministry???s Standard Professional Services Specification ??? 10YPP Planning are: ?? The school Board of Trustees (Board) ?? The school appointed 10YPP Consultant. This must be someone who has completed the Ministry???s Introductory and Advanced Condition Assessment and 10YPP training courses. Contract 10YPP Consultants will be engaged on the General Conditions included in the document entitled ???Conditions of Contract for Consultancy Services (CCCS) ??? August 2009???, and the Ministry???s Special Conditions to CCCS. http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,4763456,Request for Tenders,Closed Competition,Tuakau College - Blocks B&C Remodeling & refurbishment tender,,20140924,20141020,20141216,,Sole Agency,No,"PO Box 38 063, Howick Auckland",,Awarded,Gartshore tender was withdrawn. The subsequent highest ranked tender received from the Evaluation process was the one from Aztec Builders Auckland Ltd.,20201117 Ministry of Education - School Infrastructure,4769779,Request for Proposals,Open Competition,Aorere College Construction Works,,20140925,20141013,20170329,,Sole Agency,No,,"Aorere College invites registrations of interest from main contractors only for building works at the college. The works include fitout of rooms for food technology, rebuild of teh hall foyer and main office, and other minor works. These works are expected to be tendered separately in 2014 and 2015.",Not Awarded,Registration of interest only. Closed tender later awarded to Construction Management Group Ltd,20201117 Ministry of Education - School Infrastructure,4782492,Request for Proposals,Open Competition,"Normandale School, Lower Hutt - Classroom Block Modernisation",4163,20140926,20141014,20150219,,Sole Agency,No,,The Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced main building contractors to carry out alterations and modernisation to a classroom block comprising two teaching spaces. It is expected that the project will be completed over a two staged approach with work beginning December 2014 and completion in February 2015.,Awarded,"These four suppliers were successful in the ROI process and will be provided a tender opportunity in the RFP stage. Awarded to Peryer Construction Wgtn Ltd - $123,387.00.",20201117 Ministry of Education - School Infrastructure,4805276,Request for Proposals,Open Competition,Pukekohe High School registration of interest,PHS2014,20140926,20141014,20170814,,Sole Agency,No,,"Pukekohe High School invite registrations of interest from suitably qualified main contractors for various building works at the school including a new tolet block, new wharenui and refurbishment work.",Not Awarded,"This is an ROI, shortlisted respondents taken through to a second stage ROI",20201117 Ministry of Education - School Infrastructure,4854057,Request for Proposals,Closed Competition,Te Rapa Primary School E & F Block Classroom Refurbishment,5356,20140926,20141016,20170523,,Sole Agency,No,,,Not Awarded,This tender was awarded to Mitchell Construction Ltd.,20201117 Ministry of Education - School Infrastructure,4920109,Request for Proposals,Open Competition,Botany Downs Secondary College -New Asphalt Courts,,20141002,20141103,20151019,,Sole Agency,No,,"Botany Downs Secondary College Board of Trustees (the Board) is planning to build two new asphalt courts next to and identical to their existing courts. The Board would like to invite experienced contractors to provide complete Design and Build services for the project. Works will include excavation, new subgrade and asphalt installation, drainage, all court markings and built in sports equipment, perimeter fencing, and retaining walls. Full scope services must include (but not be limited to) design, consenting, construction, and management of site health and safety. Greenstone Group (Auckland) LP is the school's Project Manager, and will be managing all aspects of the project on behalf of the Board.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,5098768,Request for Quotations,Open Competition,Freyberg Community School- Classroom 7- Upgrade,127,20141003,20141017,20160203,,All of Government,No,P.O.Box 58216,"Refurbishment of Existing room 7 and new server room DEMOLITION - Remove existing part height wall in classroom - Remove floor coverings and wall linings in new server room - Remove all redundant electrical switches, outlets and trunking to make safe - Remove Lundia shelving - Remove server and relocate - Remove redundant materials from site - Remove internal door to relocate BUILDERS WORK - Provide new joinery as detailed - Provide new and fix Composition Acoustic wall coverings to all classroom walls - Conceal all electrical and date cabling in walls and make good - Make good flooring in Server room and new floor to match existing - Refurbish existing cabinets, provide new formica tops and new paint finish cupboard doors, ease doors - Provide perforated Alluminium covers to classroom radiators - Provide new framed walls & ceiling to new server room with 13mm Gib board lining to inside of walls & ceiling, as well as relocate & fix door FLOORING - Provide new carpet tiles to Classroom - Provide new commercial vinyl in wet area as indicated - Allow for all floor preparation and naplock bars - Uplift existing floor coverings and remove from site -Allow for carpet protection until completion of contract works FIRE PROTECTION - Refer to Asset Care Ltd Fire Report ELECTRICAL - Provide new power and data outlets as shown or as required to suit equipment layout and MOE requirements - Provide new ceiling florescent light fittings in classroom to replace existing - Provide matching florescent lights with switch to new server room - Relocate server and provide all data/electrical cables and switches as required - data cabling to be Cat 6 - All electrical work to comply with all relevant codes and regulations - Allow to emergency lighting - Provide ceiling fan, 150 x 600 door grilles and 3 x 150 x 600 wall grilles (high level) in Server Room PAINTING - Protect all work from dust etc, and other damage and provide protection for other work against all drops and other defects - Paint or polyurethane all interior walls, doors, ceilings, lintels, ducts and finishing lines as indicated in classroom and interior of new server room - Clean off paint spots and remove empty tins and gear from building site at completion of job",Not Awarded,No response,20201117 Ministry of Education - School Infrastructure,5098826,Request for Proposals,Open Competition,Design and Construction Services for Relocatable Classrooms,SRS2014-01,20141006,20141030,20170829,,On behalf of procurement agent,No,,"Design and Construction services for the lease of 4 relocatable classrooms at Sandspit Road School, Waiuku for approx. 12 months.",Not Awarded,Notice Period expired,20201117 Ministry of Education - School Infrastructure,5188890,Request for Proposals,Closed Competition,Raroa Normal School - Classroom & Toilets,MQS RCR&T,20140929,20141017,20150202,,Sole Agency,No,,The Ministry of Education has selected 4 No. suitably qualified and experienced Main Contractors (Suppliers) who Registered their Interest to tender for the construction of a new classroom and two toilet block at Raroa Normal Intermediate School. RFx ID 3764920,Awarded,The successful tenderer is Hanna Construction Ltd.,20201117 Ministry of Education - School Infrastructure,5189106,Request for Proposals,Closed Competition,"Hauturu School, New Administration and Multipurpose Space",41246,20141007,20141028,20150507,,Sole Agency,No,,GETS 41246,Not Awarded,Please note this tender has come in over the budget available and will be resubmitted for tender at a later date,20201117 Ministry of Education - School Infrastructure,5196753,Request for Proposals,Open Competition,"Rotorua Girls High School, demolition, reroof and building refurb",140506,20141010,20141104,20150129,,Sole Agency,No,,"The Ministry of Education is seeking tenders for construction services for the demolition of an existing 5 classroom permanent school building, the re pitch and re roof of an existing classroom block, the refurbishment of a computer suite and internal refurbishment of a male staff WC.",Awarded,,20201117 Ministry of Education - School Infrastructure,5200616,Request for Proposals,Open Competition,I BLOCK DEMOLITION & REMOVAL AND ART BLOCK SITEWORKS,14-34,20141014,20141111,20150129,,On behalf of procurement agent,No,,DEMOLITION & REMOVAL OF EXISTING STANDALONE CLASSROOM ???I BLOCK??? AND NEW SITEWORKS AND NEW SUNSHADE ADJACENT TO ???ART BLOCK???- MOTUEKA HIGH SCHOOL.,Awarded,"Requirements met, relevant experience and qualifications , full capacity, lowest price. All tender notes received. Original tender price: $ 82962.70. Tender price revised to include data price by nominated subcontractor NELBAY: $ 104,346.70. Contract included a provisional sum for a sunshade of $20,000.00, this has been deleted from the contract until clearly defined and approved by the school. Final Contract Price: $ 84,346.70 excl GST",20201117 Ministry of Education - School Infrastructure,5200691,Request for Proposals,Open Competition,Manurewa West School - Supply of Four Temporary Relocatable Classrooms,,20141010,20141113,20160229,,On behalf of procurement agent,No,,"Manurewa West School, McKeans Avenue, Manurewa, is experiencing roll growth and will need temporary accommodation for the relocation of some classes during the construction of new classrooms. The Ministry wishes to rent four relocatable classrooms as temporary accommodation for a period of about 12 months. The Supplier will be responsible for design, consenting, manufacture, delivery, establishment on site, connection to existing services at the school, commissioning of the relocatable classrooms and obtaining CPU and CCC form Auckland Council. The new classrooms are required by the start of the 1st term, 2015.",Awarded,This is to confirm that Portacom NZ Ltd was awarded this contract,20201117 Ministry of Education - School Infrastructure,5233048,Request for Tenders,Open Competition,Havelock North Primary School 2014 capital maintenace and MLE projects,SSLNAP14005,20141009,20141030,20150115,,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting suitably qualified building contractors to tender for the 2014 Capital Maintenance and MLE upgrade at Havelock North Primary School, Campbell Street, Havelock North. The project comprises of the relocation of the library, the upgrade of the library to teaching spaces, upgrade of three classrooms, upgrade two toilet blocks. Work includes new internal linings, ceilings, ceiling insulation, lighting, acoustic treatment to the walls and new floor coverings. The installation of new joinery units and associated finishing work. Demolition of a PMC buildings and making good the adjoining wall of block J",Not Awarded,"Insufficient tenders received on the Via the GETS system to meet MOE policy requirements Other tenders have been sort with MOE approval - contract awarded to Simkin Construction Ltd",20201117 Ministry of Education - School Infrastructure,5337412,Request for Proposals,Closed Competition,"Recladding and Remedial Works to the Hall at Riverina School, Auckland",2558B,20141015,20141110,20150309,,On behalf of procurement agent,No,,"Recladding and Remedial Works to the Hall Block at Riverina School The conditions of tendering are those set out in NZS 3910:2003. Clause numbers refer to conditions of tendering clauses. 102.2 (a) A tender documents deposit is not required. 105.3 Delete 105.3 and add the following: Tenders shall be submitted on the Tender Form and the Tender Form and Scope of Works pricing form contained in the tender documents. Supplementary information required to be submitted with the tender is: (a) Nominated Subcontractors and Suppliers to carry out nominated work or supply (b) Nominated key personel including authorised representative of the Contractor and Site Manager (c) Programme detailing critical path",Awarded,,20201117 Ministry of Education - School Infrastructure,5380660,Request for Proposals,Open Competition,"Campbells Bay Primary School, MLE Library Project - Main Contractor",1242,20141016,20141104,20150119,,Sole Agency,No,,"Project for the Alterations and Upgrading of existing Library area to provide MLE spaces at Campbells Bay Primary School in Campbells Bay, North Shore, Auckland. Registrations of interest are sought from main contractors for a project which involves some redevelopment and modernisation of existing areas of the Library to provide MLE spaces. The project includes structural changes, plus work related to Fire + Security, electrical, lighting, IT/data/ AV etc. plus upgrading including ceilings, floor coverings, pinboard, shelving etc. The Board of Trustees reserves the right to shortlist and accepts or rejects any contractors after a review of the registration of interest, past performances and reference checks. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx.",Awarded,All those who submitted and ROI have been notified by architect.,20201117 Ministry of Education - School Infrastructure,5397744,Request for Tenders,Open Competition,Gladstone Primary School-Refurbishment of Classroom 40 and Block 1 Toilets,,20141015,20141106,20150413,,On behalf of procurement agent,No,,,Awarded,"Tender awarded to All Style Homes Ltd as lowest complying tender Tenders received ranged from $402,055.88 to $542,203.62",20201117 Ministry of Education - School Infrastructure,5498670,Request for Tenders,Open Competition,Summerland Primary School - Outdoor learning area - Auditorium,123,20141017,20141117,20150410,,Sole Agency,No,,Construction of new outdoor learning area in accordance with all attached documentation,Not Awarded,Received only one response,20201117 Ministry of Education - School Infrastructure,5537920,Request for Proposals,Closed Competition,"Rototuna School, Supply and Install of Air Conditioning",5365,20141022,20141112,20150319,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,5580753,Request for Proposals,Open Competition,Menzies College Wyndham Block C MLE Upgrade,5089,20141028,20141113,20150112,,On behalf of procurement agent,No,,"Menzies College Wyndham Southland, Technology Block C Modern Learning Environment Upgrade Internal alterations to four existing classrooms and associated areas. Scope allows for; Demolition, Carpentry, Plumbing, Drainage, Mechanical, Electrical, Alum. Joinery, Timber Joinery, Flooring, Painting & Fabrics, Minor Structural Alterations and Roof Replacement",Awarded,"Lowest Tenderer, has performed well with similar work at the school in the past.",20201117 Ministry of Education - School Infrastructure,5586135,Request for Proposals,Open Competition,Fire Alarm Upgrade Matamata College,124,20141124,20141219,20150209,,All of Government,No,,Upgrade of existing fire alarm systems at Matamata College.,Awarded,,20201117 Ministry of Education - School Infrastructure,5586728,Request for Proposals,Closed Competition,Otorohanga South School Library Upgrade,5338,20141022,20141119,20141205,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,5613683,Request for Proposals,Open Competition,14009 Gisborne Central Capital Maintenance and MLE project,NAPSSL14009,20141023,20141120,20150115,,Sole Agency,No,,"Gisborne Central The project comprises of two major components: Section 1: Refurbishment of PMC building known as Block B. Classrooms, toilet block and Resource Room. Section 2: Total re-paint of the entire school. Contractors must price the building paint on a block by block basis. Section 1 in the main is refurbishment of existing classrooms within the building envelope. The MOE Policy is to extend the life of these buildings for a further 20 years. Materials include Autex compositions, suspended ceilings, Autex Quietspace, fitting all existing wiring into the walls rather than trunking. Removal of boiler pipes from classrooms and the general re-configuration of the building to better utilise the spaces. The project comprises of the relocation of the library, upgrade of 10 classrooms, upgrade two toilet blocks. Work includes new internal linings, ceilings, ceiling insulation, lighting, acoustic treatment to the walls and new floor coverings. The installation of new joinery units and associated finishing work",Not Awarded,"Insufficient tenders received on the Via the GETS system to meet MOE policy requirements Other tenders have been sort with MOE approval - contract awarded to Stead Construction Ltd",20201117 Ministry of Education - School Infrastructure,5625037,Request for Proposals,Open Competition,Wellington and Wellington East Girls' College Remediation Projects,,20141023,20141119,20150308,,Sole Agency,No,,For the building and civil engineering construction relating to remediation of buildings affected by weather-tightness issues.,Awarded,,20201117 Ministry of Education - School Infrastructure,5758613,Request for Proposals,Closed Competition,Newlands College - New Administration Block Project,,20141024,20141114,20160203,,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,5803988,Request for Tenders,Open Competition,Nawton School - External Painting,,20141029,20141121,20150410,,Sole Agency,No,"Suite 1, 5 Hill Street Hamilton","Nawton Primary School Board of Trustees are seeking a Tender submission for the re-painting of the school buildings. The proposed works include; Contractor to include any cost for minor repair work to be carried out prior to painting as detailed in the Roof Condition assessment report. Prepare and paint the complete exterior of the existing school comprising: Block A, B, C, D, E, F, G, H, I, J, K, L, M, AM, N, Buildings 2 and 3 and miscellaneous associated areas of paintwork as per the specifications. Please note work is planned to start during the December 2014/ January 2015 school holiday break. Refer to the attached tender documents.",Awarded,,20201117 Ministry of Education - School Infrastructure,5804349,Request for Tenders,Open Competition,Tauranga Gilrs College Mechanical System Upgrade,J000103,20141031,20141128,20141212,,All of Government,No,"PO Box 13047, Tauranga Central, 3141","The mechanical services contract is a design and build contract. The documents provided under this contract are ???Preliminary??? design documents. The scope of works for this contract includes completion of the detailed design, preparation of detailed design calculations, production of detailed design documents, and supply and installation of the mechanical services heating systems. This specification and drawings have been prepared for the Concept Design Stage of this project and will serve as a performance specification. The Contractor shall carry out appropriate detailed design of the mechanical services heating systems, in accordance with the Construction Industry Council (CIC) Guidelines (Appendix A). This shall include provision of additional, and / or larger plant if required to meet the requirements of the detailed design of the building. The Contractor is responsible to ensure that design and installation is carried out in accordance with the design criteria nominated in this specification, and that the design is fully coordinated with the existing heating systems, building structure and architectural elements, and that it complies with the relevant standards and regulations. Carry out such detail design activities as required for the completed design. These activities shall include but not limited to: ?? Site measurements for classroom walls, windows, area and volume. These measurements shall be used for design calculations. ?? Confirmation of thermal properties for the building envelope. ?? Documenting the existing heating system in each classroom i.e. radiant panel heaters, fan coil units, heat pumps ???etc. ?? Heating load calculations using one of the following software packages (IES VE, Carrier HAP, Camel) ?? Plant, equipment and pipe sizing and selection. ?? Production of coordinated detailed design drawings & schematics. ?? Provision of PS1 design producer statements.",Not Awarded,Due to low tender numbers further design and procurement of main contractor services will occur in the early 2015.,20201117 Ministry of Education - School Infrastructure,5816287,Request for Proposals,Closed Competition,Demolition and repair work at Whangaruru School,,20141112,20141208,20170809,,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,5817445,Request for Proposals,Open Competition,Hampden Street school additional classrooms,14/1053,20141114,20141202,20151118,,Sole Agency,No,,"Registrations of Interest are requested from Main Contractors only for the construction of 2 new Classrooms and ancillary spaces, plus the redevelopment of 5 Classrooms at Block G, at Hampden Street School, Nelson. It is envisaged that the tender documents will be sent out shortly after this Registration of Interest period ends, with a view of beginning the project early January 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,5870297,Request for Proposals,Closed Competition,"Puketaha School, Information Centre",5323 (Refers to GETS 42527),20141105,20141128,20141212,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,5922512,Request for Tenders,Closed Competition,Lyall Bay School - New Roll Growth Classroom,PCL LBS - Tender,20141104,20141124,20141203,,Sole Agency,No,"1 Cuba Street, Petone, Lower Hutt",Closed tender for Lyall Bay School - New Roll Growth Classroom,Awarded,,20201117 Ministry of Education - School Infrastructure,5927572,Request for Proposals,Closed Competition,RFT ONEWHERO Area School New Classroom Development - Constructoin,,20141106,20141128,20150805,,Sole Agency,No,,"The Ministry of Education is seeking tenders from a shortlist of suppliers for the alteration of existing buildings and construction of new classrooms at Onewhero Area School which is located at Hall Road, Onewhero, Tuakau",Not Awarded,The price of the tenders received exceeded the available budget and the Ministry will have to redesign to bring costs within budget,20201117 Ministry of Education - School Infrastructure,5958222,Request for Proposals,Closed Competition,RFP Kaipara College Tech Block Roofing 2014,RFP 20140507,20141105,20141128,20150226,,Sole Agency,No,,RFP to selected Suppliers from ROI 5205834 to re-pitch and re-roof the Kaipara College Tech Block,Awarded,Miro Bid fully compliant i.e. no tags to evaluate and lowest price.,20201117 Ministry of Education - School Infrastructure,6021148,Request for Tenders,Open Competition,Classroom Alterations,,20141107,20141124,20141215,,Sole Agency,No,,"The Ministry is seeking tenders from suitably qualified and experienced suppliers for the modification of a classroom block. Project for the Alterations and Upgrading of existing areas to provide MLE spaces at Opaheke School in Papakura, South Auckland. Registrations of interest are sought from main contractors for a project which involves redevelopment and modernisation of an existing area including disconnecting and removing of existing toilet, hand basins and kitchen plumbing and to reconnect plumbing to new kitchen in foyer, removal of doors and upgrade of area to provide an MLE space. Work is proposed to commence during the school summer holiday period December/January 2015. Registrations of interest must respond to the information required as stated rather than sending company brochures. Incomplete registrations will not be considered. The Board of Trustees reserves the right to shortlist and accepts or rejects any contractors after a review of the registration of interest, past performances and reference checks. Site specific safety methodology plan to be included with tender submission. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx",Awarded,This ROI has become a single stage RFP and the Board of Trustees/Opaheke School will be working with successful bidders.,20201117 Ministry of Education - School Infrastructure,6022515,Request for Proposals,Closed Competition,RFP Waimauku School Senior WC Block 2014,RFP 20140910,20141107,20141202,20150602,,Sole Agency,No,,RFP to selected Suppliers from ROI 5205851 to deliver the Senior WC Block 2014 project,Awarded,Lowest Assessed Tender Price.,20201117 Ministry of Education - School Infrastructure,6087607,Request for Proposals,Closed Competition,"Main Contractor- Terrace End School, Palmerston North, New Administration Block and Remediation Block 1",6044,20141105,20141203,20160203,,Sole Agency,No,,,Not Awarded,This project is no longer proceeding at this point,20201117 Ministry of Education - School Infrastructure,6154575,Request for Proposals,Closed Competition,Improvements to Dargaville Primary School,,20141023,20141120,20141127,,Sole Agency,No,,,Not Awarded,All tenders over budget,20201117 Ministry of Education - School Infrastructure,6154617,Request for Proposals,Open Competition,Main Contractors for Exterior Access & Hardware Upgrade at Putaruru Primary School (ROI),5353,20141112,20141128,20160215,,Sole Agency,No,,"??? Registrations of interest are sought from main building contractors for the replacement of existing doors and windows to blocks B, D & E with new aluminium doors and windows with new security hardware. ??? Size: 3 classroom blocks ??? Type of construction: Timber construction relating to the external envelope ??? Approximate value; 100,000 Contractors registering interest will be assessed on the following criteria: ??? Capability, relevant experience for this type of project 30% ??? Capacity, to undertake a project of this scale 25% ??? Quality, of workmanship on similar projects 20% ??? Health & safety record 10% ??? Communication 10% ??? Value, labour rates and margins on variations 5% ??? ??? Please provide: ??? A list of similar type projects undertaken ??? maximum 3 ??? Referees & their contact details for those projects ??? Labour rates ??? Cost margin, overhead & profit, & processing fees on variations & VPR???s",Not Awarded,Thank you for submitting your responses however the SOW for this project is being reviewed and ROIs for the new project will be requested via GETS shortly.,20201117 Ministry of Education - School Infrastructure,6154944,Request for Proposals,Open Competition,Te Mahia School Block A Toilet Upgrade,1450,20141114,20141209,20150130,,Sole Agency,No,,"Rebuild of the toilets between slab and ceiling plus minor alterations, complete replacement of drainage.",Awarded,,20201117 Ministry of Education - School Infrastructure,6155108,Request for Tenders,Open Competition,Opunake High School - Special Needs Modifications 2014,7725.04,20141111,20141205,20150225,,Sole Agency,No,,"On behalf of the Opunake High School Board of Trustees tenders are sought from Main Contractor construction companies to undertake the Special Needs Modification Project 2014 in its entirety. The intent of this project is to upgrade accessible facilities and access through the school to accommodate the needs of a student requiring an electric wheelchair who is starting at the school Wednesday 28th January 2015. The project scope of works includes 10 Work Areas: Work Area 1 is conversion of the existing Health Clinic and adjoining ancillary spaces to create a Lobby, Health Clinic consultation room and an Accessible Toilet, Shower and Change facility. Scope of works includes: ??? Relocation of toilet waste and floor waste within existing concrete floor ??? Relocation of plumbing services ??? Replacement of gas infinity heater including new subfloor pipe work / connection to gas supply ??? Demolition of internal timber framed walls and stripping of linings ??? Construction new internal timber framed walls with Gib, HardieGlaze & Vinyl wall linings ??? Re-grading existing concrete floor to new falls ??? Vinyl and carpet floor coverings ??? Electrical, Mechanical and Fire Protection trades Work Areas 2 - 10 are generally provisions for accessible access including concrete ramps with steel handrails, door threshold ramps, door replacement, concrete paths, timber barriers, asphalt ramps at pavement junctions, new gate to hard courts perimeter fencing and an electric short rise lift to the Hall stage. Physical works objectives: - Work Area 1 Practically Complete before the start of the first term 28th January 2015 - Work Areas 2 - 10 Practically Complete no later than 27th February 2015",Awarded,Heartland Construction Limited's tender offered best overall value.,20201117 Ministry of Education - School Infrastructure,6164413,Request for Tenders,Open Competition,Omakere School Special needs and MLE upgrade - Central Hawkes Bay,NapSSL14008,20141111,20141202,20150115,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting suitably qualified The Ministry of Education (the Ministry) the proposed Special needs upgrade and 2014 Capital Maintenance and MLE upgrade at Omakere School, 46 Long Range Road, RD1, Waipawa. The project is to be funded by a source of MOE funding. Price Band $100K to $250K Section 1: comprises of a new disabled bathroom to MOE design, and the consequences of this work is the refurbishment of the existing toilet blocks. New disabled ramps as indicated on the attached plan. It is the MOE???s desire to upgrade these buildings to extend their life for a period of 20 years. Section 2: The MLE upgrade of 2 classrooms and library which involves new Autex system wall insulation, Autex composition, suspended ceilings, insulation, lighting and new classroom joinery. Plus new floor coverings as required. A new Type 2 fire alarm is a requirement of this project.",Not Awarded,"Insufficient tenders received on the Via the GETS system to meet MOE policy requirements Other tenders have been sort with MOE approval - contract not awarded at this time",20201117 Ministry of Education - School Infrastructure,6201343,Request for Proposals,Closed Competition,Pillans Point School Classroom Relocation Project RFP - PIL03,PIL03,20141111,20141205,20141217,,On behalf of procurement agent,No,,"Pillans Point School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the removal and relocation of four existing school classrooms, including all building works and services connections. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the Recently closed Registration of Interest, REF #5200922 (PIL03). Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education form of Construction Contract Draft for review (In two parts - Part 1 & Part 2 - both in PDF format) - Tender Issue Drawings (PDF Format) - Tender Issue Specification (PDF Format) - Tender Summary form (PDF Format) - Ministry of Education RFP Standard Conditions (PDF format)",Awarded,Tender Analysis was performed at closure of RFP. Canam Group were the successful tenderer and have been awarded the Contract.,20201117 Ministry of Education - School Infrastructure,6201435,Request for Proposals,Closed Competition,Fairfield Intermediate School Technology & Science Block Renovations (RFP),5337 Prev. GETS 42654,20141114,20141209,20150319,,Sole Agency,No,,,Awarded,Your tender has been accepted by hte BOT and approved by Ministry. Formal acceptance and contract documentation will follow,20201117 Ministry of Education - School Infrastructure,6201631,Request for Proposals,Open Competition,"RFP - Wyndham School, Wyndham, Special Needs Modifications - Fencing",WPS - RFP,20141114,20141209,20150115,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of a RFP response for the construction of the above in the capacity of the Main Building Contractor. This project comprises: 1. Removal of existing boundary fences; 2. Removal and trimming of trees; 3. Construction of new boundary and internal fencing. It???s anticipated the project will commence at the end of 2014 with completion staged through to February 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,6249392,Request for Proposals,Open Competition,Project Manager for 5YA Planning and Implementation at Kerikeri High School,,20141117,20141211,20150216,,Sole Agency,No,,"The Kerikeri High School High School Board of Trustees is seeking proposals from qualified and Ministry of Education experienced and trained Property Project Managers, to assist the Board to develop our 10 Year Property Plan, and to implement and Manage the 5 Year Capital Projects. The Board proposes to enter into a Five Year Agreement (1 July 2015 ??? 30 June 2019) with the successful applicant. Applicants must be listed on the MOE list of approved providers. The projects are to be run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,The Property Committee reviewed all tenders against the criteria and weightings described the the GETS Request for Proposal. The successful tender was Arcline Design,20201117 Ministry of Education - School Infrastructure,6257893,Request for Proposals,Open Competition,CDP - Silverdale School Stage 4 - RFP,,20141118,20141211,20150323,,Sole Agency,No,,"The Ministry of Education???s Infrastructure Service, Service Delivery, Northern Region, has implemented the Classroom Delivery Programme (CDP) to manage all roll growth projects in the Northern Region. This RFP is for a single proposal provided by the Supplier, who would form a consortia consisting of both Project Management and Design Services for delivery of consultancy services for the CDP Silverdale School ??? Stage 4 Project. The project is a new 811.2m?? two level building (811.2m?? equates to 8 teaching spaces) that will be designed and constructed (under a NZS 3910 contract) which the Supplier will manage. Stage 3 of the Silverdale School is currently under construction.",Awarded,,20201117 Ministry of Education - School Infrastructure,6272155,Request for Proposals,Closed Competition,Main Contractor - Hataitai Roll Growth Classroom,,20141114,20141205,20150210,,Sole Agency,No,,,Not Awarded,"We had one compliant bid and one uncompliant bid. The compliant bid was over budget and for this reason the MOE has decided to retender this project. RFP will be open on the 12/2/15. If you have any issues please give me a call on 0212777741. Cheers Rodney",20201117 Ministry of Education - School Infrastructure,6272207,Request for Quotations,Open Competition,Taihape College - Demolition and Building Relocation,1660D,20141113,20141205,20150618,,Sole Agency,No,,"Request for Quotation for demolition of buildings, structures, hard standing, services; Relocation of Buildings within Taihape; Retention of buildings and services; at the closed Taihape College. Applicants are encouraged to visit the site and the relocation destinations prior to submitting their quotation. This work falls under Ministry of Education (MoE), but Darroch Limited are the Principal for this RFQ. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/PropertyToolBox.aspx",Awarded,,20201117 Ministry of Education - School Infrastructure,6280347,Request for Proposals,Closed Competition,Main Contractor - Tawa Intermediate Administration Block,,20141114,20141205,20160115,,Sole Agency,No,,,Awarded,I would just like to inform you that this project has been awarded to Crowe Construction. Thank you for your tender submission and I look forward to working with you in the future.,20201117 Ministry of Education - School Infrastructure,6281265,Request for Proposals,Open Competition,Fire Alarm Upgrade Otago Boys High School,377,20141118,20141211,20150211,,All of Government,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,6338022,Request for Proposals,Open Competition,Morrinsville Intermediate Hard Materials Refurb (RFP),5355,20141118,20141211,20141219,,Sole Agency,No,,,Not Awarded,This tender closed with insufficient responses received and is non compliant. The Board of Trustees and the Project Manager have requested and received approval from the EIS Procurement team to retender direct to selected contractors.,20201117 Ministry of Education - School Infrastructure,6342842,Request for Proposals,Closed Competition,"Piopio College, A Block Alterations & Various Works (RFP)",5102/5131 (Ref GETS 42530),20141119,20141212,20141222,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,6400525,Request for Proposals,Closed Competition,RFT Warkworth School - Building Relocation & Demolition Works,,20141119,20141209,20150105,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,6443681,Request for Proposals,Closed Competition,Main Contractor - Koraunui school,,20141119,20141210,20150122,,Sole Agency,No,,,Awarded,As per the RFP this contract has now been awarded.,20201117 Ministry of Education - School Infrastructure,6447896,Request for Tenders,Open Competition,Wairoa Primary School Block A MLE Upgrade,1440,20141119,20141212,20170523,,Sole Agency,No,,"WAIROA PRIMARY SCHOOL is located in WAIROA and lies under the jurisdiction of the Wairoa District Council for Building Consent matters. The project involves mainly an upgrade to 4 of the existing interior teaching spaces of Block A, which incorporates the altering of the existing library, 3 classrooms to create an upgraded library, 2 classrooms with breakout spaces and a resource room. There is no addition to the existing school footprint, nor any drainage, subfloor or roof work. It includes a new entry off the existing verandah with connection to the existing reception. It is noted as Stage 1 as Stage 2 will need to wait for the next 5YA funding (2017) and will involve the two end classrooms. Those two classrooms are to remain in use. The construction budget is anticipated to be around $350,000 excl GST and fees.",Not Awarded,"Awarded to Stead Construction Ltd, Feb 2015 Accepted and E Projects notified. Project practical completion 17 Aug 2015 . Completed",20201117 Ministry of Education - School Infrastructure,6466070,Request for Proposals,Closed Competition,Koru School - Relocatable Classrooms,KPS-2014-01,20141119,20141210,20170814,,All of Government,No,,Koru School - on site relocation of nine classroom and associated demolition.,Not Awarded,No responses,20201117 Ministry of Education - School Infrastructure,6523932,Request for Proposals,Closed Competition,Newton Central Hall Roofing and Interior Upgrade,58.405,20141125,20141218,20150122,,Sole Agency,No,,"The Newton Central School BOT on behalf of the Ministry of Education are inviting Request for Proposal for this current 5YA project from suitably qualified and experienced Architectural practices to redesign the replacement of the existing roof and roof structure of the school hall. Damage that has previously occurred to the interior of the hall also needs to be addressed, with special consideration to the lighting, heating, ventilation and wall linings. Indicative construction budget of approximately $250,000. Please refer to the condition assessment attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,6540924,Request for Proposals,Closed Competition,RFT Buckland & Tuakau Schools - New Classroom Construction,,20141125,20150216,20160229,,Sole Agency,No,,Buckland and Tuakau Schools are in close proximity to each other. The Ministry of Education is planning to build 2 new classrooms at Buckland School as an addition to an existing block (containing asbestos) and four new classrooms at Tuakau School. This work will be undertaken as a single construction contract with the works at each school being carried out simultaneously.,Awarded,This notice is to confirm that Pukekohe Builders has been awarded this contract,20201117 Ministry of Education - School Infrastructure,6547545,Request for Proposals,Closed Competition,"RFP - Northern Southland College, Lumsden, Block E, D and Drainage Upgrades",NSC - RFP,20141124,20141217,20150112,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of a RFP response for the construction of the above in the capacity of the Main Building Contractor. This project comprises: 1. a Modern Learning Environment upgrade to the technology block E. Including some structural changes and general modernisation of the block; 2. a Modern Learning Environment upgrade to the art room and associated areas in block D; 3. some repairs to the site stormwater drainage. It???s anticipated the project will commence at the end of 2014 with completion staged through to April 2015.",Awarded,,20201117 Ministry of Education - School Infrastructure,6588643,Request for Proposals,Open Competition,Main Contractors for special needs modifications at Morrinsville Intermediate (RFP Open),5393,20141125,20141218,20150218,,Sole Agency,No,,"Internal refurbishment to special needs unit Includes installation of shower and sink, may involve removal of internal wall.",Awarded,,20201117 Ministry of Education - School Infrastructure,6633352,Request for Proposals,Closed Competition,Weber School Replacement Classrooms,,20141125,20141218,20150503,,Sole Agency,No,,"1.1 The Ministry of Education (the Ministry) and Weber School BOT request tender proposals from the shortlisted main contractors to undertake the construction of a new light framed timber building approx. 260 sqm in size and the demolition of two old buildings on site with all associated site and services works. It is proposed that the works will start immediately after the contract has been awarded and that the building will be completed as soon as possible. The scope of works includes demolition and site works with a final completion date of 30 May 2015 for the full contract works. The construction budget for the project is $550,000.00 inclusive of all contingencies. Full detailed plans and specifications accompany this document and describe all works to be included in this contract. In general terms the works are ??? Site establishment ??? Demolition of Block A inc isolation of services ??? Construction of a new single level light framed timber classroom block 260sqm inc services works ??? Demolition of Block C ??? Construction of a new tennis court and other associated site works",Awarded,This supplier provided the best price and was available for an immediate start. The non price attributes of both submitters were very comparable and both met our RFP requirements,20201117 Ministry of Education - School Infrastructure,6695995,Request for Proposals,Open Competition,Kerikeri High School Gym Alterations - Main Contractor Registration of Interest,6695995,20141126,20141212,20150108,,Sole Agency,No,,"Kerikeri High School is seeking Registrations of Interest from suitably qualified and experienced Main Contractor level construction companies for a project involving alteration an existing Gym Building. Works include removing existing bleachers, installing new aluminium stackers doors to the exterior, converting 2 existing changing room areas to a Workout Area, replacing existing large service entry doors with smaller aluminium doors & framing in & cladding around as required. There will also be minor exterior concreting & retaining wall works. Tender will be released asap after ROI companies are shortlisted & detailed design completed, with works planned as soon as possible in the New Year, subject to Building Consent & MOE approval.",Not Awarded,The ROI is part of a 2 stage RFP and the successful responses will proceed to the RFP.,20201117 Ministry of Education - School Infrastructure,6698828,Request for Proposals,Open Competition,Goldfields School - Base School Rebuild Project - Structural Design Services,,20141127,20150105,20170606,,Sole Agency,No,,"The Ministry of Education (MoE) requires Structural Design consultants for the following project at Goldfields Base School; 1. Reconfiguration and refurbishment of the Schools existing Administration area. 2. Phased demolition of an existing 87m?? Dance Studio (Block C) and 202m?? of Classroom Blocks (Blocks B & F) 3. Offsite construction and delivery to site of a 48m?? single classroom teacher training block. 4. Offsite construction and delivery to site of a 278m?? two classroom high dependency teaching block with associated bathrooms, toilets, resource areas and sensory therapy rooms. 5. Associated peripheral external works, landscaping and playgrounds. Interested parties must submit a proposal for entirety of the scheme. This RFP is issued by Greenstone Group on behalf of the Ministry of Education.",Not Awarded,No winning responses,20201117 Ministry of Education - School Infrastructure,6844549,Request for Proposals,Open Competition,Tolaga Bay Area School - Property Rationalisation - Physical works contract,1448,20141128,20150127,20150410,,Sole Agency,No,,"The project involves the demolition of a number of buildings and associated services on the site of Tolaga Bay Area School, Tolaga Bay. The site is approximately 55km north of Gisborne. Some of the building elements contain asbestos. It is believed that these primarily relate to the sheet claddings. Some carpentry and fencing work is required to make good afterwards. The site is an archaeological site and a archaeologist is required to be on site for any earthworks.",Awarded,,20201117 Ministry of Education - School Infrastructure,6844642,Request for Proposals,Open Competition,Goldfields School - Base School Rebuild Project - Combined Building Services Engineering Design,,20141201,20150105,20150209,,Sole Agency,No,,"The Goldfields School (Ministry of Education) is inviting Proposals from Suppliers for the supply of Mechanical, Electrical and Hydraulic Design Services. The purpose of this RFP is to invite appropriately qualified Building Services Engineering Design Practices to provide a full Proposal to carry out Mechanical, Electrical and Hydraulic Design Services for Goldfields School (Ministry of Education) for the Base School Rebuild Project which is to include various spaces: 1. Reconfiguration and refurbishment of the Schools existing Administration area 2. Phased demolition of an existing 87m?? Dance Studio (Block C) and 202m?? of Classroom Blocks (Blocks B & F) 3. Offsite construction and delivery to site of a 48m?? single classroom teacher training block 4. Offsite construction and delivery to site of a 278m?? two classroom high dependency teaching block with associated bathrooms, toilets, resource areas and sensory therapy rooms 5. Associated peripheral external works, landscaping and playgrounds",Not Awarded,"Award of Consultancy Services outstanding. RFP providers to be notified directly on conclusion of additional MoE project funding discussions.",20201117 Ministry of Education - School Infrastructure,6844707,Request for Proposals,Open Competition,Tolaga Bay Area School - Gym repitch and Reroof - Physical Works Contract,1152,20141128,20150127,20150410,,Sole Agency,No,,"The project involves the re-pitching and re-roofing of the Tolaga Bay Area School Gym and associated changing rooms. This is a physical works project. The school is located approximately 55km north of Gisborne.",Awarded,,20201117 Ministry of Education - School Infrastructure,6896775,Request for Proposals,Closed Competition,Torbay School - Rooms 1-6 MLE Modifications,,20141203,20150109,20170823,,Sole Agency,No,,"The project involves the internal modifications of a six classroom block into a modern learning environment, including creating openings between classrooms, adding breakout spaces and refurbishment of student amenities.",Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,6949148,Request for Proposals,Open Competition,Te Uku School Carpark Upgrade,1,20141205,20150116,20150317,,Sole Agency,No,"PO Box 12300, Chartwell, Hamilton 3248",The Ministry of Education (the Ministry) is inviting Proposals from Suppliers of civil engineering/roading services for the upgrade and extension of the Te Uku School carpark.,Awarded,,20201117 Ministry of Education - School Infrastructure,6968403,Request for Proposals,Open Competition,Goldfields School - Base School Rebuild Project - Fire Design Consultancy Services,,20141203,20150105,20150209,,Sole Agency,No,,"The Goldfields School (Ministry of Education) is inviting Proposals from Suppliers for the supply of Fire Design Services The purpose of this RFP is to invite appropriately qualified Fire Design Practices to provide a full Proposal to carry out Fire Design Services for Goldfields School (Ministry of Education) for the Base School Rebuild Project which is to include various spaces: 1. Reconfiguration and refurbishment of the Schools existing Administration area. 2. Phased demolition of an existing 87m?? Dance Studio (Block C) and 202m?? of Classroom Blocks (Blocks B & F) 3. Offsite construction and delivery to site of a 48m?? single classroom teacher training block. 4. Offsite construction and delivery to site of a 278m?? two classroom high dependency teaching block with associated bathrooms, toilets, resource areas and sensory therapy rooms. 5. Associated peripheral external works, landscaping and playgrounds. Interested parties must submit a proposal for entirety of the scheme.",Not Awarded,"Award of Consultancy Services outstanding. RFP providers to be notified directly on conclusion of additional MoE project funding discussions.",20201117 Ministry of Education - School Infrastructure,7127702,Request for Proposals,Closed Competition,RFT Warkworth School (Junior) : New Classrooms and Admin/Hall,,20141219,20150204,20150728,,Sole Agency,No,,The Ministry is seeking tenders from shortlisted suppliers for the construction of a new 16 classroom block (greenfield site) and a new administration/ school hall building. The work will include site works and the demolition of a limited number of existing buildings that contain asbestos materials,Awarded,,20201117 Ministry of Education - School Infrastructure,7168354,Request for Proposals,Closed Competition,"Ngahinapouri School - two new classrooms, new toilet block and various upgrades",1013,20141210,20150130,20150528,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Request for a Proposal (tender) from suitably qualified and experienced Suppliers to demolish two existing relocatable classrooms and construct two new classrooms in their place, to demolish an existing toilet block and construct a new block in its place, and to upgrade two existing classrooms with minor alterations to existing administration area.",Not Awarded,Exceeded budget - will be re-tendered.,20201117 Ministry of Education - School Infrastructure,7228188,Request for Proposals,Closed Competition,PCL: LBS Tender 2,PCL LBS 2,20141212,20150129,20150615,,Sole Agency,No,,,Awarded,This contract has been awarded to Peryer Construction Wgtn Ltd,20201117 Ministry of Education - School Infrastructure,7233611,Request for Proposals,Closed Competition,Bethlehem School Building Relocation Project RFP (BET1401),BET1401,20141211,20150123,20150227,,On behalf of procurement agent,No,,"Bethlehem Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the removal and relocation of four existing school classrooms, including all building works and services connections. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the Recently closed Registration of Interest, REF #5029513 (BET1401). Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education form of Construction Contract Draft for review (In two parts - Part 1 & Part 2 - both in PDF format) - Tender Summary Form (EXCEL Format) - Ministry of Education RFP Standard Conditions (PDF format) The following documents have been bundled into a solitary PDF file (BET1401 - Tender Issue Document File) which is attached: - Tender Issue Drawings - Tender Issue Specification - Tender Issue Fire Report",Awarded,"Tender Analysis was performed at the closure of the RFP. Boss Building Service Limited were the successful tenderer, and have been awarded the Contract",20201117 Ministry of Education - School Infrastructure,7351291,Request for Proposals,Closed Competition,Whangamata Area School Technical Block Rebuild (RFP),5377,20141217,20150126,20150219,,Sole Agency,No,,Technical Block Rebuild,Awarded,,20201117 Ministry of Education - School Infrastructure,7410967,Request for Proposals,Open Competition,Meadowbank School - Dental Clinc Upgrade,MS 2014-01,20141217,20150209,20170829,,All of Government,No,N/A,The Meadowbank School Board of Trustees are seeking proposals from suitably qualified contractors for construction services for the upgrade of an existing dental block and a new deck to an existing classroom block.,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,7501755,Request for Proposals,Closed Competition,Plimmerton School - Classroom Alterations,PCL PS,20141219,20150205,20150615,,Sole Agency,No,,,Awarded,Contract awarded to Tracer Construction Ltd,20201117 Ministry of Education - School Infrastructure,7863935,Request for Proposals,Closed Competition,Kerikeri High School Gym Alterations - Main Contractor RFP,,20150109,20150203,20150317,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from suitably qualified and experienced Suppliers to carry out alterations to the existing Gym building. Works include removing existing bleachers, installing new aluminium stackers doors to the exterior, converting 2 existing changing room areas to a Workout Area, replacing existing large service entry doors with smaller aluminium doors & framing in & cladding around as required. There will also be minor exterior concreting & retaining wall works. The entire exterior of the Gym will be repainted.",Awarded,,20201117 Ministry of Education - School Infrastructure,7957822,Request for Proposals,Open Competition,Demolition and repair work at Whangaruru School A,,20150119,20150216,20170809,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the repairs and demolition work at Whangaruru School comprising: 1. Repairing and redecorating the exterior of the existing learning centre 2. Demolishingexisting store/cladssroom (contains asbestos) 3. Construct new external wall to shed 4. Reinforcing area of floor in block 1 for repositione shelving 5. Dental clinic alterations 6. Drainage improvements",Not Awarded,,20201117 Ministry of Education - School Infrastructure,8011909,Request for Proposals,Open Competition,Rotorua Girls High School whole school heating upgrade,140901,20150116,20150209,20150311,,Sole Agency,No,,Rotorua Girls High School require the supply and installation of gas boilers for heating seven blocks and for the supply and installation of heat pumps to one block from suitably qualified mechanical contractors.,Awarded,,20201117 Ministry of Education - School Infrastructure,8041930,Request for Proposals,Open Competition,"Darfield School, Block 2 Classroom Upgrade",DarfieldBlk2ClassUpgrade2015,20150119,20150205,20150305,,Sole Agency,No,,"School Support Limited on behalf of the Board of Trustees and Ministry of Education is inviting Registrations of Interest from suitably qualified and experienced Main Contractors who can carry out the following project. Project: This work will consist of roof, cladding and window replacements and internal classroom, toilet and cloak area alterations and refurbishments. It is envisaged that the tender documents will be sent out at the end of February 2015, after this Registration of Interest period ends, with a view of beginning the project in March 2015 and with project completion being approximately 12 weeks. Please see attached ROI documentation which must be filled out and submitted as your Registration of Interest. Unsuccessful applicants will be notified by email.",Not Awarded,We are planning to invite all main contractor respondents to provide us with a quote. We will not be inviting LED Downunder as they are not a main contractor.,20201117 Ministry of Education - School Infrastructure,8042133,Request for Proposals,Closed Competition,Balmacewen School ??? Lead Design Consultant and Sub Consultant Services,,20150120,20150213,20150311,,Sole Agency,No,,"Balmacewen Intermediate School, is seeking proposals from suitable suppliers of Lead Design Consultant for three new learning streets and a link at the school in Chapman Street, Dunedin. The new Learning Streets and Link consist of approximately 410m2 of new floor space with each Learning Street linked to their respective classroom blocks. Design Consultants are to include all the relevant Ministry of Education requirements for new building works including water tightness, fire design, DQLS Interior design Function and Aesthetics and incorporating Modern Learning Environment expectations. The design works are to start in December 2014 and be complete ready to issue both to tender and to council for approval by the end of March 2015. The successful Lead Design Consultant will be responsible for completing the final design which will be approved by the School via the Board of Trustees. Once approved the Lead Design Consultant must prepare working drawings and specifications for both compliance and construction. The design work will be carried out under contract using the Conditions of Contract for Consultancy Services (CCCS) with MoE Special Conditions. Refer Section 4 of the RFP.",Awarded,"Following discussions with the MOE and appraisal of your RFP we are pleased to accept your offer. Formal Contract and a meeting to initiate the project will be forthcoming.",20201117 Ministry of Education - School Infrastructure,8047598,Request for Proposals,Closed Competition,New Seven Teaching Space Block (PIL02) RFP,PIL02,20150122,20150217,20151214,,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the supply of services necessary for the construction of a New Seven Teacher Space Block at Pillans Point School The following documentation has been provided for Supplier to provide a Lump Sum price for the new block. Request fro Proposal; PIL02 New 7TS Block_MoE - RFP Template, MoE - RFP Standard Condition Contract; PIL02 New 7TS Block_Tender_MOEContractHighValueConstructionWorks_Dec14 Additional Clarification; 150112_PPS_New 7TS Block_Additional Tender clarification Architectural; 106 Pillans Point School New Classroom Tender Drawing Set, NEW CLASSROOMS SPECIFICATION, Pillans Point Document Transmittal, Pillans Point School - DOOR HARDWARE SCHEDULE. tender(1), Structural; Engineering drawings- 9-Jan15, 067-14-R2, 067-14-R-calcs Mechanical; Innerscape Mech PS1 Design Report, Innerscape PS1 Producer Statement, Pillans Point School Mechanical Drawing, Pillans Point School Mechanical Spec Electrical, Specification_Rev0_IFT Compilation, Innerscape Elec Producer Statement PS1, Innerscape Elec PS1 Letter, E001 Rev0, E101 Rev2, E201 Rev1, E301 Rev1, E400 Rev0, Fire; Fire Report (2) Civil; PIL02 New 7TS Block Stormwater & Sanitary Sewer PIL02 New 7TS Block_Tender",Not Awarded,"This RFP is cancelled, no contract shall be awarded for works described within this RFP. A New ROI for a 9 Teaching Space Block shall be lodged on GETs short that all Suppliers are welcome to respond to.",20201117 Ministry of Education - School Infrastructure,8094983,Request for Proposals,Open Competition,Construction Services - Raurimu Ave School,62.37,20150122,20150216,20150318,,Sole Agency,No,,"The Raurimu Avenue School Board of Trustees, on behalf of the Ministry of Education, are seeking Request for Price from suitably qualified Construction Companies who would be interested in providing building services for forthcoming projects at the above school. These projects involve bathroom upgrades, roofing replacement and provision of a toilet to meet compliance requirements. Please note that it is essential that both of the trade summaries are completed as part of your Request for Price.",Awarded,,20201117 Ministry of Education - School Infrastructure,8167745,Request for Proposals,Open Competition,CDP - Batch 23 - Mauku School,,20150121,20150218,20150611,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch Twenty Three project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Twenty Three. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. Due to roll growth the school requires the design and project management of a new 2 teaching space building and associated site works. The Project Budget is $500,000. Construction of the buildings will be procured at a later date by the successful supplier.",Not Awarded,The Contract was not awarded. The Submissions received did not meet the Ministry requirements and the proposed fess exceed the available funding. The Ministry is exploring a different scope for the project.,20201117 Ministry of Education - School Infrastructure,8167968,Request for Proposals,Open Competition,CDP - Batch 32 - Campbells Bay School Stage Two,,20150121,20150218,20160512,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch Thirty Two project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty Two. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. In 2013 funding was approved for a new 8 classroom block, which is currently in construction and due for occupation mid-2015. Due to roll growth the school requires the design and construction of 8 more teaching spaces to be built in a 2 level structure. It is intended that the building be constructed in the same form of the existing buildings but the Suppliers are to assume a completely new design process will be undertaken. The project budget is $2,500,000",Not Awarded,"The Ministry has decide to cancel the procurement for Batch 32 as they have to complete a new feasibility exercise which is vastly different than the RFP you answered. I apologize for the inconvenience and appreciate you submitting a proposal. We look forward to you being part of future procurement opportunities.",20201117 Ministry of Education - School Infrastructure,8170549,Request for Proposals,Open Competition,"Ngatea School Blocks A, B & C - Reconfiguration & Refurbishment",,20150123,20150217,20150317,,Sole Agency,No,,"Ngatea School Board of Trustees want the Blocks A, B & C - Reconfiguration & Refurbishment to create smart, supporting learning area, geared to versatility and longevity. The project involves, but is not limited to; ??? Ngatea School wishes to refurbish the 9 classrooms in Block's A, B & C to modern learning environment standards. ??? Convert the area between the classroom and bathroom in Block's A & B into teaching space. ??? Construction of a timber deck to provide improved access for Block A & B. ??? Construction of a canopy connected to the existing classrooms in Blocks A, B & C to provide protection from inclement weather. ??? New internal joinery Existing spaces are to be developed to ensure optimal use of current layout and services. The project is required to provide a variety of quality resources and learning settings and experiences to meet the needs of the school and community. The construction budget for the schemes has yet to be determined although is expected to be in the vicinity of $370,000 (ex GST). The project programme is expected to involve a single stage throughout the Q2 2015 to Q3 2015 period. Greenstone Group has been employed as the Ngatea School Project Manager for the project and the successful Consultant will form a key component of the design team.",Awarded,,20201117 Ministry of Education - School Infrastructure,8172094,Request for Proposals,Open Competition,CDP - Batch 30 - Manurewa Central School and Fairburn School,,20150121,20150218,20160419,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch Thirty project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves the following projects and scope: Manurewa Central School - 8 no. replacement classrooms (this is a maximum and may reduce), associated demolition and siteworks. The anticipated project budget is $2,500,000, this may reduce subject to the number of classrooms required Fairburn School - 2 no. new teaching spaces, 2 no. replacement classrooms and associated demolition and siteworks. The anticipated project budget $920,000",Awarded,,20201117 Ministry of Education - School Infrastructure,8174340,Request for Proposals,Open Competition,CDP - Batch 25 - Glendowie College,,20150122,20150219,20151027,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch Twenty Five project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Twenty Five. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The project involves 6 no. Specialist spaces, 2 no. Satellite units plus 11m?? Administration area, demolition of 2 no. Classrooms. 5YA work of; Refurbishment of the Nelson Blocks including teaching space and toilet block and Refurbishment of other teaching spaces. Associated site works will also be required. The total project budget is $4,310,000.",Awarded,,20201117 Ministry of Education - School Infrastructure,8178204,Request for Proposals,Open Competition,CDP - Batch 36 - Milford School SPG,,20150122,20150219,20151007,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch Thirty Six project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty Six. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The project involves School Property Guide (SPG) works (new Library and Staffroom) to be defined by the Board of Trustees, Building enhancements funded by the Board of Trustees (BOT). The maximum budget $1,134,910 (includes $600,000 for BOT funded work) inclusive of all costs including consultants, consents, building and siteworks.",Awarded,,20201117 Ministry of Education - School Infrastructure,8178999,Request for Proposals,Open Competition,"CDP - Batch 29 - Chapel Downs, Rongomai and Flatbush",,20150210,20150305,20151027,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch Twenty Nine project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Twenty Nine. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves the following projects and scope: Chapel Downs - 2 no. roll growth classrooms and 8 no. replacement classrooms (this is a maximum and may reduce), associated demolition and site works. The anticipated project budget is $2,500,000, this may reduce subject to the number of classrooms required Flat Bush School - 3 no. replacement classrooms, associated demolition, site works (including driveway realignment) and a new high dependency toilet. The anticipated project budget $750,000 Rongomai School - 2 no. replacement classrooms, 2 no. Satellite rooms and associated demolition and site works. The anticipated project budget is $1,500,000.",Awarded,,20201117 Ministry of Education - School Infrastructure,8188570,Request for Proposals,Open Competition,Main Contractor Works - Remediation and Upgrade Works at Westlake Girls High School,3995,20150121,20150223,20150422,,Sole Agency,No,,"The Ministry of Education (the Ministry) and Westlake Girls High School (WGHS) are inviting Tender Proposals from experienced and capable main contractors to undertake the weather-tightness remediation and upgrade works required at Westlake Girls High School, English and Library Block F. The Ministry has identified weather-tightness issues with the English and Library Block F and are proposing to undertake the remediation works as part of their Building Improvement Programme (BIP). Together with this, WGHS require upgrade works to be carried out to the Library section of Block F as part of their 5 Year Agreement (5YA) funding works. The purpose of this tender is to enable the appointment of a competent Contractor on a fixed price lump sum basis for the construction in accordance with the attached timeline dates, brief and documentation. Contractors are also requested to provide two separate prices in their tender, for the BIP and 5YA portions of the works for allocation into their respective funding streams, as per the separate documentations in this RFP. Site meetings at no less than fortnightly intervals will be expected during construction and the contractor will be expected to provide a formal progress report at each meeting. Note that attendance at additional meetings will be required in order to complete the works as required. To implement this project, the Ministry and WGHS is looking to engage a suitable main contractor who will work together with the following consultant???s team: ??? Project Manager ??? Octa Associates ??? Architect and Services Engineers ??? Hampton Jones ??? Quantity Surveyor ??? BQH Quantity Surveyors Works are expected to commence in January 2015. Selected tenderers will have the opportunity to propose a programme for the works as part of their submission.",Awarded,,20201117 Ministry of Education - School Infrastructure,8193901,Request for Proposals,Closed Competition,Glenview Primary School B Block Alterations (RFP),5404,20150127,20150220,20150319,,Sole Agency,No,,Alterations and upgrade to existing four classroom block to create flexible learning spaces includes disestablishment of toilet and creating withdrawal rooms.,Awarded,Your tender has been accepted in principal by the Glenview School BOT. Formal acceptance will follow once Ministry of Education acceptance is received.,20201117 Ministry of Education - School Infrastructure,8222335,Request for Proposals,Open Competition,Cornwall Park District School Technology Development,,20150127,20150220,20170628,,All of Government,No,,"The Cornwall Park District School Board of Trustees is inviting Registrations of Interest from suitably qualified and experienced Suppliers for construction services to convert a basement space under a new building to a technology space. The work involved installing new doors and windows, and internal fitout for cooking and other technology programmes. We are seeking Registrations of Interest from experienced main building contractors with sufficient resources to carry out the work. The project is anticipated to start construction on 7 April 2015 and is expected to take 30 working days to complete",Not Awarded,Contract awarded to Construction Management Group (Building) Limited.,20201117 Ministry of Education - School Infrastructure,8245232,Request for Proposals,Open Competition,Greerton Village School - A Block Special Education Withdrawal Room Project (GVS07),GVS07,20150129,20150216,20150224,,On behalf of procurement agent,No,,"The Greerton Village School Board of Trustees are seeking Registrations of Interest from suitably qualified and experienced Suppliers to act as Head Contractor for the Construction of a new Special Education Withdrawal Room, along with the demolition of 2 x existing toilet blocks. Registration of Interest Documentation attached as follows: - Registration of Interest Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education Form of Construction Contract Draft for review (Two parts - both in PDF format)",Awarded,The above four Suppliers have been selected to proceed to the next stage of the Procurement process (RFP),20201117 Ministry of Education - School Infrastructure,8378164,Request for Proposals,Closed Competition,"Taupo Intermediate School, Administration / Hall (Block A)",15819001,20150211,20150311,20160205,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Office at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Wade Construction Limited,20201117 Ministry of Education - School Infrastructure,8413180,Request for Tenders,Open Competition,"Main Contractors - School Upgrades including toilets, roofing and exterior claddings - Matapu School (South Taranaki)",8144.03,20150130,20150227,20160216,,Sole Agency,No,"Chapman Oulsnam Speirs Ltd, 42 Egmont Street, P.O. Box 585, New Plymouth 4340","On behalf of the Matapu School Board of Trustees tenders are sought from Main Contractor construction companies to undertake the School Upgrades Project in its entirety. The project scope of works includes 7 Work Areas: #1 Block G: Student toilets expansion and refurbishment, including removal of asbestos claddings. #2 Block G: Roof flashing replacements. #3 Block A: Lobby roof reconstruction. #4 Block A: Concrete chimney removal. #5 Block E: Storage shed demolition (to be undertaken after 1st July 2015). #6 Block G: Classrooms (2 No.) wall display board upgrades. #7 Block J: New heat pump to classroom. The intent is for the physical works to be undertaken as soon as possible following completion of the procurement process.",Not Awarded,The two above tenderers did not submit a complying tender and the project was negotiated with the only complying tender submitted. The scope of work was reduced due to budget constraints to under $100k,20201117 Ministry of Education - School Infrastructure,8598214,Request for Proposals,Open Competition,TOTARA SCHOOL ??? ADMINISTRATION AREA UPGRADE,5075.1,20150211,20150227,20170619,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced Suppliers to undertake the Totara School, Oamaru 5.Y.A capital works project, which involves the alteration, refurbishment and upgrade of the existing School Administration Area, within the existing building footprint.",Awarded,,20201117 Ministry of Education - School Infrastructure,8636167,Request for Proposals,Open Competition,"CDP - Batch 31 - Henderson Valley, Long Bay and Peninsula",,20150210,20150305,20160419,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch Thirty One project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty One. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves the following projects and scope: Henderson Valley School - Demolition of existing buildings (asbestos cladding), replace 2 no. classrooms, replace Library and Resource space and associated site works. The anticipated project budget is $902,709. Long Bay School - 6 no. roll growth classrooms, 2 no. Satellite rooms and associated site works. The anticipated project budget is $2,500,000 Peninsula School - 4 no. teaching spaces and associated site works. The anticipated project budget is $1,000,000",Awarded,,20201117 Ministry of Education - School Infrastructure,8636173,Request for Proposals,Open Competition,CDP - Batch 35 - Kereru Park and Mission Heights,,20150211,20150306,20151103,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch Thirty Five project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty Five. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves the following projects and scope: Kereru Park Campus School - 3 no. roll growth classrooms and associated site works. The anticipated project budget $600,000 Mission Heights Primary School - 2 no. roll growth classrooms and associated site works. The anticipated project budget $400,000",Not Awarded,The Ministry reviewed the project following the introduction of the new National Transportable Program and decided that a Modular Building (MB) option will give the best value for the site. MB's are a turn key product therefore there is no longer the requirement for consultants for this project. The Ministry appreciates the time and effort put into the proposals received.,20201117 Ministry of Education - School Infrastructure,8636177,Request for Proposals,Open Competition,CDP - Batch 34 - SPG Kedgley and Orere,,20150210,20150305,20151007,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch Thirty Four project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch Thirty Four. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves the following projects and scope: Kedgley Intermediate - School Property Guide (SPG) works to be defined by the Board of Trustees. Maximum budget $1,253,585 inclusive of all costs including consultants, consents, building and site works Orere School - School Property Guide (SPG) works to be defined by the Board of Trustees. Maximum budget $116,995 inclusive of all costs including consultants, consents, building and site works",Awarded,,20201117 Ministry of Education - School Infrastructure,8663754,Request for Tenders,Open Competition,Heretaunga College - Main Contractor : Performing Arts Redevelopment,,20150225,20150317,20160108,,Sole Agency,No,,"Registrations for Proposal (RFP) are invited for main contractor services to undertake construction works required for refurbishment of Block H at Heretaunga College. It is the Board/Ministry???s intention to let to one contractor and the works will be run concurrently as two separate contracts. Please note it is expected that the priced and non priced portions compiling this tender should be submitted as two SEPARATE files.",Awarded,,20201117 Ministry of Education - School Infrastructure,8720182,Request for Proposals,Open Competition,Main Contractor - Hataitai Roll Growth,,20150212,20150313,20160115,,Sole Agency,No,,,Awarded,"I would like to inform you that you are successful in your tender submission for Hataitai School Roll Growth project. Cheers",20201117 Ministry of Education - School Infrastructure,8754391,Request for Proposals,Open Competition,"Head Contractor - Building Extension - Tahatai Coast School, Papamoa",,20150211,20150311,20150615,,On behalf of procurement agent,No,,"Head Contractors are invited to submit tenders for a building extension to the existing Library / Special Education Unit at Tahatai Coast School, Papamoa.",Awarded,"This contract has been awarded to McMillan & Lockwood BOP Ltd. Apologies for the time taken to complete this evaluation.",20201117 Ministry of Education - School Infrastructure,8777512,Request for Proposals,Open Competition,Tauranga Girls College - Heating Systems Upgrade,,20150217,20150312,20170606,,Sole Agency,No,,"On behalf of the Principal, Tauranga Girls College Board of Trustees, we are pleased to invite you to submit a tender for the above project, in accordance with the terms and conditions outlined and the attached tender documents.",Not Awarded,No winning responses,20201117 Ministry of Education - School Infrastructure,8812136,Request for Proposals,Open Competition,Mt Aspiring College - North Block,533/151,20150218,20150310,20151118,,Sole Agency,No,,The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced Suppliers to be main building contracts for this project.,Awarded,,20201117 Ministry of Education - School Infrastructure,9032651,Request for Proposals,Closed Competition,Hillcrest Normal School - 5YA Works 2014 (stage 2)(RFP),5332,20150223,20150318,20150512,,Sole Agency,No,,This tender relates to Previous GETS #4368615,Awarded,Your tender has been accepted in principle by the Hillcrest BOT. Formal acceptance will follow once Ministry of Education acceptance is received.,20201117 Ministry of Education - School Infrastructure,9206966,Request for Proposals,Closed Competition,"Karori West Normal School, Wellington - Roll Growth Classroom",4112,20150226,20150324,20151209,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from Suppliers for the supply of the construction work to undertake the addition of one classroom to the end of an existing teaching block. The work includes the clearing of the site, some excavation, concrete floor slab and foundation, erecting a timber framed structure with aluminium doors and windows and application of all linings, finishes and services for a complete job.",Awarded,"Awarded 09.12.15, start date 14.12.15 with estimated finish date 29.04.16.",20201117 Ministry of Education - School Infrastructure,9287988,Request for Proposals,Closed Competition,"Te Puke Intermediate School, Administration (Block G) - Tender",11646002,20150227,20150326,20160209,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Not Awarded,Job on hold,20201117 Ministry of Education - School Infrastructure,9323080,Request for Proposals,Closed Competition,Waipa School 2014 5YA Works (RFP),5312,20150302,20150325,20150615,,Sole Agency,No,,"Waipa School (Ngaruawahia) - Refurbishment of x6 classrooms, refurbishment of x2 cloak bays and a new ablutions block approx. 30m2.",Awarded,,20201117 Ministry of Education - School Infrastructure,9414040,Request for Proposals,Closed Competition,Pukenui School (Te Kuiti) (Request for Pricing) Block C Refurbishment,,20150305,20150330,20151109,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced Main Contractors to undertake Refurbishment of Block C, including replacement of floor and wall coverings, installation of heat pumps, construction of a covered deck, and alteration of a toilet block to provide for a withdrawal space",Awarded,,20201117 Ministry of Education - School Infrastructure,9454432,Request for Proposals,Open Competition,"Building Contractors - Classrooms Ceilings, Insulation & Heating upgrade, Greenmeadows School, Napier",1463,20150309,20150327,20151016,,Sole Agency,No,,"This project generally comprises installation of new ceilings to eight classrooms at Greenmeadows School, including new roof space insulation, and installation of ceiling panel heaters ??? and general making good after",Awarded,,20201117 Ministry of Education - School Infrastructure,9459287,Request for Proposals,Open Competition,Glendowie Primary School - Construction Services,,20150305,20150326,20190415,,On behalf of procurement agent,No,,Glendowie Primary School - Replacement of existing windows and reconfiguration of external elevation of existing school hall.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,9554302,Request for Proposals,Open Competition,Project Manager - School Property,Jan-15,20150312,20150410,20150520,,Sole Agency,No,,"Everglade School Board of Trustees require the services of a Project Manager to administer the 5YA and other capital works projects through to June 2018. The successful applicant will have experience in the school property field. They will have the ability to manage relationships and programmes in order to ensure that all projects are completed to the appropriate standards within the financial and time line expectations.",Awarded,,20201117 Ministry of Education - School Infrastructure,9564541,Request for Proposals,Open Competition,Mutliple Ministry of Education School Remedaition Project,WS116032,20150306,20150331,20150602,,Sole Agency,No,,"Description The Ministry of Education (the ???Ministry???) is responsible for protecting the Crown's ownership interest in land and buildings occupied by schools and for the administration of the relevant parts of the Education Act 1989 and related legislation providing for primary and secondary state education in New Zealand. The Ministry???s property portfolio comprises 2,187 state schools with approximately 17,000 school buildings. 1.1 The Ministry is inviting proposals from suppliers for the supply of quantity surveying services. Synopsis This RFP relates to the appointment of a suitably qualified and experienced Quantity Surveyor to facilitate the successful cost deliverables of weathertightness projects at four schools; i. Leabank School ii. Te Kura Kaupapa Maori o Manurewa iii. Waiuku College iv. Sir Edmund Hillary Collegiate including Junior & Middle Schools The quantity surveyor will be engaged to deliver the cost consultancy throughout the remedial works identified at Leabank School, and will be engaged for two activities (separable portions) for Te Kura Kaupapa Maori o Manurewa, Waiuku College, Sir Edmund Hillary Collegiate including Junior & Middle Schools. The two activities (separable portions) have been identified as follows; 1. Cost consultant services for the feasibility/ options analysis phase and to assist in determining the most appropriate course of action at each school. 2. Cost consultant services for the approved approach through to close out of the project. Initially the engagement is only for Leabank School and for separable portion one for Te Kura Kaupapa Maori o Manurewa, Waiuku College and Sir Edmund Hillary Collegiate including Junior & Middle Schools. Although, the engagement of the quantity surveying for all or any work including separable portion two is subject to the Ministry???s funding approvals, the Ministry???s sign-off of the proposed approach, and the Ministry being satisfied with the performance of the quantity surveyor who provided the services relating to separable portion one and the fee proposal from the quantity surveyor.",Awarded,Emmitt Consultants have been engaged to provide the professional QS services for this advertised contract.,20201117 Ministry of Education - School Infrastructure,9665470,Request for Proposals,Open Competition,CDP - Batch 26 - Manurewa High School,,20150310,20150402,20151103,,Sole Agency,No,,"The Ministry of Education???s Infrastructure Service, Service Delivery, Northern Region, has implemented the Classroom Delivery Programme to manage all roll growth projects in the Northern Region. White Associates is the Programme Director and responsible for procurement and monitoring of the programme and projects. The Buyer is seeking Project Management Services for delivery of Manurewa High School. The project involves the design and construction of 9 replacement classrooms, replacement of the library, rationalisation of excess classrooms and preparation of the 10YPP.",Awarded,The Ministry has awarded the contract to Maynard Marks Ltd. The Procurement Officer will be issuing feedback to each of the submissions in the coming week. The Ministry wishes to thank all companies who provided a submission for this RFP and appreciates the time and effort put in to the proposals.,20201117 Ministry of Education - School Infrastructure,9670141,Request for Proposals,Open Competition,Taupo Primary School Access and Toilet Block Modifications,,20150313,20150409,20150619,,Sole Agency,No,,"The Ministry is seeking tenders from suitably qualified and experienced suppliers for the modification of stairs, ramps and decks and a toilet block, Taupo Primary School, TAUPO. Requests for Proposal are sought from main contractors for the project which involves redevelopment and modernisation of an existing toilet block, and construction of stairs, ramps and covered decks. Registrations of interest must respond to the information required as stated rather than sending company brochures. Incomplete registrations will not be considered. The Board of Trustees reserves the right to shortlist, accept or rejects any contractors after a review of the registration of interest, past performances and reference checks. Site specific safety methodology plan to be included with tender submission. The project is run in accordance with the policies and procedures set out in the Ministry of Education Property toolbox found at the following link: http://www.minedu.govt.nz/NZEducationPolicies/Schools/Property/Toolbox.aspx",Awarded,Awarded to Wade Construction,20201117 Ministry of Education - School Infrastructure,9682057,Request for Proposals,Open Competition,Silverdale Primary - Main Contractor Weathertightness Remediation Works,WS113305,20150313,20150331,20170829,,Sole Agency,No,,"Silverdale Primary - Seeking Registrations of Interest for a Main Contractor doing Weathertightness Remediation Works The works are to remediate the existing admin and hall at the school which are experiencing weather tightness issues and require remediation. It is anticipated that the construction phase of this project will be 20 weeks with a build cost of approximately $700,000.00 The objective of this procurement is to provide an economical, high quality solution to remediate the existing buildings and prevent further issues from arising.",Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,9740500,Request for Proposals,Closed Competition,"Opaki School, Masterton - Modernise Classroom Block",4206,20150312,20150409,20150722,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from Suppliers for the supply of the construction work to undertake work in relation to the alterations and modernisation of a classroom block comprising two teaching spaces. The work includes roofing, clearing of the site, new aluminium windows and doors, application of linings, finishes and services for a complete job.",Awarded,"Awarded June 2015. Approx start of early July, finish Sept 2015.",20201117 Ministry of Education - School Infrastructure,9846078,Request for Proposals,Closed Competition,"Te Horo School, Otaki - Classroom Block Modernisation",4204,20150317,20150413,20150622,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from Suppliers for the supply of construction work to carry out alterations and modernisation to a classroom block comprising two teaching spaces. The work includes clearing of the site, creation of withdrawal and breakout areas, new internal sliding doors, application of linings, finishes and services for a complete job. It is expected that the project will begin late April 2015 with completion by end July 2015.",Awarded,"Awarded to DS O'Leary Building - $143,751.00",20201117 Ministry of Education - School Infrastructure,10037929,Request for Proposals,Open Competition,Temporary Accommodation (Leased) - Nga Iwi School,,20150320,20150424,20150519,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the leasehold supply of two re-locatable temporary classrooms for Nga Iwi Primary School. The procurement of leased temporary classroom facilities is to cater for current roll demands during the construction of new and replacement classroom facilities at the school.",Not Awarded,"The Ministry of Education would like to advise all respondents that the RFP for provision of temporary accommodation at Nga Iwi School will not be pursued. We would like to thank-you for your efforts in responding to this RFP and look forward to bringing forward future opportunities when these arise. If you have any queries in relation to this please contact Peter Scott.",20201117 Ministry of Education - School Infrastructure,10056280,Request for Proposals,Closed Competition,Motatau Primary - Rationalisation Of Block 2 Demolition,42.400 DC,20150326,20150423,20151103,,Sole Agency,No,,"Request for Proposal???s from suitably qualified and experienced contractors to demolish and/or remove an old high school block (block 2) from Motatau Primary School. This block comprises of four classrooms and the associated bathrooms. The coordination of a council approved sub-contractor will be required for the compliant removal of the septic tank currently on site. This project also includes the demolition and/or removal of the bus shed at Motatau Primary School, Kawakawa, Northland.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,10057819,Request for Proposals,Closed Competition,Greerton Village School - A Block Special Education Withdrawal Room (GVS07) RFP,GVS07,20150320,20150417,20150520,,On behalf of procurement agent,No,,"Greerton Village School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Demolition of two existing toilet blocks and storage shed, along with the Construction of a new Special Education Withdrawal Room. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the Recently closed Registration of Interest, REF #8245232 (GVS07). Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education form of Construction Contract Draft for review (In two parts - Part 1 & Part 2 - both in PDF format) - Tender Summary Form (EXCEL Format) - Ministry of Education RFP Standard Conditions (PDF format) - Tender Drawings (PDF format) - Tender Specification (PDF format) - Tender General Fittings Schedule (PDF format) - Fire Report (PDF format)",Awarded,Tender Analysis was performed at closure of RFP. Canam Group were the successful tenderer and have been awarded the Contract.,20201117 Ministry of Education - School Infrastructure,10058111,Request for Proposals,Open Competition,Motatau Primary Rationisation of Block 2 Electrical,42.4,20150326,20150423,20151103,,Sole Agency,No,,"Suitably qualified and experienced Electrical Contractors to relocate of the main distribution board before Block 2 is demolished and/or removed from Motatau Primary School, Kawakawa,Northland.",Awarded,,20201117 Ministry of Education - School Infrastructure,10096289,Request for Proposals,Closed Competition,Waverley Park Primary Block B Stage 2 Upgrade,15-007 RFP,20150323,20150417,20150529,,Sole Agency,No,,"Waverley Park Block B Stage 2 Upgrade: Waverley Park School are seeking tenders from qualified contractors for the upgrade of Block B (Stage 2). Upgrade involves window replacement to south side of building, formation of breakout spaces in classrooms & alterations to cloakbays, toilet facilities & art bays.",Awarded,All tenderers were evaluated with the lowest compliant tender being selected.,20201117 Ministry of Education - School Infrastructure,10199955,Request for Proposals,Closed Competition,Northland School - Design Services RFP,,20150324,20150415,20170606,,Sole Agency,No,,,Not Awarded,The tender process was cencelled prior to awarding a contract.,20201117 Ministry of Education - School Infrastructure,10259871,Request for Proposals,Open Competition,Totara Park School - Main Contractor : S Block Redevelopment and External Fabric Repairs,6051.01,20150327,20150423,20150629,,Sole Agency,No,Please,"Registrations for Proposal (RFP) are invited for main contractor services to undertake construction works required for the internal reconfiguration of Block S and external fabric repairs at Totara Park Primary School. Please note it is expected that the priced and non priced portions compiling this tender should be submitted as two SEPARATE files.",Awarded,"Tracer Construction has been awarded this contract. We thank all respondents for providing submissions. Please contact me via email should you have any further queries. Regards Ally Jeppesen Project Manager Octa Associates",20201117 Ministry of Education - School Infrastructure,10288508,Request for Proposals,Open Competition,"Lead Designer, Kimi Ora Community School, Hawkes Bay",,20150327,20150423,20160203,,Sole Agency,No,,"Lead design services for a new early childhood education building at Kimi Ora Community School, Flaxmere.",Awarded,"I would like to inform you that you are successful with your submission for Kimi Ora ECC. Cheers",20201117 Ministry of Education - School Infrastructure,10297422,Request for Proposals,Open Competition,Marlborough Girls College Commercial Kitchen Fit Out,1034,20150327,20150424,20170720,,On behalf of procurement agent,No,,"The Ministry of Education (the Ministry) is inviting proposals from suitably qualified and experienced Suppliers to provide and install a commercial kitchen to be used as teaching facility at Marlborough Girls College in Blenheim. The work will involve providing and installing all the specified kitchen equipment. Providing a design service to confirm the lay out. Providing fully dimensioned drawings and working with the project manager to determine a scope of works and specifications for other trades.",Not Awarded,Client did not process with the project. Tender therefore not awarded.,20201117 Ministry of Education - School Infrastructure,10299045,Request for Proposals,Closed Competition,Riverhead Relocatable Classrooms,P2017,20150327,20150423,20170629,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from suitably experienced and qualified Suppliers to relocate to full operation, 3 classrooms to Riverhead School, Auckland. In addition to this there is 1 existing relocatable classroom and toilet unit onsite (adjacent to the temporary village location) which will form part of the temporary village. The total temporary village under this contract is 4 classrooms and 1 toilet unit. This Project is part of the Ministry???s Classroom Development Programme (CPD) Batch 14. The project will include: - Undertaking applications and obtaining any necessary building and resource consents - Any civil, structural or services connections and investigations required - Installation, connection and commissioning of learning studios and toilet blocks - Construction of all verandahs, decks, ramps, steps, baseboards and access paths required for each classroom. - Allow for all temporary access provisions and making good the site at completion of the contract. - Ensuring the construction works are carried out with minimal disruption to the on-going school operations, and - Ensuring the buildings are available for occupation on time ??? i.e. all services are fully functional and facilities are available to teach students on the agreed completion date. PLEASE DOWNLOAD DOCUMENTS FROM https://www.dropbox.com/l/c8wHZ3EEygtw70Hx6UJVgr",Not Awarded,The contract was awarded to Astley Construction and will start in June 2015. The term of this contract is 2 months.,20201117 Ministry of Education - School Infrastructure,10303324,Request for Proposals,Closed Competition,Northland School - QS Services RFP,,20150327,20150420,20150424,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,10437553,Request for Proposals,Closed Competition,Selwyn Ridge Primary School - New Artificial Multi Purpose Turf (SEL03) RFP,SEL03,20150402,20150424,20150608,,Sole Agency,No,,"Selwyn Ridge Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Design and Construction of a new Artificial Multi Purpose Astroturf. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #2460181. Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education form of Construction Contract Draft for review (In two parts - Part 1 & Part 2 - both in PDF format) - Tender Summary Form - Option 1 (EXCEL Format) - Tender Summary Form - Option 2 (EXCEL Format) - Ministry of Education RFP Standard Conditions (PDF format) - Tender Document (PDF format) - Turf Layout Image (PDF format) - Turf Location Plan (PDF format)",Not Awarded,"This RFP was cancelled due to a lack of compliant supplier submissions. A new two stage RFP will be initiated in the coming days, effectively re-advertising the works.",20201117 Ministry of Education - School Infrastructure,10465734,Request for Proposals,Closed Competition,"Porirua Primary School, Porirua - RFP Modernise Student Toilets",4104,20150402,20150424,20160204,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of construction work to carry out alterations and modernisation of student toilet areas located in two classroom blocks. Work may extend to the creation of a new medical room in the administration building and the upgrade of the accessible bathroom if funding allows. It is expected that the project will commence in early June 2015 with completion expected within twelve weeks.,Awarded,Awarded to Peryer Construction with approx completion date early April 2016.,20201117 Ministry of Education - School Infrastructure,10562036,Request for Proposals,Open Competition,RFP for CDP - Group 3 - Auckland Region Special Needs Modifications - Minor Alterations,WS117565,20150402,20150429,20151103,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have safe access to locations around schools. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme ??? Group 3 Special Needs Modifications - Minor Alterations. The Ministry is seeking to engage the services of a Supplier for the design, management, and construction of works at multiple schools under a Group of projects. Special Needs Modification projects relate to a wide range of modifications that occur when a pupil (with special needs) enrols at a school. These projects arise on an ad-hoc basis, with the works often required to be completed quickly, following a short notification period. The Group 3 works are classed as Minor Alterations, which may include (but not limited to) the supply and installation of ramps, signs, ramps, handrails and specialist furniture. Typically, they can be scoped by the Supplier and will require minimal design services",Awarded,The Ministry has awarded the contract to Q Maintenance Ltd. The Procurement Officer will be issuing feedback to each of the submissions in the coming week. The Ministry wishes to thank all companies who provided a submission for this RFP and appreciates the time and effort put in to the proposals.,20201117 Ministry of Education - School Infrastructure,10562106,Request for Proposals,Open Competition,RFP for CDP - Group 4 - Auckland Region Special Needs Modifications - Major Works,CW30546,20150402,20150429,20151103,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have safe access to locations around schools. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme (CDP) ??? Group 4 Special Needs Modifications - Major Works. The Ministry is seeking to engage the services of a Supplier for the design, management, and construction of works at multiple schools under a Group of projects. Special Needs Modification projects relate to a wide range of modifications that occur when a pupil (with special needs) enrols at a school. These projects arise on an ad-hoc basis, with the works often required to be completed quickly, following a short notification period. The Group 4 works are classed as Major Works, which include works that require detailed design documentation and building consents. They include modifications such as Lifts and High Dependency Toilets (HDWC).",Awarded,The Ministry has awarded the contract to Q Maintenance Ltd. The Procurement Officer will be issuing feedback to each of the submissions in the coming week. The Ministry wishes to thank all companies who provided a submission for this RFP and appreciates the time and effort put in to the proposals.,20201117 Ministry of Education - School Infrastructure,10562277,Request for Proposals,Open Competition,"RFP - CDP Batch 38 - Ngataki School (SPG), TKKM o Rangiawhia and Te Rangi Aniwaniwa",CW31011,20150407,20150430,20151007,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch 38 project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch 38 Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The project involves the following projects and Scope: Ngataki School - School Property Guide (SPG) works to a maximum of 68.9 m2 Gross, TKKM o Rangiawhia - 2 roll growth teaching spaces, 1 relocatable classroom, Miscellaneous 5YA upgrades Te Rangi Aniwaniwa - 2 roll growth specialist teaching spaces, Renovation/MLE upgrade of the Wharekura, Condition assessment of the building",Awarded,,20201117 Ministry of Education - School Infrastructure,10562382,Request for Proposals,Open Competition,RFP - CDP Batch 39 - Leigh School,CW31233,20150407,20150430,20151027,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch 39 project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch 39. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch involves 2 no. roll growth classrooms and associated site works. The anticipated project budget inclusive of the construction, all fees and costs is $407,208",Not Awarded,The Ministry reviewed the project following the introduction of the new National Transportable Program and decided that a Modular Transportable Building (MTB) option will give the best value for the site. MTB's are a turn key product therefore there is no longer the requirement for consultants for this project. The Ministry appreciates the time and effort put in to the proposals received.,20201117 Ministry of Education - School Infrastructure,10562854,Request for Proposals,Closed Competition,"Rangikura School, Porirua East - RFP, Blocks A, B1, B2, D, J, M, R2, R3, Boiler - Replace Roofing",4208,20150408,20150428,20150622,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of roofing work being the replacement of metal roofing on various blocks of single storey nature. The work will be carried out progressively one block at a time. It is expected that the project will be completed between May and June 2015.,Awarded,"Awarded to Seniors Roofing Limited - $125,764.00",20201117 Ministry of Education - School Infrastructure,10758759,Request for Proposals,Open Competition,RFP Main Contractor - Randwick Park School,6944,20150413,20150501,20150625,,Sole Agency,No,,"Randwick Park Primary School BOT is inviting Proposals from suitably qualified and experienced Main Contractors only (suppliers) to carry out the construction of the below projects: -Structural canopy extension. - Block 8: Accessible toilet. - Block 1: Breakout spaces. It is anticipated that the construction phase of all 3 projects will have a combined build cost of approximately $300,000.00",Awarded,,20201117 Ministry of Education - School Infrastructure,10808362,Request for Proposals,Open Competition,Design Services - Cosgrove School : Blocks 1&2 Classroom Modernisation Project,,20150415,20150508,20170530,,Sole Agency,No,,"Fee Proposals are sort for the Architectural Design Documentation Services required for the Modernisation of 8No. Classrooms, Blocks 1&2 for Cosgrove School, Papakura, Auckland. Applicants are requested to supply Fee Proposals based on the attached Project Brief and Layouts to a Council Consent level for Consent submission, including required Sub-Consultants. Applicants are required to include Company Profiles with Company Project History for Client review. This project will run in accordance with MoED policies and procedures set out in the MoED Toolbox at the following link : http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/propertyToolBox/StateSchools/design/WeatherTightnessFailure.aspx",Not Awarded,"Awarded to ABRI Architects Limited, Design completed August 2015.",20201117 Ministry of Education - School Infrastructure,10823193,Request for Proposals,Closed Competition,"Tawa Intermediate School, Tawa - RFP, Special Needs Modifications - Fencing",4228,20150415,20150506,20150722,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of fencing works about the school???s perimeter which is comprised of galvanised steel non scalable fences and timber fencing. The work will also include vehicle and pedestrian gates.,Awarded,Awarded 28 May 2015. Start July with finish August 2015,20201117 Ministry of Education - School Infrastructure,11006723,Request for Proposals,Open Competition,"Marfell School: Roof alterations & repairs, 2015",3087.01,20150420,20150519,20150910,,On behalf of procurement agent,No,,"On behalf of the Marfell School Board of Trustees, Tenders are sought from Main Contractor construction companies to undertake for the building of Marfell School: Roof alterations & repairs, 2015 in its entirety. The intention of the project is the improvement of existing failing roofs & in places the replacement of roofs within the school. The work is spread over several blocks and involves: - re-building with greater pitch of profiled metal roofs - building new clerestorey windows where increased roof pitches require it - re-roofing of profiled metal roofs - re-cladding & re-flashing some wall areas - replacing fasteners and re-flashing existing areas of profiled metal roofing - replacement of some small butyl rubber areas of gutter with TPO membrane and better outlets - replacement of translucent roofing & netting - removal & roofing over some skylights, insulating & making good interiors - replacing some spouting & downpipes - painting of affected existing roofs",Awarded,,20201117 Ministry of Education - School Infrastructure,11170347,Request for Proposals,Closed Competition,"Wellington High School, Wellington - RFP, Blocks A, LM,Links, Refurbish Electrical Switchboards - Heat Pumps",4189,20150429,20150521,20150814,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from Suppliers for the supply of electrical and mechanical services work, to carry out the upgrading of air conditioners to various blocks. It is expected that the project will begin June 2015 and completion in July 2015.",Not Awarded,"SAE was also part of the RFP process. Contract Awarded to City Electricians 2008 Ltd.",20201117 Ministry of Education - School Infrastructure,11178047,Request for Proposals,Open Competition,Rakaia School - 4 x new Teaching Spaces,Rakaia4NewRooms2015,20150424,20150513,20150611,,Sole Agency,No,,"Description School Support Limited on behalf of the Rakaia School Board of Trustees is inviting Registrations of Interest from suitably qualified and experienced Main Contractors (suppliers) who can carry out the following project. Project Title: 4 x new Teaching Spaces This work will consist of: The construction of four new teaching spaces, to be built as one stand-alone building, on a new site within the existing school grounds. This will include 4 teaching spaces, wet areas, toilet facilities and office spaces. It is envisaged that the tender documents will be sent out at the end of May 2015, after this Registration of Interest period ends, with a view of beginning the project June/July 2015 and with project completion being December 2015. Please see attached ROI documentation which must be filled out and submitted as your Registration of Interest. Unsuccessful applicants will be notified by email.",Not Awarded,Selected suppliers will be taken through to closed tender.,20201117 Ministry of Education - School Infrastructure,11199052,Request for Proposals,Open Competition,Riverhead School - Exterior Lift Shaft Construction,P2017,20150423,20150519,20170623,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from suitably experienced and qualified main contractors to carry out Special needs Modifications to an existing 2 storey classroom block at Riverhead School. The modifications include; - Removal of an existing lift - Conversion of the existing lift shaft into a ground floor sports storage room and first floor book storage room. - Construction of a new lift shaft to service the existing 2 storey classroom block. - Site works. The supply and installation of the lift is by a nominated sub contractor.",Awarded,The contract was awarded to Platinum Pacific Re-clad Ltd.,20201117 Ministry of Education - School Infrastructure,11263490,Request for Proposals,Open Competition,Lead Designer for Gisborne Girls' High School,,20150428,20150521,20150820,,Sole Agency,No,,Full Design Services required for the Redevelopment of Gisborne Girls' High School,Awarded,Pidd Atkinson Architects Ltd has been awarded the contract for this procurement. We thank you for the effort you have put into preparing your submissions.,20201117 Ministry of Education - School Infrastructure,11263609,Request for Proposals,Open Competition,Main Contractors for Alteration & Upgrade to 2 Classrooms at Whatawhata School (Open RFP/single stage),5474,20150428,20150521,20150612,,Sole Agency,No,,"Infill between to 2 classroom blocks to create a common resource/workroom area, minor internal refurbishment of classrooms and construction of outdoor teaching area.",Awarded,Your tender has been accepted in principle by the Whatawhata School BOT. Formal acceptance will follow once the Ministry of Education acceptance is received.,20201117 Ministry of Education - School Infrastructure,11285579,Request for Proposals,Open Competition,Rutherford College Uniforms,,20150424,20150515,20170829,,Sole Agency,No,,"Rutherford College seek proposals for a Uniform Provider. We are looking for high quality, relevant experience, capacity and value-for-money.",Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,11308283,Request for Proposals,Closed Competition,Pukekohe Intermediate / Library & Technology (Blocks 9 & 6),WS111556,20150506,20150529,20160205,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Woodview Construction Limited,20201117 Ministry of Education - School Infrastructure,11414902,Request for Proposals,Open Competition,"Main Contractor, Thorndon School - Temporary Accommodation",CW32331,20150501,20150526,20150714,,On behalf of procurement agent,No,,Suppliers Proposals are invited for main contractor services to undertake construction works required for the refurbishment and upgrading of three existing classroom buildings situated at Wellington Girls College. The desired outcome is the provision of facilities that can be used as temporary accommodation by Thorndon Primary School whilst weathertightness remediation works take place.,Awarded,,20201117 Ministry of Education - School Infrastructure,11453625,Request for Proposals,Closed Competition,Remedial Work at Apanui School - Administration and Library (Block A),16369001,20150504,20150529,20160209,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. You should also advise whether or not you or any entities which are associated with your tendering company through shareholdings or directorships (whether legally or beneficially): ??? Has (or has previously had) any unresolved, existing or anticipated claims or other disputes (including weathertightness claims) with the Ministry (or in respect of weathertightness claims, any other third party); ??? Is or has provided services to a third party engaged in a dispute with the Ministry; ??? Has any other work commitments which might impact on the performance of the work contemplated by this tender; or ??? Is aware of any other potential conflict of interest which ought fairly to be brought to the Ministry's attention. If any of the above apply, please disclose in a covering letter accompanying your tender, full details of the relevant claim, dispute or commitment. The Ministry of Education reserves the right, if it considers the relevant claim or dispute constitutes a conflict of interest, or if the work commitment is too great, to exclude your company from further participating in the tender process. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Not Awarded,Job on hold as at September 2015,20201117 Ministry of Education - School Infrastructure,11557820,Request for Proposals,Open Competition,Wellington College: Firth Hall Seismic Strenthening,11557820,20150508,20150605,20150626,,Sole Agency,No,,"Description 1.1 Wellington College is a state secondary school based in Dufferin Street Wellington. One of the old heritage buildings on the college site is Firth Hall. The building is a two story unreinforced brick structure that is connected to the performing arts buildings behind. The building requires structural strengthening to meet the MOE and building code structural requirements for school buildings. The building is jointly owned by the MOE and School BOT. The building is a category one historic place and as such the proposed works have been vetted and designed to suit this status. The works will be undertaken during normal working hours while the College continues to function on the site. The building will be completely vacated for the duration of the site. The College will need to continue to use the performing arts centre behind during construction. A site management plan will need to be developed by the Main Contractor to take into account the colleges activities around the construction zone. 1.2 Ministry of Education (the Ministry) and Wellington College BOT request tender proposals from main contractors to undertake the strengthening works. It is proposed that the works will start immediately after the contract has been awarded and that the works will be completed as soon as possible. The scope of works includes partial demolition and make good to the existing building to undertake the seismic strengthening works site works detailed in the attached plans and specifications. It is proposed to have the works completed so the College can re-occupy the building for the start of the 2016 school year. Full detailed plans and specifications accompany this document and describe all works to be included in this contract. In general terms the works are ??? Site establishment inc complete scaffold and shrink wrap of the existing structure ??? Partial demolition as required ??? Install structural components ??? Make good architecturally to the building ??? Disestablishment 1.3 The Ministry and Board of Trustees will evaluate the proposals based on price and program 1.4 The contract will expire once all agreed deliverables have been completed.",Awarded,,20201117 Ministry of Education - School Infrastructure,11564546,Request for Proposals,Open Competition,Cleaning Contract,,20150506,20150529,20150616,,Sole Agency,No,,"The Ministry of Education (the Ministry) and James Cook Board of Trustees are inviting Proposals from suitability qualified companies to provide cleaning services based on the specifications and scope of works. The school has a current roll of 1168 students and the teen parenting unit with a roll of 30 students. A site visit is required to assist in the completing this proposal and visits are to be made during the proposal submission period between the hours of 9.30am and 3.30pm on Monday to Fridays with the limitations that visitors comply with the schools policy while on site, sign in at reception and wear an ID while on site.",Awarded,,20201117 Ministry of Education - School Infrastructure,11721938,Request for Proposals,Closed Competition,Main Contractors for Hillcrest Normal School Dental Clinic Conversion (RFP),5435,20150511,20150605,20150713,,Sole Agency,No,,,Awarded,This contract has been awarded to Mitchell Construction Ltd,20201117 Ministry of Education - School Infrastructure,11723934,Request for Proposals,Open Competition,RFT for Main Building Contractor for 5YA Construction Work at Amisfield School,193,20150511,20150603,20151112,,Sole Agency,No,,"We are seeking a Main Contractor to carry out buildinc construction work at Amisfield School in Tokoroa. Works include constructing new decks and a accessible ramp, internal refurbishments of resource area/office space/toilet areas, aluminium joinery, interior cabinetry, floor coverings, painting.",Awarded,,20201117 Ministry of Education - School Infrastructure,11780947,Request for Proposals,Open Competition,RFT for Main Contractor for Toilet Reefurbishment Project at Lynmore School,66,20150512,20150604,20151022,,Sole Agency,No,,"We are seeking a Main Contractor to carry out building construction work at Lynmore School in Rotorua. Works include alterations to existing staff & student toilets and refurbish of an existing resource area into offices.",Awarded,"Contract Awarded: 21st October 2015 Contract start date: 7th December 2015 Completion date: 26th February 2015",20201117 Ministry of Education - School Infrastructure,11806080,Request for Proposals,Open Competition,Pigeon Mountain School- Architectural Services,,20150513,20150605,20150918,,Sole Agency,No,,The Pigeon Mountain School Board of Trustees seeks proposals from suitably qualified architects to submit fee proposals for the 5YA projects at PM School. The first of many projects is the upgrade/redevelopment of their junior classroom block. This is one of many works outlined in the school's 10Y PP.,Awarded,,20201117 Ministry of Education - School Infrastructure,11806827,Request for Proposals,Open Competition,Pigeon Mountain School- Project Manager,,20150513,20150605,20150716,,Sole Agency,No,,Pigeon Mountain School Board of Trustees seek proposals from suitably qualified and experienced education sector Property Managers to assist in the overseeing of the upgrade/redevelopment of their junior classroom block. This is the first of many works planned for the school as outlined in the 10Y Property Plan.,Awarded,,20201117 Ministry of Education - School Infrastructure,11844141,Request for Proposals,Open Competition,Main Contractor for Classroom Upgrade Block 5 at Gulf Harbour School,20150511,20150515,20150602,20150715,,Sole Agency,No,N/A,The Gulf Harbour School Board of Trustees (the School) are inviting Registrations of Interest (ROI) from suitably qualified and experienced Suppliers to deliver the proposed Classroom Upgrade Block 5 Project. Works include alterations and surface upgrades to the existing 5 classroom block. A maximum six selected suppliers may be invited to submit tender through a subsequent closed RFP process.,Awarded,RFx used as ROI to select candidates for subsequent RFP,20201117 Ministry of Education - School Infrastructure,11855746,Request for Proposals,Open Competition,Redhill Primary | Stage 1 | Temporary School,12A-324,20150513,20150605,20151106,,Sole Agency,No,"Level 2, 25 Teed Street, Newmarket Auckland","The objectives of this RFP is to procure and design and build contract to facilitate the Construction of a temporary school precinct (including infra-structure * enabling works) which will facilitate the major redevelopment of Redhill school. The Supplier will provide both Design and Main Contractor services for the Temporary school which will include the but not be limited to the following; ??? Local Authority Approval (Outline Plan of Works & Building Consent) ??? Developed and Detailed Design Documentation ??? Stakeholder Design and Site Meetings ??? Enable and Infrastructure Works ??? Removal and relocation of Pre-Fabricated Buildings from Existing sites ??? Making good and maintenance of Existing Sites ??? Construction of the Redhill Temporary School & Enabling Works ??? Local Authority Approval Close Out.",Awarded,,20201117 Ministry of Education - School Infrastructure,11863525,Request for Proposals,Open Competition,"Otaki College - Lead Design Services : Administration, Library & Learning Support Redevelopment Project",6056.03,20150520,20150616,20160108,,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,11895718,Request for Proposals,Open Competition,ROI - Tauraroa Area School Whangarei - Miscellaneous Works,"G335, G337",20150515,20150604,20150605,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified main contractors for the Upgrade two classroom blocks. This will be carried out in two stages and will be tendered separately. Stage one will be approx.60% of the total value of the works and Stage Two will be approx.30%. Stage One - Block 3 (4 teaching spaces): ??? Create Breakout area ??? Upgrade internal spaces ??? Install new windows ??? Upgrade interior ??? Roof repairs ??? Asbestos cladding replacement Stage Two - Block 7 (Gymnasium): ??? Remove and replace approx. 20% of the cladding ??? Remove windows and make good with interior wall linings and exterior cladding ??? Repairs to roof ??? Replace and Paint Interior wall linings All responses must be submitted through GETS All queries must be made via the "" ask a question"" function on GETS",Awarded,,20201117 Ministry of Education - School Infrastructure,11937151,Request for Proposals,Open Competition,Balaclava School - Block 3 MLE Upgrade,3709/15/01,20150515,20150603,20170622,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,12051095,Request for Proposals,Open Competition,Tinui School Roof and Classroom Upgrade,,20150521,20150618,20150717,,Sole Agency,No,,"1.1 Tinui School is a state primary school based in the village of Tinui 30 mins east of Masterton in the Wairarapa. The main block at Tinui School houses the admin and two teaching spaces. This building is an old ???Avalon??? type standard single level light framed timber building circa 1950???s. This project is for the upgrade and modernisation of the teaching spaces and a significant redesign and repitching of the flat roof areas on the building, along with associated services works. A site management plan will need to be developed by the Main Contractor to take into account the school activities around the construction zone. The school will be able to completely vacate the two rooms during construction but the admin areas will remain in use by the school. 1.2 Ministry of Education (the Ministry) and Tinui School BOT request tender proposals from main contractors to undertake the works. It is proposed that the works will start immediately after the contract has been awarded and that the works will be completed as soon as possible. The scope of works includes partial demolition and make good to the existing building to undertake modernisation works detailed in the attached plans and specifications. It is proposed to have the works completed so the School can re-occupy the building prior to the end of this school year. Full detailed plans and specifications accompany this document and describe all works to be included in this contract. In general terms the works are ??? Site establishment ??? Partial demolition as required ??? Upgrade works ??? Associated services works ??? Disestablishment 1.3 The Ministry and Board of Trustees will evaluate the proposals based on price and program 1.4 The contract will expire once all agreed deliverables have been completed.",Awarded,,20201117 Ministry of Education - School Infrastructure,12072118,Request for Proposals,Closed Competition,Te Kauwhata College Request for Tender - MLE Refurbishment & Minor Alterations,,20150521,20150616,20151109,,Sole Agency,No,,The Ministry of Education (the Ministry) and Board of Trustees is inviting Proposals from Suppliers for the supply of materials and services to undertake the MLE Refurbishment work and Minor Alterations to the Te Kauwhata College.,Awarded,,20201117 Ministry of Education - School Infrastructure,12195569,Request for Proposals,Open Competition,Fire Alarm Upgrade Wanganui High School,189,20150525,20150625,20170626,,Sole Agency,No,,"This will be a design build project. Anticipated start date being August 2015. Completion date August 2016.",Awarded,,20201117 Ministry of Education - School Infrastructure,12202189,Request for Proposals,Open Competition,"Victory School, Nelson - Tender for Property Modifications",3231,20150527,20150623,20150630,,Sole Agency,No,,"The Ministry of Education and School Support Ltd along with the Victory School, Nelson Board of Trustees invite suitably qualified contractors who capable of carrying out the works at Victory School, Nelson. The works includes Security Fencing, Self Closing Gates, Concrete Ramps, Stainless Steel Handrails, Commercial Section Aluminium. Some plumbing and Electrical work is also involved.",Awarded,,20201117 Ministry of Education - School Infrastructure,12204781,Request for Proposals,Closed Competition,Main Contractor - Hataitai School New Classroom,CW32326,20150525,20150619,20170829,,Sole Agency,No,,"Submissions are invited from shortlisted Suppliers for the supply of construction works required for the new classroom block at Hataitai School. The works include will include: ??? New Classroom Block approximately 355sqm ??? Demolition of existing building 355sqm ??? Associated site works",Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,12204906,Request for Proposals,Open Competition,Wairoa College - Main Building Contractor for various projects including New Toilet Blocks and Strengthening Projects,1453,20150525,20150623,20151222,,Sole Agency,No,,"The purpose is to procure QUOTATIONS through an open process from Main Contractors for the construction of 8 sub projects identified in this one overall project. They are the following:- 2.2.1 Gym ??? Structural strengthening of the main part of the gym structure to bring it up to minimum 67% of NBS, and involves the complete removal and replacement of the existing roof cladding and repitching of the main area gym roof. The existing roof has had (2014) a temporary repair/patch as it was leaking. This scope of work also includes the installing a new heating system (nil at present) and upgrading to fire system. 2.2.2 Gym ??? Upgrade of the Changing rooms, showers and toilets in the single storey lean ??? to portion of the gym building. This will also involve providing a new water supply to the gym facilities as the current is inadequate to be fully functional. 2.2.3 New 3 pan toilet and 2 shower standalone block to be located to the south side of the existing Block 27 Marae building. This is to be Stage 1 and fully functional before commencement of Stage 2 work being the replacement for Block Z6. Page 4 of 15 Wairoa College Procurement Plan for Building Contractor for Various Building Projects 2015 Edition 1, Version 1, April 2015 2.2.4 New 6 pan Toilet Standalone Block to replace the current Block Z6, located between the Block A Admin/Hall and Block B. Stage 2 2.2.5 Hall ??? Asbestos Removal - The complete removal of the suspected under floor asbestos presence in the pipe lagging and any other areas in the hall, This work is required to be completed before any other work on the Hall commences. And the Hall - Structural strengthening work so that it is brought up to 67% of National Building Standards (NBS). 2.2.6 Hall- Covered Way ??? Replacing the leaking ???flat??? old style metal tray roof cladding with a new membrane and repitched substructure and repaired existing. 2.2.7 Block V ??? Resolve the noted classroom requiring dust extraction and classroom with drainage issues. 2.2.8 Whole College ??? Upgrade the existing Fire system so that it is all integrated and working as a complete unit, as at the moment some Blocks do not communicate to others meaning that staff in 1 part of the school are not aware of an alarm activation in another part of the school. Refer to individual sub project scope of work as only noted required to be brought up to Type 4 as required by MoE.",Awarded,"Awarded to Atkin Construction Ltd Hawkes Bay $1,254,901 excl GST, adjusted to be on equal basis $1,349,934.88 excl GST Unsuccessful ??? Bothwell Construction Ltd Gisborne $1,311,727.23 adjusted to be on equal basis $1,,461,761.11 excl GST Stead Construction Ltd Hawkes bay $1,484,177 adjusted to be on equal basis $1,571,677 excl GST",20201117 Ministry of Education - School Infrastructure,12273674,Request for Proposals,Open Competition,Partial Demolition of Block One at Oratia District Primary,15.1,20150528,20150624,20151103,,Sole Agency,No,,"The Ministry of Education (the Ministry) and Oratia District School Board of Trustees are inviting proposals from suitably qualified and experienced contractors to demolish and remove the buildings and all structures between the Resource Room and Room 19 within Block One. This project will be precursor to future works to be carried out within this block. The work will comprise of the compliant removal of three classroom spaces and a bathroom. Once these have been removed the remaining building will need to be made weathertight, site levelled and new soft landscaping. (topsoil/grass). We envisage this work will be a design/ demolition project and this is to be reflected in your methodology. Please note the site plans attached.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,12330998,Request for Proposals,Closed Competition,Hauraki Plains College Wharekai Multipurpose Room (RFP),5482,20150529,20150619,20150907,,Sole Agency,No,,Internal upgrade to Multipurpose Room,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,12355451,Request for Proposals,Closed Competition,Hutt Central School Classroom Refurbishment,,20150528,20150619,20150729,,Sole Agency,No,,Request for proposals for Hutt Central School Classroom Refurbishment,Awarded,,20201117 Ministry of Education - School Infrastructure,12362957,Request for Proposals,Open Competition,RFP - CDP Batch 33 - Northland College TPU/ECC,CW33345,20150605,20150630,20151007,,Sole Agency,No,,"The Ministry of Education is inviting proposals from Suppliers to supply services to Design and Build a new Teen Parent Unit (TPU) and Early Childhood Centre (ECC) adjacent to Northland College in Kaikohe, Northland. The supplier will undertake the design, management, and construction of the project. Teen Parent Units are one way of supporting school-age young people who are pregnant or parenting. A Teen Parent Unit is an educational facility attached to an already established host state school. The units are designed to provide educational support for these students. The unit is always linked to an Early Childhood Education provider so that the child can be supported while the young parent is learning. There are two stages to this contract. Stage 1 is to develop a Concept design/Preliminary design to the Ministry budget and gain approval to complete the design and construction, called the Master Plan. Stage 2 is to complete the design, consenting, subcontractor procurement and construction of the buildings based on agreed Stage 1 Master Plan scope.",Awarded,,20201117 Ministry of Education - School Infrastructure,12376185,Request for Proposals,Closed Competition,"Tui Glen School, Stokes Valley - RFP Block 3 Refurbish Classrooms/Toilets (Phase 1) - Block 1 Refurbish Plumbing and Toilet Floors",4197,20150529,20150622,20150925,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of the construction work to undertake work in relation to the modernisation to two classrooms along with adjacent toilets. It is expected that the project will begin July 2015 and completion in October 2015.,Awarded,Awarded 21 September 2015. Start September 2015 with finish February 2016.,20201117 Ministry of Education - School Infrastructure,12389770,Request for Proposals,Closed Competition,Ngahinapouri School - 5YA Development 2015,1013,20150529,20150625,20151103,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Request for a Proposal (tender) from Suppliers involved in the previous RFP process to re-price a project that has been re-drawn to a new design. The project now involves retaining the existing buildings and altering/extending them. Junior block is to be opened up into one large shared teaching space and have some ancillary rooms added on. Senior and admin block scopes have not changed much, but the senior toilet block will now be retained and refurbished, which part of it to become a breakout space.",Awarded,,20201117 Ministry of Education - School Infrastructure,12407034,Request for Proposals,Closed Competition,"Adventure School, Porirua - RFP Block A Refurbish Classrooms/Toilets",4171,20150602,20150629,20151103,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of construction work to carry out alterations and modernisation to a classroom block comprising four teaching spaces and toilet facilities. It is expected that the project will be completed with work beginning mid July 2015 and completion late October 2015.,Awarded,"Awarded to D S O'Leary Building Ltd, start Nov 2015, due to finish Mar 2016.",20201117 Ministry of Education - School Infrastructure,12493493,Request for Proposals,Open Competition,Flaxmere College Architectural Services for School and MOE funded projects,FC05292015,20150604,20150703,20150905,,Sole Agency,No,,"The Ministry of Education and the Board of Trustees are undertaking ongoing building replacement projects at Flaxmere College Hastings. The projects will be managed by the Ministry of Education. The Ministry of Education are seeking proposals from a Registered Architect to undertake design work as and when required. The first project is to replace Block K and Block J with a new building that has 5 teaching spaces in total that include a classroom for teaching art. The current buildings that are to be replaced Block K and Block J are in total 525m2 gross area. The estimated budget inclusive of all costs is approximately $1,102,500.00. Please read through the RFP document and complete the sections and reply through GETs process.",Awarded,This contract has been awarded to Prendos New Zealand Ltd,20201117 Ministry of Education - School Infrastructure,12499225,Request for Proposals,Open Competition,Main Contractor - New Windsor School,5YA,20150604,20150629,20150916,,Sole Agency,No,,"Main Contractor - New Windsor School 5YA Works New Windsor Primary School BOT is inviting Proposals from suitably qualified and experienced Main Contractors only (suppliers) to carry out the construction of the below projects: - Block 1: 3x Classroom and breakout spaces refurbishment (both internal and external works) - Block 11: 3x Classroom and breakout spaces refurbishment (both internal and external works) It is anticipated that the construction phase of this project will take place over two stages (back to back) and will take approximately 10 weeks (combined) with a total build cost of approximately $480,000. Note: If the project tendered value comes back above budget then the Project Manager & Architect will conduct a value engineering process until the project meets budget.",Awarded,,20201117 Ministry of Education - School Infrastructure,12503940,Request for Proposals,Open Competition,"Queen Charlotte College, Picton, Marlborough - Special Needs Modifications.",287-25,20150604,20150702,20151201,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced suppliers for the following project: 1.2 Special Needs Modifications to Buildings and Property SITE LOCATION ???173, Waikawa Road - Picton 1.3 The project is to be funded by a source of MOE funding. 1.4 The project includes the following preliminary/draft listed scope of works ??? Widening of Various Doors to all Buildings within the school for wheel chair access ??? Provision for new door handles and modified door access thresholds (both internal and external) to a number or locations within the school buildings for wheel chair access ??? External access to existing Accessible Bathroom ??? Modifications to external courtyards, bollards, hand rails and open drains as well as ramps and concrete access ways to meet accessible requirements ??? New and modification of existing external pathways to various locations on the school site ??? Various modifications to veranda hand rails and ramps ??? Provision for replacement of bathroom and plumbing fittings and fixtures to accessible bathrooms The scope of works is currently being reviewed to a detailed level to allow a full itemised and accurate scope of works to be compiled in relation the Ministry of Education, Building Code and New Zealand Standards requirements and a full set of working drawings and scope of works and specifications will be made available at the time of request for proposals.",Awarded,,20201117 Ministry of Education - School Infrastructure,12538193,Request for Proposals,Open Competition,Pukutapu School Napier - Provision of Temporary Lease Accomodation,PS01062015,20150604,20150703,20150823,,Sole Agency,No,,The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for a three to four month lease and establishment and dis-establishment of four portable classrooms to be used as temporary accommodation at Puketapu School 708 Puketapu Road (Napier) Hawkes Bay.,Not Awarded,The MoE have postponed this project,20201117 Ministry of Education - School Infrastructure,12543687,Request for Proposals,Closed Competition,"Windley School, Porirua East - RFP Refurbish Block J Classrooms and Toilets",4160,20150605,20150625,20150918,,Sole Agency,No,,The Ministry of Education is inviting Proposals from Suppliers for the supply of the construction work to carry out alterations and modernisation to a classroom block comprising four teaching spaces. It is expected that the project will begin late July 2015 with completion by the end of October 2015.,Awarded,Tender Awarded to Tracer Construction Ltd,20201117 Ministry of Education - School Infrastructure,12610247,Request for Proposals,Closed Competition,Inglewood High School: D Block Science Lab Upgrade RFP,3077.01,20150612,20150706,20150915,,Sole Agency,No,"170 Powderham Street, New Plymouth","Selected Tender - Closed Process RFP RFP for works associated to D Block only. Works include - Interior refurbishment of 2 science labs, student work room, teachers work room; construction of new accessible ramp and modification of existing covered way / bag storage area; minor roofing maintenance",Awarded,,20201117 Ministry of Education - School Infrastructure,12658305,Request for Proposals,Closed Competition,RFP Waimauku School Block 8 & 9 Upgrade 2015,RFP 20150605,20150609,20150629,20160115,,Sole Agency,No,,RFP to selected Suppliers from ROI 11917524 to deliver the Block 8 & 9 Upgrade 2015 project,Not Awarded,Awarded to CMG Ltd whose tedner price was the lowest assessed compliant price,20201117 Ministry of Education - School Infrastructure,12719769,Request for Proposals,Open Competition,The Gardens School - Demolition of Main Block,,20150610,20150709,20150831,,Sole Agency,No,,"The Gardens School - demolition of the school's main block of classrooms and partial demolition of school hall. Site preparation to be undertaken prior to October school holidays, demolition to take place over October school holidays and disposal and site reinstatement to take place after demolition.",Awarded,,20201117 Ministry of Education - School Infrastructure,12814181,Request for Proposals,Closed Competition,Summerland Primary School - Auditorium,,20150611,20150717,20150813,,Sole Agency,No,,Summerland Primary School wish to create an outdoor learning area to facilitate and tie in with the core requirements from the MINEDU. The project will be funded by capital works 5YA funding and BOT. The outdoor learning area will consist of a new raised stage area and stage box with tiered seating comprising mainly of a concrete structure with vitex decking for seating purposes. In addition the area between the seating and stage will comprise of artificial grass (to be undertaken by others) together with base preparation and drainage.,Awarded,,20201117 Ministry of Education - School Infrastructure,12933689,Request for Proposals,Closed Competition,Project Director - Tolaga Bay Area School redevelopment,,20150617,20150708,20150930,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,13095995,Request for Proposals,Closed Competition,Kowhai School - Hastings 2015 Site development,SSLNAP2015-10,20150619,20150714,20150817,,Sole Agency,No,,"The Project comprises of: ??? Redevelopment of the existing 573 m2 block known as Block A. ??? Externally ??? Formation of a new roof structure design within the requirements of NZS 3604, with decking, with issues around potential weathertightness. ??? Internally - the formation of 3 learning spaces, a student kitchen, staff resource spaces, library and associated building work. ??? All areas will be finished to the MOE Modern Learning Environment requirements. ??? The drawings are currently being revised by Neil Fenwick Architects Ltd.",Not Awarded,Awaiting MOE Project approval no contractors have been notified to date 17-08-15,20201117 Ministry of Education - School Infrastructure,13125671,Request for Proposals,Closed Competition,Reporoa College - New Four Teaching Space Block (REP1) RFP,REP1,20150623,20150717,20151005,,Sole Agency,No,,"Reporoa College is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Four Teaching Space Teaching Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #9067444. Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Ministry of Education form of Construction Contract Draft for review (PDF Format) - Ministry of Education RFP Standard Conditions (PDF format) - Tender Documentation ZIP File (ZIP format)",Awarded,Tender analysis was performed at the closure of the RFP. Ronayne Construction were awarded the Contract.,20201117 Ministry of Education - School Infrastructure,13229546,Request for Proposals,Closed Competition,Senior School Modern Learning Upgrade,,20150624,20150724,20160204,,Sole Agency,No,,,Awarded,Contract was awarded to Freear Philip Limited,20201117 Ministry of Education - School Infrastructure,13229952,Request for Proposals,Open Competition,Taupo-Nui-A-Tia College-Performing Arts Centre-Taupo,3803,20150630,20150723,20151027,,Sole Agency,No,,"Architectural Practices to provide a full proposal to carry out Architectural Design Services for Taupo-Nui-A-Tia College Board of Trustees for the Performing Arts Centre (Phase 1 Music Room to include teaching space, practice rooms and recording studios) of an overall (Phase 2) concept to develop an auditorium in the future.",Not Awarded,Sigma Consultants provided a separate response which was couriered to the school two days before the notification closed. Sigma Consultants was successful in winning the architectural services to the project.,20201117 Ministry of Education - School Infrastructure,13234656,Request for Proposals,Open Competition,West End School (New Plymouth): Heating Upgrade,3106.06,20150624,20150717,20150916,,Sole Agency,No,,"Upgrade of school heating system including pipe replacement, removal and replacement of existing selected terminal units, new dosing pot, flushing point and drain, and replacement of boiler burner and valve train",Awarded,,20201117 Ministry of Education - School Infrastructure,13237712,Request for Proposals,Closed Competition,Wellington Activity Centre - MLE Internal Upgrade RFP,MQS Ref No 15.102,20150626,20150722,20170324,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Tenders for the Internal Alterations to meet Modern Learning Environment (MLE) Standards together with associated services, at Wellington Activity Centre (WAC), 7 Fore Street, Kaiwharawhara, Wellington",Awarded,Contract awarded to Cemac Wellington Ltd started Nov 2015 with a 3 month construction period.,20201117 Ministry of Education - School Infrastructure,13250881,Request for Proposals,Open Competition,AWATAPU COLLEGE: Lighting & Switchboard Upgrade,,20151214,20160122,20170601,,Sole Agency,No,Not applicable,"The Board of Trustees of Awatapu College (the Buyer) is seeking Main Electrical Contractors for Lighting & Switchboard Upgrades at Awatapu College (the School). Awatapu College is located in Palmerston North, and is a large site consisting of a number of stand-alone buildings dedicated to specific learning needs and of various teaching spaces. This project is specific to five (5) Blocks within the site, where lighting is required to be upgraded due to the age of the existing fittings, and to comply with the Ministry of Education Design Quality Learning Spaces (DQLS) Lighting Requirement. Existing switchboards within one Block are also required to be upgraded due to the age of their components, and to cater for the increase in electrical use of this particular Block. The scope of works, as described in the tender documentation, generally includes: 1. Lighting Upgrades - 100, 300, 600, L & N Blocks: - Remove existing surface mounted and suspended fluorescent interior light fittings in each of the above listed Blocks; - Remove existing exterior light fittings in covered ways of the 100, 300, and 600 Blocks; - Supply and install new interior and exterior LED light fittings as specified where existing light fittings were removed (suspended and surface mounted); - Remove all existing lights switches, and replace with new switches as specified; - Supply and install new plywood panels in 100, 300, and 600 Blocks, where lights are removed from Corridors and Covered Way ceilings; - Supply and install new MDF panels where lights are removed from truss bottom chords in the 600 Block; - Painting of new plywood and MDF panels to be installed where lights were removed. 2. Switchboard Upgrades - 600 Block: - Upgrade existing switchboards (6 off). The Awatapu College Board of Trustees (BOT) seeks proposals for the above works through this single-stage, open tender process advertised on the Government Electronic Tender Services (GETS). Once selected, the preferred respondent will be engaged through the Ministry of Education Construction Contract, as prepared for this project on behalf of the Awatapu College Board of Trustees by the Project Manager, Paul Patel & Associates Ltd.",Awarded,This contracted was awarded to Max Tarr Commercial and was completed in October 2016.,20201117 Ministry of Education - School Infrastructure,13537585,Request for Proposals,Open Competition,"South Westland Area School, Hari Hari - Modernisation of Sports Complex",306,20150702,20150729,20151118,,Sole Agency,No,,"School Suppoer Ltd along with the South Westland Area School Board of Trustees inviting tender submissions from suitably qualified and experienced suppliers for the following project: South Westland Area School - Hari Hari. SITE LOCATION ???Wanganui Flat Road, RD1, Hari Hari. Please make sure you fill out the attached Suppliers Response Template so your submission complies with the Ministry of Education requirements. Failure to comply will result in your submission be excluded from the tender process. This project includes the following components as per the Specifications and Plans. ??? Strengthening of the Swimming Pool Roof structure. ??? Replacement of the existing Swimming Pool Roof with .55 gauge Colorsteel. ??? Construct a link way between the Swimming Pool Building and the Gymnasium. ??? Modernise the Gymnasium Changing Rooms. ??? Modernise the Gymnasium Toilets. Replacement of Gymnasium Hot Water Cylinder Please download all documentation, scope of works, plans and specifications attached to this RFP.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,13555526,Request for Proposals,Open Competition,Partial Demolition of Block One at Oratia District Primary,15.12,20150710,20150805,20160210,,Sole Agency,No,,"The Ministry of Education (the Ministry) and Oratia District School Board of Trustees are inviting proposals from suitably qualified and experienced contractors to demolish and remove the buildings and all structures between the Resource Room and Room 19 within Block One. This project will be precursor to future works to be carried out within this block. The work will comprise of the compliant removal of three classroom spaces and a bathroom. Once these have been removed the remaining building will need to be made weathertight, site levelled and new soft landscaping. (topsoil/grass). We envisage this work will be a design/ demolition project and this is to be reflected in your methodology. Please note the site plans attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,13622689,Request for Proposals,Closed Competition,Balmacewen Intermediate School Learning Streets,,20150707,20150731,20150929,,Sole Agency,No,,Balmacewen Intermediate Learning Streets. RFP for this work based on the documentation attached are called for by the selected tenderers. The work involves the New Learning Streets and is split into 3 Stages to allow minimal disruption to the school. Work will commence in August 2015 and be complete in April of 2016.,Not Awarded,Retendered,20201117 Ministry of Education - School Infrastructure,13721546,Request for Proposals,Open Competition,Kelston Primary School - Block 2 Library Rebuild Project,129,20150709,20150810,20150909,,Sole Agency,No,,"The Kelston Primary School Board of Trustees request qualified and experienced main contractor to register interest for the demolition and new build of proposed Library Project. The building identified is Block 2, single storey and at Kelston Primary School, Waitakere, Auckland.",Awarded,,20201117 Ministry of Education - School Infrastructure,13775856,Request for Proposals,Open Competition,Everglade Primary Roofing Works (BOT),105.456,20150713,20150806,20151103,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from Suppliers for the Roof Replacement of Blocks 1,2,3,4,5,6,7,9, and 10 at Everglade Primary School. The proposed roofing works include roof replacement and/or remedial works. Remedial work may include re-fixing, re-flashing, or replacement of existing parts as required.",Awarded,,20201117 Ministry of Education - School Infrastructure,13781965,Request for Proposals,Open Competition,RFP - CDP Batch 42 - Torbay School,CW34611,20150710,20150804,20160909,,Sole Agency,No,,"The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch 42 project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch 42. The Total Project Budget: is $5,248,500",Awarded,,20201117 Ministry of Education - School Infrastructure,13853449,Request for Proposals,Closed Competition,Bethlehem School - New 7 Teaching Space Block RFP - BET02,BET02,20150714,20150807,20151005,,Sole Agency,No,,"Bethlehem Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Seven Teaching Space Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #9067444. Request for Proposal Documentation attached as follows: - Request for Proposal Document (PDF format) - Supplier Response Template (DOC format) - Tender Documentation ZIP File (ZIP format) Please note, a draft copy of the Ministry of Education form of Construction Contract and RFP guidelines are attached within the Tender Documentation ZIP file.",Awarded,Tender Analysis was performed at the closure of the RFP. Watts & Hughes were the successful tenderer and have been awarded the Contract.,20201117 Ministry of Education - School Infrastructure,13873939,Request for Proposals,Closed Competition,RFP Classroom Upgrade Block 5 at Gulf Harbour School,RFP 20150714,20150714,20150804,20160115,,Sole Agency,No,,RFP to selected Suppliers from ROI 11844141 to deliver the Classroom Upgrade Block 5 project at Gulf Harbour School,Awarded,Lowest assessed compliant tender price,20201117 Ministry of Education - School Infrastructure,13874220,Request for Proposals,Closed Competition,Riverina School - Roofing Project,134,20150715,20150805,20150909,,Sole Agency,No,,"Riverina School Board of Trustees seeks a reputable and specialist roofing contractor for their proposed roofing project. Several buildings have been identified through condition assessments and specialist reports which need replacement and some repairs to comply with core requirements from the MINEDU. The buildings identified for the proposed roofing project are Block 1, 4, 9, 10 and repairs required to part of Block 4 as indicated in attached aerial photo of Riverina School and documentation.",Not Awarded,"Only received one quote, will have to re-tender",20201117 Ministry of Education - School Infrastructure,13875856,Request for Proposals,Open Competition,Marina View School - Construction Services for Administration Block Upgrade,,20150715,20150805,20170628,,Sole Agency,No,,"The Board of Trustees of Marina View School is seeking Registrations of Interest from main building contractors to upgrade the school administration block. The project involves upgrading the staff toilets, new cabinetry in the staffroom, modification to the office and sickbay areas, new reception counter, and new floor covering and interior painting for the entire administration block ) gross floor area of approximately 310 square metres). To be considered for this opportunity you must: have the resources, capacity and capability to complete the construction work during the 2015/16 school holiday period; have the required insurance cover; have staff and sub-contract staff Police vetted; be willing to work under the standard Ministry of Education contract agreement.",Awarded,,20201117 Ministry of Education - School Infrastructure,13986555,Request for Proposals,Closed Competition,Koru School - Major Redevelopment Project - Construction Services,,20150715,20150819,20151029,,Sole Agency,No,N/A,RFP documentation for the Koru School Redevelopment Project,Awarded,,20201117 Ministry of Education - School Infrastructure,14026662,Request for Proposals,Open Competition,Greymouth Main School - Modernisation of Block B,3361,20150724,20150907,20151118,,Sole Agency,No,,"School Support Ltd along with the Greymouth Main School Board of Trustees invite tender submissions from suitably qualified and experienced suppliers for the following project: Greymouth Main School, Greymouth - Modernisation of Block B. SITE LOCATION ???16 Joyce Crescent Greymouth. Please make sure you fill out the attached Suppliers Response Template so your submission complies with the Ministry of Education requirements. Failure to comply will result in your submission be excluded from the tender process. Please download all documentation, scope of works, plans and specifications attached to this RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,14076969,Request for Proposals,Closed Competition,"Epuni School, Lower Hutt - RFP, Block A Warm Water/Block B Refurbish Classrooms",4006,20150717,20150807,20151015,,Sole Agency,No,,"The Ministry of Education is inviting Proposals from Suppliers for the supply of the construction work to undertake work in relation to the alterations and modernisation to two classrooms. The work will replace windows, interior decoration, acoustic linings and carpet and creation of an opening between classrooms. Additional provision of warm water to toilets. It is expected that the project will begin August 2015 and completion at October 2015.",Awarded,"Selected supplier awarded contract, due start date 15.10.15, finish 29.01.16.",20201117 Ministry of Education - School Infrastructure,14082385,Request for Tenders,Closed Competition,Waterview New School Project_Main Contractor Services,14A-448,20150717,20150819,20151130,,Sole Agency,No,Level 2 25 Teed Street Newmarket Auckland,"Waterview School is a Contributing Primary School, (Yr 1-6) situated in the Auckland suburb of Waterview. An inner city suburb the school is located on 1,925m2 of relatively flat land between Oakley Ave and Herdman St with a roll of approx. 260 pupils. The Ministry of Education, (MOE) have entered into an agreement with New Zealand Transport Association, to rebuild a new school to mitigate the effect of the new Waterview Tunnel Northern Exit, which is under construction on the adjacent eastern boundary. The school is currently operating out of temporary accommodation placed on site in Jan 2013. The new School Project includes a Multi Purpose Hall, Administration building, Library, Staff Room, 12 Classrooms, Existing Hall demolition, Removal of Temporary School, remediation of sport field and all site specific work.",Awarded,,20201117 Ministry of Education - School Infrastructure,14084811,Request for Proposals,Closed Competition,Selwyn Ridge Primary School - New Multi Purpose Artificial Turf (SEL03-01) RFP,SEL03-01,20150721,20150814,20151217,,Sole Agency,No,,"Selwyn Ridge Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Design and Build Multi Purpose Artificial Turf. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #12734957. Request for Proposal Documentation attached as follows: - Tender Documentation ZIP File (ZIP format) Please note, a draft copy of the Ministry of Education form of Construction Contract, RFP guidelines - and RFP templates are all attached within the Tender Documentation ZIP file.",Awarded,Tender analysis was performed at the closure of the RFP. TigerTurf NZ were the successful supplier and have been awarded the Contract,20201117 Ministry of Education - School Infrastructure,14116746,Request for Proposals,Closed Competition,Main Contractors for Hauturu School New Admin & Multipurpose Space (RFP),5255,20150722,20150811,20150907,,Sole Agency,No,,,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,14181030,Request for Proposals,Open Competition,Whakarongo School Admin upgrade and extensions Palmerston North,4358,20150722,20150818,20151020,,Sole Agency,No,,Upgrade and extension to the admin building at Whakarongo School Palmerston North,Awarded,Contract awarded 19/10/15,20201117 Ministry of Education - School Infrastructure,14226922,Request for Proposals,Closed Competition,Raroa Normal Int - Learning Street Dev,MQS 15.115,20150724,20150818,20170324,,Sole Agency,No,,"Tenders are being sort from the selected Main Contractors for the staged alterations at Raroa Normal Intermediate School. This project includes: Block 3 upgrade; Tech Block roof replacement and upgrade; and the addition of approximately120m2 to form a new ???Learning Street??? between existing buildings, together with associated services. School location is 37 Haumia Street, Johnsonville. Anticipated contract start date October / November 2015",Awarded,Contract awarded to Freear Philip Ltd start date Dec 2015 with construction period of 7 months,20201117 Ministry of Education - School Infrastructure,14254686,Request for Proposals,Closed Competition,Main Contractor for Building works at Kawakawa Primary School,RFP Kawakawa,20150727,20150901,20151014,,Sole Agency,No,,"Kawakawa Primary School Board of Trustees is seeking a Main Contractor for the demolition and re construction of swimming pools change sheds and attached axillary buildings, extensive repairs to the drainer pool systems and surrounding pool area. There is also other smaller building projects within the school ie. replacement of floor coverings and installation of hot water to toilet wash basins, re roofing and external lighting. Construction is planned to start early November 2015 with completion early February 2016.",Awarded,,20201117 Ministry of Education - School Infrastructure,14258368,Request for Proposals,Open Competition,WAIMEA INTERMEDIATE SCHOOL BOILER RATIONALISATION,14-53,20150803,20150828,20151006,,Sole Agency,No,,"This contract comprises 1) Demolition of Boiler, Boiler building, lean-to PE store and fitout to new Hall Sports Store (Existing Building A) at Waimea Intermediate School. 2) Rationalisation of Changing Rooms to create new Field Sports Store (Existing Building B). at Waimea Intermediate School. The work is outlined as in attached drawings as follows: ???Waimea Intermediate School Boiler??? WD01-WD11.",Awarded,,20201117 Ministry of Education - School Infrastructure,14304423,Request for Proposals,Open Competition,Point View School - Minor MLE Upgrading in Relocatable Classrooms,SPM 10383 MLE 2015,20150727,20150819,20151130,,Sole Agency,No,,"Thirteen relocatable classrooms at Point View School are to be relined with new acoustic wall coverings under the 20111/2012 FY 5YA programme. The existing entry lobbies will be transformed into break-out spaces with new floor coverings, vision panels and relocated coat hooks. Work is to be undertaken in the Third Term break.",Not Awarded,"Only two tenders were received both of which were significantly over budget. Consequently, the GETS process was cancelled.",20201117 Ministry of Education - School Infrastructure,14401002,Request for Proposals,Closed Competition,"Parkside School, Pukekohe, Transition Facility",CW34815,20150729,20150818,20170823,,Sole Agency,No,,,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,14408176,Request for Proposals,Closed Competition,Katikati Primary School - New Classroom Block (KATP2) RFP,KATP2,20150729,20150824,20151217,,Sole Agency,No,,"Katikati Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Three Teaching Space Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #9207000. The Tender (RFP) documentation is all contained within the attached ZIP file. Please note, this ZIP file also includes the Ministry of Education RFP template and Supplier Response files, along with a draft copy of the form of Contract to be used (Ministry of Education Form of Construction Contract).",Awarded,Tender analysis was performed at the closure of the RFP. Watts & Hughes were the Successful Tenderer and have been awarded the Contract,20201117 Ministry of Education - School Infrastructure,14474049,Request for Proposals,Open Competition,"Main Contractor, Te Aro School - Main Block Roof Replacement",,20150731,20150826,20170823,,Sole Agency,No,,Registrations for Proposal (RFP) are invited for main contractor services to undertake construction works required for the roof replacement of Block A and the associated carpentry repairs at Te Aro School.,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,14507942,Request for Proposals,Open Competition,"K BLOCK INSURANCE CLAIM, MOTUEKA HIGH SCHOOL",15-Sep,20150819,20150918,20170323,,Sole Agency,No,,THIS CONTRACT COMPRISES THE REFURBISHMENT OF K BLOCK AT MOTUEKA HIGH SCHOOL AS INDICATED ON THE DRAWINGS ATTACHED AND ???SCOPE OF REPAIRS??? REPORTED BY CUNNINGHAM LINDSAY.,Awarded,Project completion achieved February 2016,20201117 Ministry of Education - School Infrastructure,14587770,Request for Proposals,Closed Competition,Te Puke Primary School - 3TSRG & C Block Refurbishment Project (TEP04) RFP,TEP04,20150804,20150828,20151009,,Sole Agency,No,,"Te Puke Primary School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Three Teaching Space Block, along with the Refurbishment of their existing C Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #7346294. Request for Proposal Documentation attached as follows: - Tender Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contracts; RFP Guidelines; Ministry of Education RFP Template; Ministry of Education Supplier Response Template.",Awarded,A full tender analysis was performed following Tender Submissions. Watts & Hughes were the successful tenderers and were awarded the Contract.,20201117 Ministry of Education - School Infrastructure,14727351,Request for Proposals,Closed Competition,"West Park School, Johnsonville - RFP Main Building Contractor Blocks B and C Refurbish Classrooms/Toilets",4057,20150807,20150827,20151204,,Sole Agency,No,,"The Board of Trustees of West Park School is seeking a main building contractor for Blocks B and C Refurbish Classrooms/Toilets at West Park School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment of teaching spaces and toilet areas. The work is to refurbish classrooms and student toilets to improve spatial efficiency and modernise the rooms in Blocks B and C for West Park School Board of Trustees. The re-arrangement of the toilets responds to the new plan and a need to replace sanitary fixtures along with the provision of warm water for Health and Safety reasons as well as replacing wall, floor and ceiling materials which can no longer be economically maintained. The refurbishment of the classrooms includes openings between spaces and some re-arrangement to develop innovative learning spaces to address the limited flexibility of the existing. The work will replace wall, floor and ceiling linings and finishes along with replacing sanitary fixtures and fittings and building services. Some re-arrangement of spaces is proposed to rationalise work space and provide flexible teaching.",Awarded,Awarded 30.11.15. Due start date 01.12.15 with finish date of 29.02.16.,20201117 Ministry of Education - School Infrastructure,14744480,Request for Proposals,Open Competition,Ngatapa School Ablution Block Upgrade and SPG Extension,1515,20150806,20150908,20160203,,Sole Agency,No,,"The Board of Trustees of Ngatapa School (the Buyer) is seeking Main Building Contractor Services for alterations and additions at Ngatapa School (the School). 1.1 The objective of this procurement is to source the supply of construction works to:- 1. Upgrade the existing ablutions block 2. SPG classroom extension to the existing main school building",Not Awarded,"Electronic tender submissions closed prematurely. Tenders were submitted via mail/email. Tender has been awarded for the Ablutions part of the project to D Stevens Ltd ($167,145.00 + GST), but the SPG Classroom addition was over funding allowances and so is currently being reduced in scope.",20201117 Ministry of Education - School Infrastructure,14795015,Request for Proposals,Open Competition,Nelson Intermediate School - Converting Old Toilets into Work Spaces.,3210,20150807,20150907,20160128,,Sole Agency,No,,"School Support Ltd along with the Nelson Intermediate School Board of Trustees inviting tender submissions from suitably qualified and experienced suppliers for the following project: Nelson Intermediate School - Converting Old Toilets into 4 Work Spaces. SITE LOCATION ???112 Tipahi Street, Nelson. Please make sure you fill out the attached Suppliers Response Template so your submission complies with the Ministry of Education requirements. Failure to comply will result in your submission be excluded from the tender process. This project includes the following components as per the Specifications and Plans. Removal of 4 toilets areas in Block A. These areas are to be turned into work spaces. The work will involve: Double glazed Aluminium windows. Replacement of some roofing. New floor coverings. New wall linings. Electrical Work Some joinery. Insulation. Painting. Please download all documentation, plans and specifications attached to this RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,14795351,Request for Proposals,Closed Competition,"Spring Creek School, Blenheim - Refurbishment of Block B.",2995-07-15-21,20150807,20150827,20151118,,Sole Agency,No,,"School Support Ltd and Spring Creek School Board of Trustees are inviting shortlisted firms to provide a proposal to School Support Ltd as the schools agent for the potential provision of construction services, materials and subcontractors for the successful completion of the refurbishment of Block B at Spring Creek school. The project comprises of the refurbishment of building and re-purpose to allow a change of use to RECEPTION, ADMINISTRATION AND SUPPORT OFFICES, SICK BAY AND ABLUTIONS. The project consists of the refurbishment of the interior and exterior of the building with some demolition required to effect the necessary alterations and to provide the required re-purpose of the spaces and building. The works generally consist of ??? New administration and reception office ??? New administration office and meeting room ??? Provision of new sick bay ??? New Staffroom ??? New resource room All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the consented set of drawings as well as compliant with all MOE Policy???s and Requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,14795737,Request for Proposals,Open Competition,Opunake Primary School Administration Roof Replacement Project,3109.05,20150807,20150901,20151013,,Sole Agency,No,,"The Opunake Primary School board of Trustees is seeking the services of main contractor construction companies to undertake remedial works to the administration area roof and the replacement of a Hinuera stone wall with a timber framed alternative. The roofing component of the project consists of removing approximately 270 m2 of existing membrane and profiled metal roofing, repitching the roof framing, and installing new profiled metal roofing complete with new flashings, barge/fascia, soffits, and spouting. Prefabricated complex aluminium flashings will be required. A window is to be removed and replaced with timber weatherboard cladding. Asbestos is present in the existing soffit linings, which are to be removed. The Hinuera stone wall is to be demolished and replaced with a weatherboard clad timber framed wall on a new concrete foundation.",Awarded,Tender awarded to Heartland ConstructionLtd,20201117 Ministry of Education - School Infrastructure,14802240,Request for Proposals,Open Competition,Main Contractor for the Landscaping of the Sports Centre at Epsom Girls Grammar School,,20150807,20150902,20170822,,Sole Agency,No,,"The Board of Trustees of Epsom Girls Grammar School (the Buyer) is seeking a main contractor for the landscaping of the Sports Centre at Epsom Girls Grammar School (the School). Epsom Girls Grammar Schools Sports Centre has been constructed in two stages over 5 years. Stage one was complete in 2010 which included a 625m2 gym and a 2 story amenities block housing changing rooms, weights room, dance room and staff room. Stage 2, completed in 2004, involved doubling the size of the gym floor and included 2 new classrooms and changing rooms. The School is now in a position to undertake landscaping works to complete the Centre in time for the schools upcoming centenary.",Awarded,,20201117 Ministry of Education - School Infrastructure,14920756,Request for Proposals,Closed Competition,"Tawa College, Tawa - RFP, Main Building Contractor for Blocks B, C and S - Refurbish Science Laboratories",4221,20150812,20150903,20151103,,Sole Agency,No,,"The Board of Trustees of Tawa College is seeking a main building contractor for Blocks B, C and S ??? Refurbish Science Laboratories at Tawa College. The supplier will be required to deliver an efficient refurbishment works contract and form part of the project team that includes the college management and design team. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded Oct 2015 to Field & Hall Ltd, start date Nov 2015, due to finish July 2016",20201117 Ministry of Education - School Infrastructure,14957468,Request for Proposals,Closed Competition,"Forest Lake School, Hamilton - Accessibility Upgrade",14029,20150812,20150904,20170619,,Sole Agency,No,,"The Board of Trustees of Forest Lake School is seeking main contractors to provide various accessibility features throughout school. The project includes internal room modifications, replacement of doors, modification and extension of decks and ramps and the installation of an elevator. This also includes the design standards and weather-tightness requirements found at the following link: http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/Property ToolBox/StateSchools/Design/WeatherTightnessFailure.aspx RFP will be evaluated on the following criteria which are also listed in the RFP document: 1. Proposed Solution/ Methodology (10%) 2. Capability/ list of sub-contractors (10%) 3. Capacity/ current work load (10%) 4. Price (70%) Request for Proposal must respond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFP's are to be by GETS",Awarded,"The tender has been awarded to Mitchell Construction Ltd Further award information: Mitchell Construction Ltd scored well in the non-price attributes and were the best value in the priced portion of the tender. Letter of Tender Acceptance was issued on 21st October 2015.",20201117 Ministry of Education - School Infrastructure,14958503,Request for Proposals,Closed Competition,Balmacewen Intermediate School Learning Streets (variation),,20150819,20150826,20150901,,Sole Agency,No,,"Variation to GETS ID #13622689 Please find attached clarifications from Oakley Gray regarding changes and questions received at tender and following the weather tightness review by the Ministry. Refer also to these notes from the mechanical services consultant; 2.9.1 ??? It???s standard practice on pressure testing pipework to isolate the radiators, and other equipment during pressure tests. Pipework should be tested at 700Kpa, as spec???d 2.9.2 ??? High Pressure radiators are not required. 2.9.3 ??? Manufacturers costs for painting radiators special colours are high. EPI White or Distant Mountain will be acceptable 2.9.4 ??? Dosing pot is not required and should be deleted and saving taken. 2.9.5 & 2.9.6 ??? There are no additional valves required. Revised Prices are to be submitted on GETS on the revised - ""Suppliers Response Variation""",Awarded,Steve Mowat Builders are the successful tenderers and negotiations will start to finalise the contract noting that the Link Building as noted is deleted from the project. Other savings are being considered and will be formalised prior to final contract acceptance.,20201117 Ministry of Education - School Infrastructure,15035499,Request for Proposals,Closed Competition,"Carterton School, Carterton - RFP Main Building Contractor for Block F - Refurbish Classrooms",4252,20150814,20150903,20151204,,Sole Agency,No,,"The Board of Trustees of Carterton School is seeking a main building contractor for Block F ??? Refurbish Classrooms. . This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment. The work is to refurbish a two classroom teaching block and ancillary spaces. The work will refurbish the entire interior of the building, replace areas of flat roofs and renew some original timber windows.",Awarded,Awarded 25.11.15. Start date 21.12.15 with approx finish date of 01.06.16.,20201117 Ministry of Education - School Infrastructure,15215127,Request for Proposals,Closed Competition,Te Wharau School Site Development,15-2701-03,20150817,20150907,20151020,,Sole Agency,No,,"The Ministry of Education (the Ministry and The Board of Trustees of Te Wharau School (the Buyer) is seeking a Main Building Contractor for Site Development Project at Te Wharau School (the School). The Project comprises of completion of previous Projects at the site including: ??? Completion of the site stormwater; ??? Outdoor teaching area connected to the library including concrete masonry seats; ??? Concrete paved areas ??? 300 m2 of concrete; ??? Drainage ??? 90mm PVC 43 inch, and 150mm PVC 15 inch; ??? Concrete masonry Seats ??? 35m (lineal metres); ??? Associated landscaping, top soil and grassing.",Not Awarded,tender awarded to Currie construction Ltd.,20201117 Ministry of Education - School Infrastructure,15300660,Request for Proposals,Closed Competition,Building contract for the construction of a new two classroom teaching block at Takapuna Grammar School,,20150819,20150918,20180213,,Sole Agency,No,"PO Box 137003, Parnell, Auckland 1151",This is the second stage in a two stage procurement process. The Ministry of Education has shortlisted suitably qualified and experienced Suppliers to construct a new two classroom teaching block at Takapuna Grammar School.,Awarded,,20201117 Ministry of Education - School Infrastructure,15448699,Request for Proposals,Closed Competition,"Upper Hutt School, Upper Hutt - RFP, Blocks 1, 2 and 3 - Refurbish Toilets, Special Needs Access",4265,20150824,20150917,20151112,,Sole Agency,No,,"The work is to refurbish student toilets to improve spatial efficiency and modernise the rooms in Blocks 1, 2 and 3 for Upper Hutt School Board of Trustees (the Buyer), as well accessibility improvements including decking, steps and ramps are to be provided to Blocks 1 and 2. The refurbishment of the toilets responds to the need to replace sanitary fixtures along with the provision of warm water for Health and Safety reasons as well as replacing wall, floor and ceiling materials which can no longer be economically maintained. The accessibility improvements have been identified to address the elevated height of entrances to Blocks 1 and 2, along with classroom doors to remove obstacles currently posing as barriers to accessing the buildings and their spaces. The work will replace wall, floor and ceiling linings and finishes along with replacing sanitary fixtures and fittings, aluminium windows and building services. Some rearrangement of spaces is proposed to rationalise work space. The access work involves forming timber decking with steps and ramps including for handrails etc. A verandah roof is to be erected over the Block 2 deck and Block 1 entrance.",Awarded,"Tender has been awarded to Tracer Construction, due start date 16.11.15, finish date 29.02.16",20201117 Ministry of Education - School Infrastructure,15464891,Request for Proposals,Closed Competition,Main Contractors for Paeroa College B Block Development (RFP),1034,20150825,20150914,20151106,,Sole Agency,No,,,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,15680817,Request for Proposals,Closed Competition,"Waterloo School, Lower Hutt - RFP Main Building Contractor for Block A Refurbish Classrooms - Toilet",4293,20150828,20150917,20151112,,Sole Agency,No,,"The solution is for construction works to refurbish Block A classrooms and Block M as a library. The Block A work will include replacing timber windows with double glazed aluminium inserts, fitting of underfloor insulation and some carpet and pinboard works in two classrooms plus the forming of a wet area. The Block M work will strip out the existing interior, form an office and fit back new wall and ceiling linings, new flooring and pinboard, new lighting and some power/data works. A covered entrance will be developed to the building. The work is to be undertaken during normal school hours and all consideration is to be given to maintaining a safe work place, police vetting of all personnel and developing a site specific health and safety plan. The Contractor is to allow for staging the works, Block M can be actioned during school time but the Block A work is to be carried out during school holidays.",Awarded,"Tender has been awarded to Carrara Holdings Ltd, due start 12.11.15, finish date 31.03.16.",20201117 Ministry of Education - School Infrastructure,15697559,Request for Proposals,Open Competition,Main Contractors for Pirongia School Block C Alterations & Block J Re-Roof (RFP),5351,20150828,20150923,20151204,,Sole Agency,No,,The Board of Trustees of Pirongia School (the Buyer) is seeking Main Building Contractors for Block C Alteration & Block J Re???Roof at Pirongia School (the School).,Awarded,This contract has been awarded to Thorburn Builders Ltd,20201117 Ministry of Education - School Infrastructure,15800305,Request for Proposals,Closed Competition,Tamatea Intermediate New Classroom - RFP,2685,20150831,20150923,20151027,,Sole Agency,No,,"The full set of documents is in a drop box, the link to this is the Document List, its about 70 Megs",Awarded,,20201117 Ministry of Education - School Infrastructure,15858839,Request for Proposals,Open Competition,"Mercury Bay Area School, Year 9 Classrooms-Stage 1 (RFP)",5408,20150901,20151006,20151106,,Sole Agency,No,,The Board of Trustees of Mercury Bay Area School (the Buyer) are seeking main Building Contractors for their Year 9 Classroom block (stage 1). This is an Open tender to Main Building contractors only as per the drawings and documentation attached,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,15957332,Request for Proposals,Closed Competition,RFP for Main Building Construction for Special Needs Property Modifications Project at Putaruru College,211,20150902,20150922,20170829,,Sole Agency,No,,RFT for a Main Building Contractor for Special Needs Property Modifications Project at Putaruru College.,Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,16021168,Request for Proposals,Open Competition,Kaikoura Primary School - Construct Boundary Fence,3391-07-15-25,20150904,20150930,20151027,,Sole Agency,No,,"School Support Ltd and Kaikoura Primary School (Marlborough) Board of Trustees are inviting firms to provide a proposal to School Support Ltd as the schools agent for the potential construction of a Boundary Fence to the grounds at Kaikoura Primary School. The projects work will consist of a number of elements to all the buildings and site improvements to the school in general. The works generally consist of ??? Provision of new fence as per the plans and scope of works ??? Remedial works to existing fences to the boundary as per the plans and scope of works All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the set of drawings as well as compliant with all MOE Policy???s and Requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,16075701,Request for Proposals,Closed Competition,Kelston Primary School Library,129,20150904,20150930,20160126,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16091788,Request for Proposals,Closed Competition,Main Contractors for Hukanui School New MLE Building (RFP),5285,20150909,20151012,20151111,,Sole Agency,No,,"Hukanui Primary School Board of Trustees are seeking Requests for Proposals (RFP) for their New MLE Building. This is the second of a 2 stage process. The first stage relates to GETS ROI #6154521",Awarded,MOE funding has been approved and this contract is now awarded,20201117 Ministry of Education - School Infrastructure,16143752,Request for Tenders,Closed Competition,Main Contractors - Lincoln Heights School - Classroom Modernisation Project,,20150901,20150922,20170324,,Sole Agency,No,"Waitakere Architects Limited, 5C Pinot Lane, Westgate, Auckland 0614",,Not Awarded,,20201117 Ministry of Education - School Infrastructure,16328330,Request for Proposals,Open Competition,"Lynton Downs School, Kaikoura Malborough - Refurbishment of Block A and New Ablution Block.",3422-08-15-22,20150909,20151005,20151118,,Sole Agency,No,,"School Support Ltd and The Board of Trustees of Lynton Downs School (the Buyer) are seeking a Main Contractor for Construction Works for Special Needs Alterations and Classroom Refurbishments at Lynton Downs School, Inland Road, RD3, Kaikoura 7373. The objective of this procurement is to source a main contractor and sub-contractors for the construction works services for the required works for the school as defined in the Design and Consent Drawings, Scope of Works and Specifications. Please make sure you download all documents relating to this tender. Please also make sure that your submission includes the Suppliers Response Template - Part A and B and the EIS Work Price Schedule.",Awarded,,20201117 Ministry of Education - School Infrastructure,16366419,Request for Proposals,Closed Competition,Onewhero Area School New Classroom Development - Construction RFP,CW34258,20150911,20151013,20160229,,Sole Agency,No,,"Alterations and additions to the senior school block, providing an equivalent of two roll growth classrooms. Includes but is not limited to: 1. partial demolition of existing spaces 2. conversion of existing spaces into Science Labs 3. conversion of existing Science Labs into library 4. Creating a new student hub 5. New student toilets",Awarded,This is to confirm that Thorburn Builders Ltd has been awarded this contract,20201117 Ministry of Education - School Infrastructure,16389855,Request for Proposals,Open Competition,Main Contractor for the A Block HVAC Upgrade at Westlake Girls High School,3877.16,20150911,20151007,20160607,,Sole Agency,No,,"The project comprises of an upgrade to the HVAC mechanical systems serving Westlake Girls High School A Block. The northern classrooms within the block are currently heated and ventilated via four roof top air handling units that are nearing their end of life service. These four units are to be replaced with new packaged units to provide heating, cooling and ventilation to the northern classrooms. The southern classrooms within A block are naturally ventilated and currently do not have any form of conditioning. These spaces are to be conditioned via new split systems with high wall indoor units and outdoor condenser units located on the roof, and retain the existing natural ventilation.",Not Awarded,Client scope changed to meet budgets,20201117 Ministry of Education - School Infrastructure,16466987,Request for Proposals,Open Competition,"Main Contractor - Gymnasium Roof Replacement Project, Wellington Girls' College",,20150911,20151007,20160113,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for Construction Services for the Gymnasium Block Roof Replacement project at Wellington Girls??? College.,Awarded,,20201117 Ministry of Education - School Infrastructure,16470990,Request for Proposals,Open Competition,Supply and Installation of multi-purpose turf at Wanganui Girls' College RFP,,20150914,20151007,20160203,,Sole Agency,No,,Wanganui Girls' college is seeking a contractor for the supply and installation of a multi-purpose turf including line making and kick boards on an existing hard court site.,Awarded,"Contract awarded: 12/10/15 Anticipated Start Date: 30 October 2015 Anticipated Completion Date: 1 February 2016",20201117 Ministry of Education - School Infrastructure,16493640,Request for Proposals,Open Competition,"Kaimata School: Block A Roof Alterations, 2015",3084.02,20150911,20151009,20151112,,Sole Agency,No,,"On behalf of the Kaimata School Board of Trustees, Tenders are sought from Main Contractor construction companies to undertake for the building of Kaimata School: Block A Roof Alterations, 2015 in its entirety. The intention of the project is the replacement of approximately 200m?? of existing failing low pitched mainly butyl rubber roofs with pitched metal roofs on Block A. The work involves: - framing up over existing low pitched roofs to provide greater pitch for profiled metal roofs - removal of existing clerestorey windows & building new ones where increased roof pitches require it - re-roofing & re- pitching of a low pitched profiled metal roof - re-cladding & re-flashing wall areas - replacement of some butyl rubber areas of with TPO membrane and replacement outlets - replacement of translucent roofing with new trafficable translucent roofing at a greater pitch - construction of new skylights over existing skylight positions, and in new positions - insulating & making good interiors where clerestorey windows have been altered or removed - replacing some spouting & downpipes - painting of affected roof trim, cladding",Awarded,,20201117 Ministry of Education - School Infrastructure,16503282,Request for Proposals,Closed Competition,Puni School Internal Upgrade,86.468,20150911,20151007,20160620,,Sole Agency,No,,"invitation to suitably qualified potential suppliers to submit a proposal for Main Building Contractor for internal upgrade works on Block 1,2 and 6 at Puni School",Awarded,The Contract was awarded to Andrews Property Services Ltd,20201117 Ministry of Education - School Infrastructure,16678714,Request for Proposals,Closed Competition,"Postgate School, Porirua - RFP Main Building Contractor for Block B Refurbish Classrooms & Toilets - Block N Refurbish Classrooms",4321,20150917,20151007,20160112,,Sole Agency,No,,"The Board of Trustees of Postgate School is seeking a main building contractor for Block B Refurbish Classrooms & Toilets ??? Block N Refurbish Classrooms at Postgate School. The project comprises the improvements and modernisation of a two classrooms in Block B including toilets and four classrooms and new breakout space in Block N. As well as improvements to the layout, the contract will action the upgrade of environmental components in thermal and acoustic insulation, replacement of all floor, wall and ceiling finishes and overhaul of services. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to complete the alterations/modernisation to a high quality of workmanship. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded with start date of 5.01.16, approx finish date 231.05.16",20201117 Ministry of Education - School Infrastructure,16683142,Request for Proposals,Closed Competition,Main building contractors for Rhode Street School A Block Alterations (RFP),5414,20150917,20151007,20151202,,Sole Agency,No,,,Awarded,Ministry has approved this and the contractor has been formally advised.,20201117 Ministry of Education - School Infrastructure,16692542,Request for Proposals,Open Competition,Alfriston College Cleaning Contract,,20150928,20151016,20170623,,Sole Agency,No,,"Tender Documents Re: Request for Proposal (RFP) number 16692542 Cleaning Services for Alfriston College Alfriston College is a large co-educational school located in South Auckland with a roll of about 1400 students. The School seeks to tender its cleaning contract on the basis outlined below for a period of two years, commencing from 3rd April 2015. A proposal from your firm to perform services identified in the RFP and Cleaning Specifications attached hereto is requested. Your proposal must explain in detail, work history relevant to this type of project and, in general, information regarding the overall capabilities and experiences of your firm. The following information and instructions are included in the RFP to assist you in preparing a proposal that will be acceptable to Alfriston College. Attachments Attachment I ??? Cleaning Specifications: outlines the scope, intent and requirements of the cleaning services. Attachment II ??? Organisation of the Proposal: describes the format in which your Response needs to be presented. Attachment III ??? General Terms and Conditions: are minimum terms and conditions that would be used in the contract for services. Bidders are requested to review these terms, confirm acceptance and/or identify those areas of concern and offer alternative language. Any such response should be identified as Exceptions to Proposed Terms and Conditions. Attachment IV - Evaluation Criteria Yours sincerely, Vaughan Williams Property Leader Alfriston College",Not Awarded,This contract has been awarded to BB Cleaning Ltd,20201117 Ministry of Education - School Infrastructure,16736087,Request for Proposals,Open Competition,Main Contractor - Epsom Normal School,,20150921,20151016,20170829,,Sole Agency,No,,"Epsom Normal Primary School BOT is inviting Proposals from suitably qualified and experienced Main Contractors only (suppliers) to carry out the construction of the below projects: - Block 3: Toilet block refurbishment (both internal and external works) - MLE refurbishment of classrooms 24 & 25. The construction phase of this project will take place over the December / January holidays and must be finished prior to the commencement of Term 1 2016. Epsom Normal Primary School BOT has engaged Greenstone Group to act as project manager and engineer to the contract for this project. This includes managing the procurement process.",Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,16752026,Request for Proposals,Closed Competition,Logan Park High School 5YA Projects,378,20150917,20151009,20151221,,Sole Agency,No,"56 York Place, Dunedin",The Logan Park High School Board of Trustees are seeking proposals from selected main contractors for the delivery of the documented 5YA projects,Not Awarded,contract awarded to Keith Mitchell Builders,20201117 Ministry of Education - School Infrastructure,16760461,Request for Proposals,Closed Competition,Nelson College - Arts Modernisation,2015-0130,20150921,20151009,20151103,,Sole Agency,No,,The Board of Trustees of Nelson College is seeking a Main Contractor for Modernising the Arts Block at Nelson College.,Awarded,,20201117 Ministry of Education - School Infrastructure,16802669,Request for Tenders,Open Competition,Supply and Installation of Emergency Lighting at Kaitaia College,003/1220,20150921,20151023,20151111,,Sole Agency,No,"4153 Far North Road, R.D. 4., KAITAIA 0484","Tenders are invited for the works required to supply and install emergency lighting to 'BA' & 'BB' blocks at Kaitaia College, Redan Road, Kaitaia, Northland.",Awarded,,20201117 Ministry of Education - School Infrastructure,16815112,Request for Proposals,Closed Competition,Nawton School - Roof Replacement,1841,20150921,20151009,20151112,,Sole Agency,No,,"The Ministry of Education & the Nawton School Board of Trustees (the Buyer) is seeking construction services for the re-roofing of blocks I, C, E, J & F of Nawton School with an additional covered walk way between blocks E & J. Works to include for the following; ??? Removal and replacement of existing roof to blocks I, C, E, J, F. ??? Replacement of roof cladding, like for like including flashings, guttering and associated components. ??? Construction of a covered walkway connecting block E & J classrooms together. ??? Contractor to note extra care to be taken during roof replacement to avoid damage to recently refurbished classroom and ceilings.",Awarded,,20201117 Ministry of Education - School Infrastructure,16816423,Request for Tenders,Closed Competition,Upgrade 2 Classrooms- Waerenga O Kuri School - Gisborne,15-2712-01,20150918,20151013,20160209,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16816686,Request for Proposals,Closed Competition,"Taita Central School, Lower Hutt - RFP Main Building Contractor for Block M and J Refurbish Classrooms",4323,20150922,20151012,20151204,,Sole Agency,No,,"The Board of Trustees of Taita Central School is seeking a main building contractor for Block M and J Refurbish Classrooms at Taita Central School. Taita Central School Blocks M and J were partially refurbished in 2014. This work aims to complete both blocks including aluminium windows, carpet, vinyl, pinboard and some joinery. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a high standard of finish. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded 18.11.15. Start date 23.11.15 with approx finish date of 29.02.16.,20201117 Ministry of Education - School Infrastructure,16816937,Request for Tenders,Closed Competition,Classroom Upgrade - Muriwai School - Gisborne,15-2617-01,20150918,20151014,20160209,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16817521,Request for Proposals,Closed Competition,Main Building Contractor for Hall Roofing and Interior Upgrade at Newton Central School,58.405,20150921,20151014,20160215,,Sole Agency,No,,The project will deliver a new roof to the Newton School Hall Building as per the 5YA agreement with the school. The existing roof is a combination of three different roof profiles with corresponding internal gutters that have failed over time and contributed to a substandard interior space.,Not Awarded,Tender was cancelled upon instruction from both the Ministry of Education and the Schools Board of Trustees,20201117 Ministry of Education - School Infrastructure,16828617,Request for Tenders,Closed Competition,Gisborne Central - ILE upgrade,15-2564-01,20150923,20151015,20151126,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16831270,Request for Proposals,Closed Competition,RFP - Main Contractor for Hillsborough Primary School Senior Block MLE upgrade,3959.01,20150924,20151016,20160613,,Sole Agency,No,,"Hillsborough Primary School has identified the need to modernise its teaching blocks to bring them in line with the MOE modern learning environment requirements. This will include partial internal demolition of 5 existing classrooms part of the senior school and to modernise them into 3 MLE PODs. The procurement will be conducted through a two stage open tender process consisting of Registration of Interest (ROI) via Government Electronic Tenders Service (GETS) then a closed Request for Proposal (RFP) process. The Stage 1 (ROI) process has now closed and this is Stage 2 in the procurement process. You have been selected to submit a proposal for the pending project at Hillsborough Primary School.",Awarded,,20201117 Ministry of Education - School Infrastructure,16833366,Request for Proposals,Open Competition,"Papatoetoe West School - Refurbishment of Block 1, Staffroom and Administration",119,20150928,20151026,20160203,,Sole Agency,No,N/A,Refer to attachments,Awarded,,20201117 Ministry of Education - School Infrastructure,16833531,Request for Proposals,Closed Competition,Southland Boys' High School Seismic Strengthening Upgrade Block B (Uttley),15-090,20150928,20151023,20151117,,Sole Agency,No,,,Awarded,"The successful contractor is Donaldson Construction, with an overall rating score of 984.4. There were three tenders received, with scores ranging from 717.2 - 984.4.",20201117 Ministry of Education - School Infrastructure,16835394,Request for Proposals,Open Competition,"Kaniere School, Hokitika - Special Needs Bathroom.",3393,20151001,20151102,20151112,,Sole Agency,No,,"School Support Ltd and Kaniere School (Hokitika) Board of Trustees are inviting firms to provide a proposal to School Support Ltd as the schools agent for the potential construction of a Special Needs Bathroom at Kaniere School in Hokitika. The proposed new bathroom will include alterations to the schools existing sick room and staff toilet in Block A of the school. The proposed works will include redevelopment of the existing area as well as construction of a new additional space. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the set of drawings as well as compliant with all MOE Policy???s and Requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,16835644,Request for Proposals,Open Competition,Main Building Contractors for Assembly Hall Re-Roof at Ohakune Primary,,20150928,20151021,20160211,,Sole Agency,No,,Main Building Contractors are sought to carry out the Assembly Hall Re-Roof at Ohakune Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,16836748,Request for Proposals,Closed Competition,"Discovery School, Porirua - RFP Main Building Contractors for Block 2 and 3 Replace Ceilings",4308,20150930,20151020,20160107,,Sole Agency,No,,"The Board of Trustees of Discovery School is seeking a main building contractor for Blocks 2 and 3 Replace Ceilings at Discovery School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust During recent extreme weather the existing ceiling tiles in Block 3 began falling down. The project will focus on erecting new ceilings with insulation above to Blocks 2 and 3. Some timber windows with rotten frames in Block 2 are to be replaced with aluminium and one window will be replaced with an aluminium door and side light.",Awarded,"Awarded 06.01.16, starting 11.01.16 finishing approx 29.04.16.",20201117 Ministry of Education - School Infrastructure,16838482,Request for Proposals,Closed Competition,"Onslow College, Johnsonville, Wellington - RFP Main Building Contractor for Site Accessibility Improvements",4379,20150930,20151020,20151027,,Sole Agency,No,,"The Ministry of Education is seeking a main building contractor for Site Accessibility Improvements at Onslow College. The project sets out to improve site accessibility in the main teaching block at Onslow College. This will involve the construction of a much improved mechanical lift that will better service the facility that is tiered on three levels. It is expected that the project will be completed with work beginning early November 2015 and completion late February 2016. Please note this follows on from ROI, RFx ID: 15404497",Not Awarded,One prospective tenderer received and was invited to tender. Once the Notice closed we were advised they had withdrawn.,20201117 Ministry of Education - School Infrastructure,16838947,Request for Proposals,Closed Competition,RFP for Main Contractor for 16 Classroom Block_Huapai District School,CW34608,20150929,20151028,20160125,,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a suitably qualified main contractor for the construction of a new 16 classroom block, including a new caretakers shed, associated site works and infrastructure upgrades. Huapai District School is included in the Classroom Development Programme (CDP) Batch 14. The requirement for a new 16 classroom block for Huapai District School has been identified due to roll growth and the need for replacement classrooms. This closed RFP is to be issued to selected suppliers only, chosen through the parent ROI process.",Awarded,,20201117 Ministry of Education - School Infrastructure,16839722,Request for Proposals,Closed Competition,Birkenhead College Re-Roofing Stage 1,,20150930,20151020,20170821,,Sole Agency,No,,Stage 1 tender for re-roofing of Birkenhead College Block S and the Library,Awarded,,20201117 Ministry of Education - School Infrastructure,16842474,Request for Proposals,Open Competition,"Bohally Intermediate School, Blenheim NZ, Special Needs Alteration and Classroom Refurbishment.",2812-07 15-22,20150929,20151002,20151118,,Sole Agency,No,,"PLEASE NOTE THAT THIS TENDER REPLACES RFX 15111948. THE ORIGINAL TENDER WAS CANCELLED IN ERROR. ALL TENDER INFORMATION AND DOCUMENTS REMAIN THE SAME. School Support Ltd and Bohally School, Blenheim Board of Trustees are inviting shortlisted firms to provide a proposal to School Support Ltd as the schools agent for the potential provision of Special Needs Alterations at to the buildings and grounds at Bohally Intermediate School. This project also includes the provision of construction services for the attached defined works for the refurbishment of classroom frontages. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the consented set of drawings as well as compliant with all MOE Policy???s and Requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,16846977,Request for Proposals,Closed Competition,Main Contractor - Crofton Downs Primary School Roll Growth Extension and Modernisation,,20151001,20151030,20160113,,Sole Agency,No,,"The Crofton Downs Primary School Board of Trustees is seeking a Main Contractor for the Roll Growth and Modernisation Project at Crofton Downs Primary School (Wellington, NZ). This Project will involve a 74m2 footprint extension and the refurbishment of 300m2 of existing space. The successful supplier will be capable of delivering all of the construction services required to complete this project.",Awarded,,20201117 Ministry of Education - School Infrastructure,16847055,Request for Proposals,Open Competition,Koru School - Independent Construction Observation,WS142564,20151001,20151028,20170829,,Sole Agency,No,,RFP for Independent Construction Observation Services for the Koru School Redevelopment Project,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,16847157,Request for Proposals,Closed Competition,Main Contractors For Puketaha School E & G Block Relocation (RFP),5477,20151005,20151027,20151204,,Sole Agency,No,,,Awarded,This contract has been awarded to Barnard Construction Ltd.,20201117 Ministry of Education - School Infrastructure,16847330,Request for Proposals,Closed Competition,James Cook High School Administration Block and Hall Upgrade,16.412,20151002,20151028,20160215,,Sole Agency,No,,"The project involves refurbishment of the existing administration block and reception, and some maintenance work to the adjoining school hall. Works to the administration block and reception include a complete replacement of the existing membrane roof and roof structure with a timber trussed roof structure and long run roofing, some new cladding, rearrangement of some internal partitions, and general refurbishment throughout. There will be some alterations to existing electrical/data, hydraulic and stormwater services. Works to the school hall include deletion of one large window, some new cladding, replacement of the existing roofing with long run roofing, replacement of some window sashes, and retro-fitting a fire-rated partition and emergency lighting.",Awarded,,20201117 Ministry of Education - School Infrastructure,16853783,Request for Proposals,Open Competition,'D BLOCK' ALTERATIONS STAGE TWO AT WAIMEA COLLEGE,14-35,20151007,20151109,20170323,,Sole Agency,No,,"THIS CONTRACT COMPRISES OF THE STAGE TWO ALTERATIONS, REFURBISHMENT AND EXTENSIONS TO THE EXISTING D BLOCK (TECHNOLOGY BLOCK) AT WAIMEA COLLEGE. STAGE TWO INVOLVES THE EXISTING GRAPHICS, WET, IT, ENTRY LOBBIES AND WORKSHOP STORAGE AREAS. THESE AREAS ARE TO BE RATIONALISED AND REFURBISHED, WITH A NEW EXTENSION TO FORM A NEW TEACHERS BULKSTORE.",Awarded,Contract awarded 26 November 2015,20201117 Ministry of Education - School Infrastructure,16854774,Request for Proposals,Open Competition,Infrastructure Replacement NPBHS,1782 SW,20151005,20151030,20170814,,Sole Agency,No,Box 634 New Plymouth 4340,"This RFP is for main civil contractors for infrastructure replacements work at NPBHS. It includes storm water drainage, gas mains,& roading reinstatement.",Not Awarded,No responses,20201117 Ministry of Education - School Infrastructure,16855798,Request for Proposals,Closed Competition,HUNTLY WEST SCHOOL - RFP Propossed new Block B exterior learning and interior breakout spaces,,20151007,20151028,20151109,,Sole Agency,No,,"The School and BOT are proposing to alter existing Classrooms to provide for and Exterior learning space by constructing and covered deck with new aluminium sliders to access. It is proposed to decommission an adjacent toilet block, and undertake alterations to provide for an interior learning space to meet the Innovative Learning Environment as per MOE requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,16856285,Request for Proposals,Closed Competition,Ferguson Intermediate School - Block 3 & toilet refurbishment project,Nic Davies,20151013,20151104,20160314,,Sole Agency,No,"PO Box 38 063, Howick Auckland","The Board of Trustees of Ferguson Intermediate School (the Buyer) is seeking the remodelling of Block3 and the refurbishment of toilet blocks at the School. This Request for proposals follows the earlier Registration of Interest (ROI) advertised through GETS and tenders are now sought from the selected building contractors.",Awarded,Contract was awarded to Aztec Builders Auckland Ltd on 18 December 2014 for the reduced scope of the refurbishment of the 3 toilet blocks only as directed by the LSM (Dennis Finn) for the school,20201117 Ministry of Education - School Infrastructure,16856939,Request for Proposals,Closed Competition,Waikatipu High School Block C food tech & toilet upgrade,15-3300,20151005,20151028,20151103,,Sole Agency,No,,,Awarded,Contract has been awarded to Brosnan Construction,20201117 Ministry of Education - School Infrastructure,16859002,Request for Proposals,Closed Competition,RGHS RFP demolition of classroom block and upgrade of classrooms,150704,20151006,20151028,20151103,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16862456,Request for Proposals,Open Competition,H BLOCK GROUND FLOOR AT WAIMEA COLLEGE,15-37,20151012,20151105,20170323,,Sole Agency,No,,The contract comprises the refurbishment of 'H Block' ground floor classrooms at Waimea College as indicated on the drawings and outline specification.,Awarded,Contract awarded and signed 02 December 2015,20201117 Ministry of Education - School Infrastructure,16862645,Request for Proposals,Closed Competition,"Kaitao Middle School, Rotorua - Block A Rebuild",,20151009,20151103,20160617,,Sole Agency,No,,Kaitao Middle School Board of Trustees is seeking prices from a closed list of main building contractors for the demolition and rebuild of block A. The removal of the floor slab of the adjacent block U and associated foundations and services is also included in the works.,Awarded,A contract has been awarded to Ronayne Construction (NZ) Ltd.,20201117 Ministry of Education - School Infrastructure,16865852,Request for Tenders,Open Competition,Northcote College - Aquatics Facility Operations,108.523,20151008,20151103,20160712,,Sole Agency,No,,"The Board of Trustees (BoT) has been reviewing the operations of its aquatic facilities, the way in which the facility operates and what potential the facility has to offer the College and wider community. There is recognised potential for a successful Swim School, or Swimming Club to manage the entire facility on behalf of the BoT. Whilst establishing a Swim School or Club within the community the operator would also be expected to provide a compliant and efficiently operated facility that can also be utilised by the College and other community groups from surrounding areas.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,16866191,Request for Proposals,Closed Competition,Kelston Boys High School - Convert - Computer room into Physics Lab & toilet block into chemical store room,116,20151008,20151106,20160211,,Sole Agency,No,,Convert Computer room into Physics Lab (Room F14) and old toilet Block into Chemical storeroom (Block F),Awarded,,20201117 Ministry of Education - School Infrastructure,16869693,Request for Proposals,Open Competition,Oranga School - Block 1 & 2 roof replacement,110,20151009,20151109,20151110,,Sole Agency,No,,Roof Replacement Block 1 & 2 - Oranga School,Not Awarded,No responses received,20201117 Ministry of Education - School Infrastructure,16870766,Request for Proposals,Closed Competition,"Rongotai College, Wellington - RFP, Main Building Contractor for Block WE - Refurbish MTB",4322,20151013,20151103,20151211,,Sole Agency,No,,"The Board of Trustees of Rongotai College is seeking a main building contractor for Block WE - Refurbish MTB at Rongotai College. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment. The solution is for construction works to refurbish Block WE, MTB which includes the graphics and hard materials teaching spaces. The work will include replacing glass with Low E into the existing aluminium windows, reorganisation of storage and toilet spaces, new breakout spaces and new entrances, wet areas, new flooring and pinboard, new ceilings, new dust extract plant. Also general redecoration and upgrade services. Additionally the physics breakout spaces will be refurbished including new wall, floor and ceiling linings. The work is to be undertaken during normal school hours and all consideration is to be given to maintaining a safe work place, police vetting of all personnel and developing a site specific health and safety plan.",Awarded,"Awarded 10.12.15, start date 14.12.15 with estimated finish date of 31.03.16.",20201117 Ministry of Education - School Infrastructure,16873036,Request for Tenders,Closed Competition,Otane School Block A MLE upgrade,15-2634-01,20151009,20151103,20160209,,Sole Agency,No,,,Awarded,MOE approval received 4-02-16,20201117 Ministry of Education - School Infrastructure,16873321,Request for Proposals,Open Competition,Main Building Contractor for the Refurbishment of Four Laboratories at Whangarei Girls' High School,,20151020,20151113,20170829,,Sole Agency,No,Not applicable,,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,16873416,Request for Proposals,Closed Competition,"Waikanae Primary School, Kapiti Coast - RFP for Main Building Contractor for Classroom Block Replacement",4212,20151013,20151103,20160308,,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Classroom Block Replacement at Waikanae Primary School. The School has two relocatable classrooms within their building stock that were built in the early 2000???s and are in a poor state of repair. The project sets out to demolish these and construct two modern teaching spaces complete with ancillary spaces and toilets. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust new building of approximately 230 square metres. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded February 2016. Start date 14.03.16 with finish 03.10.16.,20201117 Ministry of Education - School Infrastructure,16873579,Request for Proposals,Open Competition,Main Building Contractor for the Refurbishment of Student Support and Services at Whangarei Girls' High School,,20151020,20151113,20170829,,Sole Agency,No,Not applicable,The Board of Trustees are seeking a main building contractor for the refurbishment of the Student Support and Services at Whangarei Girls' High School.,Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,16873942,Request for Proposals,Closed Competition,Kilbirnie School - Toilet Upgrade & MLE,MQS 15.134 RFP,20151014,20151109,20151203,,Sole Agency,No,,Closed Tender for Toilet Block Upgrade and MLE work at Kilbirnie School,Awarded,,20201117 Ministry of Education - School Infrastructure,16878870,Request for Proposals,Open Competition,Main Building Contractor for the Refurbishment of eight Classroom block at Blockhouse Bay School,,20151013,20151111,20160122,,Sole Agency,No,,"The Board of Trustees of Blockhouse Bay Primary School (the Buyer) is seeking a Main Building Contractor for the Refurbishment of an eight classroom block at Blockhouse Bay School (the School). The project is limited to the interior refurbishment of eight classrooms and three toilet blocks. The Scope of Works includes minor demolition, carpet and vinyl replacement, painting and minor electrical and plumbing works. Procurement will be conducted through a single stage open tender and the contract will be the Ministry of Education Construction Contract to the Project.",Awarded,,20201117 Ministry of Education - School Infrastructure,16885103,Request for Proposals,Closed Competition,"Onslow College, Johnsonville - RFP Main Building Contractor for Block H Refurbish Classrooms, Block D Refurbish Girls Toilets, Blocks H & Q Resecure Strammit Ceilings",4275,20151019,20151118,20160120,,Sole Agency,No,,"The Board of Trustees of Onslow College is seeking a main building contractor for Block H Refurbish Classrooms, Block D Refurbish Girls Toilets, Block H and Q Resecure Strammit Ceilings at Onslow College. The project sets out to continue the investment into teaching spaces and modernise selected rooms in Block H in line with the same scope recently completed in Block I. The project will refurbish student toilets in Block D and secure ???Strammit??? ceiling tiles in the gymnasium. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded Dec 15. Start date 11 Jan 16, approx finish date 1 June 16.",20201117 Ministry of Education - School Infrastructure,16886529,Request for Proposals,Open Competition,"Highlands Intermediate School Blocks A,B,D & E Re-roof Project",3001.07,20151019,20151112,20160307,,Sole Agency,No,,"Highlands Intermediate School Board of Trustees are seeking a Main Roofing contractor to carry out Re-Roofing in School Blocks A, B, D & E. The work comprises removing approximately 1400 m2 of existing roof (decramastic tile & long run metal roofing), along with all existing spouting and downpipes serving those roof areas. New roof to be installed will be all new long run metal complete with new flashings. Some areas will require new roofing underlay, wire netting & new purlins. New uPVC spouting and downpipes to be installed in place of old. Small area of TPO roofing membrane to be installed over existing area (approx 45 m2). A section of existing roof requires a clean & repaint.",Awarded,,20201117 Ministry of Education - School Infrastructure,16886912,Request for Tenders,Open Competition,Halswell Residential College - Demolition Services,,20151016,20151112,20170824,,Sole Agency,No,,"The Ministry???s Christchurch Schools Rebuild (CSR) Programme team is intending to let a contractor for the demolition and asbestos removal of a residential villa at Halswell Residential College. The purpose of this Request for Tender (???RFT???) is for the Ministry to invite contractors to submit a Tender for these demolition works through the Government Electronic Tender System (GETS)",Awarded,,20201117 Ministry of Education - School Infrastructure,16887025,Request for Proposals,Open Competition,"Oranga School (One Tree Hill, Auckland) - Main Contractors",,20151015,20151111,20170823,,On behalf of procurement agent,No,,"Ministry of Education wish to appoint a Main Contractor for the remediation of the Reading Recovery Centre (building) at Oranga School located in One Tree Hill, Auckland.",Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,16887275,Request for Proposals,Closed Competition,"Brandon Intermediate School, Porirua - RFP Main Building Contractor for Block 2 - Refurbish Classrooms",4261,20151019,20151109,20160120,,Sole Agency,No,,"The Board of Trustees of Brandon Intermediate School (the Buyer) is seeking a main building contractor for Block 2 - Refurbish Classrooms at Brandon Intermediate School (the School). The project sets out to modernise and improve four classrooms in Block 2 which will involve window and door renewal, replacement floor, wall and ceiling finishes. It will also set out to rationalise toilets and create withdrawal/breakout teaching areas. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded Dec 2015. Start date 8 Feb 16, approx finish date 1 June 16.",20201117 Ministry of Education - School Infrastructure,16889290,Request for Proposals,Closed Competition,Main Building Contractor for Huntly College Block B Classroom Upgrade (RFP),5434,20151019,20151110,20151210,,Sole Agency,No,,Main Building contractors to submit proposals for B Block classroom upgrades,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,16890789,Request for Proposals,Closed Competition,"Raumati South School, Kapiti Coast - RFP Main Building Contractor for Blocks A,B,C Modernise Classrooms and Toilets",4251,20151020,20151110,20160120,,Sole Agency,No,,"The Board of Trustees of Raumati South School is seeking a main building contractor for Blocks A, B, and C - Modernise Classrooms and Toilets at Raumati South School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded Dec 15. Start date 12 Dec 15, approx finish date 1 April 16",20201117 Ministry of Education - School Infrastructure,16893469,Request for Proposals,Open Competition,"Oakura School, Taranaki, A Block Alterations & Refurbishment",3033.05,20151019,20151113,20151215,,Sole Agency,No,,The Oakura Primary School Board of Trustees is seeking the services of main contractor construction companies to undertake alterations to the present internal configuration of spaces within the building converting the Multi-Purpose Space back into a classroom. To accommodate this a rearrangement of the Resource Areas is required.,Awarded,,20201117 Ministry of Education - School Infrastructure,16894340,Request for Proposals,Open Competition,"Oakura School, Taranaki, G BLock Alterations & Refurbishment",3033.06,20151019,20151113,20151215,,Sole Agency,No,,The Board of Trustees of Oakura School (the Buyer) is seeking a Main Building Contractor for alterations and the refurbishment of a three classroom buildings (G Block) at Oakura School (the School).,Awarded,,20201117 Ministry of Education - School Infrastructure,16894520,Request for Proposals,Closed Competition,"Fernlea School, Wainuiomata - RFP, Main Building Contractor for Classroom Block Modernisation",4241,20151021,20151111,20160120,,Sole Agency,No,,"The Board of Trustees of Fernlea School is seeking a main building contractor for Classroom Block Modernisation at Fernlea School. The project sets out to modernise and improve two classrooms and adjacent toilets along with the replacement of asbestos sheet cladding to a teaching building and upgrading of storm water drainage system at the side of asphalt courts. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded Jan 16. Start date 8 Feb 16, approx finish date 29 April 16.",20201117 Ministry of Education - School Infrastructure,16894929,Request for Proposals,Closed Competition,Southland Girls' High School Block A Modernisation,15-013,20151021,20151113,20151207,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Registrations of Interest from suitably qualified and experienced Suppliers to provide construction services for the upgrade and modernisation to three classrooms of Block A at Southland Girls??? High School, including the construction of an external veranda.",Awarded,"Preferred Respondent is Barry Stewart Builders Ltd. Tender evaluated using Weighted Attribute Method as outlined in RFP, with the winning tender achieving a Score of 892.5. Three tenders were evaluated, ranging from 660 - 892.5.",20201117 Ministry of Education - School Infrastructure,16895146,Request for Proposals,Open Competition,NAYLAND COLLEGE Block U and Z Redevelopment- MAIN CONTRACTIORS ONLY,,20151020,20151117,20151201,,Sole Agency,No,Not applicable,"b. The proposal is for the Main Contractor to carry out the redevelopment of Blocks U and Z at Nayland College and includes ??? Conversion of the existing teaching space and associated storage area in block U to two separate teaching spaces and a shared area. ??? Conversion of the existing languages rooms in Block Z into the Support Centre with offices for the Counsellors and Deans, including new sick bay, reception and meeting spaces. ??? Siteworks to the east of Block Z with the demolition and removal of the Cottage, capping of all services and forming new asphalt carpark and landscaping. It is noted that the existing Cottage is clad in fibre cement shingles that contain asbestos, as does the soffit. The work is to be carried out over the school break, from 25th November to 29th January, with it important that the internal spaces are prepared and ready for occupation at the start of Term 1. Proposals are sought to meet this deadline, however external work may need to continue after this date and this should be noted in any proposal submitted.",Awarded,Contract awarded on 1/12/2015 with start date of 2 December 2015 and completion of 29 January 2016 as per letter from MJ Property dated 1/12/2015,20201117 Ministry of Education - School Infrastructure,16899271,Request for Proposals,Open Competition,Pakuranga College -Art Block Upgrade,,20151022,20151118,20160229,,Sole Agency,No,,"The Board of Trustees of Pakuranga College (the Buyer) is seeking a Main Building Contractor for the Modern Learning Environment (MLE) Upgrade of the Art Block at Pakuranga College (the School). The project includes an MLE upgrade of the central core of the Art Block, and selected portions of surrounding classrooms. The Scope of Works includes: ??? Structural changes (including new steel portal frames) to facilitate open plan spaces ??? Demolition of existing interior walls and ceilings ??? New interior walls, ceilings and finishes ??? New power/data/lighting/water/drainage layouts ??? Minor changes to exterior claddings. Procurement will be conducted through a single stage open tender and the contract will be the Ministry of Education Construction Contract to the Project.",Awarded,Contract awarded 10/12/2016,20201117 Ministry of Education - School Infrastructure,16900146,Request for Proposals,Closed Competition,New Lynn Primary School 8 Classroom Block,WS105851,20151020,20151117,20170623,,Sole Agency,No,N/A,The Ministry of Education is seeking a suitably qualified main contractor for the construction of a new 8 classroom block and associated site works at New Lynn Primary School.,Awarded,The Contract was awarded to Teak Construction and will start on 17th march 2016. The term of the contract is 174 working days.,20201117 Ministry of Education - School Infrastructure,16901066,Request for Proposals,Closed Competition,Hokowhitu School Palmerston North New Classroom,4698,20151020,20151110,20160204,,Sole Agency,No,N/A,The board of trustees is seeking a main building contractor for the construction of a new classroom,Awarded,Contract awarded to Dawson and Gerrard Jan 2016.,20201117 Ministry of Education - School Infrastructure,16902530,Request for Proposals,Closed Competition,Lynfield College-Renovation and Extension of Block A(RFP),,20151020,20151113,20160222,,Sole Agency,No,,Lynfield College is inviting the shortlisted supplier to supply pricing information for the proposed building extension and refurbishment of block A.,Awarded,,20201117 Ministry of Education - School Infrastructure,16903947,Request for Proposals,Closed Competition,"Johnsonville School, Johnsonville - RFP Main Building Contractor for Block 2 Refurbish Classroom and Toilets/Complete Block 7/Block 3 Refurbish Student Toilets",4344,20151102,20151120,20160112,,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block 2 Refurbish Classroom and Toilets/Complete Block 7/Block 3 Refurbish Student Toilets at Johnsonville School. Johnsonville School is comprised principally of buildings erected in the 1950/60???s. Blocks 2 and 3 are late 1960???s and Block 7 is 1970. These buildings are in the most part original. This work seeks to replace internal linings and take the opportunity to fit insulation along with replacing the toilet sanitary fixtures. The project aims to provide as a result well ventilated and thermally/acoustically insulated teaching spaces and well ventilated and easy to maintain toilet spaces. The project sets out to refurbish classrooms and toilets in Blocks 2, 3 and 7. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver the refurbishment. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded with start date 05.01.16, approx finish 29.04.16.",20201117 Ministry of Education - School Infrastructure,16908925,Request for Tenders,Closed Competition,Onga Onga School - Block A MLE upgrade,14016,20151021,20151201,20170519,,Sole Agency,No,,,Not Awarded,Project was ceased,20201117 Ministry of Education - School Infrastructure,16911346,Request for Proposals,Open Competition,Roxburgh Areas School - Fencing Provisions,309,20151027,20151120,20151221,,Sole Agency,No,"56 York Place, Dunedin",The Roxburgh Area School Board of Trustees are seeking proposals from suitably qualified main contractors for the installation of boundary fencing and associated siteworks at the school.,Awarded,,20201117 Ministry of Education - School Infrastructure,16912403,Request for Proposals,Open Competition,South Westland Area School - Smoke Damage Project,306,20151028,20151208,20160128,,Sole Agency,No,,"School Support Ltd and South Westland Area School Board of Trustees are inviting firms to provide a proposal to School Support Ltd as the schools agent for the potential demolition and removal of smoke damaged areas and items as well as the refitting and construction of these areas as per the attached plans and specifications. South Westland Area School ??? Wanganui Flat Road, RD1, Hari Hari 7884 The project involves the: ??? Block F - Science Laboratory and Lab Technician Room ??? Block E - Corridor and Toilet. ??? Block D - Woodwork, Computer Suite, Teachers Office. ??? Block E, D, F - Floor Coverings. ??? Heating. ??? Datat and Electrical. ??? Roof. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the set of drawings as well as compliant with all MOE Policy???s and Requirements. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE PART A AND B AND THE WORKS PRICE SCHEDULE. FAILURE TO DO SO MAY MAKE YOUR SUBMISSION NON-COMPLIANT. THANK YOU.",Awarded,,20201117 Ministry of Education - School Infrastructure,16923059,Request for Proposals,Open Competition,MaIn Building Contractors for Mana College Tech Block Upgrade,,20151030,20151126,20151222,,Sole Agency,No,,"The Board of Trustees of Mana College (the Buyer) is seeking a Main Building Contractor to undertake the construction of the Tech Block Upgrade at Mana College (the School). The BOT at Mana College are proposing to undertake significant alterations to the existing Tech Block (Blk D) at the College to enable the relocation of the food technology, ICT and graphic classrooms from other buildings into Blk D. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The work involves internal alterations and refitting with some new exterior metal joinery, along with associated building services works. It is envisaged that the works will take place immediately after the awarding of the contract and be complete for Term 2 2016. Work on site will be undertaken under a CPU. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray Building Consultants on behalf of the Mana College BOT. The Procurement will be a single stage open tender on GETS.",Awarded,Based on the standard MOE weighted attributes model the evaluation team assessed all three responses and have selected the proposal from Choice Commercial Interior Ltd as the preferred supplier.,20201117 Ministry of Education - School Infrastructure,16923138,Request for Proposals,Open Competition,Main Civil Works Contractor for New Entrance Driveway & Car Park for Kapiti College,,20151030,20151125,20160328,,Sole Agency,No,,"The BOT at Kapiti College are proposing to undertake a significant Civil Works project for the construction of the New Entrance, Driveway, Car Park and Bus Bay. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves ??? Significant cut and fill of existing the existing ground to suit new design levels ??? Construction of new roading, car parks and bus bay ??? Construction of new pedestrian paths ??? Construction of storm water systems and other underground services ??? Construction of new street lighting The Contract is to be priced on a value and measure basis with a schedule of works provided as the basis for submitting the contract price with margins and P&G costs also supplied by the contractor. The successful Contractor will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray Building Consultants on behalf of the College???s BOT.",Awarded,"We have now received funding approval from the MOE to allow acceptance of the preferred supplier. In this case after a two stage evaluation the contract has been awarded to Rapid Earthworks, We received 4 valid responses to our RFP invitation and the evaluation team scored the responses against the non price criteria all four responses were scored and very little separated the responses at that stage. The pricing information was then overlaid and this process resulted in us awarding the project to Rapid Earthworks as our preferred supplier.",20201117 Ministry of Education - School Infrastructure,16924004,Request for Quotations,Open Competition,Remuera Intyermediate Relocate Classrooms,,20151027,20151120,20160506,,All of Government,No,,"Three existing relocs to be relocated on site during January 2016 complete with ramps, steps, decks, services",Awarded,,20201117 Ministry of Education - School Infrastructure,16924765,Request for Proposals,Closed Competition,Special Needs Modifications Tender - Marlborough Boys' College,,20151029,20151125,20160718,,Sole Agency,No,,"On behalf of the Ministry of Education, Registrations for Proposals are sought for the short listed Respondents to Tender for the enhancement the experience for visually impaired students around Marlborough Boys' College. This work involves: ??? New stainless steel handrails into all almost internal stairs and for external steps & ramps ??? Modifications to existing timber and galvanised steel handrails including minor site works ??? Tactile studs at ground and floor levels as warnings of obstruction or danger ??? Removal of minor high-level hazards ??? Site works/make good Construction is anticipated to commence 30 November 2015 with completion date end of 31st January 2016. Digital copies of drawings and specifications are attached to this RFP. The lowest Tender or any Tenderer will not necessary be accepted.",Awarded,Contract was awarded to Scott Construction,20201117 Ministry of Education - School Infrastructure,16926647,Request for Proposals,Open Competition,Ruapotaka School - Reroof Block 1 & 2,106,20151028,20151120,20160203,,Sole Agency,No,,"Reroof Block 1 & 2 at Ruapotaka School. See all documents attached. Stage 1 in December 2015 - January 2016 holiday Stage 2 in April 2016 school holiday",Not Awarded,Received 1 tender. Insufficient funds,20201117 Ministry of Education - School Infrastructure,16927099,Request for Proposals,Open Competition,Whangarei Boys High School Cleaning Contract,,20151029,20151123,20160204,,Sole Agency,No,,"Whangarei Boys' High School are seeking cleaning services of approximately 17 Blocks of buildings comprising of offices, classrooms, laboratories, ablutions, libraries, workshops, gymnasiums and general work space for a period of three years.",Awarded,,20201117 Ministry of Education - School Infrastructure,16927219,Request for Proposals,Closed Competition,"Newlands Primary School, Wellington, RFP Main Building Contractor, Block 2 - Refurbish Classrooms & Toilets",4240,20151030,20151119,20160413,,Sole Agency,No,,"The Board of Trustees of Newlands Primary School is seeking a main building contractor for Block 2 - Refurbish Classrooms and Toilets at Newlands Primary School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment. The project sets out to modernise, modify and improve four classrooms and adjacent toilets and ancillary break out spaces and work rooms. It is expected that the project will be completed with work beginning late December 2015 and completion late April 2016.",Awarded,"Awarded to Hi-Tech, start date 28.06.16 with expected finish date 04.11.16.",20201117 Ministry of Education - School Infrastructure,16929635,Request for Proposals,Open Competition,Main Building Contractors for Upgrade of Maori Studies Block at Hastings Girls' High School,,20151029,20151123,20160211,,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking main building contractors for the Upgrade of the Maori Studies Block at Hastings Girls High School (the School). The project is the upgrade of existing Maori Studies Classroom and includes includes internal upgrade, new linings throughout and addition of a new concrete covered deck as part of the refurbishment. Specification document to follow. Will be issued as an addenda.",Awarded,,20201117 Ministry of Education - School Infrastructure,16930598,Request for Proposals,Open Competition,"Mountview School, Taupo-Tech Block Alteration and Addition to An Existing Classroom",,20151030,20151120,20160114,,Sole Agency,No,Not applicable,"We seek registrations of interest for main contractors only for the alteration and extension of an existing classroom and converting it into a modern learning technical room at Mountview school, Taupo. Contractors shall provide examples of relevant work for the Ministry of Education, list of key personal and knowledge of working in the Taupo area. The project is expected to start mid January 2016, with an approximate budget of $200,000.00. Registrations shall be judged on track record, relevant experience, key personal and local knowledge.",Awarded,,20201117 Ministry of Education - School Infrastructure,16931844,Request for Proposals,Open Competition,Rotorua Intermediate School-Construction of New Four Teaching Space Classroom,2060,20151030,20151120,20151218,,Sole Agency,No,Not applicable,"We seek registrations of interest for main contractors only for the construction of a new four teaching space classroom at Rotorua Intermediate. Contractors shall provide examples of relevant work for the Ministry of Education, list of key personal and knowledge of working in the Rotorua area. The project is expected to start mid January 2016, with an approximate budget of $700,000.00. Registrations shall be judged on track record, relevant experience, key personal and local knowledge.",Awarded,,20201117 Ministry of Education - School Infrastructure,16933874,Request for Proposals,Closed Competition,"Tawhai School, Stokes Valley - RFP Main Building Contractor for Roll Growth Classroom",4167,20151102,20151120,20160112,,Sole Agency,No,,"The Board of Trustees of Tawhai School is seeking a main building contractor for Roll Growth Classroom at Tawhai School. The project sets out to construct one modern teaching space as an extension of Block 12 complete with a wet area and internal connection to the existing adjacent spaces. It is expected that the project will be completed with work beginning December 2015 and completion March 2016. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded with start date 18.01.16, approx finish date 30.06.16.",20201117 Ministry of Education - School Infrastructure,16934680,Request for Proposals,Open Competition,Main Contractors for Cloak bay and Classrooms at Henderson North School,,20151103,20151119,20170719,,Sole Agency,No,,"The replacement of wall linings with acoustic reduction properties. The replacement of floor linings, increase door opening to include side lights allow visual connection to the cloak bays, allowing breakout spaces to be make in the cloak bays. Replacement windows and providing a covered roofed area.",Awarded,,20201117 Ministry of Education - School Infrastructure,16935032,Request for Proposals,Closed Competition,Thames High School - A Block & Hall Foyer Upgrade,1011/1051,20151030,20151125,20160112,,Sole Agency,No,,"Thames High School Board of Trustees are seeking main contractors for the project to Add a deck & verandah and re-pitch an existing low roof on A Block and to upgrade the hall foyer, toilets & kitchen. Please ask all questions through GETS Question function.",Awarded,"Baker Construction had the third lowest price on the day (as per the MOE assessment spreadsheet), but scored best in the non-price attributes, particularly in the proposed solution category.",20201117 Ministry of Education - School Infrastructure,16935159,Request for Proposals,Open Competition,Main Contractors for MLE Block 2 and 3 Withdrawal Project at Glamorgan School,,20151103,20151119,20170719,,Sole Agency,No,,The project scope is to remove two small resource areas and replace them with a single space that will allow for better use of the SPG footprint. The dental clinic will be removed along with a small resource space in Block 2 as well as the boys and girls toilets. A single stand alone building adjoining to Block 2 is proposed to offer toilet uni-sex toilet access along with CRT resource space and a larger withdrawal area for the senior students and staff to use.,Awarded,,20201117 Ministry of Education - School Infrastructure,16935406,Request for Proposals,Closed Competition,Sunnyvale Primary School Refurbishment Works,,20151030,20151127,20160226,,Sole Agency,No,N/A,The Board of Trustees at Sunnyvale Primary School is seeking a suitably qualified main contractor to carry out refurbishment works to an existing four classroom block and two toilet blocks.,Not Awarded,The Sunnyvale School Board of Trustees has decided to close this tender process without awarding a contract.,20201117 Ministry of Education - School Infrastructure,16937987,Request for Proposals,Closed Competition,Taradale High School - New Science Block RFP,,20151102,20151202,20160205,,Sole Agency,No,,"Taradale high School is to build a new science block of 1,017 sq m as part of the school???s 5YA to consolidate the science faculty and replace an equivalent Nelson block. This procurement is stage one in a 3 stage programme to replace all the Nelson blocks. Refer attached Document list for Drop box link to tender documents.",Awarded,,20201117 Ministry of Education - School Infrastructure,16939834,Request for Proposals,Closed Competition,Main Building Contractors for Whenuakite School E & F Blocks Various Works (RFP),5283,20151104,20151124,20151204,,Sole Agency,No,,Main Building contractors for a closed RFP (stage 2 of a 2 stage procurement),Awarded,This contract has been awarded to Cooks Beach Building Contractors Ltd,20201117 Ministry of Education - School Infrastructure,16940727,Request for Proposals,Open Competition,Mt Eden Normal Primary Block 1 Roofing Replacement,,20151103,20151126,20160210,,Sole Agency,No,,The Board of Trustees of Mt Eden Normal Primary (the Buyer) is seeking roofing replacement of Block 1 at Mt Eden Normal Primary (the School).,Not Awarded,No Respondents.,20201117 Ministry of Education - School Infrastructure,16942891,Request for Proposals,Open Competition,Northcote College Cleaning Contract,,20151102,20151126,20151215,,Sole Agency,No,,"Northcote College are seeking professional cleaning services for its site. The site consists of 2 two-storied Nelson blocks, a gymnasium and a sports pavilion, TV Studio joining C Block, the Library and D Block, 7 further blocks including H & I blocks and the overseas students center house across the road, 2 relocatable classrooms, 2 portocom offices and the administration/hall/music/staffroom/nurse block. Toilet facilities are included in the cleaning of all buildings. The contract is for 2 years.",Awarded,"Contract was awarded to Ace Kare Cleaning Services Ltd. Thank you to everyone who tendered.",20201117 Ministry of Education - School Infrastructure,16945195,Request for Proposals,Closed Competition,Main Building Contractor for MLE Refurbishment Project At Tamahere Model Country School,,20151102,20151124,20170829,,Sole Agency,No,,The Board of Trustees for Tamahere Model Country School seeks a Main Building Contractor for Senior Classroom MLE Refurbishment Project.,Not Awarded,notice period expired,20201117 Ministry of Education - School Infrastructure,16945312,Request for Proposals,Closed Competition,"Rewa Rewa School, Newlands - RFP Main Building Contractor for Special Needs Modifications - Changeroom",4299,20151105,20151125,20160317,,Sole Agency,No,,"The Board of Trustees of Rewa Rewa School is seeking a main building contractor for Special Needs Modifications - Changeroom at Rewa Rewa School. The project sets out to modernise and improve an existing medical room and ramps to access points to buildings/playground .It is expected that the project will be completed with work beginning in December 2015 and completion late March 2016. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded February 2016, Start 10.02.16, finish approx 19.04.16.",20201117 Ministry of Education - School Infrastructure,16946172,Request for Proposals,Closed Competition,Main Contractor Palmerston North Boys High School Boiler Replacement,4595,20151103,20151124,20160818,,Sole Agency,No,,The board of trustees is seeking a main contractor for boiler replacements,Not Awarded,Contract awarded to Total Sheet Metals,20201117 Ministry of Education - School Infrastructure,16949615,Request for Proposals,Open Competition,RFP - CDP Batch 43 - Warkworth Senior School,CW38019,20151106,20151201,20160419,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch 43 project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch 43. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The Batch 43 project is for works at Warkworth Senior School in Warkworth, Auckland. Warkworth School is made up of a junior and senior campus separated by Hill Street. Master planning has been completed for the Senior School side of Warkworth School, this will be made available to the successful supplier. The scope consists of refurbishing the existing teaching spaces, relocating the administration and library within the existing building footprint plus adding two roll growth classrooms. A separate design is also required as part of this RFP for the reinstatement of the pool changing sheds which were destroyed by fire earlier in 2015. The construction budget for the total project is $3,500,000.",Awarded,,20201117 Ministry of Education - School Infrastructure,16955725,Request for Proposals,Closed Competition,Levin Intermediate RTLB,,20151106,20151127,20151207,,Sole Agency,No,,Main Building contractors for a closed RFP (stage 2 of a 2 stage procurement),Not Awarded,Only 1 tender was received. The Ministry of Education have confirmed that they do not wish to proceed with one price and that a RFP will be an RFP will be readvertised late January 2016.,20201117 Ministry of Education - School Infrastructure,16956230,Request for Proposals,Open Competition,Main Building Contractor Cambridge Primary School A Block Refurb (RFP),OSS5548,20151105,20151130,20151211,,Sole Agency,No,,"Cambridge Primary School Board of Trustees are seeking suitably experienced and qualified Main Building Contractors for the internal refurbishment of A Block. Refer to the attached tender documentation and plans",Awarded,This contract has been awarded to Waikato Construction Management Ltd.,20201117 Ministry of Education - School Infrastructure,16956258,Request for Proposals,Open Competition,Design Services RFP - Tolaga Bay Area School,,20151105,20151202,20160122,,Sole Agency,No,,"The Ministry of Education is seeking a Principal Design Consultant for the Redevelopment of Tolaga Bay Area School (the School). The Principal Design Consultant will provide all the design services required to fully complete the redevelopment, from scope definition / Master Planning through to completion of construction. The Tolaga Bay Area School is approximately 1 hr???s drive north east of Gisborne. The school is to undergo a circa $5.2 million upgrade involving the demolition of four existing buildings and construction of 12 new replacement learning spaces. Remediation work is also required to the existing library building. This a single step procurement process via this RFP. To be considered for this opportunity you must satisfy all of the following pre-conditions: ??? Proven previous experience as a Principal Design Consultant on projects of at least the same scale and complexity as the Tolaga Bay Area School Redevelopment. ??? Sufficient capability and personnel to resource the project within the required time frames. ??? Proven ability to effectively coordinate and manage delivery of the PDC services in this remote location. ??? Ability to comply with the Ministry???s Insurance and Police Vetting requirements. Suppliers not able to satisfy all these pre-conditions should conclude that they are unable to meet our requirements and will not benefit from submitting a proposal.",Awarded,Confirming that the Tolaga Bay Area School Principal Design Consultant contract has been awarded to Babbage Consultants Ltd.,20201117 Ministry of Education - School Infrastructure,16956366,Request for Proposals,Open Competition,Mauku School Classroom Development Project(RFP),CW38471,20151105,20151130,20160222,,Sole Agency,No,,Mauku School Classroom Development Project Construction Services Tender Document,Awarded,,20201117 Ministry of Education - School Infrastructure,16958518,Request for Proposals,Closed Competition,"Kapanui School, Waikanae - RFP Main Building Contractor for Block T - Refurbish Classrooms and Toilets",4263,20151106,20151126,20160112,,Sole Agency,No,,"The Board of Trustees of Kapanui School is seeking a main building contractor for Block T - Refurbish Classrooms and Toilets at Kapanui School. The project sets out to modernise and improve five classrooms in Block T which will involve replacement floor, wall and ceiling finishes. It will also set out to create withdrawal/breakout teaching areas. The project will also introduce warm water to student toilets in Blocks A, F and R. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded with start date 18.01.16, approx finish date 08.06.16.",20201117 Ministry of Education - School Infrastructure,16959301,Request for Proposals,Open Competition,Civil Remediation Ground Works for Performing Art Centre at Christchurch Girls High School,,20151106,20151202,20170824,,Sole Agency,No,,"The Ministry requires Civil Remediation Ground Works for the Performing Art Centre at Christchurch Girls High School. Please see the attached tender document for details.",Not Awarded,no responses,20201117 Ministry of Education - School Infrastructure,16959318,Request for Proposals,Closed Competition,Glenbrook School - New Classroom Block,WS95344,20151106,20151127,20170829,,Sole Agency,No,N/A,Request for Proposal documentation for the new classroom block project at Glenbrook School.,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,16960199,Request for Proposals,Closed Competition,Main Building Contractor for MLE Upgrade Works of Manu Block at Prebbleton school,,20151109,20151130,20170823,,Sole Agency,No,,,Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,16962537,Request for Proposals,Closed Competition,Oropi School - SPG & Roll Growth Project (OROP3-01) RFP,OROP3-01,20151109,20151202,20160407,,Sole Agency,No,,"Oropi School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a new Multi-Purpose Space, Library and Internal Alterations to their existing A Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #9067037. Request for Proposal Documentation attached as follows: - Tender Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines; Ministry of Education RFP Template; Ministry of Education Supplier Response Template; all remaining Tender Documentation files.",Awarded,Hawes Building Solutions were the successful tenderer and have been awarded the Contract,20201117 Ministry of Education - School Infrastructure,16964966,Request for Proposals,Closed Competition,Arahoe School Classroom Development Project (RFP),WS113204,20151109,20151204,20160314,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16965046,Request for Proposals,Closed Competition,Main Fire & Security Alarms Contractors for Huntly College Alarms Upgrade (RFP),5491,20151110,20151130,20160406,,Sole Agency,No,,Main Fire and Security Alarm Contractors to submit their proposed solution and price for the replacement/upgrade of the alarms system to all blocks at Huntly College,Awarded,,20201117 Ministry of Education - School Infrastructure,16965130,Request for Proposals,Open Competition,Waiuku Primary School,14A-526 Waiuku 5YA,20151106,20151202,20151203,,Sole Agency,No,,"Waiuku Primary School require a competent main contractor to complete an accessible toilet fit out and supervisor and roved builders works for the fire, alarm & bell integration works.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,16968896,Request for Proposals,Closed Competition,Ngatimoti School - Modernisation of Rooms 1 and 2 and Construction of Outdoor Learning Space,3212,20151111,20151130,20170802,,Sole Agency,No,,"The Ministry of Education (the Ministry) and Ngatimoti School Board of Trustees are short listed firms to provide a proposal to School Support Ltd as the schools agent for the potential provision of the modernisation of Rooms 1 and 2 an outdoor learning space The project will include insulation, new wall and ceiling linings, new double glazed windows and door joinery, opening between both classrooms to provide a modern learning environment. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the forthcoming design and full scope of works and the consented set of drawings as well as compliant with all MOE Policy???s and Requirements. PLEASE MAKE SURE YOU FILL OUT PART B OF THE SUPPLIERS RESPONSE TEMPLATE AND THE EXCELWORKPRICE SCHEDULE SPREADSHEET. FAILURE TO FILL OUT THESE DOCUCMENTS WILL MEAN YOUR SUBMISSION CANNOT BE EVALUATED.",Awarded,,20201117 Ministry of Education - School Infrastructure,16970132,Request for Proposals,Closed Competition,"Karori Normal School, Wellington - RFP - Block 1 Structural/MLE, Block 3 Refurbish Classrooms and Toilets",4166,20151111,20151201,20160613,,Sole Agency,No,,"The Board of Trustees of Karori Normal School is seeking a main building contractor for Block 1 Structural MLE - Block 3 Refurbish Classrooms and Toilets at Karori Normal School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment of Block 1 and 3. The work will include strengthening and new aluminium windows as well as a deck area.",Awarded,"Awarded to Hitech Commercial Interiors, start date 13.06.16, expected finish date 07.10.16.",20201117 Ministry of Education - School Infrastructure,16972337,Request for Proposals,Closed Competition,Wakatipu High school block B remodel works 2015,15-2100,20151109,20151130,20160128,,Sole Agency,No,,"School Support Ltd on behalf of Wakatipu High School Board of Trustees seeks Main Building Contractors only who can carry out and manage this project. The work generally consists of: remodelling two toilet areas & Remodel covered area to accommodate a large open plan teaching space and convert two labs into one mega lab. The project includes the following new light fittings, floor coverings, joinery, electrical fittings new toilet partitions, plumbing fittings, drinking fountains, new acoustic panels fitted to walls & ceilings.",Awarded,,20201117 Ministry of Education - School Infrastructure,16976003,Request for Proposals,Closed Competition,"One Tree Hill College, Replace Window and Door Joinery",,20151111,20151201,20170628,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16976129,Request for Proposals,Closed Competition,Main Building Contractors for Carew Peel Forest School (RFP),1328/15,20151111,20151209,20160210,,Sole Agency,No,,This Request for Proposal (RFP) is a closed invitation to suppliers shortlisted in the ROI for Main Building Contractors for Additions and Alterations to Classroom and Toilet Block and upgrade of Waste Water Treatment at Carew Peel Forest School.,Not Awarded,Replaced with RFx 17083359,20201117 Ministry of Education - School Infrastructure,16977874,Request for Proposals,Closed Competition,"One Tree Hill College, Ventilation (New Louvres, Windows, Doors and Heat Pumps)",,20151111,20151201,20170628,,Sole Agency,No,,,Not Awarded,No suitable supplier,20201117 Ministry of Education - School Infrastructure,16980629,Request for Proposals,Closed Competition,Ashburton Netherby School - Modernisation of Cloakbays and Bathrooms to Breakout Spaces,3283/14/09/2015,20151116,20151204,20160122,,Sole Agency,No,,On behalf of the Board of Trustees for Ashburton Netherby School we are now requesting proposals for the modernisation of 3 toilet areas/cloakbays within Block 1 to increase space and allow breakout spaces to be accessible by two classrooms.,Not Awarded,This tender has been awarded to McIntosh Commercial Construction.,20201117 Ministry of Education - School Infrastructure,16981374,Request for Proposals,Open Competition,"Kokatahi Kowhitirangi School (Hokitika) - Re Roofing of Administration, Classroom 2 and Toilet Areas and Interior Fit Out",3398,20151113,20151211,20170802,,Sole Agency,No,,"School Support Ltd and Kokatahi Kowhitirangi School Board of Trustees are inviting firms to provide a proposal to School Support Ltd as the schools agent for the potential removal of the existing roof and the re-pitching of the roof to provide better fall to the existing gutters. This projects also involves the internal fit out of the Administration area and classroom 2. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the set of drawings as well as compliant with all MOE Policy???s and Requirements. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE AS WELL AS THE WORK PRICE SCHEDULE. FAILURE TO FILL OUT THESE DOCUMENTS WILL RESULT IN YOUR SUBMISSION BEING NON COMPLIANT.",Awarded,,20201117 Ministry of Education - School Infrastructure,16982453,Request for Proposals,Closed Competition,Takapuna Grammar School Main Block Remediation RFT,CW34772,20151113,20151214,20160805,,Sole Agency,No,,The Ministry is seeking tenders from a shortlist of suppliers for construction services for major remedial and internal refurbishment works to the Main Block and for the refurbishment of the hall at Takapuna Grammar School.,Awarded,Thank you for your interest in this project which has been awarded to Woodview Construction,20201117 Ministry of Education - School Infrastructure,16982986,Request for Proposals,Open Competition,Aotea College - Lead Design Services,,20151112,20151209,20160331,,Sole Agency,No,,The Ministry of Education requires Lead Design Services for a Remediation and Rebuild Project at Aotea College.,Awarded,The contract was awarded to Design Group Stapleton Elliot.,20201117 Ministry of Education - School Infrastructure,16984560,Request for Proposals,Closed Competition,NaeNae Primary School Classroom Refurbishment,14935211,20151116,20151210,20170522,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,16985967,Request for Proposals,Open Competition,Main Building Contractor for the Science Block Roof Remediation Works at Westlake Girls High School,38,20151116,20151209,20160607,,Sole Agency,No,anna.mccardle@ak.octa.co.nz,"The project comprises of localised and targeted preventative repairs to the roof serving the Westlake Girls High School Science Block. The roof over the Science Block has been identified to have localised weathertightness issues that require remediation. Works include selected demolition. The main portion of the works is intended to be undertaken during the school summer holidays with remaining works to be completed once school commences if necessary. The school block must remain operational during the school term and management of the construction site via CPU???s may be required to be coordinated by the contractor",Not Awarded,No tenders received,20201117 Ministry of Education - School Infrastructure,16989282,Request for Proposals,Closed Competition,Kaikohe West School - Block 1 MLE and Bathroom Upgrade,84.516,20151117,20151210,20160712,,Sole Agency,No,,The Board of Trustees is seeking Main Building Contractor for Block 1 MLE Classroom Upgrade and Bathroom Upgrade for the Board of Trustees (BoT) of Kaikohe West.,Not Awarded,No responses received.,20201117 Ministry of Education - School Infrastructure,16990616,Request for Proposals,Closed Competition,PNBHS Arts Suite Main Contractors RFP,4596,20151117,20151211,20160418,,Sole Agency,No,,The Board of Trustees is seeking a main building contractor for the construction of a new Art Suite for PNBHS Palmerston North,Awarded,Contract awarded to Kynoch Construction Ltd,20201117 Ministry of Education - School Infrastructure,16994716,Request for Proposals,Open Competition,Main Building Contractors for Insoll Avenue School 2015 Various Works (RFP),OSS5438,20151119,20151214,20151223,,Sole Agency,No,,Main building contractors for an open RFP,Awarded,This contract is awarded to ESN Construction Ltd,20201117 Ministry of Education - School Infrastructure,16995438,Request for Proposals,Open Competition,Main Building Contractors for Waihi Central School 2015 Works (RFP),OSS5468,20151119,20151214,20151223,,Sole Agency,No,,Main building contractors for an open RFP,Not Awarded,This tender did not comply with MOE requirements and will be re-tendered via direct source procurement in January (due to an insufficient number of responses being received),20201117 Ministry of Education - School Infrastructure,17000305,Request for Proposals,Open Competition,Main Contractors Required for Weathertightness Remediation Project,WS140516,20151118,20151215,20160205,,Sole Agency,No,,"We are pleased to invite you to tender for the remedial work on the above project. Please find the tender documents enclosed accordingly. Please ensure you submit a programme for the works, including proposed project duration and supported by your methodology. Please ensure you satisfy all of the preconditions set out in section 2 of the RFP document prior to submitting a proposal. Tenders must be placed through GETS. Late, faxed, hard copy, emailed or otherwise non-conforming tenders will not be accepted. Please ensure all information is supplied as stipulated in the Schedule to Conditions of Tendering. If you have any queries in relation to the tender, please feel free to contact the Procurement Officer at Prendos New Zealand Limited directly.",Awarded,The contract was awarded to Platinum Pacific Group,20201117 Ministry of Education - School Infrastructure,17004180,Request for Proposals,Open Competition,Main Building Contractors for Piopio Primary School Junior D Block Upgrade (RFP),OSS5488,20151120,20151215,20160224,,Sole Agency,No,,Main building contractors for an open RFP,Awarded,This contract has now been awaded,20201117 Ministry of Education - School Infrastructure,17006174,Request for Proposals,Open Competition,"Mechanical Services Contractor - Mechanical Services Upgrade, Wellington Girls College",,20151119,20151216,20161212,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for Mechanical Services for the Mechanical Services Upgrade project at Wellington Girls??? College. The School requires a Mechanical Services Contractor capable of delivering the full scope of mechanical works. This project involves Tower Block boiler replacement, Library Block heating upgrade and New Gymnasium gas shut off valve and also involves some minor builders work including creating and making good penetrations.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17006928,Request for Proposals,Open Competition,Matihetihe CDP Works New Library,17006928,20151120,20151215,20170324,,Sole Agency,No,,"The Ministry of Education (the Ministry) is inviting Proposals from suitably qualified and experienced Suppliers to carry out the Design & Construction of a New Library at Matihetihe School. Concept plans are provided with this proposal and the proposals must be in accordance with these (cost saving options are welcomed) Works include removing & re-constructing a new retaining wall, and constructing a New Library (it is anticipated the new Library will be constructed off site & transported on)",Not Awarded,Cancelled due to funding issues,20201117 Ministry of Education - School Infrastructure,17007439,Request for Proposals,Open Competition,RFP for Demolition Services for Partial Demolition at Ngaio School,,20151119,20151216,20160331,,Sole Agency,No,,"The Ministry of Education requires Demolition services for a Partial Demolition at Ngaio School, Wellington. Please see attached RFP document for details. Note a site visit may be carried out on 24 November. Please RSVP to the email address listed in the document.",Awarded,The contract was awarded to CBSS Ground Force.,20201117 Ministry of Education - School Infrastructure,17010062,Request for Proposals,Closed Competition,Kahutara School - RFP Main Building Contractor for Block A - Refurbish Classrooms and Toilets,4326,20151123,20151211,20160413,,Sole Agency,No,,"The Board of Trustees of Kahutara School (the Buyer) is seeking a main building contractor for Block A - Refurbish Classrooms and Toilets at Kahutara School (the School). The project sets out to improve all aspects of the environmental components of the building and alter the layout to introduce aspects of flexible learning spaces. The toilets are to be rationalised to create additional functional space and upgraded with warm water. The work will introduce a covered outdoor teaching area with direct linkage to the classrooms through new aluminium exterior doors This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Rigg Zschokke Ltd, start date 29.03.16 with expected finish date 02.09.16.",20201117 Ministry of Education - School Infrastructure,17012855,Request for Proposals,Open Competition,Fitzroy School,,20151124,20151218,20160727,,Sole Agency,No,,"The Board of Trustees at Fitzroy School is seeking a suitably qualified roofing contractors to carry out roof replacement to Block A and Boiler Room at the school. All tender documentation and necessary information attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,17013523,Request for Proposals,Closed Competition,Science and music upgrade Palmerston North Intermediate Normal School,4561,20151124,20151214,20160418,,Sole Agency,No,,Palmerston North Intermediate Normal School BOT is seeking a main building contractor for the construction of science and music block upgrade,Awarded,Contract awarded to Gibson and Oliver,20201117 Ministry of Education - School Infrastructure,17014586,Request for Proposals,Closed Competition,Leeston Primary School Block 1 Modernisation,3410/25/08/2015,20151125,20151218,20160126,,Sole Agency,No,,The objective of this procurement is to source requests for proposals from main contractors to undertake the modernisation of block 1 by updating the classrooms and converting the cloak bay into a breakout space.,Awarded,This tender has been awarded to Cook Brothers Construction,20201117 Ministry of Education - School Infrastructure,17019581,Request for Proposals,Closed Competition,View Hill School - MultiPurpose Room & Breakout Space,3565/28/08/2015 - RFP,20151126,20151222,20160323,,Sole Agency,No,,On behalf of the Board of Trustees at View Hill School we are now looking for tenders for the Multi Purpose Room and Breakout Space. This work will include the internal alteration/reconfiguration of existing cloakroom to create a new breakout space. Also construction of a new covered timber deck area to link the breakout space to the new versatile kitset multi purpose room.,Not Awarded,This project is currently on hold.,20201117 Ministry of Education - School Infrastructure,17022585,Request for Proposals,Open Competition,Construction Contract for the Special Needs Modifications at Campbells Bay School RFP,CW38756,20151125,20151221,20180213,,On behalf of procurement agent,No,,The Ministry of Education will be undertaking various property modification works at the Campbells Bay School to accommodate students with high dependency requirements that are either about to be enrolled or have already been enrolled into the Schools. It includes the construction of two bathrooms and various property modifications.,Awarded,,20201117 Ministry of Education - School Infrastructure,17027025,Request for Proposals,Open Competition,Main Contractor Kapiti College Temporary Relocatable Classrooms,,20151126,20151221,20160201,,Sole Agency,No,,"The Board of Trustees of Kapiti College (the Buyer) is seeking a Main Building Contractor to undertake the relocation of three relocatable classrooms from the Upper Hutt College site to Kapiti College along with all make good site and services works at both sites and set up at Kapiti College (the School). The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The work involves ??? Setup site perimeter and site specific safety items at Upper Hutt and Kapiti College sites. ??? Uplift load, transport, pile and tie down 3 relocatable classroom buildings from the Upper Hutt College Site to Kapiti College. ??? Disconnection and make good of all services on the Upper Hutt College Site ??? Shift 1 x small double ???Portacom??? office to new foundations on the Upper Hutt College site. ??? Demolition of foundations and some site features and make good to site with new paving, topsoil and grass on the Upper Hutt College site. ??? Connection to new building services at Kapiti College. ??? Construction of new temporary access steps and decks at Kapiti College ??? Make good and minor builders works to the buildings on the Kapiti College site. ??? Reroof blocks at Kapiti ??? Finishings trades for painting and floorcoverings at Kapiti The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray Building Consultants on behalf of the Kapiti College BOT. The Procurement will be a single stage open tender on GETS.",Awarded,Contract has been award to Multibuild Schwass. The evaluation team scored all three responses very evenly for non priced attributes so the price became the deciding factor. All three contractors provided post tender revisions to suit a reduced scope of work.,20201117 Ministry of Education - School Infrastructure,17027766,Request for Proposals,Open Competition,"Main Building Contractors Refurbishment of Classroom Block - Porritt School, Napier",,20151126,20151221,20170602,,Sole Agency,No,,,Awarded,The Contract was awarded to Stead Construction Ltd.,20201117 Ministry of Education - School Infrastructure,17028404,Request for Proposals,Closed Competition,Lakeview School Masterton Fencing,5086,20151201,20151221,20160418,,Sole Agency,No,,The MOE is seeking a building contractor for the construction of some fencing at Lakeview School,Awarded,Contract awarded to M.B. Brown,20201117 Ministry of Education - School Infrastructure,17034358,Request for Proposals,Closed Competition,Te Awamutu College- Upgrade of Existing rooms,1506,20151022,20151112,20151215,,Sole Agency,No,,"** For audit trail only** The Board of Trustees of Te Awamutu College (the Buyer) is seeking primary building contractors for upgrade of Existing Rooms at Te Awamutu College (the School).",Awarded,Contract was awarded to Lobell Construction Ltd,20201117 Ministry of Education - School Infrastructure,17040017,Request for Proposals,Closed Competition,"Koputaroa School, Levin - RFP Main Building Contractor for Block C - Classroom Modernisation",4266,20151202,20160128,20160613,,Sole Agency,No,,"The Board of Trustees of Koputaroa School is seeking a main building contractor for Block C - Classroom Modernisation at Koputaroa School. The project sets out to modernise and improve the existing classrooms and introduce flexibility to the teaching spaces. The scheme will look to replace some exterior window joinery, renew interior floor, wall and ceiling finishes and improve the connection to the rear toilet block. It is expected that the project will be completed with work beginning late February 2016 and completion late May 2016. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Isles Construction Ltd, start date 11.07.16, expected completion date 30.09.16.",20201117 Ministry of Education - School Infrastructure,17041725,Request for Proposals,Open Competition,Main Building Contractors for Gisborne Boys High School G Block Rationalisation (RFP),OSS5539,20151204,20160113,20160120,,Sole Agency,No,,Main building contractors for an open RFP,Awarded,This contract has now been awarded,20201117 Ministry of Education - School Infrastructure,17042246,Request for Proposals,Open Competition,Tua Marina School (Marlborough) ??? Special Needs Modifications to School Buildings and Site,3050 22 - 2015 08,20151203,20160205,20160829,,Sole Agency,No,,"The Ministry of Education and The Board of Trustees of Tua Marina Street School (the Buyer) are seeking a Main Contractor for Construction Works for Special Needs Alterations at Tua Marina School, Campbell???s Road, Spring Creek 7273, Marlborough. The objective of this procurement is to source a main contractor for the construction works services for the required works for the school as defined in the Design and Consent Drawings, Scope of Works and Specifications. The background to this procurement requirement is that the Ministry of Education have identified this project based on a Building Improvement Programme for special needs students at the school presently and to future proof the school buildings and grounds for such students. The project work will consist of a number of elements to all the buildings and site improvements to the school in general. The works generally consist of ??? Access and Door Widths and Threshold Improvements throughout the school buildings ??? Provision of new decks and accessible ramps to the frontages of classrooms and buildings ??? Remedial works to courtyards, pathways, egress areas and surfaces throughout the school grounds including access to the playground area The primary outcome for this project is to address the health and safety issues within the school buildings and grounds and to allow effective solutions for disabled access and habitation of the school buildings and environment overall. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE PART A AND B (Word doc) AND THE WORKS PRICE SCHEDULE (Excel). FAILURE TO FILL OUT THESE DOCUMENTS WILL RESULT IN YOUR SUBMISSION BEING NON-COMPLIANT.",Awarded,,20201117 Ministry of Education - School Infrastructure,17042291,Request for Proposals,Closed Competition,Main Building Contractor for Senior Block Refurbishment at Kaharoa Primary School,,20151202,20151222,20160607,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17042319,Request for Proposals,Open Competition,Whitney Street School (Blenheim) - Special Needs Modifications to School Buildings and Site,3071 21 ??? 2015 08,20151203,20160129,20160219,,Sole Agency,No,,"The Ministry of Education and The Board of Trustees of Whitney Street School (the Buyer) are seeking a Main Contractor for Construction Works for Special Needs Alterations and Classroom Refurbishments at Whitney Street School, Blenheim. The objective of this procurement is to source a main contractor for the construction works services for the required works for the school as defined in the Design and Consent Drawings, Scope of Works and Specifications. The background to this procurement requirement is that the Ministry of Education have identified this project based on a Building Improvement Programme for special needs students at the school presently and to future proof the school buildings and grounds for such students. The project work will consist of a number of elements to all the buildings and site improvements to the school in general. The works generally consist of: ??? Access and Door Widths and Threshold Improvements throughout the school buildings ??? Provision of new decks and accessible ramps to the frontages of classrooms and buildings ??? Remedial works to courtyards, pathways, egress areas and surfaces throughout the school grounds ??? Remedial works to existing disabled bathroom ??? Remedial works and improvement of vehicle access, car parking and manoeuvring area ??? Ground and Remedial Works to the Swimming Pool Area The primary outcome for this project is to address the health and safety issues within the school buildings and grounds and to allow effective solutions for disabled access and habitation of the school buildings and environment overall. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE PART A AND B (Word doc) AND THE WORKS PRICE SCHEDULE (Excel). FAILURE TO FILL OUT THESE DOCUMENTS WILL RESULT IN YOUR SUBMISSION BEING NON-COMPLIANT.",Awarded,"PAE have been awarded this contract based upon the MOE Evaluation Process and Policy's. The standard of Tender Submissions was high and the BoT, School Management an School Support wish to thank the firms who submitted tenders for their attention and effort to this process.",20201117 Ministry of Education - School Infrastructure,17045892,Request for Proposals,Closed Competition,Parnell District School - Seismic Upgrade (RFP),CW38524,20151203,20151223,20170524,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17047368,Request for Proposals,Closed Competition,Main Building Contractor for MLE Refurbishment Project at Pukekawa Primary School,,20151202,20151223,20170818,,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,17055571,Request for Proposals,Closed Competition,"Avalon Primary School, Lower Hutt - RFP, Main Building Contractor for Block 1 Refurbish Classrooms - Toilets (Stage 1)",4327,20151209,20160122,20160428,,Sole Agency,No,,"The Board of Trustees of Avalon Primary School is seeking a main building contractor for Block 1 Refurbish Classrooms - Toilets (Stage 1) at Avalon Primary School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment. The work will involve some opening up of the interior and adjusted toilet layout to provide for Innovative Learning Environment (ILE). It includes new wall and ceiling linings, also finishes, acoustic pinboard and ceiling tiles, new sanitary fixtures and fittings, lighting, power outlets, data, joinery, doors and internal glazing. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Carrara Holdings Ltd, start date 02.05.16, expected finish date 22.07.16.",20201117 Ministry of Education - School Infrastructure,17055995,Request for Proposals,Closed Competition,"Corinna School, Porirua East - RFP Main Building Contractor for Block B Refurbish Classrooms",4334,20151209,20160127,20160414,,Sole Agency,No,,"The Board of Trustees of Corinna School is seeking a main building contractor for Block B Refurbish Classrooms at Corinna School. The project involves the alterations and modernisation to Block B including the forming of breakout spaces and internal glazed openings, along with replacement of heating and electrical fixtures. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded 14.04.16, start date 26.04.16 with expected finish date 29.07.16.",20201117 Ministry of Education - School Infrastructure,17061390,Request for Proposals,Closed Competition,Victory Primary School (Nelson) - Modernisation of Rooms 9 and 10,3231,20151217,20160202,20160616,,Sole Agency,No,,"School Support Ltd and Victory Primary School, Nelson, NZ Board of Trustees are inviting short listed main contractors to provide a Proposal to School Support Ltd as the schools agent for the potential provision of the Modernisation of Rooms 9 and 10 at Victory Primary School, Nelson, NZ. This project consists of the Modernisation of 2 classrooms and will include insulation, new double glazed windows, wall linings, fittings, painting, an outdoor teaching space, some plumbing, minor heating work, acoustic treatment, floor coverings and some electrical work. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template (Part B) and the works price schedule and submit with their proposal via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,17064122,Request for Proposals,Closed Competition,Gore High School Special Needs Modifications 2016,4700-1400,20151214,20160205,20160309,,Sole Agency,No,,,Not Awarded,The successful contractor is Ajax Building Contractors Ltd,20201117 Ministry of Education - School Infrastructure,17071082,Request for Proposals,Closed Competition,Napier Boys High School - Project Replacement Lead Designer RFP,,20151215,20160119,20170720,,Sole Agency,No,,The Ministry is seeking fee proposals from the consultants who have been successfully shortlisted for the Lead Designer ROI process which has recently being completed for the Building Replacement Project at Napier Boys High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17072266,Request for Proposals,Closed Competition,LYTTON STREET SCHOOL - Block 5 RTLB Refurbishment,,20160128,20160218,20170601,,Sole Agency,No,All responses must be submitted electronically via GETS,"The Board of Trustees of Lytton Street School (the Buyer) is seeking Main Building Contractors for Block 5 RTLB Refurbishments at Lytton Street School (the School). The School require the upgrade and creation of dedicated RTLB (Resource Teacher: Learning Behaviour) and RT LIT (Resource Teacher: Literacy) spaces. An existing 2 classroom block (Block 5) is designated for this, where one space will be dedicated to the RTLB and the other to the RT LIT and the School Social Worker. The scope of works, as described in the tender documentation, generally include: ??? The demolition of interior walls and removal of existing interior and exterior doors, wall linings, floor coverings and fixed fixtures such as wet area benches, cupboards, toilet pans, urinals, wash hand basins, etc.; ??? Supply and installation of new timber lintels where openings are required, new Gib board wall and ceiling linings, new Autex Composition and Hardiglaze wall coverings, new interior timber doors and cavity slider, new carpet, matting and vinyl floor coverings, new exterior aluminium doors, exterior hand rails, and Hardiflex wall cladding, new fixed glazed panels; ??? Supply and installation of new toilet pans, wash hand basins, and toilet partitioning, and Formica and Melteca wet area joinery; ??? Supply and installation of new electrical fittings such as new switchboard, power and data outlets, fixed heater panels, light fittings, hand dryers, under bench hot water cylinder, etc. The Board of Trustees seeks proposals for the above works through this single-stage, closed tender process as advertised on the Government Electronic Tender Services (GETS). Once selected, the preferred respondent will be engaged through the Ministry of Education Construction Contract, as prepared for this project on behalf of the Board of Trustees by the Project Manager, Paul Patel & Associates Ltd.",Awarded,This contracted was awarded to Isles Construction Ltd and was completed in October 2016.,20201117 Ministry of Education - School Infrastructure,17077498,Request for Proposals,Open Competition,PILL02 New 9TS Block ROI,PILL02,20151217,20160203,20160307,,Sole Agency,No,,Pillans Point School Board of Trustees are seeking ROIs from Head Contractors only for the construction of a New Nine Teacher Space Block,Awarded,The above four suppliers have been selected to proceed to the next stage of the procurement process (RFP),20201117 Ministry of Education - School Infrastructure,17078029,Request for Proposals,Closed Competition,Napier Boys High School - Building Replacement Project Quantity Surveyor RFP,,20151215,20160119,20170720,,Sole Agency,No,,The Ministry of Education seeks Fee Proposals from Quantity Surveyors who have been shortlisted from the recently completed ROI process for the Napier Boys High School - Building Replacement Project.,Awarded,,20201117 Ministry of Education - School Infrastructure,17083359,Request for Proposals,Closed Competition,Main Building Contractors for Carew Peel Forest School (RFP),1328/15,20151111,20151217,20160210,,Sole Agency,No,,"This RFP is a duplicate of 16976129 for Carew Peel Forest School. It is to capture the closing date extension of 17/12/15 4pm and to allow selected suppliers to submit response via this listing. Also attached with this listing is NTT 3 and 4. Original files and NTT 1&2 can still be found on 16976129. PLEASE SUBMIT YOUR RESPONSE VIA THIS LISTING.",Awarded,Contract awarded to Timaru Construction,20201117 Ministry of Education - School Infrastructure,17084183,Request for Proposals,Open Competition,Matihetihe CDP Works New Library - 2,CW38336,20151218,20151221,20170324,,Sole Agency,No,,"This RFP is a duplicate of 17006928 for Matihetihe CDP Works New Library. Extension of time for Matihetihe CDP Works New Library RFP to 21.12.15 closing at 10pm. Original files can still be found on 17006928.",Not Awarded,Cancelled due to funding issues,20201117 Ministry of Education - School Infrastructure,17087394,Request for Proposals,Closed Competition,Main contractors for block 6 upgrade central normal school palmerston north,5040,20151221,20160128,20160418,,Sole Agency,No,,Main contractor for Block 6 upgrade of 2 classrooms at central normal school palmerston north,Awarded,Contract awarded to Isles Construction,20201117 Ministry of Education - School Infrastructure,17092276,Request for Proposals,Open Competition,Gisborne Intermediate Special Needs Facilities and associated projects,1598,20151223,20160128,20160216,,Sole Agency,No,,"The Board of Trustees of Gisborne Intermediate (the Buyer) is seeking Main Building Contractors for Special Needs Facilities and other urgent projects at Gisborne Intermediate (the School). The school requires a new Special Needs Facility, which will be built attached to the hall. The MOE require the new classroom facility to be completed by the 30th June 2016. The selected contractor will work with the architect to ensure that the project is completed on time and to budget and is expected to be part of the design team. The key to this RFP is to find a Main Contractor that has the resources to complete the building works in a collaborative team environment and can work under pressure. Proposals will be evaluated including: ??? attributes of a fit for purpose solution ??? Capability (qualifications, experience and track record) ??? Capacity (resources and availability) ??? Price will be evaluated based on the completion of a provided schedule including rates, margins, P&G and some basic work elements Concept drawings will be issued shortly as an addendum.",Not Awarded,The RFP process was undertaken to enable direct negotiations with a preferred contractor. The school with MOE approval has begun to negotiate with 1 of the respondents with the expectation that a contract will be entered into once the final construction value has been determined.,20201117 Ministry of Education - School Infrastructure,17092294,Request for Proposals,Open Competition,RFP - CDP Batch 37 - Fruitvale School and Meadowbank School,CW39502,20151223,20160129,20160512,,Sole Agency,No,,"One of the Ministry???s School Property Strategic Plan priority work areas is to ensure that schools have the necessary classroom and resource spaces to cope with roll growth. The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverables noted in this document for the Classroom Delivery Programme - Batch 37 project. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of Batch 37. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered. The scope is for projects at Fruitvale and Meadowbank Schools. Fruitvale requires the design and management of the construction of 6 new roll growth general teaching spaces and 2 specialist teaching spaces for a satellite unit (construction value $2.8m). Meadowbank requires the design and management of the construction of 5 new roll growth general teaching spaces and alterations to offices and toilets in two existing blocks (construction value $1.8m).",Awarded,,20201117 Ministry of Education - School Infrastructure,17093582,Request for Proposals,Open Competition,Main Building Contractor New Passenger Lift Naenae College,,20151224,20160202,20160316,,Sole Agency,No,,"The BOT at Naenae College are seeking a main building contractor to run the installation of a new passenger lift at the College to provide accessibility to the upper level classrooms on site . The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves the following ??? Minor demolition to allow lift shaft construction ??? Minor changes to the exterior envelope of the building to accommodate the new lift ??? Supply and Install structural steel lift shaft components ??? Associated carpentry and services works to create the shaft ??? Supply and Install Schindler Model 3300EU Lift ??? Make Good to affected areas The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Conditions of Contract (contract #2) . It is envisaged that the works will take place immediately after the awarding of the contract and be complete in Term 2 2016. Work on site will be undertaken under a CPU The project is being managed by Ian Rattray Building Consultants on behalf of the Naenae College BOT. The Procurement will be a single stage open tender on GETS.",Awarded,Hitech Commercial provided a valid RFP response that meets the criteria we are looking for and they offered the best solution on both price and non-price attributes,20201117 Ministry of Education - School Infrastructure,17093735,Request for Proposals,Open Competition,TKKM o Horouta Wananga at Expansion of Teaching Spaces,1588,20151223,20160128,20160216,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Building Contractor for the Expansion of Teaching Spaces at TKKM o Horouta Wananga (the School). The school has recently been formed and is currently located in the former Gisborne High School Hostel (Rectory). During 2015 alterations were undertaken to the hostel to accommodate the new school. Since then the roll has grown and the school needs additional space to cater for the teaching need. The key to this RFP is to find a Main Contractor that has the resources to complete the building works in a collaborative team environment and can work under pressure. Proposals will be evaluated including: ??? Attributes of a fit for purpose solution ??? Capability (qualifications, experience and track record) ??? Capacity (resources and availability) ??? Price will be evaluated based on the tender document provided with this RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,17093742,Request for Proposals,Open Competition,Main Contractor Wainuiomata Intermediate School Hall Upgrade,,20151224,20160211,20160306,,Sole Agency,No,,"The Board of Trustees of Wainuiomata Intermediate School (the Buyer) is seeking a Main Building Contractor to undertake the construction of additions and Alterations to their Assembly Hall at Wainuiomata Intermediate School (WIS) (the School). The BOT at WIS are proposing to undertake additions and alterations to the existing Hall (in Blk G) at the School to create a new stage, kitchen canteen and storage facilities and upgrade the wall and floor surfaces The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The work involves additions and internal alterations and fitout, along with associated building services works. It is envisaged that the works will take place immediately after the awarding of the contract and be complete in Term 2 2016. Work on site will be undertaken under a CPU. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works (Contract 2). The project is being managed by Ian Rattray Building Consultants on behalf of the Mana College BOT. The Procurement will be a single stage open tender on GETS.",Awarded,The score of the non priced attributes was very close with the final decision being decided by the price scores. All four responses were valid and very close,20201117 Ministry of Education - School Infrastructure,17101004,Request for Proposals,Closed Competition,Main Building Contractors for Waihi Central School 2015 Works (CDSRFP),5468,20160111,20160209,20160331,,Sole Agency,No,,"This is a closed direct source tender to selected main building contractors. This was previously tendered via an open single stage RFP (RFX ID: 16995438) however due to an insufficient number of tenders having being received, it is now being re-tendered.",Awarded,This contract has been awarded to Baycom Construction,20201117 Ministry of Education - School Infrastructure,17103037,Request for Proposals,Open Competition,Wairarapa College : Main Contractor - Roofing and External Fabric Repairs Project,6031.05.1,20160111,20160209,20190415,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for External Fabric Repair and Roofing Replacement Project at Wairarapa College (the College). We want to engage the services of an appropriately skilled and resourced main building contractor who can undertake the prescribed work and deliver the outcomes to a high standard whilst working within the constraints of the project; both physical and time-wise. This RFP is an open market tender and welcomes Main Contractors to submit a tender. Respondents will be evaluated using the methods prescribed within this RFP. The intended result of this RFP process will be the appointment of a capable and experienced Main Contractor. Works are required to be constructed in accordance with the Ministry of Education???s Weather tightness and Durability Requirements and Policy.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,17106275,Request for Proposals,Closed Competition,"Refurbishment of Classrooms, Library and Admin - Lucknow School",1704781,20160121,20160211,20170602,,Sole Agency,No,,,Awarded,Contract awarded to Simkin Construction Ltd,20201117 Ministry of Education - School Infrastructure,17106672,Request for Proposals,Closed Competition,Main Building Contractor for MLE Refurbishment at Tamahere Model Country School,,20160112,20160202,20160912,,Sole Agency,No,,"The Board of Trustees for Tamahere Model Country School wish to procure the services of a Main Building Contractor to undertake the ILE refurbishment works to 5 classrooms. This project will be undertaken in two stages: Stage 1 - O Block (Rooms 15, 16 & 17) & Stage 2 - R Block (Rooms 13 & 14).",Awarded,,20201117 Ministry of Education - School Infrastructure,17114454,Request for Proposals,Closed Competition,Karaka Primary New Library and Multipurpose Building,,20160115,20160311,20160805,,Sole Agency,No,,The Board of Trustees is seeking a Main Contractor for the Design and Build of the New Library and Multipurpose Learning Centre at Karaka Primary School.,Not Awarded,Tender won by Keith Hay Homes. All tenderers has difficulty submitting on GETS. Tenders were submitted directly to the Procurement Officer.,20201117 Ministry of Education - School Infrastructure,17114803,Request for Proposals,Closed Competition,"Paparangi School, Wellington - RFP Main Building Contractor for Block 1 - Refurbish Classrooms-Toilets",4378,20160119,20160210,20160418,,Sole Agency,No,,"The Board of Trustees of Paparangi School is seeking a main building contractor for Block 1 - Refurbish Classrooms-Toilets at Paparangi School. Block 1 was constructed around 1967 and is in the most part original. The project sets out to modernise and improve the classrooms by replacing linings, fit insulation, replace joinery, form glazed openings between classrooms and breakout spaces along with new acoustic finishes including carpet and pinboard. Warm water provided to toilets. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment. Please Note: Fire Report will be provided as a NTT once received.",Awarded,"Awarded 18.04.16, start 26.04.16 expected finish date 22.07.16.",20201117 Ministry of Education - School Infrastructure,17114897,Request for Proposals,Closed Competition,Rotorua Intermediate - New ILE Block,2060,20160118,20160205,20170323,,Sole Agency,No,,We seek RFP from main contractors only for the construction of a new four teaching space classroom at Rotorua Intermediate.,Not Awarded,Please note that this contract was awarded and suppliers contacted directly.,20201117 Ministry of Education - School Infrastructure,17115552,Request for Proposals,Open Competition,"Three Classroom Block and Amenities, Dorie School, South Canterbury",170140,20160115,20160218,20170602,,Sole Agency,No,,The Board of Trustees of Dorie School (the Buyer) is seeking tenders for a new three classroom block and amenities at Dorie School (the School).,Awarded,"The five lowest tender prices received were adjusted for tags. Were applicable the adjusted tender price is shown.",20201117 Ministry of Education - School Infrastructure,17118407,Request for Proposals,Closed Competition,"Avalon Intermediate School, Lower Hutt - RFP Main Building Contractor for Redevelop RTLB Block E",4387,20160120,20160211,20160413,,Sole Agency,No,,"The Board of Trustees of Avalon Intermediate School is seeking a main building contractor for Redevelop RTLB Block E at Avalon Intermediate School. The project sets out to modernise and improve an existing two classroom building to provide office and conference areas for the Resource Teaching Unit at the school. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Carrara Holding Ltd, start 04.04.16 with expected finish date of 30.06.16",20201117 Ministry of Education - School Infrastructure,17121163,Request for Proposals,Closed Competition,Main Building Contractor for MLE Refurbishment at Pukekawa Primary School,,20160120,20160211,20170818,,Sole Agency,No,,"The Board of Trustees of Pukekawa Primary School would like to procure the services of a Main Building Contractor for the MLE Refurbishment of 2 classroom spaces, 1x male toilets and the Pool shed toilets.",Awarded,,20201117 Ministry of Education - School Infrastructure,17134218,Request for Proposals,Open Competition,"Manaia School, Taranaki","Manaia School, Taranaki",20160125,20160219,20160727,,Sole Agency,No,,"The Board of Trustees at Manaia School, Taranaki are seeking a suitably qualified main building contractor to carry out alterations to Block A at Manaia School, Taranaki. All tender documentation and necessary information attached. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% The Ministry of Education and/or the School Board of Trustees reserve the right not to proceed to tender. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,,20201117 Ministry of Education - School Infrastructure,17136638,Request for Proposals,Closed Competition,RFP for main building contractor for new build at Tauranga Intermediate,,20160126,20160217,20160401,,Sole Agency,No,,"Please find attached the RFP for the new MLE teaching block at Tauranga Intermediate. Note the Structural/Civil/Geotech documents will follow in a couple of days as a NTT (addenda).",Awarded,,20201117 Ministry of Education - School Infrastructure,17136932,Request for Proposals,Open Competition,Fox Glacier School - Re-Cladding of Swimming Pool Building,3342,20160122,20160218,20170807,,Sole Agency,No,,"The Ministry of Education and The Board of Trustees of Fox Glacier School (the Buyer) are seeking a Main Contractor for Construction Works for the re-cladding of the swimming pool building at Fox Glacier School. The objective of this procurement is to source a main contractor for the construction works services for the required works for the school as defined in the Design and Consent Drawings, Scope of Works and Specifications. The works generally consist of ??? removal of the existing cladding from the pool building and the replacement using new translucent material as per the attached plans and drawings. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE PART A AND B (Word doc) AND THE WORKS PRICE SCHEDULE (Excel). FAILURE TO FILL OUT THESE DOCUMENTS WILL RESULT IN YOUR SUBMISSION BEING NON-COMPLIANT.",Awarded,,20201117 Ministry of Education - School Infrastructure,17137442,Request for Proposals,Open Competition,Levin Intermediate,Levin Intermediate,20160125,20160219,20160727,,Sole Agency,No,,"The Board of Trustees at Levin Intermediate School is seeking a suitably qualified main building contractors to carry out minor alterations to Block J2 at Levin Intermediate, Levin. All tender documentation and necessary information attached. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% The Ministry of Education and/or the School Board of Trustees reserve the right not to proceed to tender. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,,20201117 Ministry of Education - School Infrastructure,17137600,Request for Proposals,Closed Competition,"Fairfield School, Levin","Fairfield School, Levin",20160428,20160520,20160727,,Sole Agency,No,"PO Box 4003, Wanganui","The Board of Trustees at Fairfield School, Levin are seeking a suitably qualified main building contractor to carry out alterations and additions to Blocks H & P at Fairfield School, Levin. All tender documentation and necessary information attached. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% The Ministry of Education and/or the School Board of Trustees reserve the right not to proceed with tenders. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Not Awarded,RFP awarded to G & E Taylor,20201117 Ministry of Education - School Infrastructure,17140335,Request for Proposals,Closed Competition,Riverhead School 12 Classroom Block and Administration,CW35710,20160125,20160223,20170629,,Sole Agency,No,,"Following the Registration of Interest process, the Ministry of Education (the Ministry) is seeking a suitably qualified main contractor for the construction of a new 12 Classroom Block, Administration building, associated site works and infrastructure upgrades, and a new caretakers shed. These works will also include the sequential demolition of existing buildings. Please note, the construction methodology, and staging of works is considered critical to project success. Riverhead School is included in the Classroom Development Programme (CDP) Batch 14. The requirement for a new 12 classroom block for Riverhead School has been identified due to roll growth and the need for replacement classrooms.",Awarded,The contract was awarded to Stryde Projects Limited and will start in June 2016. The term of this contract is 16 months.,20201117 Ministry of Education - School Infrastructure,17159889,Request for Proposals,Closed Competition,Ascot Commuity School Classroom & specail needs remodel,15-2700,20160201,20160222,20160310,,Sole Agency,No,,"School Support Ltd and the Ascot Community School Board of Trustees have selected 4 contractor's from the resent ROI, The work generally consists of: Remodelling existing spaces to add a new special needs Toilet facility ,Within the Scope of works is to upgrade existing classroom and create a breakout teaching space within the schools current footprint. All attached tender documents must be completed, failing to complete these documents will result in tender to be rejected. all tenders Must to be submitted on the GETs web site .",Awarded,Ascot School & School Support Ltd have viewed all tenders and Scored all respondents as set out in the Tender documents. Goble & Singh Builders Ltd tender has the highest score and has been selected as the successful tender.,20201117 Ministry of Education - School Infrastructure,17160089,Request for Proposals,Closed Competition,Main Contractor- Te Whare Aroha O Nga Mokopuna,CW38879,20160201,20160303,20160829,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17160601,Request for Proposals,Closed Competition,Main Building Contractor for Roll Growth Development at Verran Primary School,WS142578,20160205,20160315,20160912,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17180654,Request for Proposals,Closed Competition,Hillcrest High School B Block Roof Development RFP,,20160209,20160303,20160726,,Sole Agency,No,,"Hillcrest High School Board of Trustees seeking Head Contractors for B Block Roof Development (HHS03) Document attached; 160203_HHS_B Block Roof RFP 160203_HHS B Block Roof RFP Construction Contract relating to the Project Contract -April 15 (2) 160203_HHS B Block Roof RFP Construction Contract Relating To The Project Terms Oct 13 Part-I 160203_HHS B Block Roof RFP-EIS-Works-Price-Schedule 160203_HHS_B Block Roof RFP Response Form Part A 160203_HHS_B Block Roof RFP Response Form Part B 160203_HHS_B Block Roof_Asbestos report June 2015 160203_HHS_B Block Roof_Asbestos testing June 2015 160203_HHS_B Block Roof_RFP-Programme 160126_HHS_B Block_Specification (Revision A) 160126_HHS_B Block_Tender Consent Set (Drawings)",Awarded,,20201117 Ministry of Education - School Infrastructure,17188134,Request for Proposals,Open Competition,"Woodleigh School, New Plymouth - B&C Blocks - Reroofing & Recladding",3002.02_3002.05_3002.07,20160209,20160304,20160331,,Sole Agency,No,,Woodleigh School BoT seeks Main Contractor for the reroofing and recladding of B & C Blocks.,Awarded,,20201117 Ministry of Education - School Infrastructure,17189754,Request for Proposals,Open Competition,Flaxmere College - Kowhai room upgrade,,20160210,20160310,20160504,,Sole Agency,No,,The Kowhai school is a special needs unit at Flaxmere College in Hastings. A new room is to be built between two existing classrooms. This will need the demolition of an existing old toilet block.,Awarded,,20201117 Ministry of Education - School Infrastructure,17190024,Request for Proposals,Closed Competition,Cheviot Area School SN Access Upgrade & Interior Modifications,309/29/10/2015,20160211,20160307,20160419,,Sole Agency,No,,On behalf of The Board of Trustees of Cheviot Area School we are seeking main contractors to undertake construction works to modify an existing building to incorporate a special education toilet and to improve the accessibility to other school buildings at Cheviot Area School.,Not Awarded,Awaiting Ministry approval to proceed.,20201117 Ministry of Education - School Infrastructure,17192572,Request for Proposals,Closed Competition,Rotorua Intermediate - New ILE Block (Extension of 17114897- extension of close date ),2060,20160209,20160217,20170323,,Sole Agency,No,,"This is an extension of GETS RFx listing #17114897 (listed on 18/1/16) to allow a further deadline extension to Wednesday 17/2/16 4pm. As noted in previous addenda, NTT02 will be issued this week. Files from original listing are attached. Please submit your responses through this listing.",Not Awarded,Please note that this contract was awarded and suppliers contacted directly.,20201117 Ministry of Education - School Infrastructure,17194075,Request for Proposals,Open Competition,Inglewood Primary School Block B Toilet Rationalisation Project,3101.02,20160210,20160304,20160808,,Sole Agency,No,,"Inglewood Primary School is seeking main building contractor services to undertake: - A staged interior alteration and refurbishment of underutilised spaces in Block B - Water supply pipe replacements to a section of Block A - Electrical Infrastructure upgrades throughout the school",Awarded,,20201117 Ministry of Education - School Infrastructure,17195042,Request for Proposals,Closed Competition,Otautau School Special Needs Fencing,15-041,20160211,20160315,20160524,,Sole Agency,No,,Supply and installation of Special Needs fencing at Otautau School,Awarded,Two tenders received Weighted attribute scores of 710 to 970,20201117 Ministry of Education - School Infrastructure,17197102,Request for Proposals,Closed Competition,Otautau School Block A Toilet upgrade and Block B Classroom alts,4700-1364,20160212,20160310,20160524,,Sole Agency,No,,Upgrade of Block A Toilets and Block B Classroom alterations at Otautau School,Awarded,Two tenders were received. The Weighted attribute scores ranged from 877.6 to 970,20201117 Ministry of Education - School Infrastructure,17201345,Request for Proposals,Closed Competition,Main Building Contractors for Modernisation of Block 40 at Hastings Girls' High School,834-23,20160212,20160307,20170501,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17209352,Request for Proposals,Open Competition,Mount Roskill Primary School - Innovative Learning Environments' Upgrading,SPM 14433 2016,20160217,20160316,20161121,,Sole Agency,No,Not aplicable,"The Board of Trustees at Mount Roskill Primary School are seeking a main building contractor for Innovative Learning Environments' upgrading selected teaching spaces. The project is very interesting and covers a wide range of building works including: new aluminium windows and doors to Block Two (Junior Block) linking internally opened up teaching spaces with a new covered outdoor space; internal refurbishment of nineteen classrooms; underfloor insulation to sixteen classrooms; electrical, fire and security system upgrades; staff and student ablution area improvements; teacher work spaces, ESOL and Withdrawing Spaces refurbished. The key requirement is for the successful tenderer to be highly experienced at this type of specialized work undertaken in a large working primary school. Their site supervisor needs to be committed on a full time to carefully coordinate the works.",Awarded,Lowest tender accepted 26/04/16 after due diligence undertaken and all clarifications confirmed.,20201117 Ministry of Education - School Infrastructure,17211074,Request for Proposals,Closed Competition,Main Building Contractor for Block 1 Remodel & Refurbishment at St John's Hill School,169006,20160218,20160309,20170501,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17212141,Request for Proposals,Open Competition,"Mangatainoka School, Pahiatua","Mangatainoka School, Pahiatua",20160219,20160316,20171006,,Sole Agency,No,,"The Board of Trustees at Mangatainoka School, Pahiatua are seeking a suitably qualified main building contractor to carry out alterations to Blocks A & B at Mangatainoka School. All tender documentation and necessary information attached. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% The Ministry of Education and/or the School Board of Trustees reserve the right not to proceed to tender. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,,20201117 Ministry of Education - School Infrastructure,17212290,Request for Proposals,Closed Competition,Hay Park Primary - Relocatable Resource Room,17212290,20160218,20160309,20170404,,Sole Agency,No,"385 Papakura Clevedon Road, RD2, Papakura",Design and build of a resource room at Hay Park School,Awarded,"This contract was awarded to Keith Hay Homes for $118,000 + variations",20201117 Ministry of Education - School Infrastructure,17212491,Request for Proposals,Open Competition,Campbells Bay School-Special Needs Modification(RFP),CW38756,20160217,20160311,20160411,,Sole Agency,No,,The Ministry of Education (the Ministry / ???the Buyer???) is seeking a qualified and experience Supplier of construction services for the special needs property modifications as set out in this RFP at Campbells Bay School (the Schools).,Awarded,,20201117 Ministry of Education - School Infrastructure,17213322,Request for Proposals,Closed Competition,Bayfield High School - Special needs Project - Site Improvement,,20160218,20160309,20160613,,Sole Agency,No,Not applicable,"The Board of Trustees of Bayfield High School is pleased to invite selected Main Contractors to submit a Proposal for Special Needs Alterations to aid a visually impaired student at Bayfield High School. The work will require the provision and fitting of proprietary tactile items, as well as visual marking at thresholds and installation of nosings to all steps. In addition new floor coverings will be installed within stairs. The project will need to be carfully staged to ensure disruption to school is minimised. Please ensure you fully complete both Response Forms A and B and submit the works priced schedules documenting price information.",Awarded,The Contract was awarded to Stewart Construction Limited,20201117 Ministry of Education - School Infrastructure,17216526,Request for Proposals,Open Competition,Spreydon School Building Information Modelling (BIM) Pilot Project,,20160218,20160316,20170824,,Sole Agency,No,,"The Ministry???s Christchurch Schools Rebuild (CSR) Programme property team is intending to let a contract for Project Management services for the following school project: ??? Bundle 2016-05 ??? Spreydon School, Building Information Modelling (BIM) Pilot Project The purpose of this Request for Proposal (???RFP???) is for the Ministry to invite consultants (via GETS) to submit a proposal for the Project Management Services for this school project. The successful respondent will be required to deliver Engineer to the Contract, Engineer???s Representative and Project Management services for the design, procurement and contract management of the school project. This is the Ministry???s inaugural BIM project and therefore the consultants must have a high level of BIM experience to enable successful deliver the project.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17219002,Request for Proposals,Open Competition,Various Building Works Paihia Primary School,,20160223,20160322,20160414,,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to carry out various renovations and alterations at the Paihia Primary School. The work comprises: Item 1 - Roof/Repairs/alterations Block 6 Item 2 - Block 1 toilet upgrade Item 3 - Block 3 toilet upgrade Item 4 - Library verandah roof alterations Item 5 - Block 4 toilet rebuild Item 6 - Autex to Blocks 1,2,3, Rm8 Item 7 - Carpet to Blocks 1.2.3",Awarded,"Contract Award Date: 06/04/2016 Construction Start Date: 18/04/2016 Intended Completion Date: 8 weeks from 18th of April 2016",20201117 Ministry of Education - School Infrastructure,17223183,Request for Proposals,Closed Competition,Construction Contract for the Major Redevelopment at the Gardens School RFT,CW37805,20160224,20160406,20160805,,Sole Agency,No,,Construction of new classrooms and hall at The Gardens School,Awarded,On Behalf of the Ministry we thank you for your interest in the above contract which has been awarded to Arrow International Ltd,20201117 Ministry of Education - School Infrastructure,17223983,Request for Proposals,Closed Competition,LYTTON STREET SCHOOL - Block 1 Classroom Upgrades,14/001,20160224,20160316,20170601,,Sole Agency,No,All responses must be submitted electronically via GETS.,"The Board of Trustees of Lytton Street School (the Buyer) is seeking Main Building Contractors for the Block 1 Classroom Upgrades at Lytton Street School (the School). The School require the upgrade of four (4) existing Classrooms, Wet Areas, Cloak Bays, and 2 Withdrawal Spaces, and the creation of a Shared Space between two of the Classrooms, the upgrade of an existing toilet area, the fire rating of interior walls and floors, and the installation of a new Type 4 Automatic Fire Alarm System to Blocks 1 and 5. The Scope of Works, as described in the tender documents, generally include: ??? Removal of existing exterior timber windows and doors, interior wall framing, wall and ceiling linings, floor coverings, roof cladding and sarking, joinery units, basin, toilet pan, urinal, and other fixtures and fixings; ??? Supply and installation of new timber lintels, timber interior framing, interior and exterior wall insulation, new corrugate roof cladding, skylights and flashings, new Gib board wall and ceiling linings, Autex Composition and Hardiglaze wall coverings, interior timber cavity sliders, new exterior and interior aluminium sliding doors and windows, new carpet over underlay, matting and vinyl floor coverings, new stucco exterior wall cladding; ??? Supply and installation of new toilet pan, vanity, and toilet partitioning, Formica and Melteca wet area joinery, Melteca cubby units; ??? Supply and installation of new electrical fittings such as new distribution boards, submain cable, power and data outlets, alarm sensors, fixed heater panels, light fittings, switches, etc. ??? Design, supply and installation of new Type 4 Automatic Analogue Addressable Fire Alarm System (Brigade Connected, and as per NZS 4512:2010) to Block 1 and Block 5. The Board of Trustees seeks proposals for the above works through this single-stage, closed tender process as advertised on the Government Electronic Tender Services (GETS). Once selected, the preferred respondent will be engaged through the Ministry of Education Construction Contract, as prepared for this project on behalf of the Board of Trustees by the Project Manager, Paul Patel & Associates Ltd.",Awarded,This contracted was awarded to Colspec Construction Ltd and was completed in May 2016.,20201117 Ministry of Education - School Infrastructure,17225467,Request for Proposals,Closed Competition,Thames High School - New Wharenui,1052,20160223,20160315,20160601,,Sole Agency,No,,"The Board of Trustees for Thames High School would like to invite requests for proposals (RFP) from main building contractors for the construction of a new Wharenui building on a greenfields site within the school grounds. The building will be a single storey, 152m??, light timber framed building on a concrete floor slab. It will involve some landscaping around the building as well as the usual services (no sanitary plumbing/drainage). Please ask all questions through the GETS 'Ask a question' function and submit all RFPs via GETS only. PLEASE DO NOT RE-SUBMIT ANY INFORMATION FROM YOUR ROI - WE HAVE THIS ALREADY. Only submit amendments/updates/supplementary information as noted in the RFP documents.",Awarded,,20201117 Ministry of Education - School Infrastructure,17231215,Request for Proposals,Closed Competition,Macleans College Sports Pavilion Tender,,20160225,20160329,20170821,,Sole Agency,No,,Design and build tender for Macleans College Sports Pavilion,Not Awarded,Was originally a design and build tender. Board has now requested proposals from architects for a conventional project - design and then tender .,20201117 Ministry of Education - School Infrastructure,17231528,Request for Proposals,Closed Competition,Mossburn boiler upgrade - 2016,15-3500,20160222,20160321,20170523,,Sole Agency,No,,"The Board of Trustees of Mossburn School is seeking information from Suppliers interested in and capable of delivering against our requirements to upgrade the existing Boiler Room, with the removal of asbestos wall linings and replacing with new wall linings. Upgrade the coal bunker to an automatic feed into the existing Boiler. Boiler Chimney replacement including upgrading the electrical switchboards and some minor works for Boiler Room Upgrade at Mossburn School.",Awarded,,20201117 Ministry of Education - School Infrastructure,17232185,Request for Proposals,Open Competition,"Spotswood Primary School - Block A Fire Safety Upgrade & Roofing Repairs to Blocks A,C & D",3098.01,20160225,20160322,20161129,,Sole Agency,No,,"The Board of Trustees of Spotswood Primary School (the Buyer) is seeking Main Building Contractor Services for the Block A Fire Safety Upgrade & Roofing Repairs to Blocks A, C, & D at Spotswood Primary School (the School). The project is comprised of two components. The first component: The Administration Building is two storey and houses the Staffroom, Meeting Room and three Offices on the first floor; Reception, Waiting Area, Toilets and Sickbay on the ground floor. The building currently does not comply with the NZ Building Code in regards to clause C1-C6, protection from fire. There is no fire separation between the ground and first floor, the Admin area of the building is not fire separated from the Classroom block, the external escape stair is unsafe and non-compliant, there is no safe path from the first floor to the exterior. Further to this, the activities located on the first floor are principal activities for a school, and should be accessible by all people. Therefore the accessibility requirements have also been addressed in this project. The proposed concept is to relocate all the administration activities to the Ground Floor, and demolish the upper floor. This work is to be undertaken in two stages. This project is staged in two parts: Stage 1 Relocate the computers from the ICT room to the Classrooms. Convert the ICT room into 3 Offices and a Meeting Room. Convert the adjacent surplus Classroom into the Staffroom. Construct fire cell separation between the classrooms and staffroom / admin activities. Stage 2 Demolish the entire first floor down to the floor level, and construct a new roof over (this will require some recladding to the existing ground floor). Remove the existing internal and external stair. Re-carpet the existing admin area. The existing Type 2 Manual fire alarm is adequate, and will be maintained. The second smaller component of this project: maintenance work to the existing roofs of Block A, C & D. Penetrations, flashings, skylights and fixings require replacement &/or remedial work in order to maintain and extend the life of the roof and classrooms.",Awarded,,20201117 Ministry of Education - School Infrastructure,17235119,Request for Proposals,Closed Competition,Waiau School - Blk 1 Alterations & Modernisation,RFP-3566/19/01/2016,20160225,20160316,20160412,,Sole Agency,No,,On behalf of the Waiau School Board of Trustees we are now seeking tender prices within this Request for Proposal (RFP). The project encompasses alterations to the administration area to create a sick bay. Also classroom area is to be modernised by building partitions to create breakout spaces and installation of vision panels to link learning spaces. Please note Waiau School is situated 127 km outside Christchurch.,Not Awarded,This project is currently awaiting formal Ministry approval to proceed.,20201117 Ministry of Education - School Infrastructure,17236337,Request for Proposals,Closed Competition,Main Building Contractor for New Multi-Purpose Room at Waitomo Caves School,,20160226,20160317,20170523,,Sole Agency,No,,The Board of Trustees is seeking a suitably qualified and experienced main building contractor to undertake the construction of a new Multi-Purpose Room at Waitomo Caves School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17236814,Request for Proposals,Closed Competition,Main Building Contractor for the Installation of New Suspended Ceilings and Insulation to Gym 1 and Gym 2 at Western Heights High School,4610,20160302,20160323,20160422,,Sole Agency,No,,Main Building Contractor for the Installation of New Suspended Ceilings and Insulation to Gym 1 and Gym 2 at Western Heights High School.,Awarded,A contract has now been awarded to Watts & Hughes Construction.,20201117 Ministry of Education - School Infrastructure,17237220,Request for Proposals,Closed Competition,Design and build of new astroturf at Manurewa Intermediate,,20160225,20160325,20170329,,Sole Agency,No,,"Seeking registrations of interest for the design and build of a new Astroturf, including retaining walls, 2 basketball courts, tennis court, practise goal area and surrounding landscaping at Manurewa Intermediate School",Awarded,The Contract was awarded to Tigerturf and has now been completed. The contract period has ended and the job was completed well.,20201117 Ministry of Education - School Infrastructure,17237612,Request for Proposals,Closed Competition,Main Building Contractor for MLE Refurbishment Works at Cockle Bay Primary School,,20160224,20160318,20181210,,Sole Agency,No,,,Not Awarded,No winning response,20201117 Ministry of Education - School Infrastructure,17240233,Request for Proposals,Open Competition,Otago Girls High School - Roof Cladding Replacement,,20160229,20160325,20170710,,Sole Agency,No,,"Otago Girls High School - Replacement of Membrane Roof Cladding Existing roof cladding and substrate is to be removed and replaced with new membrane roof covering, plywood substrate including all associated flashings",Awarded,,20201117 Ministry of Education - School Infrastructure,17241237,Request for Proposals,Closed Competition,Refurbishment of Classroom Block at Irongate School Flaxmere,17022301,20160225,20160317,20160506,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17243190,Request for Proposals,Closed Competition,"Titahi Bay North School, Porirua - RFP Main Building Contractor for Blocks 1/2 Refurbish Toilets/Classrooms",4350,20160301,20160322,20161219,,Sole Agency,No,,"The Board of Trustees of Titahi Bay North School is seeking a main building contractor for Blocks 1/2 Refurbish Toilets/Classrooms at Titahi Bay North School. The project sets out to refurbish one pair of classrooms in Block 1 including associated toilets to form a two classroom shared learning space for flexible teaching. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Peryer Construction Wgtn Limited, start date 21.11.16, anticipated completion date 28.02.17.",20201117 Ministry of Education - School Infrastructure,17248732,Request for Proposals,Open Competition,Main Contractor for Hornby Primary Carpark Construction,169323,20160226,20160323,20171121,,Sole Agency,No,,"A new carpark is required to Hornby Primary School, as part of the MoE redevelopment of the site. The entry will be off Hei Hei Road, Hornby.",Awarded,,20201117 Ministry of Education - School Infrastructure,17250440,Request for Proposals,Closed Competition,Main Contractors Refurbishment of Hall and Toilet Blocks at Huntly Primary School,,20160229,20160322,20170823,,Sole Agency,No,5 Hill Street Hamilton,"The Board of Trustees requires a Main Contractor to refurbish Block G Hall and small toilet blocks in Blocks D and E. Work includes Autex Linings, Carpentry, Foundations (minor) Roofing, Plumbing, Suspended Ceilings, Painting and extension of an upgraded Fire Alarm System.",Not Awarded,Notice period expired,20201117 Ministry of Education - School Infrastructure,17251455,Request for Proposals,Closed Competition,"Paekakariki School, Kapiti Coast - RFP Main Building Contractor for Block B - Refurbish Classrooms (Stage 1)/Warm Water to Toilets",4257,20160302,20160322,20160711,,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block B - Refurbish Classrooms (Stage 1)/Warm Water to Toilets at Paekakariki School. Paekakariki School is looking to commence the modernisation of a four classroom ???Formula??? block and in this first stage upgrade two teaching spaces and introduce warm water to student toilets that were refurbished a few years ago. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to efficiently modernise the interior spaces to a high standard.",Awarded,Awarded July 2016. Start date 18.07.16 anticipated completion date 04.11.16.,20201117 Ministry of Education - School Infrastructure,17265918,Request for Proposals,Closed Competition,"Miramar North School-New Windows,Ceiling & Lighting to 5 Teaching Spaces",,20160302,20160323,20170522,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17266207,Request for Proposals,Closed Competition,"Paraparaumu School, Kapiti Coast, RFP Main Building Contractor for New Classrooms and Library",4224,20160304,20160330,20160621,,Sole Agency,No,,"The Board of Trustees of Paraparaumu School is seeking a main building contractor for New Classrooms and Library at Paraparaumu School. The project sets out to construct a new building and provide teaching accommodation in line with the schools entitlement which is five classrooms and a library. It is expected that the project will be completed with work beginning May 2016 and completion November 2016. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Freear Philip, start date 11 July 2016, anticipated completion date November 2016.",20201117 Ministry of Education - School Infrastructure,17266450,Request for Proposals,Closed Competition,Nelson College for Girls - English Department Block Upgrade - RFP,2015-0120,20160302,20160330,20160504,,Sole Agency,No,,The Board of Trustees of Nelson College for Girls is seeking a Main Contractor for upgrading their English Department Block.,Awarded,,20201117 Ministry of Education - School Infrastructure,17267222,Request for Proposals,Closed Competition,Main Building Contractor for Music Block Alterations at Trident High School,4527,20160304,20160329,20161212,,Sole Agency,No,,"Request for Proposals for Main Building Contractor for Music Block Alterations at Trident High School (the School). The project involves: ??? The part demolition of the existing relocatable classroom down to a maximum net area of 40sqm along with a complete refurbishment of both external and internal surfaces and services. ??? Internal remodeling of the adjoining practice rooms and teaching spaces ??? The exterior cladding and soffits are suspected to contain asbestos.",Awarded,,20201117 Ministry of Education - School Infrastructure,17270403,Request for Proposals,Closed Competition,Hokitika Primary School - Revised Administration Block Stage 1.,3379,20160304,20160324,20160419,,Sole Agency,No,,"School Support Ltd along with the Hokitika Primary School Board of Trustees is inviting requests for proposal from suitably qualified and experienced shortlised main contractors for the following project: Hokitika Primary School - Revised Administration Block. SITE LOCATION ???230 Park Street, Hokitika 7810. The project includes the revised Administration Block layout to provide modern entry into the school. The building works is to include insulation, new double glazed window joinery, new wall and ceiling, new staff toilets, new reception and other joinery, new wall and ceiling lining, wall coverings, and carpet as per the attached specification and plans. This project has the potential to be a two stage project. The successful contractor will be required to apply for building consent for this project. Please make sure you fill out the Suppliers Resonse Template Part B and the Pricing Schedule. Failure to fill out these templates will eliminate you from the evaluation process.",Not Awarded,Only one price received. This is going to be retendered.,20201117 Ministry of Education - School Infrastructure,17281103,Request for Proposals,Open Competition,Main Building Contractor for TKKM O Tamaki Nui A Rua (Dannevirke) Roll Growth Classrooms Project,,20160309,20160407,20160914,,Sole Agency,No,,"The Board of Trustees of TKKM OTNAR (the Buyer) is seeking a Main Building Contractor to undertake the construction of Additions and alterations to the two existing blocks to create two new teaching spaces and internal upgrade to three other spaces at the School. The BOT at TKKM O Tamaki Nui A Rua (Kura) are proposing to undertake significant additions and alterations to two existing buildings at the Kura to provide two additional teaching spaces and modernise and refurbish the Blocks. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involve light framed timber construction with additions and alterations to existing single level timber school buildings. It is envisaged that the works will take place immediately after the awarding of the contract and be complete midway through the 2016 school year. The work will have to be phased to allow the school to operate during the construction. Work on site will be undertaken under a CPU. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray on behalf of the Kura???s BOT. The Procurement will be a single stage open tender on GETS",Awarded,We received 5 valid RFP responses and evaluated all of them using a two stage process. Stage 1 none priced attributes ranked all 5 responses very close with only 2 points between the lowest ranked RFP and the highest. The price score was then overlaid on the scoring template and given the weighting of 70% drove the ranking to award the contract to Morris & Bailey..,20201117 Ministry of Education - School Infrastructure,17283433,Request for Proposals,Open Competition,Main Building Contractor for ILE Refurbishment at Hinuera Primary,,20160308,20160404,20160607,,Sole Agency,No,,"The Board of Trustees for Hinuera Primary seeks a Main Building Contractor for ILE Refurbishment. In order to meet our preconditions for this tender, Respondents who do not meet the following need not apply: 1 - Offshore entities. 2 - Project Management or Design organisations - we are seeking a Main Building Contractor only. 3 - Respondents without an industry recognised Health & Safety accreditation. 4 - Respondents without Named Personnel who hold a Licensed Building Practitioner registration. 5 - Respondents who do not have the capacity to undertake the works beginning on April 16th 2016. Respondents with recent experience on Ministry of Education projects, conducted on live School sites during operating hours, may be preferred. Tender submissions will require the following: Pricing Schedule - all 5 worksheets completed Draft construction management plan Construction program supporting statement Site Specific Safety Checklist Incident Record for previous 3 years Proof of Health & Safety accreditation Curriculum Vitae for each Named Personnel Organisational Chart",Awarded,,20201117 Ministry of Education - School Infrastructure,17283449,Request for Proposals,Open Competition,3342 - Fox Glacier School - Remodel of Administration Area.,16-3342 - 10,20160309,20160405,20170817,,Sole Agency,No,,"School Support Ltd and Fox Glaicer School Board of Trustees are inviting firms to provide a proposal to School Support Ltd as the schools agent for the potential remodelling of the Administration Block as per the attached plans and specifications. Fox Glacier School - Cook Flat Road, Fox Glacier. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the design and full scope of works and the set of drawings as well as compliant with all MOE Policy???s and Requirements. PLEASE MAKE SURE YOU FILL OUT THE SUPPLIERS RESPONSE TEMPLATE PART A AND B AND THE WORKS PRICE SCHEDULE. FAILURE TO DO SO MAY MAKE YOUR SUBMISSION NON-COMPLIANT. THANK YOU.",Not Awarded,This project did not go ahead.,20201117 Ministry of Education - School Infrastructure,17283916,Request for Proposals,Closed Competition,St Andrews School - Block 3 Classroom Modernisation & Breakout Spaces,3519/14/01/2015 - RFP,20160309,20160331,20160511,,Sole Agency,No,,On behalf of the Board of Trustees of St Andrews School in Timaru; we are now seeking quotations for the classroom modernisation and breakout spaces for Block 3 at St Andrews School in Timaru.,Awarded,This project is now under construction.,20201117 Ministry of Education - School Infrastructure,17284297,Request for Proposals,Closed Competition,Main Building Contractor for A Block Science Lab Upgrades at Trident High School,4527S,20160310,20160401,20161212,,Sole Agency,No,,"Call for registrations of interest for Main Building Contractor for A Block Science Lab Upgrades at Trident High School (the School). The project involves the internal remodelling of Lab A1, Lab A6, Resource Room A6, Part Lab A3, and conversion of 2 store rooms into a computer room",Awarded,,20201117 Ministry of Education - School Infrastructure,17289584,Request for Proposals,Open Competition,Design consultant Tamaki College CDP,CW41163,20160323,20160419,20160531,,Sole Agency,No,,RFP for lead design consultant for specialised teaching spaces for Tamaki College CDP,Awarded,,20201117 Ministry of Education - School Infrastructure,17289748,Request for Proposals,Open Competition,RFP - CDP Batch 48 - Mellons Bay School,CW40955,20160314,20160408,20160909,,Sole Agency,No,,"The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Batch 48 Mellon's Bay School. The project involves the replacement of four teaching spaces with a new four classroom block, associated demolition and site works. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of the project. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered.",Awarded,,20201117 Ministry of Education - School Infrastructure,17297155,Request for Proposals,Open Competition,Enner Glynn School Fencing- Main Contractors Only,,20160310,20160406,20190415,,Sole Agency,No,Not applicable,"Main Contractors only are sought for the work involved in fencing and making secure the grounds of Enner Glynn School, Nelson Work is to include the following items, and is to be carried out as soon as approval is gained from the Ministry of Education for the expenditure of the funding. Items included are a. Installation of new fencing systems, Steel tube and rail style fencing to street and adjacent residential property boundary and Folded steel wire fencing to remaining boundaries. It includes 9x pedestrian access gates, and 3 x vehicle access gates,( 2 x 2 panel swing, 1 x sliding,) b. In addition to the fencing and gates, 3 x 6.0 x 2.6m high free-standing concrete block walls c. Work to the buildings on site will include 2 x doors to be fitted with electronic catches/ clamps with push button release, and fire alarm over-ride, and 1 x door with delayed action alarmed push bar egress device d. Installation of Type 2 fire alarm system to A block to interface with the doors e. Associated work to the electrical and fire alarm systems",Not Awarded,"""This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line. """,20201117 Ministry of Education - School Infrastructure,17300447,Request for Proposals,Closed Competition,Refurbishment of Blocks D and H - Maraenui Bilingual School,,20160310,20160404,20160523,,Sole Agency,No,,Fire Alarm System - please provide a price to install type 2 system to Admin Block (show separately in tender breakdown) connected to panel - as per recommendation in Fire Report,Awarded,,20201117 Ministry of Education - School Infrastructure,17300726,Request for Proposals,Closed Competition,Main contractors Freyberg High School Palmerston north Special Needs alteration,4604,20160311,20160405,20161027,,Sole Agency,No,,Main contractor to undertake alterations to special needs facilities at Freyberg High School,Awarded,Contract awarded to Isles Construction,20201117 Ministry of Education - School Infrastructure,17303966,Request for Proposals,Open Competition,Quantity Survey Service for Aotea College and Ngaio School,,20160311,20160408,20171121,,Sole Agency,No,,"The Ministry of Education (the buyer) is seeking Quantity Survey Services for two school projects. These Schools include: Aotea College and Ngaio School. Quantity Survey services will be required for the property works planned for each school. The scope of the works at the schools includes repair / rebuild / new build / demolition; and involves works required to address weather tightness requirements, capital and cyclical maintenance and 21st century learning environments.",Awarded,,20201117 Ministry of Education - School Infrastructure,17304347,Request for Proposals,Open Competition,Ascot Community School special needs fencing,1625-16-001,20160311,20160331,20160711,,Sole Agency,No,,"School Support Southland Ltd on behalf of Ascot Community School Board of Trustees seeks registration of interest from suitably experienced and qualified building contractors that can carry out and manage this project. The work basically consists of the supply and installation of a new boundary fence It is envisaged that the tender documents will be sent out shortly after this registration periods ends, with a view to having the project completed in July 2016 . Registrants will be shortlisted and a selected number invited to tender for the work on plans and specifications provided. Information to be provided with your registration of interest: 1. Adequate insurance cover available or that you can acquire it 2. Independent, i.e. no conflict of interest 3. Current commitments & availability 4. Any other information you deem relevant to the Registration of Interest And if you have not done work through School Support (Southland Branch) within the last 3 years; 5. Full company CV. Details of nature of the registrant as individual or organisation. Include type, structure, number of employees, management structure, names and profiles of key person to be employed on this project and full contact details. 6. Past performance. Provide list of recent projects, the nature of the service provided and the approximate value. Include education sector projects where applicable and other relevant experience acquired. 7. Skills and abilities. Please provide a resume of skills and attributes that you can provide as part your services, e.g. familiarity with schools requirements, quality of subcontractor management, and quality of workmanship. Support this with referees whom can be contacted if desired. All work will be run by the School Board of Trustees on behalf of the Ministry of Education through School Support and is subject to the rules set-out in The Ministry of Education Property Management Guidelines. Go to http://www.minedu.govt.nz/goto/property and click on the link ???state schools??? to view the handbook.",Awarded,,20201117 Ministry of Education - School Infrastructure,17304823,Request for Proposals,Closed Competition,South Westland Area School - Construction of a New Home Tech Room,16-306-15,20160316,20160411,20170803,,Sole Agency,No,,"School Support Ltd and South Westland Area School Board of Trustees are inviting short listed main contractors to provide a proposal to School Support Ltd as the schools agent for the potential provision the construction of a new Home Tech classroom. This project will consist of new timber frame construction, weather boards, double glazed window joinery with Colorsteel roof. The fit out will include kitchen cabinetary, stainless steel bench tops, oven, cooktops, LED lighting, vinyl and carpet floor coverings as per the attached specification and plans. South Westland Area School, Wanganui Flat Road, RD1, Hari Hari 7884 All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document and the attached specifiation and plans as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template Part B and the Works Price Schedule and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant.",Awarded,,20201117 Ministry of Education - School Infrastructure,17305325,Request for Proposals,Closed Competition,Pukekohe High Wharenui Project,,20160315,20160406,20170821,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17306485,Request for Proposals,Closed Competition,Bayfield High School - New lift & Associated Works,,20160311,20160413,20160719,,Sole Agency,No,Not applicable,The Board of Trustees of Bayfield High School (the Buyer) is seeking suitably qualified and experienced Main Contractors to extend and alter an existing 2 level building and provide and install a lift to aid access for special needs students at Bayfield High School (the School). Please ensure that Response Forms A and B and also the Works Priced Schedules are fully completed and uploaded when submitting your proposal.,Awarded,The contract was awarded to Cook Brothers Construction.,20201117 Ministry of Education - School Infrastructure,17307418,Request for Proposals,Closed Competition,Main building contract for the refurbishment of the health centre at Manurewa High School,17101606,20160311,20160405,20160413,,On behalf of procurement agent,No,,"Manurewa Schools Health Centre renovation project is designed to help improve and develop the current school nurse facilities for the ever growing student numbers and expectations. This with the modernisation delivered as part of this project will serve to create a welcoming effective environment. ??? This project has been arrived at after careful consideration by the school, who have considered future role growth along with service demand levels to identify the need for this project. ??? The Aim of this project is to deliver high quality working environments in which staff and students can benefit within the specified time frame with the minimum disruption. ??? This project forms part of the schools drive to improve the learning and working environment for the staff and students. ??? This project covers the current Health centre, which is split over three rooms and waiting area, with floor level changes within the administration block. This refurbishment involves several wall alterations with further requirements to form a new ramped walkway making the level change disabled friendly. ??? Due to the specialist nature of the works being within a School and using experience and meeting with the school it was agreed that a two stage ROI ??? RFP procurement strategy was the best available option.",Awarded,Construction management group provided detailed pricing and a very well rounded reply which helped them achieve the highest result grading.,20201117 Ministry of Education - School Infrastructure,17313427,Request for Proposals,Closed Competition,Block A Admin Alterations & new boiler at Tisbury School,15-0700,20160315,20160408,20160415,,Sole Agency,No,,"School Support Southland Ltd on behalf of the Tisbury Primary School Board of Trustees seeks Request for Proposal from suitably experienced and qualified building contractors that can carry out and manage this project. The work basically consists of remodeling the reception / office areas and the Supply and installation of a containerized wood chip boiler. Information to be provided with your registration of interest: 1. Adequate insurance cover available or that you can acquire it 2. Independent, i.e. no conflict of interest 3. Current commitments & availability 4. Any other information you deem relevant to the Registration of Interest And if you have not done work through School Support (Southland Branch) within the last 3 years; 5. Full company CV. Details of nature of the registrant as individual or organisation. Include type, structure, number of employees, management structure, names and profiles of key person to be employed on this project and full contact details. 6. Past performance. Provide list of recent projects, the nature of the service provided and the approximate value. Include education sector projects where applicable and other relevant experien",Awarded,"The Tisbury School BOT have Selected & confirmed C Brown Builders Tender as successful. C Brown Builder Ltd tender scored the highest as per scoring criteria laid out in the tender documents..",20201117 Ministry of Education - School Infrastructure,17314414,Request for Proposals,Closed Competition,Hanmer School Block 3 Classroom Modernisation,3368/25/01/2016-RFP,20160316,20160411,20160713,,Sole Agency,No,,"On behalf of Hanmer Springs School, we are now requesting tenders for the alterations to the Block 3 Classrooms and Cloak Bay Area. Walls are to be removed in the cloak bay area so as to link the learning spaces. The toilets are also to be re-furbished.",Not Awarded,Procurement process has finished and now awaiting Ministry of Education formal approval to proceed with chosen tenderer.,20201117 Ministry of Education - School Infrastructure,17321710,Request for Proposals,Closed Competition,Te Uku School ILE Refurbishment,,20160318,20160411,20170518,,Sole Agency,No,Not applicable,"The Board of Trustees at Te Uku Primary School are seeking a main building contractor for an Innovative Learning Environment Refurbishment to existing six classrooms. The project consist of: The refurbishment of six classrooms, a new toilet block, and a new internal configuration.",Awarded,Contract awarded to Fosters Maintain. The project was completed 1/12/2016.,20201117 Ministry of Education - School Infrastructure,17321792,Request for Proposals,Open Competition,Main Contractor Wainuiomata Intermediate B Block Modernisation,,20160318,20160415,20160817,,Sole Agency,No,,"The Board of Trustees of Wainuiomata Intermediate School (the Buyer) is seeking a Main Building Contractor to undertake the construction of Alterations to Block B to modernise the four classrooms in that block at Wainuiomata Intermediate School (WIS) (the School). The BOT at WIS are proposing to undertake alterations to the Block B at the School to modernise 4 classrooms, student toilets and support spaces. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The work involves alterations and fitout, along with associated site and building services works. It is envisaged that the works will take place immediately after the awarding of the contract and be complete in Term 3 2016. Work on site will be undertaken under a CPU. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works (Contract 2). The project is being managed by Ian Rattray Building Consultants on behalf of the School BOT. The Procurement will be a single stage open tender on GETS.",Awarded,"We received four RFP responses to our invitation all 4 were deemed valid and evaluated by the evaluation team. The evaluations were done in two stages, The first stage was scoring the non proced attributes this ranked respondents 1 -4. We the overlaid the price information based on the MOE proce evaluation template and this then provided a final weighted score for each respondent. The preferred supplier is Tracy Smith Constructions based on the overall score from both processes.",20201117 Ministry of Education - School Infrastructure,17323266,Request for Proposals,Closed Competition,Bayview School-Roof Replacement,17162679,20160318,20160411,20170522,,Sole Agency,No,,"Bayview School wish to undertake their capital maintenance project where their existing roofing has reached it???s economic life, thus resulting in a life cycle replacement project.",Not Awarded,a new tender was posted due to revised scope of work,20201117 Ministry of Education - School Infrastructure,17328462,Request for Proposals,Open Competition,New Staff Car Park at Witherlea School,,20160322,20160418,20160718,,Sole Agency,No,"PO Box 325, Blenheim","New Staff Car Park at Witherlea School - Demolition of a dwelling, garage, paving and front fence, then establishment of carpark with kerb and channel, drainage, paving, marking out for twenty ca parks, front security fence with remote controlled gate, fence between car park and the main school site with security gate, bollard lighting and landscaping Opus' Pavement specification was omitted from the original specification. This revised specification includes Opus detailed Pavement specification, which must be complied with. The scope of work in some work-sections of the specification has been changed, without changing the overall scope of work. For instance bulk excavation is now included in Demolition & Excavation, as is kerb channels, plantings, street crossings and road marking. Practical Completion is now required 31 July 2016.",Awarded,The Contract has been awarded to Fulton Hogan,20201117 Ministry of Education - School Infrastructure,17335608,Request for Proposals,Closed Competition,RFP Main contractor break-out space Kairanga School palmerston north,4691,20160324,20160419,20161027,,Sole Agency,No,,Kairanga School BOT requesting RFP for construction of break-out room.,Awarded,Contract awarded to Colspec Construction.,20201117 Ministry of Education - School Infrastructure,17343699,Request for Proposals,Closed Competition,15-114 Riversdale School MLE Upgrade 2016,15-114,20160329,20160422,20160523,,Sole Agency,No,,Project broadly encompasses the modern learning environment upgrade to a two classroom and corridor block at Riversdale School. Scope includes normal carpentry and sub trade resources.,Awarded,Four tenders received. Weighted attribute range 711 to 977,20201117 Ministry of Education - School Infrastructure,17347658,Request for Proposals,Open Competition,2996 - 24 2015 12 - Springlands School - Block A Bathrooms and Classrooms 13 and 14 Refurbishment,,20160415,20160512,20160523,,Sole Agency,No,,"Springlands School - Murphys Road, Springlands 7201, Marlborough NZ - Construction Works for Refurbishment of Block G Rooms 13 & 14 and Block A Junior Bathrooms The objective of this procurement is to source a main contractor for the construction works services for the required works for the school as defined in the Design and Consent Drawings, Scope of Works and Specifications. The project is comprised of 2 parts : Separable Portions as follows Work Item A ??? Junior Bathrooms Block A This section of the project is comprised of works to refurbish the existing junior bathrooms in Block A. It also includes the provision of access and a new deck as well as the provision of a new bicycle stand (enclosed) for security reasons. The bathrooms have been out of use and closed off for a number of years. The works comprise the following scope generally : ??? Refurbish floors, wall and ceiling linings ??? New plumbing services ??? New bathroom fittings and fixtures ??? New ventilation ??? New entry and doors ??? New external windows ??? New timber deck ??? Reconfiguration of the existing server room to allow egress through this area of the building Work Item B ??? Refurb Rooms 13 & 14 Block G This section of the project is comprised of works to refurbish the existing rooms 13 and 14 in Block G. includes a number of trades and building elements to allow these rooms and the building to be brought up to standard for occupation for design quality standards and ILE pedagogy. These works include (but are not limited to) : ??? External windows and doors ??? Entry and accessible ramp refurbishment ??? Internal wall linings ??? Autex and removal of existing timber trims ??? New floor coverings ??? New electrical fixtures and fittings ??? Provision of ILE space (located in existing locker bay) ??? New internal doors ??? New internal wet area and joinery ??? ICT assessment and upgrade Please refer to the plans, specifications and scope of works for further details.",Awarded,"Following the evaluation process undertaken using MOE process, Haack Construction have been awarded this project",20201117 Ministry of Education - School Infrastructure,17347724,Request for Proposals,Closed Competition,Main Building Contractor for New Hall & Cultural Centre Project at Rotokawa Primary School,,20160330,20160426,20180705,,Sole Agency,No,,"The Board of Trustees of Rotokawa Primary School (the Buyer) is seeking a Main Building Contractor for a New Hall & Arts Centre at Rotokawa Primary School (the School). The project involves the construction of the Hall as a stand-alone building on a bare site between the existing classroom blocks and Rotokawa Rd. Full design and specifications are as provided by the Board, and location and aspect will be prescribed on the site plan provided during this stage of the tender process.",Not Awarded,Project on hold.,20201117 Ministry of Education - School Infrastructure,17347954,Request for Proposals,Open Competition,Fire alarm upgrade Westland High School,305,20160404,20160506,20160914,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Westland High School, Hokitika. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Westland School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17348128,Request for Proposals,Closed Competition,"Evans Bay Intermediate School, Wellington - RFP Main Building Contractor, Block C - Refurbish Classrooms",4394,20160401,20160421,20161219,,Sole Agency,No,,"The Board of Trustees of Evans Bay Intermediate School is seeking a main building contractor for Block C - Refurbish Classrooms at Evans Bay Intermediate School. The project sets out to replace timber windows with double glazed aluminium. Subject to funding some fitting of new acoustic wall linings to classrooms may be actioned. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Cemac Wellington Ltd, start date 21.111.16, anticipated completion date 10.03.17.",20201117 Ministry of Education - School Infrastructure,17352339,Request for Proposals,Closed Competition,Te Wharekura o Rakaumangamanga School - RFP Blocks BCDS & Site,,20160401,20160502,20160527,,Sole Agency,No,,"The Board of Trustees of Te Wharekura o Rakaumangamanga School (the Buyer) is seeking Tenders from Main Contractors for A Block toilet relocation; new B Block; C/D/S Blocks relocation, refurbishment and addition at Te Wharekura o Rakaumangamanga School (the School). The Board of Trustees is inviting Main Contractors who have successfully completed the Registration of Interest process and been accepted by the BOT to Supply a Tender to undertake Demolition of Block B, de-construction of the existing tennis court, onsite construction and re-siting of the new Block B, re-siting of Blocks C, D, S, refurbishment, alterations and additions to Block C, D & S, new site works including paved hardcourts and decking to re-sited blocks, alterations to drainage, and re-siting of the existing toilet block. It is envisaged that the successful Main Contractor will be given access to the works during the School term (approximately 23/5/2016) unless negotiated earlier, in order to commence construction of the new B Block, and then will undertake the re-siting of all Blocks, upgrade to C, D & S Blocks, and associated site works. The BOT have undergone a lengthy design process to ensure this Project not only fits the requirements and functionality of the School, but compliments the layout and vision for the School???s future. As the School will be in session throughout the majority of the construction period, it is imperative that the successful Main Contractor be able to work with the School, with strong lines of communication, a successful track record for projects of this size, sufficient qualified trade experience to meet the solution, and be confident to provide the BOT and School with a positive experience and project everyone can be proud of.",Awarded,,20201117 Ministry of Education - School Infrastructure,17353745,Request for Proposals,Closed Competition,"Kenakena School, Kapiti Coast - RFP Main Building Contractor for Block Q - Two New Classrooms",4459,20160404,20160422,20160923,,Sole Agency,No,,"The Board of Trustees of Kenakena School is seeking a main building contractor for Block Q - Two New Classrooms at Kenakena School. The project sets out to build a traditional single storey light timber framed teaching building that will provide teaching spaces and associated withdrawal and break out rooms. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded 22.09.16, start date 26.09.16, anticipated finish date 31.03.17.",20201117 Ministry of Education - School Infrastructure,17355344,Request for Proposals,Closed Competition,Main Building Contractor for Special Needs Property Modifications at Tamahere Model Country School,,20160401,20160422,20170420,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17356876,Request for Proposals,Closed Competition,RFP for a Lead Designer for a New Nine Classroom Replacement Teaching Block at Papamoa Primary,,20160404,20160422,20160520,,Sole Agency,No,,"Papamoa Primary School BOT are pleased to release the RFP for a Lead Designer for a New Nine Classroom Replacement Teaching Block. Please note a Notice to Tender, will be released shortly for the following items; - Proposed Contract - Pricing Schedule - Proposed Master Programme - Asbestos Survey",Awarded,,20201117 Ministry of Education - School Infrastructure,17357061,Request for Proposals,Open Competition,Lake Brunner School - Modernisation of Student Toilets.,16-2123-01,20160404,20160428,20170523,,Sole Agency,No,,"School Support Ltd along with the Lake Brunner Primary School Board of Trustees is inviting requests for proposal from suitably qualified and experienced main contractors for the following project: Lake Brunner School - Modernisation of Student Toilets. SITE LOCATION ??? 21 Ahau Street, Moana, The project includes complete strip out of student toilets, installation of new pipe work, insulation, new wall and ceilings linings, new floor coverings, retro-glazing of existing Aluminium window joinery, installation of new basins, pans and tapware. Please make sure you fill out the Suppliers Resonse Template Part A and B and the Pricing Schedule. Failure to fill out these templates will eliminate you from the evaluation process.",Awarded,,20201117 Ministry of Education - School Infrastructure,17357904,Request for Proposals,Closed Competition,Ohinewai School - RFP Main Contractors - Block A exterior learning space and classroom upgrade,,20160405,20160503,20160608,,Sole Agency,No,,"The Board of Trustees are inviting Main Contractors who have successfully completed the Registration of Interest process and been accepted by the BOT to Supply a Tender to undertake Construction of a new Exterior learning space and upgrade to 3 x classrooms. It is envisaged that the successful Main Contractor will be given access to the works during the School Holiday period (9/7/2016) unless another date is negotiated with the BOT, in order to commence construction of the new covered deck, installation of new aluminium joinery, replacement floor and wall coverings, and various other works, providing the School with a completed project for classroom occupancy for the commencement of Term 3 ie 25 July 2016. Some works may be permitted to start earlier or continue after the start of term 3 (25/7/2016) however these will be negotiated with the successful Contractor and be subject to and at the sole discretion of BOT approval. The BOT and School are wanting to engage a Main contractor, with strong lines of communication, a successful track record for projects of this size, sufficient qualified trade experience to meet the solution, and be confident to provide the BOT and School with a positive experience and project everyone can be proud of. The successful Main Contractor will enter into a standard MOE standard Contract with fixed commencement and completion dates.",Awarded,,20201117 Ministry of Education - School Infrastructure,17358044,Request for Proposals,Open Competition,Fire alarm upgrade Hokitika School,3376,20160406,20160506,20170623,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17361223,Request for Tenders,Closed Competition,Whau Valley School - Request for Tenders,,20160408,20160513,20160719,,Sole Agency,No,"Whau Valley School, 17 Moody Avenue, Whau Valleys, WHANGAREI",,Awarded,Guyco Construction Ltd was the lowest tenderer with a compliant tender and the contract was awarded to them on 13th July 2016,20201117 Ministry of Education - School Infrastructure,17361289,Request for Proposals,Open Competition,RFP - CDP - Pt England School,CW40769,20160406,20160502,20160909,,Sole Agency,No,,"The Ministry of Education (the Buyer/ the Ministry) is inviting Proposals from Suppliers to supply services in completing the deliverable's noted in this document for the Classroom Delivery Programme - Pt England School. The project involves new teaching spaces, associated demolition and site works. The Buyer is seeking a consortia consisting of both Project Management and Design Services for delivery of the project. Separate service proposals or Suppliers submitting only a single part of a consortia will not comply with the requirements of this RFP and will not be considered.",Awarded,,20201117 Ministry of Education - School Infrastructure,17362002,Request for Proposals,Closed Competition,"Main Building Contractor for Alterations and Improvements to provide ILE areas at Matipo Road School, Te Atatu North, West Auckland",,20160406,20160427,20160630,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17368872,Request for Proposals,Closed Competition,"Main Building Contractors for Te Kuiti Primary Blocks A, B, C & F Upgrades (RFP)",5352,20160412,20160503,20160530,,Sole Agency,No,,"Tender documents and specification relating to upgrade of multiple block at Te Kuiti Primary School (A, B, C & F)",Awarded,Contract awarded to P.J McCarthy Ltd.,20201117 Ministry of Education - School Infrastructure,17369939,Request for Proposals,Closed Competition,Main Building Contractors for Te Awamutu Primary School Rm 15 & 16 (C Block) Refurbishment & Re-roof (RFP),5546,20160411,20160518,20160701,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17372487,Request for Proposals,Open Competition,Oamaru North School Main Block I.L.E Upgrade,,20160411,20160429,20170525,,Sole Agency,No,,The Board of Trustees is seeking a Main Building Contractor for the construction of the main classroom block at Oamaru North School,Awarded,The contract was awarded to The Breen Construction Company Ltd,20201117 Ministry of Education - School Infrastructure,17379070,Request for Proposals,Closed Competition,"Whakatane High School Development Stage 1 (Science, TX Block) RFP",Wkt02,20160414,20160510,20160610,,Sole Agency,No,,"The Board of Trustees of Whakatane High School (the Buyer) is seeking Lead Designer and Architectural Services for the remodeling and upgrading of the Science (LB) Block (3 x science rooms, chemical store,) and the structural strengthening to Technical Block (TX). The structural strengthening to the Administration (M) Block) is no hold due to the Specialist report not being available at this point. Once the report is made available them a fee for these works will be requested from the winning supplier only as a variation to the contract. RFP Document are 4 CCCS Conditions of Contract for Consultancy Services-Nov 14 4 MoE Conditions of Contract for Consultancy Services CCCS Parts-IIA-and-IIB-Nov 14-V2 160411_Whk Development Stage 1 Lead Designer & Architect Services Scope of works 160411_Whk Development Stage 1 Lead Designer & Architect Services Fees Table 160411_Whk_Development stage 1_Lead Designer & Architect Services RFP 160411_Whk_Development stage 1_Lead Designer & Architect Services RFP Part A 160411_Whk_Development stage 1_Lead Designer & Architect Services RFP Part B",Awarded,,20201117 Ministry of Education - School Infrastructure,17386145,Request for Proposals,Closed Competition,Main Building Contractor for Roof Repitch & Replacement Works and MLE Works at Forrest Hill School,RFP 20160413,20160414,20160505,20170519,,Sole Agency,No,N/A,"The Forrest Hill School Board of Trustees (the School) are inviting Request for Proposals (RFP) from suitably qualified and experienced Suppliers (selected from the ROI Process) to deliver the proposed Roof and MLE upgrade Project. Works include re-pitching and replacement of roofing on 4 x existing blocks including two 2 x classroom blocks, part Library ICT area roof and a Pool change shed roof. One of the 2 x classroom blocks has MLE alterations and additions.",Not Awarded,This RFx over budget. Scope and Budget amended and procurement reissued on RFx 17610038,20201117 Ministry of Education - School Infrastructure,17386508,Request for Proposals,Closed Competition,"Masterton Primary School, Masterton - RFP Main Building Contractor for Block 8 - Refurbish Classroom",4225,20160415,20160512,20161219,,Sole Agency,No,,"The Board of Trustees of Masterton Primary School is seeking a main building contractor for Block 8 - Refurbish Classrooms at Masterton Primary School. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to improve interior spaces, breakout areas together with an outdoor learning street.",Not Awarded,Project not proceeding,20201117 Ministry of Education - School Infrastructure,17386857,Request for Proposals,Closed Competition,Royal Oak Primary Classroom Refurbishment and outdoor learning space,,20160413,20160518,20170404,,Sole Agency,No,"385 clevedon Road, RD2, Papakura","Refurbishment or eight classrooms, resource rooms and outdoor innovative learning environment",Awarded,"The contract was awarded to Stan Ash for $409,735 + variations",20201117 Ministry of Education - School Infrastructure,17387218,Request for Proposals,Closed Competition,Main Building Contractors for Rototuna Primary Multi Purpose Alts & Toilet Refurbs,5483,20160415,20160506,20160711,,Sole Agency,No,,Request for Proposals are sought from short listed Main Building Contractors as per the attached documentation and plans.,Awarded,This contract has now been awarded,20201117 Ministry of Education - School Infrastructure,17387463,Request for Proposals,Closed Competition,"Ruakaka School: Special Needs Modifications, toilet upgrades, switchboard upgrade and reroof of block 3.",CW39942,20160413,20160505,20161011,,Sole Agency,No,,"This project requires the following works to be completed: ??? Reroof block 3 ??? Upgrade girls and boys toilets ??? New special needs bathroom ??? New accessible ramp ??? Switchboard upgrade and new power supply from block 3 to block 5 ??? Minor alterations to the existing Fire Safety System (to suit altered bathroom layout).",Awarded,All tenderers have already been informed of the tender result.,20201117 Ministry of Education - School Infrastructure,17391416,Request for Proposals,Open Competition,Main Electrical Contractor for the Electrical Supply Upgrade at Waikowhai School,CW41647,20160415,20160516,20160928,,Sole Agency,No,Not applicable,"The Ministry of Education is seeking a Main Electrical Contractor for the Electrical Supply Upgrade at Waikowhai School (the School). Works required include the installation of new main power cable from the road to the current Main Switch Board, Replacement Main Board, Sub Boards and Sub Mains installation in a Primary school in Hillsborough, Auckland.",Awarded,Price was a substantial deciding factor,20201117 Ministry of Education - School Infrastructure,17391892,Request for Proposals,Closed Competition,RFP - Main Building Contractors - Waikite Valley Alterations,,20160415,20160510,20180703,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17391926,Request for Proposals,Open Competition,Northcote College Shade Shelter,,20160415,20160513,20160610,,Sole Agency,No,,Northcote College wish to replace a fabric covered roof structure to the student courtyard outside Block D with a fit for purpose design build proposal with limited long term maintenance.,Not Awarded,"Shade Systems were separately awarded the contract, after personal contact to three suppliers to provide RFP",20201117 Ministry of Education - School Infrastructure,17395377,Request for Proposals,Closed Competition,"Pauatahanui School, Porirua - RFP Main Building Contractor Blocks A,B and J Refurbish Classrooms and Toilets",4380,20160419,20160510,20160711,,Sole Agency,No,,"The Board of Trustees of Pauatahanui School is seeking a main building contractor for Blocks A, B and J Refurbish Classrooms and Toilets at Pauatahanui School. The project sets out to refurbish Room 1 of Block A to ILE along with other general works to the block including double glazing, insulation and replacement of ceilings. Block B will include double glazing and insulation. Block J will refurbish the classroom, develop a breakout space and refurbish the toilets as well as fit double glazing. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded July 2016, start date 18.07.16, anticipated completion date 30.11.16.",20201117 Ministry of Education - School Infrastructure,17411180,Request for Proposals,Closed Competition,"Papakowhai School, Porirua - RFP Main Building Contractor Car Parking and All Weather Surface",4402,20160420,20160511,20160711,,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Car Parking and All Weather Surface at Papakowhai School. Papakowhai School are experiencing roll growth for which new teaching spaces are required. Part of the local authority response to this circumstance is the necessity for developing on site car parks. The site development planning has determined that the best solution is to develop car parking on existing paved courts for which then there is the need to develop new all-weather play surfaces within the play fields. The project sets out to excavate grounds and construct a new all-weather play surface comprising artificial grass with rubber chip fill. The work will also include some drainage and traditional paving works. A perimeter fence is proposed of wire mesh and pipe post and rails. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust new all-weather play surface. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded July 2016, start date 18.07.16, anticipated completion date 22.08.16.",20201117 Ministry of Education - School Infrastructure,17416281,Request for Proposals,Open Competition,Fire alarm upgrade Mount Hutt College,348,20160420,20160525,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mount Hutt College, Methven. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Mount Hutt College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17422256,Request for Proposals,Closed Competition,Wakanui School Construction of New Classroom,3580/24/02/2016-RFP,20160421,20160512,20160714,,Sole Agency,No,,"This is a request for price for the Construction of a New Classroom at Wakanui School, in Ashburton. This will be a single storey, stand-alone classroom and the unit will be approximately 100m2.",Not Awarded,G & D Russell Builders have been awarded this contract.,20201117 Ministry of Education - School Infrastructure,17425344,Request for Proposals,Open Competition,Hokitika Primary School Modernisation of Administration Area,16-3393,20160420,20160520,20170817,,Sole Agency,No,,"School Support Ltd along with the Hokitika Primary School Board of Trustees is inviting requests for proposal from suitably qualified and experienced main contractors for the following project: Hokitika Primary School - Revised Administration Block. SITE LOCATION ???230 Park Street, Hokitika 7810. The project includes the revised Administration Block layout to provide modern entry into the school. The building works is to include insulation, new double glazed window joinery, new wall and ceiling, new staff toilets, new reception and other joinery, new wall and ceiling lining, wall coverings, and carpet as per the attached specification and plans. This project has the potential to be a two stage project. The successful contractor will be required to apply for building consent for this project. Please make sure you fill out the Suppliers Resonse Template Part A and B and the Pricing Schedule. Failure to fill out these templates will eliminate you from the evaluation process.",Not Awarded,This project did not go ahead.,20201117 Ministry of Education - School Infrastructure,17434785,Request for Proposals,Closed Competition,Ascot Community School special needs fencing,1625-16-001,20160421,20160512,20160518,,Sole Agency,No,,"The Board of Trustees for Ascot Community School are seeking Request for Proposals for the construction of a new boundary fence. All tenders must be submitted through GETS.",Awarded,The Ascot School BOT and School Support have selected Barry Stewart Builders Tender as the successful proposal Final Evaluation Score was 91 With 2hd Tender scoring 90.,20201117 Ministry of Education - School Infrastructure,17435225,Request for Proposals,Closed Competition,Main Building Contractor for the Construction of new Classroom block and Administration Block at Northcote Primary School,CW42092,20160426,20160523,20170518,,Sole Agency,No,,Northcote Primary School is proposing to undertake the Construction of a new Classroom block and Administration Block. As you are aware this project was subject to a RFP process last year that your company submitted a tender for. As a result of some budget issues the contract was not awarded and the project did not proceed last year. Since this time the budget has been revised and the project is now able to be retendered.,Awarded,,20201117 Ministry of Education - School Infrastructure,17436382,Request for Proposals,Closed Competition,Kelvin Road - replacement roofing and spouting,,20160426,20160527,20170404,,Sole Agency,No,,"Replacement roof and re-pitching, spouting and insulation if required of blocks 2,3,4,5,9 and part of 13 at Kelvin Road School",Not Awarded,"This contract was awarded to QJB Roofing for the value of $145,346",20201117 Ministry of Education - School Infrastructure,17436595,Request for Proposals,Open Competition,Frankley School Off Site Sewerage Project,3108.03,20160422,20160518,20170519,,On behalf of procurement agent,No,N/A,"The Board of Trustees of Frankley School (the Buyer) is seeking Main Contractor Services for the Off Site Sewerage Project at Frankley School (the School). Sewerage at Frankley School is currently managed on site using two septic tank systems separating the upper and lower parts of the school. These have been in service for a significant period of time and have presented issues on a number of occasions. The school is also prone to high water tables during wet weather which affects the ability of the soil to absorb effluent The Off Site Sewerage Project seeks to overcome the issues associated with on site disposal by connecting the entire school to a single septic tank and pumping liquid effluent along a new pipeline to connect to the council main. Solid waste is to be retained in the tank for periodic removal. The Ministry of Education Construction Works Contract will be used for this project.",Not Awarded,Project has been placed on hold.,20201117 Ministry of Education - School Infrastructure,17437987,Request for Proposals,Open Competition,Tolaga Bay Area School - New Teacher House - Design and Build,1606,20160422,20160523,20170214,,Sole Agency,No,,"The school is seeking a design and build proposal for a new house at 18 Resolution Street, Tolaga Bay. The new house is to be around 105m2 with 3-4 bedrooms. There is an existing house on this site which is to be removed by the contractor. The site has an existing septic tank, power connection, stormwater collection via a concrete water tank and single car garaging. Refer to the RFP for a full description of the design and performance brief minimum requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,17438206,Request for Proposals,Open Competition,Manurewa West School - 4 Class refurb and staffroom extension,,20160426,20160527,20170404,,Sole Agency,No,,"Seeking a proposal for construction services for the refurbishment of 4 classrooms, upgrade a toilet block, creation of a courtyard breakout area and a staffroom extension",Awarded,"The contract was awarded to B & C Contractors for $363,817 + variations",20201117 Ministry of Education - School Infrastructure,17438267,Request for Proposals,Open Competition,"Lead Design Services - Hislop Hall Replacement, Taieri College",362,20160425,20160519,20170526,,Sole Agency,No,,The Taieri College Board of Trustees are seeking proposals from suitably qualified Lead Designers for the rebuild of the school hall.,Awarded,The contract was awarded to Baker Garden Architects and will start on 1 April 2017. The term of this contract is expected to be 18 months,20201117 Ministry of Education - School Infrastructure,17439575,Request for Proposals,Closed Competition,Main Building Contractors for Putaruru Primary Exterior Access Works 2016 (RFP),5353,20160427,20160517,20161123,,Sole Agency,No,,Tender documents and plans are attached for review & pricing,Not Awarded,This project is not going ahead at this time and will be re-tendered with a new scope of work in the new year.,20201117 Ministry of Education - School Infrastructure,17441147,Request for Proposals,Open Competition,Main Contractor Wellington College New Memorial Hall,,20160429,20160616,20160814,,Sole Agency,No,,"The Board of Trustees of Wellington College (the Buyer) is seeking a Main Building Contractor to undertake the construction of a new College Hall to replace the existing building. The works involves the following scope of work Demolition of the existing college hall and related spaces. Construction of a new approx. 1600 sqm steel and timber framed assembly hall on a concrete foundations and slab and all associated site and services works. It is envisaged that the works will take place immediately after the awarding of the contract and be complete by late August 2017. It is the intention that new building will be available to the College for their 150th jubilee celebrations over Labour Weekend 2017. The existing building will be completely vacated and made available to the contractors to allow the works to be undertaken as single stage project. The construction work will be undertaken under a CPU, and consideration will need to be given to have as little an impact on the College???s activities as is possible. You will see from the plans that there are some deferred works relating to the two mezzanine viewing galleries and the fit out of some spaces around the main auditorium. These works will be designed and described in a second stage set of documents. The majority of the project is funded from school based fundraising. The actioning of the stage 2 work will be dependent on continued fundraising over the next few months. Design work for stage 2 is ongoing and will be completed in May. It is intended that should the school fundraising be successful that a price for the stage 2 work will be negotiated with the successful stage one contractor and added to the building contract. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray on behalf of the College BOT. The Procurement will be a single stage open tender on GETS ??? Project consultants are: o Project Manager: Ian Rattray o Lead Designer: Architecture Plus o QS: RBL",Awarded,All seven responses were valid and evaluated by the evaluation panel. There were 3 rounds of evaluation after the first round (Non priced attributes) The bottom 3 scored responses were eliminated at the first stage. After the stage two price overlay the top two responses were identified. In stage 3 the Maycroft response offered a significant innovation with a warm roof option. This innovation was evaluated and it was agreed that it provided significant advantages to the project so that became the determining factor.,20201117 Ministry of Education - School Infrastructure,17442810,Request for Proposals,Closed Competition,Main Contractor for the Block 7 ILE Modernisation at Everglade School,,20160427,20160520,20160712,,Sole Agency,No,,"Seeking a Main Contractor for the Block 7 ILE Modernisation at Everglade School. The works are to include the provision of various Ministry of Education DQLS standards such as acoustics, lighting, and heating. The ILE portion of works will create a breakout space, as well as provide the school with an option to create one large learning space with the installation of glazed partition doors. The general condition of the interior will also be upgraded and refurbished as part of the works.",Awarded,The Contract was awarded to Accent Construction Interiors Ltd,20201117 Ministry of Education - School Infrastructure,17443244,Request for Tenders,Closed Competition,"Main Building Contractor for Alterations and Improvements at Oteha Valley School, Albany, North Shore, Auckland",,20160427,20160518,20170523,,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking qualified and experienced main contractors to register interest for alteration and improvements within the existing main Administration block to provide associated staff toilet facilities and reconfigure the layout of some of the office areas at the same time to provide a better location for the sick bay and supervision required. The proposed work involves removing some internal walls and doors and includes alterations, carpentry, windows, flooring, plumbing, electrical, lighting, IT, heating, ventilation, fire and security, painting etc. The floor is currently a Ribraft system and new integral drainage needs to be installed under the Ribraft with appropriate waterproof prep to be included as party of the reinstatement. The objective of this ROI is to source the supply of a main construction contractor for carrying out improvements to the existing Administration Block to provide Staff Toilets, Sick Bay and offices . As the Administration Block is central to the operation of the school, it is proposed that the most disruptive work is carried out during the weekends or school holidays in agreement with the School/BOT. Please ask all questions via the GETS ""Asl a question"" function and submit all ROIs via GETS only.",Awarded,,20201117 Ministry of Education - School Infrastructure,17443849,Request for Proposals,Closed Competition,Mararoa School Special needs fencing,3984-16-001,20160426,20160519,20160712,,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17446043,Request for Proposals,Closed Competition,Birkenhead College Reroofing Stage 2,,20160428,20160519,20160927,,Sole Agency,No,,Companies previously shortlisted from the ROI process are invited to tender for stage 2 re-roofing at Birkenhead College. The RFP document and other relevant tender documents have been uploaded to the GETS website for suppliers to download.,Awarded,,20201117 Ministry of Education - School Infrastructure,17452272,Request for Proposals,Closed Competition,Geraldine Primary School - Block 6 Classroom and Toilet Upgrade,2107/29/02/2016-RFP,20160428,20160518,20160714,,Sole Agency,No,,On behalf of the Board of Trustees of Geraldine Primary School we are now requesting proposals/tenders from the selected main contractors to undertake the construction works relating to the Block 6 classroom and Toilet Upgrade project at Geraldine Primary School.,Not Awarded,This contract has been awarded to McIntosh,20201117 Ministry of Education - School Infrastructure,17453794,Request for Proposals,Open Competition,The Gardens School Major Redevelopment Project - Independent Construction Observation Services,CW41975,20160428,20160524,20160805,,Sole Agency,No,,"Work will commence mid June 2016 on a major redevelopment project at The Gardens School, Manurewa. The Ministry of Education is seeking construction observation independent of the construction observation services that will be provided by the design team..",Awarded,Thank you for your interest and proposal for this contract. Unfortunately your proposal was unsuccessful and the contract has been awarded to Hampton Jones Property Consultant.,20201117 Ministry of Education - School Infrastructure,17454050,Request for Proposals,Closed Competition,Main Building Contractors for 2016 Various 5YA Works at Whangamata Area School (RFP),5552,20160429,20160524,20160708,,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for 2016 Various 5YA Works at Whangamata Area School.,Awarded,This contract has been awarded,20201117 Ministry of Education - School Infrastructure,17454668,Request for Tenders,Closed Competition,Te Kopuru School RFT,,20160428,20160527,20170921,,Sole Agency,No,,,Awarded,Five tenders were received and the contract awarded to Arco who had the lowest price and a clean tender.,20201117 Ministry of Education - School Infrastructure,17455551,Request for Proposals,Open Competition,Bayview School - Roofing Project,,20160429,20160524,20161124,,Sole Agency,No,,"The Board of Trustees Bayview School wish to undertake their capital maintenance project where their existing roofing has reached it???s economic life, thus resulting in a life cycle replacement project.",Awarded,,20201117 Ministry of Education - School Infrastructure,17458361,Request for Proposals,Open Competition,Main Contractor Dalefield School (Carterton) Classroom Upgrade,,20160502,20160527,20161006,,Sole Agency,No,,"The Board of Trustees of Dalefield School Carterton (the Buyer) is seeking a Main Building Contractor to undertake the construction of alterations / Modernisation to two existing classrooms in Block A blocks to create flexible teaching spaces. The BOT at Dalefield School are proposing to undertake alterations to two existing classrooms in Block A to modernise and upgrade the teaching spaces. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves internal alterations to the standard ???Avalon Block??? classroom block known as Block A. It is envisaged that the works will take place immediately after the awarding of the contract and be complete in Term 3 of the 2016 school year. The work will be able to be carried out in a single stage as the school will completely vacate the spaces during construction. Work on site will be undertaken under a CPU. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray on behalf of the School BOT. The Procurement will be a single stage open tender on GETS",Awarded,Contract awarded to MB Brown based on weighted attributes model and Pharaoh withdrew after tenders closed.,20201117 Ministry of Education - School Infrastructure,17461610,Request for Proposals,Open Competition,Fire alarm upgrade Waitakere College,44,20160502,20160601,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waitakere College, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Waitakere College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17463211,Request for Proposals,Open Competition,Main Contractor Servcies for Construction Work at Papatoetoe Central School,WS113443,20160502,20160527,20170913,,Sole Agency,No,,"Shortfall of classrooms is an issue facing many schools across New Zealand. Increasing numbers of students, existing defective buildings, shifting enrolments, and a historic period of poor building design, construction and consenting practices have all contributed to this shortfall affecting the New Zealand School Property Network. As a result, MoE (directed by the New Zealand School Property Strategy) aims to renew, remediate, and strengthen MoE???s property portfolio. The Classroom Delivery Programme (CDP) has been created to deliver these upgrades in MoE???s property portfolio. Papatoetoe Central School scope includes roll growth and replacement classroom, and is identified below. ??? 8 classroom block, comprising 6 replacement and 2 new classrooms ??? Demolition of remaining 4 relocatable classrooms This procurement is to provide state of the art, Modern Learning Environment (MLE) classrooms that enable the School to function more efficiently both design-wise and operationally. The project is to be delivered on programme, within budget, and to the required quality standard.",Awarded,"The Contract was awarded to M F Astley Ltd and commenced Oct 2016, completion September 2017",20201117 Ministry of Education - School Infrastructure,17472701,Request for Proposals,Closed Competition,Nelson Intermediate School - Modernise Administration Area.,16-3210-10,20160504,20160524,20160614,,Sole Agency,No,,"School Support Ltd and Nelson Intermeidate School Board of Trustees are inviting short listed main contractors to provide their proposal to School Support Ltd as the schools agent for the potential provision to modernise the existing Administration area at Nelson Intermediate School. The project includes the modernisation of the Administration area including roofing, exterior cladding, new floor coverings, electrical, security and painting work. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template and Works Price Schedule in order for the proposal to be considered. Failure to fill in these documents will make your submission non compliant. Please note that Part A of the document has already been supplied in your ROI submission. You only need to fill in Part A if any details have changed since submitting your ROI. Part B must be filled in along with the Work Price Schedule.",Awarded,,20201117 Ministry of Education - School Infrastructure,17476046,Request for Proposals,Open Competition,"Main Contractor - Hislop Hall Demolition, Taieri College",362/1,20160504,20160527,20170526,,Sole Agency,No,,The Taieri College Board of Trustees are seeking proposals from suitably qualified main contractors for the demolition of the fire damaged Hislop Hall.,Awarded,This contract was awarded to Cook Brothers Construction.,20201117 Ministry of Education - School Infrastructure,17484070,Request for Proposals,Open Competition,Fire alarm upgrade Southern Cross Campus,452,20160509,20160610,20180626,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Southern Cross Campus, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Not Awarded,Are seeking additional proposals as the project requirements and scope have changed.,20201117 Ministry of Education - School Infrastructure,17484195,Request for Proposals,Closed Competition,Tga Primary A E M Block Development,TPS02,20160509,20160601,20160815,,Sole Agency,No,,"Tauranga Primary School Board of Trustees are seeking a suitably qualified Head Contractor to complete the A E & M Block Development works Documents included within this RFP are; 019-TPS_A E & M Block Development_EIS-Works-RFP 019-TPS_A E & M Block Development_EIS-Works-RFP Part A 019-TPS_A E & M Block Development_EIS-Works-RFP Part B 021-TPS_A E & M Block Development -Works-Price-Schedule J3140_DDxx_TPS AEM BLK_160503 J3140_Finishes Schedule_160311 J3140_TPS_Specification-RevA_160504 160419_Tga Primary A E M Block_MOE High Value Construction Works Contract 3_Tga Primary A E M Block_Third Schedule 6_ Tga Primary A E M Block_Six Schedule 8_Tga Primary A E M Block_Eighth schedule 9_Tga Primary A E M Block_Ninth Schedule 10_Tga Primary A E M Block_Tenth Schedule 12_Tga Primary A E M Block_Twelfth Schedule 14_Tga Primary A E M Block_Fourteenth Schedule 1637 Building Services Specification 1637-E0, 1637-E1, 1637-E2, 1637-E3, 1637-E4, 1637-E5, 1637-E6, 1637-F1, 1637-F2 J3140_TPS_AEM BLK_Stratum_SW Design Tauranga Primary Tree report and Protection Plan",Awarded,,20201117 Ministry of Education - School Infrastructure,17486497,Request for Proposals,Open Competition,Waihi College Fire Alarm Upgrade RFP,,20160509,20160603,20160721,,Sole Agency,No,,The Board of Trustees of Waihi College (the Buyer) is seeking a request for proposal for the upgrade of the fire alarm system at Waihi College (the School).,Awarded,,20201117 Ministry of Education - School Infrastructure,17487600,Request for Proposals,Closed Competition,Pillans Point School New 9TS Block (RFP),PIL02,20160509,20160601,20160712,,Sole Agency,No,,"On behalf of the Pillans Point School Board of Trustees we invite Main Contractors only to supply proposals for the new 9 Teaching Block at Pillans Point School. Document include for this RFP are; 160210_PPS_019-EIS-Works-RFP 160210_PPS_019-EIS-Works-RFP Part A 160210_PPS_019-EIS-Works-RFP Part B 021-EIS-Works-Price-Schedule Architectural: 139_PPS_9TS_ARCH DWG_TS1 - 2016.05.02, 139_PPS_9TS_SPECIFICATION_TS1_2016.05.02, 139 Pillans Point School - Fittings Schedule_TS1 Issue_2016.05.04, 139 Pillans Point - MOAA (Finishes Schedule - TS1) - 2016.05.04, Pillans Point School, 9 Classroom Block - DOOR HARDWARE SCHEDULE. TS1 - 2016.05.02, 139 Pillans Point School - Interior Surface Fire Schedule_TS Issue 01_2016.05.04, Manufacturers Fire Performance Statements, 139 Pillans Point School - Warranty Schedule_TS1 Issue_2016.05.04, 139 Pillans Point Acoustic Civil & Geotech; 16023AA SW ASSESSMENT REPORT 090115, 142763 - PS1 form signed 2016-02-17, 142763 - Servicing Letter R2.1, 142763-200-SP Rev G, 142763-200-SP Rev H, 142763-201-SP Rev A, 142763-205-DR Rev A, 142763-220-EW Rev A, Lysaght Geotech, Lysaght Geotech-bore log Suspended Ceiling - Seismic Design Electrical; Innerscape Emergency Lighting Producer Statement PS1, Pillans Point School - Electrical Spec Rev 2 (BC-Tender), Pillans Point School Electrical BC-T Drawings Fire Report (3) Structural; 067-14b-Design Docs-PS1, Structural Documents - MCH Security; Pillans Point School Revised Security Plan, Security Be Alarmed Quotation 9th February 2016 Sound System Quotation Triac Under Floor Heating Bell Plumbing Contract; 160419_PPS_9TS_MOE High Value Construction Works Contract, schedules, 3, 6, 8, 9, 10, 12, 13, 14, Agreement as to Arbitration",Awarded,,20201117 Ministry of Education - School Infrastructure,17487741,Request for Proposals,Closed Competition,Main Contractors for Building Construction Works for New Classrooms at Remuera Intermediate School,CW40538,20160509,20160603,20160629,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking Main Contractors for Building Construction Works for New Classrooms at Remuera Intermediate School (the School). The proposed Works are six new teaching spaces within a two storey building (three per level), incorporating large common area and surrounding decks at each level.",Awarded,"a very competent and complete set of RFP received, evaluation finally rested on both Non Price and Price combination",20201117 Ministry of Education - School Infrastructure,17491184,Request for Proposals,Closed Competition,Mountview School - Tech Block Upgrade,3552-2,20160511,20160601,20170323,,Sole Agency,No,,We seek RFP from main contractors only for the refurbishment of an existing classroom converting it into a technical block.,Not Awarded,Please note that this contract was awarded and suppliers contacted directly.,20201117 Ministry of Education - School Infrastructure,17495917,Request for Proposals,Closed Competition,Waihi College new ILE classroom RFP,,20160512,20160610,20160704,,Cluster,No,,"Construction of New ILE classrooms for Waihi College, Waihi",Awarded,,20201117 Ministry of Education - School Infrastructure,17496133,Request for Proposals,Closed Competition,Redhill New School RFP Quantity Surveying,WS113346,20160518,20160613,20170117,,Sole Agency,No,,"Redhill School (the school) is a full primary school catering for Year 1 ??? Year 8 students with a roll of 210 students as of March 2016. Many of the permanent school buildings are affected by significant weather-tightness issues. In light of the weather-tightness and other infrastructure related issues, a holistic approach to addressing the school???s many challenges is being proposed through a full redevelopment project. The Ministry of Education (the Ministry) (the Buyer) is seeking comprehensive Quantity Surveying Services for the redevelopment of Redhill School. The project value is anticipated to be circa $8M. The attached documentation has been included with this RFP: - Request for Proposal - Supplier response form. - Approved Master Plan for 240 Students - Alternative Master Plan All responses shall be submitted electronically via GETS.",Awarded,,20201117 Ministry of Education - School Infrastructure,17506847,Request for Proposals,Open Competition,Fire alarm upgrade Long Bay College,27,20160513,20160613,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Long Bay College, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17508028,Request for Proposals,Open Competition,Main Contractor Horowhenua College Levin Upgrade A Block North Wing Science Labs,5108,20160513,20160601,20160818,,Sole Agency,No,,"The board of Trustees is seeking a main contractor for an upgrade within existing footprint of Block A North Wing, for 5 science labs, and external ramps and steps.",Awarded,The selected contractors were taken through to a closed RFP,20201117 Ministry of Education - School Infrastructure,17517210,Request for Proposals,Closed Competition,Redhill New School RFP Design Services,WS113282,20160518,20160613,20160808,,Sole Agency,No,,"Redhill School (the school) is a full primary school catering for Year 1 ??? Year 8 students with a roll of 210 students as of March 2016. Many of the permanent school buildings are affected by significant weather-tightness issues. In light of the weather-tightness and other infrastructure related issues, a holistic approach to addressing the school???s many challenges is being proposed through a full redevelopment project. The Ministry of Education (the Ministry) (the Buyer) is seeking comprehensive Architectural Design Services (incorporating all required consultants sub-contracting to the Architect) for the redevelopment of Redhill School. The project value is anticipated to be circa $8M. The attached documentation has been included with this RFP: - Request for Proposal - Supplier response form. - Approved Master Plan for 240 Students - Alternative Master Plan - Supplier price response template (excel). All responses shall be submitted electronically via GETS.",Awarded,"Hi All, Thank you very much for submitting your Design Services proposal for Redhill School. All responses received were of a high quality. Unfortunately this notice is to advise you that following the evaluation process your proposal has not been successful. The architect selected for this project is RTA Studio. Thank you for your interest and for the time and effort put into preparing and submitting your response. Regards, Andrew Bowden Greenstone Group Project Manager.",20201117 Ministry of Education - School Infrastructure,17528551,Request for Proposals,Closed Competition,Architectural Services for the design of refurbishments and expansions at Mt Roskill Grammar,,20160520,20160610,20161021,,Sole Agency,No,N/A,,Awarded,,20201117 Ministry of Education - School Infrastructure,17529035,Request for Proposals,Closed Competition,"Okaihau School, Northland, Miscellaneous Construction/Upgrade Project",G534,20160523,20160613,20160719,,Sole Agency,No,,"The Ministry is seeking to complete 5YA capital works at Okaihau Primary School, Northland The objective of this procurement repair/upgrade buildings and services at the school. This Procurement is for: 1. Various Roof repairs/replacement 2. 1 internal classroom upgrade 3. Install hot water to 1 toilet Block 4. Various Electrical upgrades 5. Conversion of Dental Clinic into a Food Technology Kitchen",Awarded,,20201117 Ministry of Education - School Infrastructure,17531615,Request for Proposals,Open Competition,Fire alarm upgrade Ranui School,1458,20160523,20160617,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ranui School, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17531773,Request for Proposals,Open Competition,Fire alarm upgrade Waiuku Primary School,1559,20160523,20160617,20171010,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waiuku Primary School, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17533574,Request for Proposals,Closed Competition,Mangawhai Beach School - Miscellaneous Works Project,G480,20160523,20160613,20160622,,Sole Agency,No,,"The Ministry is seeking to complete 5YA capital works at Mangawhai Beach Primary School, Northland The objective of this procurement is to repair/upgrade buildings and services at the school. This Procurement is for: 1. Replacement of classroom wall linings with new Autex Composition Board 2. Installation of new suspended ceiling grids to classrooms 3. Carpet and vinyl replacements 4. Installation of heating, upgrade of electrical works 5. Replacement of Classroom 1 ??? 4 roofs, spouting and remedial work",Awarded,,20201117 Ministry of Education - School Infrastructure,17533818,Request for Proposals,Open Competition,Main Contractor Refurbishment & Infrastructure Upgrade at Tararua College,,20160520,20160620,20170606,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for Main Contractor Construction Services for the Refurbishment & Infrastructure Upgrade Project at Tararua College.,Awarded,,20201117 Ministry of Education - School Infrastructure,17534356,Request for Proposals,Closed Competition,Main Building Contractors for Cambridge East School A Block Refurb (RFP),5331,20160524,20160616,20160825,,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from short listed Main Building Contractors for A Block Refurbishment at Cambridge East School.,Awarded,This contract has now been awarded to Lobell Construction Ltd,20201117 Ministry of Education - School Infrastructure,17534636,Request for Proposals,Open Competition,Fire alarm upgrade Tasman School,3228,20160523,20160617,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tasman School, Nelson. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17534676,Request for Proposals,Open Competition,Fire alarm upgrade Ranzau School,3214,20160523,20160617,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ranzau School, Nelson. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17535658,Request for Proposals,Closed Competition,Parua Bay School - Miscellaneous Construction/Upgrade Project,G486,20160525,20160622,20160719,,Sole Agency,No,,"The Ministry is seeking to complete 5YA capital works at Parua Bay Primary School, Northland The objective of this procurement is to repair/upgrade buildings and services at the school. This Procurement is for: 1. Roof Repairs and Replacement 2. Toilet Upgrades 3. Classroom Upgrades 4. Construction of Decks and Canopy???s",Awarded,,20201117 Ministry of Education - School Infrastructure,17536725,Request for Proposals,Open Competition,Inglewood High School - Roofing & Cladding,3077.1,20160525,20160627,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Inglewood High School is seeking Main Building Contractor Services for the cladding & roofing repairs at Inglewood High School. The project is comprised of work in or on number of blocks around the school, with the intent that the physical works are staged over the next 9 - 12 months.",Awarded,,20201117 Ministry of Education - School Infrastructure,17543076,Request for Proposals,Open Competition,Greymouth Main School - Special Education Fencing,16-303-10,20160531,20160629,20170802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd along with the Greymouth Main School Board of Trustees is inviting requests for proposal from suitably qualified and experienced main contractors for the following project: Greymouth Main School - Supply and Installation of Special Needs Fencing. SITE LOCATION ??? 12 Joyce Crescent, Greymouth. The project includes the supply and installation of 1800 high Hurricane Fold Top panel fencing and gates as required to Greymouth Main School. Please make sure you fill out the Suppliers Resonse Template Part A and B (Word) and the Pricing Schedule (Excel) . Failure to fill out these templates will eliminate you from the evaluation process.",Awarded,,20201117 Ministry of Education - School Infrastructure,17544840,Request for Proposals,Open Competition,Kerikeri High School - Art Department Alterations - Main Contractor Request For Proposals,,20160531,20160624,20161102,,Sole Agency,No,,"Main Building Contractor for Art Department Alteration at Kerikeri High School The Board of Trustees of Kerikeri High School (the Buyer) is seeking Main Building Contractor Proposals for Art Department Alterations at Kerikeri High School. Project consists of internal alterations, removal of walls & installation of new structural beams, new floor & wall coverings, new fire alarm to entire building. Contract to be used is MOE Construction Works Contract.",Awarded,,20201117 Ministry of Education - School Infrastructure,17545555,Request for Proposals,Open Competition,E Tipu Early Childhood Education Centre - Design & Build,,20160525,20160624,20170824,,Sole Agency,No,,"The Ministry of Education's Christchurch Schools Rebuild (CSR) Programme team is intending to let a contract for Design and Build Construction Services for the following Early Childhood Education Centre (ECE): E Tipu E Rea ??? Early Childhood Centre. The purpose of this Request for Proposals (???RFP???) is for the Ministry to invite Design and Build contractors to submit a Proposal for the full and complete design and construction of the E Tipu E Rea ??? Early Childhood Centre.",Awarded,,20201117 Ministry of Education - School Infrastructure,17547049,Request for Proposals,Closed Competition,Waimate High School Block A Intermediate Classrooms M.L.E Upgrade RFP,,20160527,20160617,20161018,,Sole Agency,No,"""Not Applicable",The Board of Trustees is seeking a Main Building Contractor for the construction of the Intermediate Classroom M.L.E Upgrade,Awarded,,20201117 Ministry of Education - School Infrastructure,17548695,Request for Proposals,Closed Competition,Taupo Nui a Tia College - New ILE Music Block,3803,20160527,20160628,20170821,,Sole Agency,No,,"We seek request for proposal from selected contractors only for the construction of a new ILE music block at Taupo Nui a Tia College. Contractors shall provide examples of relevant experience, list of key personnel and knowledge of working in the Taupo area. The project is expected to start July 2016.",Awarded,"Awarded as previously advised on 18.3.16, ref # 17231132",20201117 Ministry of Education - School Infrastructure,17549229,Request for Proposals,Open Competition,Fire alarm upgrade Tongariro School,476,20160530,20160627,20170623,,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tongariro School, Tongariro. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 15 of the program and Southern Cross Campus is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,17549492,Request for Proposals,Closed Competition,Sunnyvale School - New 6 Classroom Block & Refurbishment works,WS108539,20160601,20160630,20170623,,Sole Agency,No,N/A,"The Ministry of Education is seeking a suitably qualified main contractor for the construction of a new 6 classroom block, refurbishment works to an existing 4 classroom block, conversion of 2 toilet blocks to resource spaces and associated site works and infrastructure upgrades at Sunnyvale Primary School.",Awarded,The Contract was awarded to MF Astley Ltd and will start on 9th December 2016. The term of the contract is 304 working days.,20201117 Ministry of Education - School Infrastructure,17571405,Request for Proposals,Closed Competition,"Kapanui School, Waikanae - RFP Main Building Contractor Special Needs Modifications - New Accessible Bathroom and Withdrawal Space",4490,20160614,20160704,20161220,,Sole Agency,No,,"The Board of Trustees of Kapanui School is seeking a main building contractor for Special Needs Modifications - New Accessible Bathroom and Withdrawal Space at Kapanui School. The project sets out to provide new specialised teaching facilities in line with a report identifying property deficiencies associated with students with special needs. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to Tracer Construction start date 01.12.16, anticipated finish date 01.04.17",20201117 Ministry of Education - School Infrastructure,17574581,Request for Proposals,Closed Competition,Ladbrooks School - Block 1 Classroom Upgrade - RFP,3402/05/04/2016-RFP,20160607,20160628,20161220,,Sole Agency,No,,"On behalf of Ladbrooks School we are seeking quotations for the Block 1 Classroom Upgrade, to be re-worked within the existing building envelope.",Not Awarded,This tender process has now been awarded.,20201117 Ministry of Education - School Infrastructure,17575534,Request for Proposals,Open Competition,Horotiu School - Classroom Block ILE Upgrade + Roof Replacements,2016-017,20160607,20160624,20161019,,Sole Agency,No,,"The Horotiu School Board of Trustees are seeking registrations of Interest from suitably qualified and experienced suppliers (main building contractors only) to carryout construction works for the Refurbishment/ILE Upgrade of Blocks A, C & H. The project will include a complete interior refurbishment, installation of new joinery and reconfiguration of internal walls to create withdrawal space and modernise the teaching areas. This will occur in 4 4 teaching spaces. The project will also consist of a Reconfiguration & Refurbishment Toilets + Various Roof Replacements and Cladding Repairs. Registrations of Interest (refer attached 'ROI' Document) + questions relating to this project are to be submitted via the GETS website.",Awarded,This project was awarded to Mitchell Construction Ltd.,20201117 Ministry of Education - School Infrastructure,17576030,Request for Proposals,Closed Competition,5108 Horowhenua College Levin Upgrade A Block North Wing Science,5108,20160616,20160707,20161027,,Sole Agency,No,,"Extensive remodel of the existing Science wing of A Block. - New roofed and ramped entrance way to the Block. - Structural strengthening, steel frames, diaphragms and repiling is included. - Fire separations and doors. - New joinery, wall and ceiling linings. - Upgrade of electrical services. - New floorcoverings and interior repaint.",Not Awarded,Contract awarded to Colspec Construction,20201117 Ministry of Education - School Infrastructure,17577969,Request for Proposals,Closed Competition,Swannanoa School - 3xNew Roll Growth Classrooms,3547/05/04/2016 - RFP,20160608,20160705,20160901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of The Board of Trustees of Swannanoa School (the Buyer) we are seeking main contractors for 3 New Roll Growth Classrooms at Swannanoa School, which is situated 30km outside of Christchurch.",Not Awarded,This project is now underway.,20201117 Ministry of Education - School Infrastructure,17578594,Request for Proposals,Closed Competition,Winton School classroom & toilet remodel,4052-16-001,20160607,20160628,20160701,,Sole Agency,No,,"All Tender documents are attached, the Classroom part of the project must be completed in the July School Holidays",Awarded,,20201117 Ministry of Education - School Infrastructure,17579729,Request for Proposals,Open Competition,Main Contractor Makoura College (Masterton) Part D Block Classroom Upgrade,,20160609,20160707,20170109,,Sole Agency,No,,"The Board of Trustees of Makoura College Masterton (the Buyer) is seeking a Main Building Contractor to undertake the construction of alterations and modernisation to classrooms in the western wing of Block D blocks to create flexible teaching spaces. The BOT at Makoura College are proposing to undertake alterations to two existing classrooms in Block A to modernise and upgrade the teaching spaces. The project works will include the following items ??? Demolish existing internal partitions fixtures and fittings ??? Construct new internal walls ??? Install new insulation and services into wall and ceiling cavities ??? Fit out all spaces and surfaces with new materials ??? Install new external joinery fittings ??? Fit out all new services ??? Install new painting and floor coverings ??? Commissioning and testing The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray on behalf of the Makoura College BOT. The Procurement will be a single stage open tender on GETS. What???s important to us We are looking to engage experienced main building contractors that have had previous experience working on institutional construction projects with a focus on internal fit out and alterations to existing buildings. The solution required is provision of the Main Contractor role for the construction of the alterations. All of the works have been described in full in the plans and specifications developed by IR Group Ltd and other specialist sub-consultants who have prepared the tender and contract documents. The respondents will be required to submit details of their Capacity Capability Programme demonstrating their availability and ability to perform within the require timeframe Key Personnel Lump Sum Fixed Price",Awarded,We received 5 responses to our RFP and after evaluation of Part A of all 5 responses all where valid and taken through to the second stage of the evaluation process. The second stage process gave us M B Brown Ltd as the preferred supplier based on the weighted attributes and price evaluation. It was a very close and competitive RFP. The final points spread was 80.22 - 98,20201117 Ministry of Education - School Infrastructure,17580694,Request for Proposals,Open Competition,Macleans College Floodlighting for Artificial Turf Field,,20160609,20160705,20170821,,Sole Agency,No,,In 2015 Macleans College constructed a new dual purpose artificial turf field for rugby and soccer. Floodlighting is now required to enable night time practice to occur. Companies with experience in supply and installation of floodlighting for sports fields are invited to submit a proposal..,Awarded,,20201117 Ministry of Education - School Infrastructure,17581395,Request for Proposals,Open Competition,Main Contractor for the A Block HVAC Upgrade at Westlake Girls High School,,20160608,20160704,20161031,,Sole Agency,No,,The Board of Trustees for Westlake Girls High School are looking for capable contractors for the upgrade to the A Block HVAC Mechanical System. The northern classrooms within the block are currently heated and ventilated via four roof top air handling units that are nearing their end of life service. These four units are to be replaced with roof top supply air fans to ventilate the classrooms and each classroom shall be supplied with a high wall unit to provide heating and cooling,Awarded,,20201117 Ministry of Education - School Infrastructure,17586953,Request for Proposals,Closed Competition,Main Building Contractors for Aberdeen School C Block Upgrade (RFP),5452,20160614,20160704,20160713,,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the C Block Upgrade at Aberdeen School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17593348,Request for Proposals,Open Competition,Main Contractor Naenae Intermediate D Block Classroom Upgrade,,20160615,20160713,20170109,,Sole Agency,No,,"The Board of Trustees of NNIS (the Buyer) is seeking a Main Building Contractor to undertake the construction of the works to Block D. The works involves the following scope of work ??? Minor demolition of non-load bearing walls and internal fittings and fixtures to suit new floor plan layout ??? Replacement of existing timber windows with new aluminium windows. ??? Like for like roof cladding replacement. ??? New internal wall, floor and ceiling finishes. ??? New internal joinery ??? New acoustic ceilings ??? New interior painting ??? External decks and steps ??? Associated building services works. ??? The construction work will be undertaken under a CPU, and consideration will need to be given to have as little an impact on the school???s activities as is possible. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The project is being managed by Ian Rattray on behalf of the School BOT. The Procurement will be a single stage open tender on GETS",Awarded,We received 5 responses to our RFP and after evaluation of Part A of all 5 responses all where valid and taken through to the second stage of the evaluation process. The second stage process gave us Peryer Construction as the preferred supplier based on the weighted attributes and price evaluation. It was a very close and competitive RFP. The final points spread was 79.86 - 94,20201117 Ministry of Education - School Infrastructure,17594802,Request for Proposals,Open Competition,RFP - Design / Build contractor for Bucklands Beach Intermediate Netball courts upgrade & canopy,3861.06,20160630,20160727,20161108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Bucklands Beach Intermediate School is inviting tenders from suitably qualified potential suppliers to submit a Proposal for refurbishment of existing netball courts and design, supply and installation of a new all-weather canopy to cover courts at Bucklands Beach Intermediate School. The project involves three main elements: ??? The installation of an all-weather canopy. ??? The removal of existing asphalt surfaces and their replacement including suitable surface drainage ??? Perimeter fencing The project is being procured as a direct Request for Proposal via Government Electronic Tenders Service (GETS).",Awarded,,20201117 Ministry of Education - School Infrastructure,17599537,Request for Proposals,Closed Competition,Main Contractor to tender for Alterations to existing building at Te Matauranga to create Design Centre,,20160614,20160705,20170529,,Sole Agency,No,"74A France Street, Newton",,Awarded,,20201117 Ministry of Education - School Infrastructure,17600822,Request for Proposals,Closed Competition,Main Contractors for Gisborne Boys High School New Classroom Rationalisation Stage 2 (RFP),5577,20160617,20160707,20160916,,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the New Classroom project at Gisborne Boys High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17601745,Request for Proposals,Open Competition,Main Building Contractor for the Upgrade of Block 5 at Alfriston School,,20160617,20160715,20161018,,Sole Agency,No,,"The Board of Trustees of Alfriston School (the Buyer) is seeking a Main Building Contractor for the Modernisation of Block 5 at Alfriston School (the School). The works are to include the provision of various Ministry of Education DQLS standards such as acoustics, lighting, and heating. The ILE portion of works will create additional storage in area 4, and then create a breakout space in areas 7, 9 and 11 by the removal of internal partition walls. The general condition of the interior will also be upgraded and refurbished as part of the works. The window joinery to the block is to be considered for remedial works such as replacing worn rubbers and installation of new locks.",Not Awarded,The contract was awarded to Proline Construction,20201117 Ministry of Education - School Infrastructure,17603029,Request for Proposals,Closed Competition,Makarewa School Classroom & art bay remodel,3982-16-001,20160615,20160707,20160902,,Sole Agency,No,,"All tenders RFP forms must be 100% completed when tenders are submitted / returned, this project has a short time frame to be completed please supply a full programme with the tender.",Awarded,,20201117 Ministry of Education - School Infrastructure,17605263,Request for Proposals,Closed Competition,Project Management Services for Rangitoto College 10YPP Projects,WS159698,20160617,20160627,20160909,,Sole Agency,No,,The Ministry is inviting consultancies who were successful in providing a Registration of Interest to provide a Request for Proposal for Project Management services for Rangitoto College 10YPP projects.,Awarded,,20201117 Ministry of Education - School Infrastructure,17605492,Request for Proposals,Open Competition,New Plymouth Boys High School - Library Block Construction,,20160615,20160725,20170915,,Sole Agency,No,,"The Ministry of Education???s Capital Works Central South Programme property team is intending to let a contract for a Main Contractor to deliver Construction services for the following school project: Bundle 2016-13 ??? New Plymouth Boys High School (NPBHS) , Library Block D. The purpose of this Request for Proposal (???RFP???) is for the Ministry to invite suppliers to submit a proposal for the Construction Services for this school project. The successful contractor will be required to deliver Main Contractor services for this school project.",Awarded,,20201117 Ministry of Education - School Infrastructure,17606961,Request for Proposals,Closed Competition,CDP - Project Management Services for Grey Lynn School,CW40560,20160620,20160708,20160909,,Sole Agency,No,,The Ministry is inviting consultancies who were successful in providing a Registration of Interest to provide a Request for Proposal for Project Management services for Grey Lynn School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17607123,Request for Proposals,Open Competition,RFP for Main Contractor at Selwyn Park School Dargaville,,20160624,20160720,20160922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Upgrade 4 toilet blocks (including removal of redundant pipes and boiler where possible) and 1 staff toilet. Re-carpet 2 classrooms.,Awarded,,20201117 Ministry of Education - School Infrastructure,17607962,Request for Proposals,Closed Competition,One Tree Hill College - Dance Drama Facilities,,20160617,20160708,20170628,,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,17610038,Request for Proposals,Closed Competition,Main Building Contractor for Roof Repitch & Replacement Works and MLE Works at Forrest Hill School #2,RFP 20160413 #2,20160621,20160711,20170519,,Sole Agency,No,N/A,The Forrest Hill School Board of Trustees (the School) are inviting Request for Proposals (RFP) from suitably qualified and experienced Suppliers (selected from the ROI Process) to deliver the proposed Roof and MLE upgrade Project. Works include re-pitching and replacement of roofing on 3 x existing blocks including two 2 x classroom blocks and a Pool change shed roof. One of the 2 x classroom blocks has MLE alterations and additions.,Awarded,,20201117 Ministry of Education - School Infrastructure,17613765,Request for Proposals,Closed Competition,Main Contractor for the Block 2 & 4 Refurbishments at Nga Iwi School,,20160621,20160720,20161018,,Sole Agency,No,,"The Board of Trustees of Nga Iwi School(the Buyer) is seeking a Main Contractor for the Block 2 & 4 Refurbishment at Nga Iwi School (the School). The works are to include roof replacement, joinery replacement, and interior and exterior door replacement to Blocks 2 and 4. The general condition of the interior of both blocks will also be upgraded and refurbished as part of the works, and include consideration for Innovative Learning Environment objectives so as to create collaborative learning and teaching spaces.",Awarded,The contract was awarded to Andrews Property Services,20201117 Ministry of Education - School Infrastructure,17614233,Request for Proposals,Closed Competition,"Papakowhai School, Porirua - RFP Main Building Contractor Provision of Temporary Classrooms",4504,20160622,20160712,20160905,,Sole Agency,No,,"The Papakowhai School Board of Trustees is seeking a main building contractor to action the provision of temporary classrooms at Papakowhai School. The Papakowhai School Board of Trustees has identified two of its classroom buildings that are located on another school site that need to be transported and positioned at Papakowhai School. The buildings will need to have all existing services isolated and disconnected, an entry deck and ramp will need to be demolished and the site reinstated. At Papakowhai School the classrooms will need to be transported onto the upper most building platform, positioned and piled. A covered front deck will need to be constructed and all services connected. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded and start August 2016, expected finishing date late October 2016.",20201117 Ministry of Education - School Infrastructure,17615588,Request for Proposals,Closed Competition,Drain Laying Contractor for Storm Water Upgrade Works at Browns Bay School,20160620,20160622,20160714,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Browns Bay School Board of Trustees (the School) are inviting Requests for Proposals (RFP) from suitably qualified and experienced Suppliers to deliver the proposed Storm Water Upgrade Project. Works include replacement of part of the existing storm water system including reinstatement of the existing finished surface.,Awarded,,20201117 Ministry of Education - School Infrastructure,17616642,Request for Proposals,Closed Competition,Edgewater College - Sommerville Special School: Main Contractor,WS108436,20160622,20160719,20161017,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education (the Buyer) is seeking suitably qualified and experienced Main Contractor for Sommerville Special School Satellite Unit at Edgewater College (the School). The works shall be phased in to two stages; Separable Portion 1: Construction of Special Needs Unit, Turning Circle and Site Works The works are to construct a 285m2 (approx.) Specials Needs Satellite Unit and all associated turning circles and car parks. It is anticipated that the construction phase of this project will be approx. 145 days TBC by successful tenderer. Separable Portion 2: Demolition of existing Special Needs Unit, an existing classroom and the construction of carparks. Demolition of existing special needs satellite classrooms as shown on drawing no A100. This stage will take place following the completion of stage 1 and transfer of students from existing buildings into the new satellite classroom",Awarded,,20201117 Ministry of Education - School Infrastructure,17617247,Request for Proposals,Closed Competition,RFP Design & Construction - Whangarei Girls High School - New 10 Classroom Block,CW40798,20160621,20160801,20160901,,Sole Agency,No,,RFP for the design and construction of a new 10 classroom block at Whangarei Girls High School,Not Awarded,Contract awarded to A-Line Construction.,20201117 Ministry of Education - School Infrastructure,17618826,Request for Tenders,Closed Competition,Request for Proposals - Pt Chevalier Kindergarten,CW40179,20160622,20160718,20180213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Pricing required from a main contractor for the construction of a new early childhood facility at Walmar Road, Pt Chevalier, including a new playground, landscaping and civil works.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17618884,Request for Proposals,Open Competition,"Titahi Bay North School, Porirua - ROI Main Building Contractor Redevelop Block 3 - Van Asch Deaf Resource Centre",4484,20160707,20160725,20170125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The purpose of this document is to detail the plan for the procurement of a main building contractor to redevelop Block 3 to provide a Van Asch Deaf Resource Centre for the Titahi Bay North School Board of Trustees. The procurement will be conducted through a two stage (RoI/Closed RFP) tender process. Block 3 at Titahi Bay North School is an Avalon style classroom block in the most part of original. The project sets out to refurbish the classroom and cloak spaces in Block 3 including associated toilets to form customised office, resource and conference facility. Further work will be carried out to convert the old dental clinic in to an office and meeting room. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Selected Suppliers taken through to Closed RFP.,20201117 Ministry of Education - School Infrastructure,17619797,Request for Proposals,Closed Competition,Ruru School Boiler & window replacement - 2016,4011-16-001,20160622,20160714,20160902,Board of Trustees - Approval Required by Board of Trustees Procurement Sponsor,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17620354,Request for Proposals,Closed Competition,Henderson South School - New 6 classroom block,,20160627,20160728,20170623,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,N/A,"The Ministry of Education is seeking a suitably qualified main building contractor for the construction of a new 6 classroom block, demolition of 2 existing relocatable classrooms and associated site works and infrastructure upgrades at Henderson South School.",Awarded,The Contract was awarded to Accent Construction Interiors Ltd and will start on 16th December 2016. The term of this contract is 200 working days.,20201117 Ministry of Education - School Infrastructure,17621972,Request for Proposals,Closed Competition,"Improvements to 4 classrooms at Maunu School, Whangarei",150908,20160624,20160715,20170522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking registrations of Interest for a Main Building Contractor for the Improvements to Classrooms 9,10,11 & 12 at Maunu Primary School.",Awarded,,20201117 Ministry of Education - School Infrastructure,17622406,Request for Proposals,Open Competition,Roofing Re-pitch and Replacement at Mayfield School,,20160629,20160803,20160805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Mayfield Primary School (the Buyer) is seeking a Contractor for the Roof Repitch & Replacement at Mayfield Primary School (the School).,Awarded,The Contract was awarded to Andrews Property Services Ltd,20201117 Ministry of Education - School Infrastructure,17630575,Request for Proposals,Closed Competition,Napier Boys High - Dorm 4 and 5 upgrade RFP,,20160629,20160727,20170109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Napier Boys High School - Hostel Dorm 4 and 5 upgrade, main contractor RFP",Not Awarded,Submitted prices over budget and too expensive for a renovation of existing,20201117 Ministry of Education - School Infrastructure,17632466,Request for Proposals,Closed Competition,Main Building Contractor for SPG Project at Orere Point Primary School,CW38982,20160628,20160718,20170420,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Orere School is a situated at Orere Point Road, Auckland and currently provides 3 Teaching Spaces. The requirement for additional non-teaching space has been identified. SPG funding has been approved for the delivery of 46m?? of non-teaching space.",Awarded,The contract was awarded to Holmes & Browne Construction and they started on March 2017 and the term of the contract is for three months.,20201117 Ministry of Education - School Infrastructure,17645636,Request for Proposals,Open Competition,Alfriston College Building Wash & Paint,WS164390,20160823,20160915,20161021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Alfriston College Exterior Building Wash and Paint General - All previously painted surfaces are included Specification- Chemical Wash- Chemical wash all exterior walls, including roofs, guttering and soffits Paint type- All walls to be painted in semi-gloss acrylic All timber and damaged steel doors to be etch primed and two top coats of semi-gloss waterborne enamel. All steel to be rust treated and painted in a two pack protective coating Exclusions are colour steel and galvanized surfaces and areas obstructed by galvanized hand rails.",Awarded,,20201117 Ministry of Education - School Infrastructure,17648467,Request for Proposals,Open Competition,TE Wharekura o Mauao School Transport Services,,20160701,20160805,20180705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be submitted through GETS,Te Wharekura o Mauao (the buyer) is seeking School Transport Services for their school effective from 2017.,Not Awarded,"This process was managed by the school and suppliers would have worked directly with the school. Please contact the school directly for more information",20201117 Ministry of Education - School Infrastructure,17650627,Request for Proposals,Open Competition,Classroom Refurbishment Rowandale Primary,,20160711,20160808,20170404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Rowandale Primary are seeking a proposal for the construction services for the refurbishment of 8 relocatable classrooms and toilet upgrade,Awarded,"This contract was awarded to LK Construction for $228,196.26",20201117 Ministry of Education - School Infrastructure,17651174,Request for Proposals,Closed Competition,Westland High School ABC Wing Repair,305/30/06/2016,20160705,20160725,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The objective of this procurement is to source Request for Proposals from main contractors to undertake construction work, including construction of new exterior walls and roof framing to enable the installation of wall, roof claddings and external joinery, which will address the weathertight exposed elements of buildings following the demolition of the fire damaged hall and administration block at Westland High School in Hokitika.",Not Awarded,The tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,17651465,Request for Proposals,Closed Competition,East Gore Special needs boundary fence,Reference number: 3496-16-001,20160706,20160726,20160728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17651870,Request for Proposals,Open Competition,Main Contractor Services for Enabling Works at Wellington East Girls??? College,274,20160704,20160727,20170915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) seeks submissions from suitably experienced and skilled Main Contractors to carry out various Enabling Works at Wellington East Girls??? College, Wellington for the Ministry of Education. The Enabling Works form part of a Major Redevelopment project that will transform the historic campus of Wellington East Girls??? College. This project will see the Main Block???s striking facade retained and a new multi-level building built behind it, containing a wharenui - the culture centre of the school, a catering and food technology kitchen/cafe, art studios, a media suite, library, music facilities, administration and general teaching spaces. Prior to the Major Redevelopment construction works commencing in January 2017 various Enabling Works including fit-out works, services relocation and upgrades, demolition, decanting and site establishment are to be carried out between mid-August 2016 and end-January 2017.",Awarded,,20201117 Ministry of Education - School Infrastructure,17655941,Request for Proposals,Closed Competition,"Waitaki Boys Science, Art & Structural Strengthening",,20160706,20160727,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a Main Building Contractor for the works on a Science and Arts Block at Waitaki Boys High School,Awarded,The contract was awareded to The Breen Construction Company Ltd,20201117 Ministry of Education - School Infrastructure,17657494,Request for Proposals,Closed Competition,Main Building Contractor for Music Suite works at Browns Bay School,20160704,20160706,20160726,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The Browns Bay School Board of Trustees (the School) are Requesting Proposals (RFP) from suitably selected Suppliers to deliver the proposed new Music Suite as an addition to the existing school hall. Works include new timber pole foundations, timber floor, walls and roof structure, metal roof, small internal fit-out. New Works approx 100m2 GFA.",Awarded,Market Prices far exceeded budget expectations.,20201117 Ministry of Education - School Infrastructure,17657990,Request for Proposals,Open Competition,Main Contractor Wainuioru School (Masterton) New Student Toilet,,20160711,20160808,20170109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Wainuioru School Masterton (the Buyer) is seeking a Main Building Contractor to undertake the construction of a new toilet block on the school site. The BOT at Wainuioru School are proposing to undertake the construction of a new toilet block on site. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves the following scope of works ??? Construction of a new single level light framed timber toilet block as an addition to the existing teaching block ??? Associated decks steps and veranda to allow all weather access to the new block ??? Associated site and services works. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under NZS 3910 with MOE Conditions of Contract amendments for construction works. The work will be run under a CPU and care will need to be taken to accommodate the school activities in the adjacent buildings. The project is being managed by Ian Rattray on behalf of the School BOT. The Procurement will be a single stage open tender on GETS",Awarded,We received one response which upon evaluation was valid and net our requirements so we awarded the contract to M B Brown,20201117 Ministry of Education - School Infrastructure,17658934,Request for Proposals,Closed Competition,Main Contractors for New Classrooms at Orakei School,CW37922,20160722,20160819,20160907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Main Building Contractors for New classrooms at Orakei School together with alterations to existing main block,Awarded,final assessment of all RFP has completed the award process. Very good responses from all parties enabled the evaluators to complete the process reasonably speedily,20201117 Ministry of Education - School Infrastructure,17670851,Request for Proposals,Closed Competition,"Classroom modifications, reroof and deck addition to Dargaville Primary School",140610,20160711,20160729,20170522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Request for Proposal from Main Building Contractors for Classroom modifications, new deck and re-roofing, at Dargaville Primary School.",Awarded,,20201117 Ministry of Education - School Infrastructure,17681268,Request for Proposals,Open Competition,Outdoor Sports Shelter at Western Springs College,SPM 16467 2016,20160714,20160809,20161123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The proposed space adjoins the existing College Gym (N Block) to the north and is presently an access road to the Gym, Te Whaka Manu Sports Academy and Playing Fields and carpark. Our objective is to erect a structure that spans the site area with a minimum of support columns, enabling the PE Department to hold additional tuition in periods of inclement weather when the playing fields and artificial turf are unavailable. As Western Springs College was built from 1962 on a disused refuse tip, the column bases will be piled down to the basalt rock base up to nine metres below existing site levels (though more likely three to five metres).",Awarded,"Lowest tenderer selected after completion of due diligence of all three quotes, removal of unacceptable tags, comparison of the bids received and adjustments to fairly allocate costs for electrical and lighting.",20201117 Ministry of Education - School Infrastructure,17683138,Request for Tenders,Open Competition,Christchurch Boys High School - Deans Farm Buildings,,20160714,20160819,20170529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Deans Farm buildings were extensively damaged in the Canterbury Earthquakes. These buildings are some of the last remnants of the Deans family farm. The site of the first European settlement in Canterbury. They hold very high cultural and heritage significance in Canterbury and are category 1 Heritage listed buildings. Construction services will be required to complete the works planned for the school. The scope of the works includes seismic upgrades and restoration of the Deans farm building???s in order to bring them up to code standard (67% NBS) and present 21st century learning environments. Currently the buildings are earthquake prone and secured by engineered propping. The purpose of this Request for Tender (???RFT???) is for the BoT to invite contractors via GETS to submit a Tender for the Construction Services for civil, infrastructure, restoration and building works required for the Deans Farms Buildings at the above school (Christchurch Boys High School) The successful contractors will be required to deliver Main Contractor services for the school project.",Awarded,,20201117 Ministry of Education - School Infrastructure,17687466,Request for Proposals,Closed Competition,Fairfield School - 4x Classroom Pod - RFP,3736/15/01 RFP,20160714,20160804,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of Fairfield School we are now looking for tenders for the 4x Classroom Pod. This work will include the construction of a brand new 4x classroom teaching block with breakout spaces as per the plans. Please note site preparation and bulk excavation is to be undertaken by the school's Board of Trustees therefore, only allow for general footing and foundation excavation as per the architectural and structural documentation.",Awarded,,20201117 Ministry of Education - School Infrastructure,17691548,Request for Proposals,Closed Competition,Birkenhead College Fencing RFP,,20160811,20160907,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Your company is invited to submit a proposal for the perimeter fencing at Birkenhead College.,Not Awarded,Awarded to Fencemaster Ltd,20201117 Ministry of Education - School Infrastructure,17694252,Request for Proposals,Closed Competition,"Gladstone School, Masterton - RFP Main Building Contractor Block A - Create Modern Teaching Facilities",4517,20160720,20160809,20161219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Gladstone School is seeking a main building contractor for Block A - Create Modern Teaching Facilities at Gladstone School. The project sets out to better utilise the existing library and the adjacent dental clinic which is now redundant. The objective is to create modern and flexible teaching spaces and connect these to the existing classroom at the end of Block A. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to MB Brown Ltd, start date 16.01.17, anticipated completion date 30.06.17.",20201117 Ministry of Education - School Infrastructure,17695392,Request for Proposals,Closed Competition,Katikati College - A Block Toilets & Roofing (KKC_ABLOCK002) RFP,KKC_ABLOCK002,20160718,20160808,20160912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Katikati College is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction works involved in refurbishing their existing A Block Toilets, along with replacing the roof above. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #17535669. Request for Proposal Documentation attached as follows: - Tender Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines; Ministry of Education RFP; Supplier Response Part A; Supplier Response Part B; Tender Issue Drawings and Specification; Tender Summary Form.",Awarded,A full Tender Analysis was performed at closure of this RFP. Shawn Williamson Building Ltd were the successful tenderer and have been awarded the Contract,20201117 Ministry of Education - School Infrastructure,17698265,Request for Proposals,Closed Competition,Papamoa College Stage 3 Project Management RFP,WS160599,20160718,20160819,20161019,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking to engage a suitably qualified and experienced project management consultant to manage the third stage of Papamoa College???s development. A project briefing will be held on site at Papamoa College on Tuesday 9 August 2016 starting at 11am.,Not Awarded,Successful supplier Opus International Consultants.,20201117 Ministry of Education - School Infrastructure,17703433,Request for Proposals,Open Competition,Waiheke High School Special Needs Property Modifications,WS164418,20160719,20160811,20170111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking proposals for Special Needs Property Modification Construction Works at Waiheke High School as detailed in the attached specifications and drawings.,Not Awarded,Award value is less than estimated pre tender time due to reduced scope of work,20201117 Ministry of Education - School Infrastructure,17706253,Request for Proposals,Closed Competition,"Kelson School, Lower Hutt - RFP Main Building Contractor Block M Redevelop Interior Classroom",4086,20160728,20160819,20170208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kelson School is seeking a main building contractor for Block M Redevelop Interior Classroom at Kelson School. Kelson School is comprised of mainly permanent buildings erected in the 1970???s of the C75???s style. The project sets out to refurbish the interior of Block M to ILE along with other general works to the block included replacing timber windows with double glazing, insulation and replacement of ceilings. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded 26th January 2017, start date 31.01.17, with anticipated finish date 31.05.17.",20201117 Ministry of Education - School Infrastructure,17707074,Request for Proposals,Closed Competition,Houghton Valley School Classroom Upgrade,,20160720,20160815,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Houghton Valley School (the buyer) is seeking a Main Contractor for classroom refurbishment at Houghton Valley School (the School).,Awarded,,20201117 Ministry of Education - School Infrastructure,17707270,Request for Proposals,Open Competition,Wellington High School Library / Music (Block LM) & Gym (Block Z1) Main Building Contractor,WS161530,20160720,20160816,20170523,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education (the Ministry) (the Buyer) is seeking a main building contractor for Weathertightness Remediation of Blocks LM and Z1 at Wellington High School (the School).,Awarded,The contract was awarded to Naylor Love Construction and started on 26 September 2016. The term of this contract is 160 working days for Library / Music and 35 working days for Gym.,20201117 Ministry of Education - School Infrastructure,17709594,Request for Proposals,Open Competition,Opunake High School Blocks A B and C Alterations,3034.06&3034.09,20160721,20160815,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Opunake High School (the Buyer) is seeking a Main Building Contractor for Alterations to Blocks A, B and C at Opunake High School (the School). Block A at Opunake High School is currently suffering from weathertightness issues affecting the staffroom and general roof structure throughout the Block. The adjoining Block B also suffers from weathertightness issues, and contains surplus classroom space. The school also requires a new room for school records. This project seeks to address these issues through undertaking alteration work to the roofs and walls of both blocks, undertaking remedial work to the staffroom, and demolishing surplus floor area in Block B and converting this into an outdoor space. These works also provide an opportune time for the Board of Trustees to redevelop the existing staffroom kitchen into a staff cafe, and make minor alterations to Block C to create a room for school records.",Awarded,,20201117 Ministry of Education - School Infrastructure,17714292,Request for Proposals,Open Competition,Kedgley Intermediate School - Toilet Block Upgrade,,20160722,20160817,20170327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,17716150,Request for Proposals,Open Competition,RFP for Frankley School - Classroom (Block F) - Remedial re-cladding and re-roofing works,WS163438,20160722,20160822,20160913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the ???Ministry???) is seeking a Main Building Contractor for Weathertightness Remediation Works of a classroom building (Block F) at Frankley School (the School), New Plymouth. An investigation was carried out which identified weathertightness issues and subsequent damage to the Building. Subsequently, a remedial solution has been designed, and the Ministry is now in a position to begin the remediation process. The Ministry is seeking to remediate the building to ensure it is weathertight. The project description can generally be described as re-cladding of selected existing fibre cement sheet clad walls; and partial re-roofing, including replacement of the internal membrane gutters.",Awarded,The contract was awarded to Livingstone Building NZ Ltd.,20201117 Ministry of Education - School Infrastructure,17723659,Request for Proposals,Closed Competition,Main Contractors for Building Construction Works for New Classrooms at Remuera Primary School,WS161597,20160726,20160826,20170913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"A shortfall of classrooms is an issue facing many schools across New Zealand. Increasing numbers of students, existing defective buildings, shifting enrolments, and a historic period of poor building design, construction and consenting practices have all contributed to this shortfall affecting the New Zealand School Property Network. As a result, MoE (directed by the New Zealand School Property Strategy) aims to renew, remediate, and strengthen MoE???s property portfolio. The Classroom Delivery Programme (CDP) has been created to deliver these upgrades in MoE???s property portfolio. Remuera Primary School scope includes roll growth and refurbishment of and existing block and is identified below:- ?? Refurbishment of existing building (Block 2) ?? Part demolition of an existing 9 classroom building (Block 1, 6x classrooms), 3 classrooms to remain active (Incl. services) during construction of new classroom block ?? Construction of a new two storey classroom block comprising of 9 replacement and 3 new roll growth classrooms ?? Demolition of remaining 3 classroom building (Block 1) This procurement is to provide state of the art, Modern Learning Environment (MLE) classrooms that enable the School to function more efficiently both design-wise and operationally. The project is to be delivered on programme, within budget, and to the required quality standard.",Not Awarded,"Awarded to Form Building & Developments $ 5,698,967.53. Form Building & Developments Ltd submitted their tender after the closing time of 4.00pm. The project manager was notified by the contractor at 4.06pm advising a problem at their end and will submit it manually which was received at 4.30pm. The evaluation team agreed it was the Buyers fault and accepted their tender submission.",20201117 Ministry of Education - School Infrastructure,17725005,Request for Proposals,Closed Competition,Oamaru North School Main Block Classrooms Redevelopment Property Rationalisation,,20160727,20160817,20161018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees of Oamaru North School (the buyer) is seeking a Main Building Contractor for the Main Block Classrooms Redevelopment and Property Rationalization.,Awarded,,20201117 Ministry of Education - School Infrastructure,17725895,Request for Proposals,Closed Competition,"Taita College, Lower Hutt - RFP Main Building Contractor Block C Refurbish Classrooms-Toilets",4474,20160728,20160826,20161219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Taita College is seeking a main building contractor for Block C Refurbish Classrooms-Toilets at Taita College. The solution is redevelopment of Block C to provide new science laboratories. The majority of the work will be the fit out of existing classrooms with specialist services, fixtures, fittings and joinery to create science teaching spaces and ancillary rooms along with new wall, ceiling and floor linings. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust",Awarded,"Awarded to Carrara Holdng Ltd, start date 28.11.16, anticipated completion date 31.05.17.",20201117 Ministry of Education - School Infrastructure,17726330,Request for Proposals,Closed Competition,Edgecumbe Primary School A Block Toilets Upgrade,4582,20160729,20160819,20161212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,Main Building Contractor for Edgecumbe Primary School A Block Toilets Upgrade,Awarded,,20201117 Ministry of Education - School Infrastructure,17727355,Request for Proposals,Open Competition,RFP Design Services - Papatoetoe Intermediate New Technology Block & Demolition of the Music Block,WS164819,20160728,20160822,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking the proposals from suitably qualified and experience suppliers for the provision of all design services including (but not limited to) architectural, structural, civil, mechanical, electrical, fire, hydraulic ??? for a new build Technology Block and demolition of the music block attached to the school hall at Papatoetoe Intermediate School.",Awarded,,20201117 Ministry of Education - School Infrastructure,17728506,Request for Proposals,Closed Competition,"Main Building Contractor for Blocks D and E Alterations at Woodlands School, Opotiki",4578,20160819,20160909,20161201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"Main Building Contractor services are required for Blocks D and E Alterations at Woodlands School, Opotiki. The project involves works to 2 existing relocateable timber frame classrooms: block D (65m2), block E (67m2). Works involve: -Moving existing block D and placing it on new timber pile foundations adjacent to existing block E -Construction of new build element (7m2) linking the two blocks -Construction of new area of decking (67m2) north of blocks with new veranda roof (65m2) overhead -Forming new glazed sliding door openings from both blocks to new deck -Internal remodel of blocks D and E",Not Awarded,All tenders received were above anticipated budget. The design is currently being re-worked to be more in line with anticipated budget.,20201117 Ministry of Education - School Infrastructure,17730991,Request for Proposals,Closed Competition,Main Building Contractor for the Refurbishment of Blocks 2 & 3 at Rangeview Intermediate School,,20160729,20160829,20161102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Main Contractor for classroom refurbishments in Blocks 2 and 3 at Rangeview Intermediate School (the School) and the conversion of toilets to office spaces. This project involves the refurbishment of Blocks 2 and 3 enabling them to deliver ILE spaces capable of collaborative teaching in a DQLS environment. Block 2 has 7 teaching spaces and block 3 consists of 5 teaching spaces. There are architectural drawing for these works and consent is currently being sought. All works are to address the interior of the block, however refurbishment of external door and window joinery may be required in some classrooms.",Awarded,The contract was awarded to Accent Construction Interiors Ltd.,20201117 Ministry of Education - School Infrastructure,17734491,Request for Proposals,Closed Competition,Point Chevalier - Covered Court Project,,20160729,20160818,20161123,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,The Board of Trustees of Point Chevalier School (the Buyer) is seeking a Design and Build Contract for a Court Canopy Structure Project at Point Chevalier (the School),Awarded,,20201117 Ministry of Education - School Infrastructure,17735227,Request for Proposals,Closed Competition,1594-02 Riverview School Classroom & toilet Block upgrade,1594-02,20160729,20160829,20161103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,RFP for Construction works at Riverview School. Please see attached RFP for details.,Awarded,,20201117 Ministry of Education - School Infrastructure,17740061,Request for Proposals,Closed Competition,Main Building Contractor for the Construction of a New Library & 4 Classrooms at Milford School,CW41612,20160729,20160829,20161130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a Main Contractor for Construction of a New Library & Four Classrooms at Milford School (the School). A main contractor is being sought to deliver a new two storey block at Milford School. This block will include four new teaching spaces, and a new library. This will be to supply both new classrooms for roll growth, and replace old classrooms. The total new build is 450 nett m2, and includes a new lift. Demolition of existing buildings will be required, and some civil works to redirect storm water drains. Works will be occurring during term time, and safe site management will be required to reduce the risk of staff and students coming in contact with hazards. Works are planned to be completed during Term 4 2016 and Term 1 2017.",Awarded,The Contract was awarded to Astley Construction (M F Astley Ltd).,20201117 Ministry of Education - School Infrastructure,17741598,Request for Quotations,Closed Competition,"Repitch/reroof existing 6 Classroom Block at Kauri Park School, Beach Haven, North Shore, Auckland",,20160803,20160824,20161109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Kauri Park School Board of Trustees is inviting tenders from 4 suitably qualified and experienced Main Contractors (Supplier) for the repitch and reroofing of an existing building Block 1, plus recladding and replacement of windows and associated works necessitated by re-pitching at Kauri Park School, 16 McGlashan Place, Beach Haven, Auckland. The work involves removal of the existing roof which is to be reframed over the existing framing to a new roof pitch whilst maintaining the building below in a weathertight condition. Also the modification of the cladding to some exterior walls including the removal of some windows. The building was built in 1969 and the roofing has a long-run metal roofing profile of minimal pitch. It is intended that the new metal roof will be built to replace the existing to achieve a durable weather- tight design in accordance with Ministry of Education Weathertightness Design Requirements. The project includes metal roofing, guttering and downpipes, carpentry, plumbing, mechanical services, painting, etc. Some of the existing building exterior cladding contains asbestos, as does the soffit, so this will need to be remove using the appropriate methodology.",Awarded,,20201117 Ministry of Education - School Infrastructure,17744473,Request for Proposals,Closed Competition,Main Building Contractor for Weathertightness Remediation and Upgrade Works of the Rangitoto College English Block,CW36379,20160802,20161004,20170125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Building Contractor for weathertightness remediation and upgrade of a two storey classroom block (English Block) at Rangitoto College (the School). The works can generally be described as recladding of external walls and reforming of all roofs, including the removal and replacement of all roofing iron. The upgrade to the lower ground floor comprises the removal of a number of existing partitions and the reconfiguration of the ground floor layout. This has implications to internal finishes, services and the external fabric where new openings are required.",Awarded,The contract was awarded to Focus Remediation Limited,20201117 Ministry of Education - School Infrastructure,17749080,Request for Proposals,Closed Competition,Macraes Moonlight School - Special Needs Modification - RFP,3764-16-01,20160802,20160901,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This contract comprises the construction of additional building footprint to house Special needs Toilet Facility including associated Fire Egress and Accessibility Works to the existing building.,Awarded,,20201117 Ministry of Education - School Infrastructure,17749356,Request for Proposals,Open Competition,Main Building Contractor for Special Needs Property Modifications at Newton Central School & Hauraki School,WS166097,20160803,20160826,20170526,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education (the Ministry) (the Buyer) is seeking proposals from suitable Respondents for the provision of Main Contractor for special needs property modifications at both Newton Central School and Hauraki School (the Schools). The schools require a series of accessibility improvements which includes but are not limited to, new step nosings, stair handrails, threshold ramps, drainage, path levelling and other associated improvements.",Awarded,Awarded to Cassidy&Co - only tenderer that submitted price,20201117 Ministry of Education - School Infrastructure,17758835,Request for Proposals,Open Competition,16-2547-01 Bridge Pa - ILE Upgrade to Multi Purpose Area,16-2547-01,20160805,20160831,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Ministry of Education and the Board of Trustees is seeking a Main Building Contractor for an ILE upgrade to Multi Purpose Areas at Bridge Pa School, Hastings. The Project comprises: - Removing a wall in the existing library, - Construction of a new meeting room (2 new walls), - New bracing panel, - Relocate existing joinery, - Painting and decorating to Rooms A2, and A3, - Relocate the reception counter, and reconfigure the light switch, - Reinstate flooring to match existing where required, - Lining interior walls with Autex composition on both sides, - Relocate the wiring around the new wall opening, - Supply and installation of new aluminium and glass doors at the west and east ends of the building, - New Plexiglas screens on the veranda, at the west and east ends of the building, - New drinking fountain.",Not Awarded,Simkin Construction Ltd awarded the contract,20201117 Ministry of Education - School Infrastructure,17759711,Request for Proposals,Closed Competition,Papamoa College Design Services,WS161150,20160805,20160826,20170713,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking to engage a suitably qualified and experienced design team to prepare the master planning and preliminary design documentation to complete the third stage of Papamoa College???s development. A project briefing will be held on site at Papamoa College on Tuesday 9 August 2016 starting at 11am. Please register your attendance by 8 August 2016.,Awarded,Darryl Church successful respondent,20201117 Ministry of Education - School Infrastructure,17762492,Request for Proposals,Closed Competition,Design Services for Redevelopment of Waiheke High & Te Huruhi Primary Schools,CW40969,20160808,20160826,20160928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking comprehensive Architectural Design Services (incorporating all required consultants sub-contracting to the Architect) for the redevelopment of Te Huruhi Primary School and Waiheke High School. The project requirements include (but are not limited to) comprehensive design services, including architectural, structural engineering, geotechnical, fire, acoustic, geotechnical, traffic, and other services as required to completely describe the Works such that the Works can gain all required consents, can be constructed, such that the required local authority certification can be issued allowing the buildings to be used in the required manner, as described herein. Whilst this RFP is singular all reporting and delivery should be considered as two distinct and separate projects.",Awarded,,20201117 Ministry of Education - School Infrastructure,17762675,Request for Proposals,Open Competition,Quantity Surveying Services for Redevelopment of Waiheke High & Te Huruhi Primary Schools,CW40971,20160808,20160901,20160928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking to engage a suitably qualified and experienced quantity surveying (QS) team to manage the redevelopment of Te Huruhi Primary School and Waiheke High School. The QS services will be procured using a one stage RFP process. The QS services required include project cost management, including but not limited to, either peer reviewing or preparing project estimates, schedule of quantities, providing project cost management reports including updated project cash-flows. Whilst this RFP is singular all reporting and delivery should be considered as two separate projects.",Awarded,,20201117 Ministry of Education - School Infrastructure,17762711,Request for Proposals,Closed Competition,Project Management Services for Redevelopment of Waiheke High & Te Huruhi Primary Schools,CW40967,20160808,20160826,20160914,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking to engage a suitably qualified and experienced project management (PM) team to manage the redevelopment of Te Huruhi Primary School and Waiheke High School. The PM services will be procured using a two stage ROI/RFP process. The PM services required include (but are not limited to): 1. Development of the project plan. 2. Management of: - the design process - contract management as engineer to the contract - project close-out - client and stakeholder relationships 3. Procurement of the construction contractor and additional consultants as required ie Construction Observation, Health and Saftey Consultant. Whilst this RFP is singular all reporting and delivery should be considered as two separate projects.",Awarded,,20201117 Ministry of Education - School Infrastructure,17763468,Request for Quotations,Closed Competition,Design Services for Westbrook School Master Planning,,20160805,20160825,20160902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Request for Quote for Design Services for Master Planning at Westbrook School,Awarded,Contract awarded to TAWA Architecture,20201117 Ministry of Education - School Infrastructure,17765481,Request for Proposals,Closed Competition,Raglan Area School - Hall Upgrade - Main Contractor,1078,20160809,20160830,20161010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Stage 2 of the ROI/RFP process - closed RFP process to selected suppliers.,Awarded,,20201117 Ministry of Education - School Infrastructure,17766886,Request for Proposals,Open Competition,EIS Health & Safety Audit Services,,20160808,20160901,20170323,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education (the Ministry) (the Buyer) is seeking a Health and Safety (H&S) auditor for the Ministry of Education's (Ministry) Education Infrastructure Service (EIS) group to undertake H&S audits relating to school property construction and the provision of school transport services.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,17773561,Request for Proposals,Open Competition,Main Contractor Naenae College Structural Strengthening Library Block,,20160810,20160907,20170109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Naenae College (the Buyer) is seeking a Main Building Contractor to undertake the Structural Strengthening of the Library / Staffroom Block at Naenae College (the School). The BOT at Naenae College are proposing to undertake alterations to the existing Library Block (Blk R1) at the College to strengthen the building to improve its seismic performance. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves the following works ??? Invasive works to expose existing structural components and connections ??? Installation of engineer designed steel structural components ??? New connections to existing structural components ??? Make good to building elements affected by the works ??? Associated services works The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Conditions of Contract (contract #2) . It is envisaged that the works will take place immediately after the awarding of the contract and be complete by the end of the school year. Work on site will be undertaken under a CPU The project is being managed by Ian Rattray on behalf of the Naenae College BOT. The Procurement will be a single stage open tender on GETS",Awarded,We received 2 responses to our RFP and after evaluation of Part A both responses all where valid and taken through to the second stage of the evaluation process. The second stage process gave us Peryer Construction as the preferred supplier based on the weighted attributes and price evaluation. It was a very close and competitive RFP. The final points spread was 82.24 - 94,20201117 Ministry of Education - School Infrastructure,17776790,Request for Proposals,Closed Competition,Newmarket Primary - Main Contractor,CW38356,20160811,20160907,20170117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry (the Buyer) is seeking Proposals (RFP) from shortlisted Main Contractors for the construction of a new multipurpose multi-storey building at Newmarket Primary (the School). The project involves the construction of a new 4 storey building, containing a Hall, 11 classrooms, the Staffroom and the Administration area. Key Project Time frames: i. Request for Proposals (RFP) Released: 11/08/16 ii. Request for Proposals (RFP) Closes: 07/11/16 ii. Anticipated Contract Award: 28/10/16 iii. Anticipated Site Possession: 17/11/16 iv. Anticipated Project Completion: November / December 2017 Attached is the intended Procurement Programme.",Awarded,,20201117 Ministry of Education - School Infrastructure,17778686,Request for Proposals,Open Competition,Fire alarm upgrade Heretaunga College,251,20160817,20160916,20170623,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Heretaunga College, Wellington as per the attached Fire Report and Specification.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17779591,Request for Proposals,Closed Competition,"Hamilton Boys High School, Blocks A and C upgrade",,20160812,20160908,20161123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Hamilton Boys High School seeks proposals from selected tenderers to carry out an upgrade of existing buildings at Hamilton Boys High School,Awarded,Contract awarded 11 Oct 2016. Completion date 27 January 2017,20201117 Ministry of Education - School Infrastructure,17784675,Request for Proposals,Closed Competition,Menzies college Music suite refurbishment 2016,4052-16-01,20160811,20160902,20160915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees (the Buyer) is seeking main contractors to undertake the refurbishment of the music suite at Menzies College (the School),Awarded,,20201117 Ministry of Education - School Infrastructure,17787075,Request for Proposals,Closed Competition,NORTHCOTE COLLEGE COMBINED PROJECT,,20160817,20160909,20161031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The board of Trustees of Northcote College (the Buyer) is seeking Main Contractors for 5YA Projects - Combined Project at Northcote College (the School),Not Awarded,"a good range of pricing, received but all unfortunately above budget, Shakthi proved to be the best respondent for both non and price related responses",20201117 Ministry of Education - School Infrastructure,17795951,Request for Proposals,Closed Competition,"RFP for Main Contractor for SNM Works at Manuka School, Glenfield",WS164748,20160816,20160906,20161128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"RFP for Main Contractor for SNM works at Manuka School, Glenfield including: new ramps, stairs, thresholds, hand rails, an accessible carpark and minor modifications to an accessible bathroom.",Awarded,,20201117 Ministry of Education - School Infrastructure,17796298,Request for Proposals,Closed Competition,Kerikeri Primary School RFP,1034-2A,20160817,20160914,20161103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kerikeri Primary School (the buyer) is seeking a Main Contractor for the work involving non-structural internal alterations and refurbishments, and ILE imrovements for Block 2 (4 Classrooms) and Block 1 (1 classroom) at Kerikeri Primary School (the School).",Awarded,,20201117 Ministry of Education - School Infrastructure,17800623,Request for Proposals,Closed Competition,Oxford Crescent School Hall Upgrade & Forming Openings Between Teaching Spaces,,20160817,20160907,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Oxford Crescent School (the Buyer) is seeking a Main Contractor for Hall Upgrade and other works at Oxford Crescent School (the School),Not Awarded,,20201117 Ministry of Education - School Infrastructure,17801591,Request for Quotations,Closed Competition,Design Services -Block 10 Refurbishment-MAyroad School,109,20160818,20160913,20160928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,May Road School is planning a Capital Works classroom refurbishment project and replacement of one teaching space to blocked 10. design consultants are required to provide a master plan concept sketch where roll growth will affect block 10.,Awarded,Consultant has conformed to the RFQ and has submitted market related pricing structure for scope of services.,20201117 Ministry of Education - School Infrastructure,17809313,Request for Proposals,Closed Competition,5174 Main Contractors Hokowhitu School Palmerston North Toilet upgrade and hall re-roof,5174,20160823,20160913,20170524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Toilet upgrade, Hall re-roof, new ramp to Hokowhitu School in Palmerston North",Not Awarded,Contract awarded to Paul Roberston Builders,20201117 Ministry of Education - School Infrastructure,17810577,Request for Proposals,Closed Competition,Tuahiwi School Classroom Modifications - RFP,3563/19/10/2015-RFP,20160822,20160909,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees for Tuahiwi School we are now seeking tender prices for the Block 9 Classroom Modifications project. Tuahiwi School is situated near Kaiapoi township.,Not Awarded,This tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,17813043,Request for Proposals,Closed Competition,Westland High School Painting,305/08022016/1605,20160823,20160923,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of The Board of Trustees of Westland High School (the Buyer) in Hokitika we are seeking tender prices from main contractors to undertake the complete repaint, inside and out of the School. It is visualised that the works will be carried out, mostly in term holidays, over a 12-month period.",Not Awarded,The tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,17822004,Request for Proposals,Closed Competition,Pahoia School - Two Teaching ILE Space Project (PAH03-02),PAH03-02,20160824,20160920,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Pahoia School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for undertaking the Construction of a Two Teaching Innovative Learning Environment Block. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #17578944. Request for Proposal Documentation attached as follows: - Tender (RFP) Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines; Ministry of Education RFP; Supplier Response Part A; Supplier Response Part B; All relevant Tender Issue Drawings and Specifications; Tender Summary Form; Invitation To Tender Letter.",Awarded,,20201117 Ministry of Education - School Infrastructure,17830366,Request for Proposals,Closed Competition,Geraldine High School Block A Science Labs Upgrade,352/07/06/2016-RFP,20160826,20160915,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees of Geraldine High School we are now seeking tender prices from the ROI short listed contractors. Tender price is for the construction works for the Block A Science Labs Upgrade within the existing science classrooms project at Geraldine High School.,Not Awarded,This tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,17830549,Request for Proposals,Open Competition,"Roof, Gutter and Downpipe Replacements at Raurimu Avenue School",,20160829,20160923,20161018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Raurimu Avenue School (the Buyer) is seeking an experienced contractor for the Roof, Gutter and Downpipe Replacements at Raurimu Avenue School (the School). Following a roof report carried out in September 2015, several blocks around the school were identified as being in need of a roofing replacement. Certain blocks also required gutter and spouting replacements.",Awarded,Contract was awarded to Apex Roof N Clad,20201117 Ministry of Education - School Infrastructure,17832526,Request for Proposals,Open Competition,"Chapel Downs Main Building Contractor for 2 Classrooms, Ramps & Toilet",WS167441,20160826,20160920,20170329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry / ???the Buyer???) is seeking a qualified and experienced Main Build Contractor of construction services as set out in this RFP at Chapel Downs Primary School (the School). This procurement will be a single stage open tender on GETS. The project involves the construction of two new classrooms including toilets. These could be built off site and transported to the identified location or otherwise, built on site. Existing accessibility ramps will require modifications for compliance purposes. An existing toilet block to be re-modelled for accessibility. All tender documentation and necessary information attached are as below : o RFP (pdf) o Suppliers Response Form (Part A and Part B) (Word document) o Proposed Contract Conditions of Contract for Building and Civil Engineering Construction NZS 3910:2003 (Draft) o Works Pricing Schedule (Excel spreadsheet) o Tender set of Architectural Plans ??? 2 New Classrooms ??? scaled at A3 and Specification o Tender set of Architectural Plans ??? Accessibility Works o Tender set Structural Drawings and Calcs Details (Law Sue Davison) o Tender set of HVAC Services Engineering Drawings and Specifications (22 degrees) o Tender set of Electrical Drawings and Specifications (22 degrees) o Chapel Downs School ??? Energy Efficiency Report (22 degrees) o Chapel Downs School - Acoustics Report (Hegley Acoustic Consultants) o Chapel Downs School - Fire report (Adams Architects) Please make sure that the Suppliers Response Templates (Supplier Response Form - Part A & Part B) and the Pricing Schedule are completed fully. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated), Proposed Solution 15% Capability 10% Capacity 5% Price 70% Request for Proposals (RFP) (refer attached 'RFP' Document) + questions relating to this project are to be submitted via the GETS website. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,,20201117 Ministry of Education - School Infrastructure,17832656,Request for Proposals,Open Competition,RFP for Construction services - Remarkable Primary and Frankton Playcentre,,20160826,20160921,20170824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Tenders are being sought for Construction Contractors for the Remarkables Primary School and Frankton Playcentre redevelopment project. The intention is to let this contract on the basis of P&G and Margin.,Awarded,,20201117 Ministry of Education - School Infrastructure,17835634,Request for Proposals,Closed Competition,Main Building Contractors for Mt Maunganui Primary School - E Block Upgrade (RFP),5563,20160830,20160923,20161109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the E Block Upgrade at Mt Maunganui Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17837664,Request for Proposals,Closed Competition,Hillcrest High School Food & Transitional Development HIL04 (RFP),HIL04,20160831,20160920,20170327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Hillcrest High School (the Buyer) is seeking Main Building contractor for the development of a new food tech room & associated teacher resources room and creation of a new Transitional building,Awarded,the contact has been awarded to Watts & Hughes Construction and will Commence in October 16 and be complete in late February 17,20201117 Ministry of Education - School Infrastructure,17841292,Request for Proposals,Closed Competition,Te Rangi Aniwaniwa (Kaitaia) - New Specialist Technology Building - RFP,CW38334,20160830,20160921,20170324,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking Main Building Contractor Proposals to construct a New Specialist Technology building (on concrete slab) with a Science Laboratory and Resistant Materials room at Te Rangi Aniwaniwa (Quarry Rd, Kaitaia).",Awarded,"Awarded to CI & HJ Smith (Pouwhenua Ltd), works commencing March-17, duration 6 months.",20201117 Ministry of Education - School Infrastructure,17848901,Request for Proposals,Open Competition,"Dyer Street School, Lower Hutt - RFP Main Building Contractor Block A - Refurbish Girls Toilets, Classrooms and Corridor",4336,20160902,20160929,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Dyer Street School is seeking a main building contractor for Block A - Refurbish Girls Toilets, Classrooms and Corridor at Dyer Street School. Block A of Dyer Street School is a traditional teaching block built in the 1940???s. The Board of Trustees has made the decision to invest capital monies to modernise teaching spaces and student toilets in the east wing. The project looks to create flexibility in their teaching spaces as well as replacing floor, wall and ceiling finishes. Toilets will be completely refurbished with all finishes replaced, sanitary fixtures renewed, warm water provided and artificial lighting improved. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Contract awarded to Carrara Holding Ltd, start date 12.06.17, expected finish date 02.10.17.",20201117 Ministry of Education - School Infrastructure,17849391,Request for Proposals,Open Competition,Weedons School Classrooms 5 & 6 Upgrade & Pool Equipment Shed,3585/12/08/2016-ROI,20160902,20160920,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of Weedons School we are seeking Registrations of Interest from main contractors only to Upgrade Classrooms 5 & 6 at Weedons School, and the construction of a new pool equipment shed. This project will be creating a new breakout space within classrooms, new storage, carpets and painting. Also the construction of a new pool equipment shed (approximately 10m2 or less) with the removal and reinstallation of existing pool plant.",Not Awarded,This project has now gone out to tender.,20201117 Ministry of Education - School Infrastructure,17851941,Request for Proposals,Open Competition,Morningside School Whangarei Roofing Project,G593,20160908,20161004,20161013,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,Roofing Replacement and repairs at Morningside School to multiple blocks as per the attached scope of works.,Awarded,,20201117 Ministry of Education - School Infrastructure,17858962,Request for Proposals,Open Competition,"Titahi Bay School, Porirua - RFP Main Building Contractor Block B - Refurbish Classrooms",4531,20160906,20160929,20170317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Titahi Bay School is seeking a main building contractor for Block B - Refurbish Classrooms at Titahi Bay School. The project is the refurbishment of the classroom and interiors providing ILE elements to the teaching spaces including the creation of a withdrawal space and covered outdoor teaching area and replacement of wall, floor and ceiling linings including new services. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,Awarded starting 10.04.17 with anticipated finish date 27.10.17.,20201117 Ministry of Education - School Infrastructure,17868064,Request for Proposals,Open Competition,"Minor Building Works: ILE Classroom Upgrading; new Verandahs, and a Kitchen Garden Development at Yendarra School",SPM 16472 2016,20160906,20161006,20161121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"ILE Upgrading of Relocatable Rooms 8 and 9: o Demolish the existing toilet facilities between the two rooms including the common wall to the adjoining classrooms. o Remove the existing entries and extend the rooms to the north elevation with a 2.3-m wide deck with overhead verandah. o Fit new sliding doors to the decks to facilitate indoor/outdoor ILE learning. o Create a withdrawing space between the two rooms. o Refurbish existing internal and external finishes. Verandah to Relocatable Rooms 6 and 7: o Build a verandah over the existing deck alongside Rooms 6 and 7. o Build new steps from the deck down to the proposed Kitchen Garden. o Remove existing suites to western elevation and replace with new metal doors and windows. Kitchen Garden Development: o Refurbish the disused toilet block (Block Eight) for use as a Tool Shed including tool benches. o Strip the site of top soil and stockpile for use in new garden beds. o Lay continuous concrete kerbing and concrete/gravel paths. o Supply and install new fencing and ground for a new Chicken Run. o Build compost bins. o Plumb and fit a new garden fountain and external hose taps. o Supply and install two new mini-greenhouses. o Supply and plant new trees, shrubs and other specimens to the new garden areas around the Kitchen, Chicken Run and Tool Shed.",Awarded,Contract let to the lowest tenderer after due diligence and confirmation of key provisional sums and tedner clarifications.,20201117 Ministry of Education - School Infrastructure,17869336,Request for Proposals,Closed Competition,Main Building Contractors for Te Awamutu Primary School - Special Needs Works (RFP),5569,20160907,20160927,20161125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the Special Needs Works at Te Awamutu Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17869487,Request for Proposals,Closed Competition,Limehills School Block A Classroom & Toilet MLE Upgrade,16-008,20160907,20160930,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Limehills School Board of Trustees is seeking a suitable qualified contractor to complete modern learning environment upgrade works to classrooms (4 of), toilets (2 of) and remodelling of library entrance to Limehills School during 2016 Term 4 and 2016/17 Christmas holiday periods. RFP document can be found under the Addenda section.",Awarded,,20201117 Ministry of Education - School Infrastructure,17882594,Request for Proposals,Closed Competition,TKKM O Hoani Waititi- Main Building Contractors for Proposed Modernisation to Blocks 13 & 14,14-033,20160907,20161003,20170327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for Main Building contractors for Modernisation to Blocks 13 & 14 at TKKM O Hoani Waititi Marae School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17886027,Request for Proposals,Open Competition,"Fitzroy School, New Plymouth","Fitzroy School, New Plymouth",20160912,20161012,20170124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Fitzroy School is seeking a suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Toilet Areas, Block A at the school. All tender documentation and necessary information attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,17886199,Request for Proposals,Closed Competition,Cornwall Park Distict School - Block 10 ILE: Main Contractor,,20160912,20161004,20170628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees is seeking tenders for the conversion of 4 teaching spaces to an innovative learning environment at Cornwall Park District School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17887526,Request for Proposals,Closed Competition,16-3376-02 Hokitika School Modernisation of Block I,16-3376-02,20160914,20161004,20170817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Hokitika School Board of Trustees are inviting short listed main contractors to provide a proposal to School Support Ltd as the schools agent for the potential provision the Modernisation of Block I. This project will consist of the redevelopment of Block I from an RTLB office and an older style classroom into a modern multipurpose classroom with breakout space. The building will be stripped out with insulation installed to walls and ceilings, new ceiling and wall linings, new lighting, wall and floor coverings and new double glazed aluminium windows will be fitted budget permitting. The existing toilets will be completely modernised, with one set of toilets being converted to a storeroom and the other set developed into unisex toilet as per the attached specification and plans. Hokitika School, 230 Park Street, Hokitika. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document and the attached specification and plans as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template Part B and the Works Price Schedule and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant. CONTRACTOR IS TO ARRANGE BUILDING CONSENT AND TO INCLUDE IT IN YOUR PRICE.",Not Awarded,This project did not go ahead.,20201117 Ministry of Education - School Infrastructure,17887555,Request for Proposals,Closed Competition,16-2691-SNP Te Awa School - Special Needs Upgrade,16-2691-SNP,20160909,20161004,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Ministry of Education (the Ministry and The Board of Trustees of Te Awa School (the Buyer) is seeking a Main Building Contractor for Special Needs Project at Te Awa School (the School). The Project comprises of a Special Needs upgrade including: ??? Construction of a Special needs bathroom including a small foot print extension and re-roof of this area. ??? Installation of ceiling hoist in bathroom, toilet or shower chair, and rubber doorway threshold. ??? Tapware and plumbing fixtures and fittings to be reused if possible. ??? Emergency call points and Intercom with speakers to reception and nearest classroom. ??? A concrete access ramp, and new entry door. Total length of ramp and landing 10.7 metres. ??? New 8 metre section of 1800mm high swimming pool fencing, and gate plus 5.5m x 8m concrete paving in pool area. ??? Replace paving around School with concrete 18m x 3m. Remove dish drain. ??? Remove two grass areas 48m2 in total, in south corner of School. Replace with concrete. ??? Install rubber doorway threshold to existing Block J entrance door.",Awarded,,20201117 Ministry of Education - School Infrastructure,17888460,Request for Proposals,Closed Competition,Parua Bay School Classroom Block Construction,G387,20160916,20161013,20161214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,,"The Ministry of Education is seeking to construct a 4 Classroom Block at Parua Bay School in Whangarei This Procurement is for: ??? The construction of a 345m2 Classroom block that will consist of 4 Classrooms, 1 breakout space, 2 resource spaces and 1 standard toilet. ??? Installation of septic system pump station. ??? Installation of Car park with attenuation Project consultants are: o Project Manager: Griffiths and Associates Ltd o Quantity Surveyor: BQH Quantity Surveyors o Lead Designer: Hawthorne Geddes Ltd o Services Engineer: Hawthorne Geddes Ltd o Fire Engineer: Hawthorne Geddes Ltd Please see attachments for the RFP documents, Scope, Schedule and a copy of the proposed contract. Please go to the Dropbox link below to obtain the Drawings, Specification and Building Consent documentation https://www.dropbox.com/sh/wwwpsm6izdkz3o9/AAC2mLX3p-2rD95YzOx_NzRha?dl=0",Awarded,,20201117 Ministry of Education - School Infrastructure,17892215,Request for Proposals,Closed Competition,"Raumati Beach School, Kapiti Coast - RFP Main Building Contractor Special Needs Accessibility/Blocks 2 and 3 Toilet Refurbishment",4538,20160913,20161004,20170125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Special Needs Accessibility/Blocks 2 and 3 Toilet Refurbishment at Raumati Beach School. Raumati Beach School has a requirement to provide a dedicated accessible bathroom facility. It is intended that an existing cloak space that adjoins a classroom corridor be converted into a specialist bathroom complete with toilet, wash hand basin, shower and overhead hoist. At the same time the school will take the opportunity to upgrade two sets of student toilets. This will incorporate finishes replacement, sanitary ware renewal, lighting upgrade and the provision of warm water. The project will also include a series of accessibility improvements around the school site including new step nosings, stair handrails and drain covers. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded Nov 2016, starting 11.11.16, anticipated completion date 30.04.17.",20201117 Ministry of Education - School Infrastructure,17893196,Request for Proposals,Closed Competition,Main Building Contractor for Roll Growth Development Project at Selwyn College,CW42100,20160916,20161103,20170420,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a main building contractor for roll growth development works at Selwyn College. As the result of roll growth the School is currently under capacity for teaching spaces. This has resulted in the School requiring 6 additional general purpose classrooms (Language Block) and 8 Specialist Teaching Spaces (Arts Block). In addition to the roll growth classrooms, the project also requires additional site infrastructure, including electrical, sewer and water supply upgrades required to allow for the increase in load for the roll growth classrooms.",Awarded,The contract was awarded to Corbel Construction and they started on January 2017 and the term of the contract is for 144 working days.,20201117 Ministry of Education - School Infrastructure,17900645,Request for Proposals,Open Competition,"Wairau Valley Special School - Civil and construction works/new canopy,new staffroom, pool and gym addition",Wairau 1,20160916,20161026,20170404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wairau Valley Special school is seeking contractors to do both civil and construction works over 4 projects. Tenderers are invited to submit a proposal for any or all of the 4 components which are: A new entry canopy, a gym addition, a staffroom addition and a spa/swimming pool addition",Awarded,The contract was awarded to B & C Contractors and the scope has changed to only include the canopy and staffroom extension. The pool and gym have been put on hold,20201117 Ministry of Education - School Infrastructure,17904928,Request for Proposals,Open Competition,Property Management Compound for Western Springs College,WS168244,20160914,20161010,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a contractor for building the property management compound at Western Springs College (the School). This RFP seeks to engage a Contractor to supply and install a new Property Management compound,through an open tender, for a Property Management Compound comprising a proprietary workshop building, civil works (roading, yard and security fencing) and associated services infrastructure. Fixed lump sum for Property Management Compound based on NZS3910:2013. Site Visits to take place on 23/9/2016",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17907052,Request for Proposals,Closed Competition,Broadfield School Blocks 1 & 2 Breakout Space,3301/15/06/2016 - RFP,20160916,20161007,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees of Broadfield School we are now seeking quotations for the Blocks 1 & 2 Breakout space project.,Not Awarded,This tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,17914314,Request for Proposals,Closed Competition,Main Building Contractors for Staff Toilets Upgrade at Hukanui School (RFP),5612,20160920,20161010,20161129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the Staff Toilets Upgrade at Hukanui School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17939688,Request for Proposals,Closed Competition,RFP for Main Building Contractor for Construction of the Resource Room and Special Needs Project at Greerton Village School,,20160922,20161012,20161207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFP for Main Building Contractor for Construction of the Resource Room and Special Needs Project at Greerton Village School. Refer to the attachments for project specific details. Note Addendum One will be release on the 23rd September 2016 which is to included the pricing schedule",Awarded,,20201117 Ministry of Education - School Infrastructure,17942138,Request for Proposals,Closed Competition,Onehunga Primary Roofing and classroom refurbishment,16086,20160926,20161014,20170228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"the Board of Trustees (BoT) of Onehunga Primary School (The Buyer) is seeking a Main Building contractor for 5YA Refurbishment (Re-roofing and selected classrooms & toilets upgrade). ??? Extent of the refurbishment is defined in the tender drawings with specification and include but not limited to: o Demolition works ??? skylights removal, existing floor and wall lining removal o Re-roofing, guttering and spouting system replacement o New flooring to selected classroom and toilets o New wall coverings to selected classroom o Paint works o Joinery to classroom o New fittings and fixture to selected toilets o New toilet partitions o Electrical work based affected by new wall covering installation o Asbestos removal (extent area to be confirmed on site) o Site fencing",Awarded,"These contractors scored higher, availability was better over the school holiday, and were lower tenderer",20201117 Ministry of Education - School Infrastructure,17942713,Request for Proposals,Open Competition,WAIMEA INTERMEDIATE SCHOOL - ROOMS 17 & 18,16-20,20160927,20161020,20170323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"THE WIS BOARD OF TRUSTEES ARE SEEKING A MAIN BUILDING CONTRACTOR FOR THE ALTERATION AND EXTENSIONS TO EXISTING CLASSROOMS AT WAIMEA INTERMEDIATE SCHOOL, INCLUDING: ??? INTERNAL FIT OUT AND RE-LINE WITH BRACING ??? NEW ROOFING AND VERANDAH ??? NEW DECKING AND ALTERATIONS TO EXTERIOR CLADDING ??? NEW WINDOWS AND DOORS",Awarded,Contract awarded November 2016,20201117 Ministry of Education - School Infrastructure,17944441,Request for Proposals,Open Competition,16-26 WAIMEA COLLEGE STAGE 3 - D BLOCK TECHNOLOGY,16-26,20160928,20161021,20161207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"THE WAIMEA COLLEGE BOARD OF TRUSTEES ARE SEEKING A MAIN BUILDING CONTRACTOR FOR THE ALTERATIONS TO EXISTING CLASSROOMS & WORKSHOPS WAIMEA COLLEGE D BLOCK (TECHNOLOGY) INCLUDING D3, D4, D5, D6, D7 & ASSOCIATED ANCILLARY, WORKSHOP AND STORAGE SPACES, NEW VERANDAH, BAG BAY & OUTDOOR TEACHING SPACE COMPLETE.",Awarded,,20201117 Ministry of Education - School Infrastructure,17944952,Request for Proposals,Closed Competition,"Roseneath School, Wellington RFP Main Building Contractor Blocks A & H - Modernise Classrooms, Improve Administration, Entrance and Refurbish Hall",4337,20160928,20161020,20161219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Roseneath School is seeking a main building contractor for Blocks A and H - Modernise Classrooms, Improve Administration Entrance and Refurbish Hall at Roseneath School. Roseneath School wants to modernise and improve a number of areas within two buildings on the site. In the main building the classrooms and toilets are in need of upgrading and a new breakout space for small group teaching is needed. The hall kitchen facilities are also in need of refurbishment. Alterations to the main entrance and reception area in the administration wing will also be actioned. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,"Awarded to DS O'Leary Building Ltd, start date 19.12.16, anticipated completion date 07.04.17.",20201117 Ministry of Education - School Infrastructure,17945162,Request for Proposals,Open Competition,Cleaning Contact at Kerikeri High School,,20160929,20161027,20161115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Kerikeri High school (the Buyer) is seeking cleaning and Janitor services for The Cleaning Contract at Kerikeri High School (the School). Kerikeri High School is a large co-educational school located in Northland with a roll of around 1500 students. The School is seeking to tender its cleaning and janitor service contract on the basis of the attached documents for a period of two years, commencing from 1st December 2016.",Awarded,"This procurement was evaluated and scored against the criteria listed in the procurement documentation using the weighted attribute evaluation method, with the price being scored (out of 10) using the following formula: Proposal A’s score = (Lowest Proposal Adjusted Price / Proposal A’s Adjusted Price) x 10. After this evaluation process OCS cleaning Ltd were found to be the best fit for our requirements.",20201117 Ministry of Education - School Infrastructure,17946114,Request for Proposals,Open Competition,Main Contractor for the Block 3 ILE Remodeling at Macleans Primary School,,20160927,20161020,20161130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works are to include the provision of various Ministry of Education DQLS standards such as lighting, heating and acoustics. The ILE component of the works will create breakout spaces by the removal of walls. The general condition of the interior will also be upgraded and refurbished as part of the works.",Awarded,The contract was awarded to FM Group.,20201117 Ministry of Education - School Infrastructure,17951016,Request for Proposals,Open Competition,Enabling Works for Redevelopment at Western Springs College,WS168307-174412,20160929,20161107,20161205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a contractor for enabling works for the redevelopment project at Western Springs College (the School). This RFP seeks to engage a Contractor to carry out enabling works prior to the main construction works for the redevelopment of the school commencing in 2017.",Awarded,Letter of Intent has been signed and Contract is under signature,20201117 Ministry of Education - School Infrastructure,17951486,Request for Proposals,Closed Competition,Pongakawa School - A Block Remodel (RFP),PONG3 (02),20160930,20161026,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Pongakawa School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for the works involving: remodeling of the School's existing A Block, into an innovative learning environment (modern learning, flexible learning space. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #17487415. Request for Proposal Documentation attached as follows: - Tender (RFP) Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines;; Ministry of Education RFP; Supplier Response Part A; Supplier Response Part B; All relevant Tender Issue Drawings and Specifications; Tender Summary Form; Invitation To Tender Letter.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17954662,Request for Proposals,Closed Competition,Ardmore School-5 classroom refurbishment - Tender,Ardmore Tender,20160927,20160928,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,17956041,Request for Proposals,Open Competition,Main Contractor - Dominion Road School - Block 1 Toilet and Classroom Upgrade,,20160928,20161021,20170328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The Board of Trustees of Dominion Road School is seeking for a main contractor for the upgrade of 6 toilet facilities in Block 1, and the Phase 1 ILE upgrade of selected Block 1 classrooms. The main contractor is also required to build per Block 1 fire report and emergency light requirements.",Awarded,Awarded based on most competetive price and best value.,20201117 Ministry of Education - School Infrastructure,17956410,Request for Tenders,Open Competition,Special Needs Fencing at Ruawai Primary School,,20160930,20161028,20170522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,1.5m high perimeter fencing and associated minor concrete works,Awarded,,20201117 Ministry of Education - School Infrastructure,17958019,Request for Proposals,Closed Competition,Main Building Contractor for the Alteration to the Administration Block,,20160928,20161019,20170403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of Rosehill School Board of Trustees we are seeking a Main Building Contractor to complete the alteration works to the Admin Block. This work will involve but not be limited to the following; Removal of asbestos cladding and recladding the building, internal works and the demolition of a building at the rear of the school.",Awarded,The contract was awarded to Construction Management Group Building Ltd and started on Tuesday 7 February following removal of asbestos and air clearance test. The term of this contract is 100 working days,20201117 Ministry of Education - School Infrastructure,17964613,Request for Quotations,Open Competition,Sylvia Park School Innovative Hub,131,20160930,20161027,20170530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Sylvia Park School is embarking to undertake their innovative learning hub where this facility will allow the school and students an environment which is flexible. The design will allow the teaching spaces the flexibility to work collaborate within the two teaching areas. The refurbishment will ensure the school meats it???s desire for ILE and DQLS to facilitate the school???s pedagogy.,Awarded,"Good Value for Money, scope of works covered, minimal tags.",20201117 Ministry of Education - School Infrastructure,17966683,Request for Proposals,Open Competition,Tauhoa School - Wellsford. Construction of Multi-Purpose Room/Library,WS167366-157864,20161004,20161031,20161130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking to construct a multi-purpose Classroom Block at Tauhoa School near Warkworth The objective of this procurement is to replace an old existing classroom at the school and to provide a new innovative multi-purpose teaching space and library This Procurement is for: • Demolition of existing 87m2 Classroom (asbestos cladding) • The construction of a 134m2 Classroom block that will consist of 1 Multi-purpose space, 1 Library space, storage space, 1 kitchen area, 1 accessible toilet and decking , including internal fit out to Innovative Learning Environment (ILE) standards The existing library building that is to be demolished has been tested positive for asbestos therefore demolition and disposal of this building must be done in a controlled manner. This must be carried out by a certified asbestos remover and monitored by a qualified person to MOE and WorkSafe NZ standards. The work will need to be done out of school hours. Existing facilities and remaining classrooms/ buildings need to be maintained as safe, functional and accessible during all times of the construction and the provision of temporary services and safe access will need to be maintained This will be a one stage open “fixed price” tender procurement. All correspondence must be asked, and your RFP submitted, via GETS",Awarded,,20201117 Ministry of Education - School Infrastructure,17967341,Request for Proposals,Closed Competition,The Terrace School - A Block ILE Upgrade - RFP,16-3844-01,20161003,20161021,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Removal of existing toilets to create the new ILE.,Awarded,,20201117 Ministry of Education - School Infrastructure,17967529,Request for Proposals,Open Competition,Forest Lake School: Block A Alterations,16025,20160929,20161027,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Forest Lake School is seeking a main contractor for the Block A Alterations at Forest Lake School. The scope of the project involves internal alteration works and includes installing infill framing into existing wall openings, providing aluminium sliding glass doors between spaces, new wall and floor coverings, modified hot water radiator heating services, new light fittings and electrical services.",Awarded,"The tender has been awarded to Mitchell Construction Ltd. Further award information: Mitchell Construction Ltd scored well in the non-price attributes and were the best value in the priced portion of the tender. Award date: Wednesday, 23 November 2016.",20201117 Ministry of Education - School Infrastructure,17969013,Request for Proposals,Open Competition,Brightwater School Perimeter Fence RFP for main contractor only,5-G2567.01,20161003,20161031,20161111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Brightwater School Board of Trustees invites tenders for the construction of a fence generally located around the perimeter of the school approximately 720 metres in length. The fencing requirements are varied but the majority of the new fencing consists 1.6 metre powder-coated aluminium fence panels complete with gates of varying widths including one vehicle gate and one sliding gate. Some existing fences and vegetation must be removed or trimmed. 1. Specification and Site Plan documentation is attached. 2. Site inspection by appointment only 3. Enquiries must be received 3 working days before tenders close. Tenderers must: ??? Demonstrate they have the appropriate level of relevant experience and track record for completing this work. ??? Demonstrate appropriate Health & Safety. ??? Provide a minimum of 3 referees which may be contacted to confirm contractor???s track record and relevant experience. The project is subject to final approval by the Ministry of Education under the special needs funding.",Awarded,Tender evaluation based on price and quality has been completed including detailed review of the tender tags. The recommendation by the tender evaluation team has been accepted by Brightwater School and the Ministry of Education to award the contract to JC Contracting.,20201117 Ministry of Education - School Infrastructure,17970758,Request for Proposals,Closed Competition,Refurbishment of Two teaching Blocks - Twyford School,,20161003,20161025,20161125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of three teaching spaces, associated small spaces and deck area.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,17971862,Request for Proposals,Open Competition,Main Contractor - Glenavon School - Block 1 ILE Upgrade (Phase 1),,20161003,20161027,20161124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Board of Trustees of Glenavon School (the Buyer) is seeking a main contractor for the upgrade of Classrooms 1 and 2 (Block 1) at Glenavon School (the School). Note: Fire report will be available no later than Tuesday morning, 4 October.",Awarded,Evaluation team assessed best value for money offering.,20201117 Ministry of Education - School Infrastructure,17976599,Request for Proposals,Closed Competition,Goldfields School - Boiler Project - RFP,3741/16/01,20161004,20161027,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Replace the existing boiler with a new wood chip boiler heating system.,Awarded,,20201117 Ministry of Education - School Infrastructure,17978797,Request for Proposals,Closed Competition,Main Contractor for Tikipunga High School Upgrade Works,06 / 87 / 54,20161004,20161101,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The project requires a main building contractor to co-ordinate the works of several sub-trades (including nominated subcontractors) across the entire school campus to deliver Roofing, Cladding, Flooring, Security Upgrade and Fire Upgrade Works, with some critical scheduled work sections (particularly the Fire Upgrade and Security/Access Upgrade components) within the end of year school holiday period, and the remainder of the work sections to be carefully managed (so as to minimise disruption to the school) for completion as early as possible in 2017. Key considerations of any proposal will be the Contractor???s proposed methodology and proposed time-frame.",Awarded,,20201117 Ministry of Education - School Infrastructure,17982033,Request for Proposals,Closed Competition,Redhill Primary - Main Demolition Contractor,WS164948-161550,20161006,20161101,20170117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Redhill Primary School - RFP Main Demolition Contractor The Ministry of Education (the Buyer) is seeking a Demolition Contractor for the Demolition works for Stage 1 at Redhill School (the School). The objective is to demolish 75% of the existing blocks at Redhill School for future new development. This will include but not be limited to the following: - Decommission & isolation of infrastructure services to carry out the demolition works - Asbestos Removal of localised material - Demolition of the Redhill School Blocks (as per Site Map) - Removal of contaminated fill. To be considered for this opportunity you must satisfy all of the following: - Hold a Certificates of Competence (CoC): Certification from WorkSafe NZ to verify that that person has the required knowledge and experience pertaining to restricted asbestos removal to undertake any removal or maintenance work safely. - Capacity and ability to carry out the full scope of works within the time period - 19th December 2016 (Site Possession) and 30th January 2017 (Contract Works must be complete)",Awarded,,20201117 Ministry of Education - School Infrastructure,17982900,Request for Proposals,Open Competition,Main Building Contractor for the Block 3 ILE Upgrade at Mansell Senior School,,20161005,20161102,20170213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works are to include the provision of various Ministry of Education DQLS standards such as lighting, floorcoverings and acoustics. The ILE component of the works will create breakout spaces by the removal of walls. The general condition of the interior will also be upgraded and refurbished as part of the works.",Awarded,The contract was awarded to FM Group,20201117 Ministry of Education - School Infrastructure,17989218,Request for Proposals,Open Competition,Taranaki Cluster Package 2 - NPGHS & Normanby,,20161005,20161101,20170117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) has responsibility for the planning, design, construction and management of the network of state schools to provide for the education of school-age students. The Ministry???s Capital Works Central South Programme team is intending to let a contract for Main Contractor Construction Services for the following schools: ?? Normanby School ?? New Plymouth Girls High School The purpose of this Request for Proposal (???RFP???) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. The successful contractor will be required to deliver Main Contractor services for the school projects detailed in this RFP . To arrange a site visit please use the GETS Q&A function. Provide your name, company, contact details and the number of people who will be attending. Site Visits have been arranged with the schools in Package 2 as follows: NPGHS - 10/10/2016 at 10:30am Normanby School - 11/10/2016 at 9:30am Contractors are to meet at the respective school office.",Awarded,,20201117 Ministry of Education - School Infrastructure,17992031,Request for Proposals,Closed Competition,Main Building Contractor for the Block 1 ILE and DQLS Upgrades at Roscommon School,,20161006,20161027,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Main Building Contractor for Block 1 ILE & DQLS Upgrade at Roscommon School (the School). This project involves the refurbishment of multiple teaching spaces enabling them to deliver ILE spaces capable of collaborative teaching in a DQLS environment.",Not Awarded,The scope of works dramatically changed and as a result this project is to be retendered in August 2017.,20201117 Ministry of Education - School Infrastructure,17993617,Request for Proposals,Closed Competition,"Pembroke School - Two New ""Roll Growth"" Classrooms",,20161007,20161031,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a Main Building Contractor for the construction of two new "Roll Growth" classrooms at Pembroke School.,Awarded,,20201117 Ministry of Education - School Infrastructure,17999471,Request for Proposals,Closed Competition,"Main Building Contractor for Block B Roof, Ceiling and Cladding Replacement at Fernworth Primary School",16-2117-03,20161010,20161031,20161109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Fernworh School are seeking this REP for block B roof replacement , this project is to be completed over the Christmas holidays",Awarded,,20201117 Ministry of Education - School Infrastructure,17999724,Request for Proposals,Closed Competition,Tai Tapu School Block 2 Classroom Modifications,3549/01/06/2016-RFP,20161010,20161108,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf ot the Board of Trustees of Tai Tapu School we are now seeking tender prices from the selected main contractors for the Classroom Modifications of Block 2 at Tai Tapu School, which is situated 20km outside Christchurch.",Not Awarded,This project has now been awarded to successful contractor.,20201117 Ministry of Education - School Infrastructure,18000388,Request for Proposals,Closed Competition,"RFP for Main Contractor for Internal Upgrade Project of Block 1 at Hikurangi School, Whangarei",,20161010,20161031,20170524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFP for Main Contractor for Internal Upgrade Project of Block 1 at Hikurangi School The classrooms have had mould detected due to water ingress, the roof has since been replaced, however any materials that have been wet or are mouldy will need to be treated as contaminated material. Other work is required to school Library building as a variation to the above contract works including the following. Please state your hourly rates, preliminary & general and margin on any additional works. o Roofing o New joinery o Autex o Carpet o Heating o Electrical",Awarded,,20201117 Ministry of Education - School Infrastructure,18001141,Request for Proposals,Open Competition,Main Building Contractor for Block E Re-Cladding at New Plymouth Girls High School,,20161011,20161104,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main building contractors are sort for the re-cladding of Block E at New Plymouth Girls High School The work includes, new roof cladding & framing, new wall cladding on cavity & RAB, New aluminium windows & new thermal insulation to room & walls. there is also a small amount of repair work to the building.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18007561,Request for Proposals,Open Competition,Ormiston Primary School - Playground,,20161028,20161122,20170524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Main Building Contractor for construction of a playground & associated landscaping at Ormiston Primary School, Flat Bush, Auckland. The project includes construction of a natural playground environment. Aspects required in the construction - invite imaginative play rather than just only serve one purpose, an interactive and flexible environment - space where stand alone equipment can be introduced along with aspects that encourage balance and climbing. The school requires the playspace to incorporate the four Vision Principles (Curiosity, Capability, Collaboration, Connected) along with a symmetry to the existing indoor Learning Habitats. Website: http://ormistonprimary.school.nz/",Awarded,,20201117 Ministry of Education - School Infrastructure,18011876,Request for Proposals,Closed Competition,Cambridge Middle School - Blocks L & M ILE - Main Contractor RFP,1090,20161011,20161102,20170411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Stage 2 procurement.,Awarded,,20201117 Ministry of Education - School Infrastructure,18013974,Request for Proposals,Closed Competition,Ashburton Borough School Block 3 Upgrade,3281/04/07/2016-RFP,20161012,20161102,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees of Ashburton Borough School we are now seeking pricing from the selected main contractors the Block 3 Upgrade project at Ashburton Borough School.,Not Awarded,Tenders have been evaluated and recommendate report gone into MoE,20201117 Ministry of Education - School Infrastructure,18015053,Request for Proposals,Closed Competition,"Porirua School, Porirua - RFP Main Building Contractor Relocate Medical Room and Special Needs Accommodation",4493,20161013,20161103,20170317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Porirua School is seeking a main building contractor for Relocate Medical Room and Special Needs Accommodation at Porirua School. The solution is for the relocation of the medical room facility and the creation of new special needs teaching facilities in Block 2. The work includes interior alterations, finishes and services work. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent subcontractors and proven suppliers to deliver a highly performing and robust refurbishment.",Awarded,Awarded starting 27.03.17 with anticipated finish date 31.08.17,20201117 Ministry of Education - School Infrastructure,18020028,Request for Proposals,Open Competition,Taranaki Cluster Package 3 - NPBHS & Highlands,,20161011,20161104,20170824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) has responsibility for the planning, design, construction and management of the network of state schools to provide for the education of school-age students. The Ministry???s Capital Works Central South Programme team is intending to let a contract for Main Contractor Construction Services for the following schools: ?? Highlands Intermediate School ?? New Plymouth Boys High School The purpose of this Request for Proposal (???RFP???) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. The successful contractors will be required to deliver Main Contractor services for the school projects detailed in this RFP. To arrange a site visit please use the GETS Q&A function. Provide your name, company, contact details and the number of people who will be attending. More details on this will be released shortly.",Awarded,,20201117 Ministry of Education - School Infrastructure,18026613,Request for Proposals,Open Competition,Westlake Girls High School -Unified Comms RFP,,20161014,20161111,20161216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Westlake Girls High School is in the process of tendering a unified communications project for the replacement of the telephone system in the school. Documents attached outline the requirement of the school but it is our intention to move from the current Samsung analog phone system to a fully integrated unified communications solution. There are some analog lines that will require transferring to this digital system.,Awarded,,20201117 Ministry of Education - School Infrastructure,18027441,Request for Proposals,Open Competition,"Main Building Contractor for Weathertightness Remediation Works of a Student Centre, Atrium and Administration Building at Te Kuiti High School",WS169380,20161018,20161114,20170308,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking Main Building Contractor for Weathertightness Remediation Works of a Student Centre, Atrium and Administration Building at Te Kuiti High School (the School). An investigation was carried out which identified weathertightness issues and subsequent damage. Subsequently, a remedial solution has been designed and the Ministry is now in a position to begin the remediation process. Building Consent for the remedial works design had been issued by the Waitomo District Council in March 2015 and was subsequently extended for one year in March 2016.",Awarded,The contract was awarded to Woodview Construction Limited.,20201117 Ministry of Education - School Infrastructure,18028151,Request for Proposals,Open Competition,"Main Building Contractor for Weathertightness Remediation Works of the Administration and Multipurpose blocks, at Rotokauri School",WS169387,20161020,20161117,20170125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) of Rotokauri School (the Buyer) is seeking a Main Building Contractor for Weathertightness Remediation Works of the Administration and Multipurpose blocks at Rotokauri School (the School). An investigation was carried out which identified weathertightness issues and subsequent damage. Subsequently, a remedial solution has been designed and the Ministry is now in a position to begin the remediation process. The Ministry is seeking to remediate the property to ensure it is weathertight. It is anticipated that work will commence on site December 2016. The nature of the project involves remediation of existing defective wall and roof claddings, and associated remediation of damaged framing and other building materials. Building Consent for the remedial works was issued by Waikato District Council 17 July 2015 and has since been extended to 17 July 2017. The procurement strategy is a single phase Open Tender through GETS. The proposed Contract is NZS 3910:2003.",Awarded,The contract was awarded to Construct Limited,20201117 Ministry of Education - School Infrastructure,18028723,Request for Proposals,Open Competition,RFP for Main Contractor New 2 Classroom Block Makarikja School,1572,20161014,20161114,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The objective of this procurement is to source the supply Construction services for a new 2 classroom Block for the Board of Trustees of Makarika School, and some minor alterations to an existing classroom block. This procurement relates to property construction/maintenance of schools and therefore the privacy impact is minimal.",Awarded,Only submitter. Compliant tender.,20201117 Ministry of Education - School Infrastructure,18030643,Request for Proposals,Open Competition,"Main Building Contractor for Block 6 Modernisation at Mangere Central School, Auckland",1-46153.00,20161019,20161115,20170329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Mangere Central School Board of Trustees (the Buyer) is seeking procurement of a Main Building Contractor for the modernisation of Block 6 at Mangere Central School, Mangere, Auckland. This Procurement will be a single stage open tender on GETS. All tender documentation and necessary information attached are as below : ??? RFP (pdf) ??? Response Form (Part A and Part B) (Word document) ??? Proposed Contract ??? Works Price Schedule (Excel spreadsheet) ??? Architectural plans and specification ??? Fire Report & Fire Plan ??? Hardware Schedule ??? Colour Scheme Please make sure that the Suppliers Response Templates and the Pricing Schedule are completed. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 10% Price 65% Please ask all questions via the GETS ""Ask a Question"" function and submit RFPs via GETS only. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Not Awarded,Contract awarded to Wilkran Construction Limited,20201117 Ministry of Education - School Infrastructure,18031655,Request for Proposals,Open Competition,QUEEN ELIZABETH COLLEGE - Admin & Gym Roof Upgrade & Spouting Replacement,16/003,20161020,20161115,20170601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Board of Trustees of Queen Elizabeth College (the Buyer) is seeking Main Building Contractors for the Admin & Gym Roof Upgrades & Spouting Replacement at Queen Elizabeth College (the School). The Scope of Works include: - the removal of existing metal trough (Admin), slate tile (Admin and Gym), and membrane (Admin and Gym) roof cladding; - supply and installation of new Colorcote 'trough' section roofing, Colorcote 'corrugate' roofing, stainless steel internal gutter linings, and bitumen 2-layer membrane roofing, and associated underlays, wire netting, plywood substrates, etc.; - supply and installation of Colorcote box spouting, skylights, Solatube skylights, powdercoated aluminium flashings and rainwater heads, Dektite flashings; and associated accessories; - supply and installation of timber weatherboard and Hardiflex exterior cladding, and associated underlays, cavity battens, and accessories; - removal and replacement of various spouting and downpipes around the school site; - supply and installation of new ceiling insulation; - removal of damaged Gib ceiling linings, and the supply and installation of new, making good existing ceiling linings, associated interior painting. The Board of Trustees seeks proposals for the above works through this single-stage, open tender Request for Proposal (RFP) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Construction Contract (Medium Works). A template of this is attached with this proposal. This RFP has been prepared for on behalf of the Queen Elizabeth College, Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Colspec Construction Ltd and will start on 1st May 2017. The term of this contract is 4 months.,20201117 Ministry of Education - School Infrastructure,18031776,Request for Proposals,Open Competition,MARTINBOROUGH SCHOOL - Block G Classroom & Roofing Upgrades (Stage I),16/024,20161104,20161129,20170601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Board of Trustees of Martinborough School (the Buyer) are seeking Main Building Contractors for the Block G Classroom and Roofing Upgrades (Stage I) at Martinborough School (the School). The Scope of Works include: - the interior retrofit of 3 classrooms (1 completely and 2 partial), the creation of 2 Break Out spaces, and 2 Teachers’ Resource spaces; - works include demolition, carpentry, new interior wall, floor, and ceiling linings, new electrical, LED lighting, and data, interior painting, glazing, plumbing and drainage, aluminium joinery, and interior joinery; - the design, supply and installation of a new Type 4 Automatic Fire Alarm System to the entire Block G building; - removal of existing metal roofing, underlay, translucent roofing, and spouting over Block G; - supply and installation of new Colorsteel corrugate metal roofing, underlay, wire netting and timber purlins, Colorsteel box spouting, powdercoated aluminium and Dektite flashings, and associated accessories; - translucent roofing and wire netting (to existing covered deck), and Colorsteel box spouting; - exterior painting of existing timber fascia and barge boards, rafters, and purlins; - installation of new ceiling insulation. The Board of Trustees seeks proposals for the above works through this single-stage, open tender Request for Proposal (RFP) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Construction Contract (Medium Works). This RFP has been prepared for on behalf of the Martinborough School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Not Awarded,The tender process was cancelled prior to awarding the contract.,20201117 Ministry of Education - School Infrastructure,18034761,Request for Proposals,Open Competition,"Main Roofing Contractor for Remedial Works at Birdwood School, Ranui, Auckland",1-46171.00,20161019,20161115,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Birdwood School Board of Trustees (the Buyer) is seeking procurement of a Main Roofing Contractor for Remedial Works to various Blocks at Birdwood School (the School), Ranui, Auckland 0612. This Procurement will be a single stage open tender on GETS. This RFP seeks to engage a Contractor to carry out the roofing works prior to school commencing in T1 2017. All tender documentation and necessary information attached are as below: ??? RFP (pdf) ??? Response Form (Part A and Part B) (Word document) ??? Proposed Contract ??? Pricing Schedule (Excel spreadsheet) ??? Architectural Drawings and Site Plan Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 10% Price 65% Please make sure that the Suppliers Response Templates and the Pricing Schedule are completed. Failure to fill out these documents will result in your submission being declined. Please ask all questions via the GETS ""Ask a Question"" function and submit RFPs via GETS only. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Not Awarded,"Due to no responses received, this tender will be re-tender in due course.",20201117 Ministry of Education - School Infrastructure,18035376,Request for Proposals,Closed Competition,Woodlands Full Primary School Block A Toilet & Block F Hall Upgrade,16-052,20161018,20161115,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Woodlands School Board of Trustees is looking to find an experienced contractor to carry out a toilet & corridor upgrade to Block A and minor fire exit door improvement works to the Block F Hall at Woodlands Full Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18039923,Request for Proposals,Closed Competition,Broomfield School - Special Education Bathroom Facility & Block 1 Classroom Modifications,3303/02/03/2016,20161019,20161110,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The objective of this procurement is to source a main contractor to carry out alterations to the classrooms and cloak-bay area to create flexible learning spaces to conform to Ministry of Education ILE requirements. A bathroom facility is to be built which is fully accessible with a shower and change table facility.,Not Awarded,This project has now been awarded to successful contractor.,20201117 Ministry of Education - School Infrastructure,18039953,Request for Proposals,Open Competition,Main Contractors only - Cust School Block 1 Modernisation & Extension,,20161019,20161117,20161218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Cust School Block 1 Modernisation & Extension. Approx 50sm extension, modernisation of 3 classrooms and toilet area, painting",Awarded,,20201117 Ministry of Education - School Infrastructure,18041536,Request for Proposals,Open Competition,Welbourn School Replacement Cladding & Roofing Works,3000.17,20161020,20161115,20161129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project has been derived from the Schools Condition Assessment that was undertaken to develop the 10 year property plan. The condition assessment identified work required to roofs and wall claddings around various areas of the school. The work was identified because either the component had reached its end of life, or it could be extended. As a result, a project has been developed to address all roofing and wall cladding items in one procurement. Further project information can be found in the RFP document attached.",Awarded,"Contract awarded to Southcoast Construction Ltd, portion of work removed from contract scope with awarded contract price reduced to $125,278.00",20201117 Ministry of Education - School Infrastructure,18041962,Request for Proposals,Closed Competition,Kaiaua School _RFP Main Contractors - Blks 1&2 Ext learning sapce & ILE upgrade,,20161019,20161109,20161129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT of Kaiaua School are requesting Tenders from accepted Registrations of Interest by Main Contractors to construct new Exterior learning spaces to Blocks 1 & 2, and undertake replacement of windows and carpets. It is proposed that this work is to be undertaken during the December/January 2017 School holiday period, providing for completion and handover at the start of Term 1.",Awarded,,20201117 Ministry of Education - School Infrastructure,18042809,Request for Proposals,Open Competition,Marfell Community School Heating Upgrade,3087.02,20161020,20161115,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Marfell Community School are seeking Main Contractor Services for the replacement of the Low Pressure Hot Water system at Marfell Community School. Further project information can be found in the RFP document attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,18043106,Request for Proposals,Closed Competition,Ponsonby School Playfields Upgrade,,20161028,20161117,20170331,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,Specialist Contractors as selected by Procurement Team to provide RFP for Upgrader to play field at Ponsonby School together with access and hard court area with overlay of artificial turf,Not Awarded,Contract has been awarded to another supplier who was awarded after this original pricing was excessive to budget available,20201117 Ministry of Education - School Infrastructure,18043177,Request for Proposals,Closed Competition,SEHC Learning Support,,20161026,20161115,20161208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18051831,Request for Proposals,Closed Competition,Cromwell College - B Block Remodel - RFP,16/373/06,20161021,20161116,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,B Block Toilet and Classroom Upgrade,Awarded,,20201117 Ministry of Education - School Infrastructure,18053741,Request for Proposals,Open Competition,Main Building Contractor for Weathertightness Remediation and Redevelopment Works of a Classroom and Admin Building (Blocks A&B) at Tikorangi School,WS166941,20161020,20161121,20170125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a Main Building Contractor for Weathertightness Remediation and Redevelopment Works of a Classroom and Admin building (Blocks A&B) at Tikorangi School (the School). An investigation was carried out which identified weathertightness issues and subsequent damage to the Building. Subsequently, a remedial solution has been designed, and the Ministry is now in a position to begin the remediation process. The Ministry is seeking to remediate the property to ensure it is weathertight. The project description can generally be described as re-cladding of the majority of external walls including the removal and disposal of asbestos containing materials, and reforming and re-roofing of both metal and membrane roof areas. Extensive redevelopment works are also included which involve the reconfiguration of internal layouts in both blocks. Procurement will involve an Open Tender through GETS. The proposed Contract is NZS 3910:2003.",Awarded,The contract was awarded to Livingstone Building NZ Ltd,20201117 Ministry of Education - School Infrastructure,18054823,Request for Proposals,Open Competition,Main Contractor for Satellite Unit Upgrade at Massey Primary School,MoE No. 201808,20161025,20161117,20170111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education (the Buyer) is seeking Main Building Contractor for Alterations to an existing relocatable to make it suitable as a satellite unit at Massey Primary School, 326 Don Buck Rd, Massey West, Auckland, 0614 (the School). The background to these procurement requirements is due to roll overflow at Arohanui School Special School, Te Atatu South, and an immediate solution for a satellite unit is needed to compensate for the overflow. The Project consists of a new ramp, landing and internal alterations upgrade to an existing relocatable to provide an adequate satellite unit",Not Awarded,No RFP Responses Submitted,20201117 Ministry of Education - School Infrastructure,18057284,Request for Proposals,Closed Competition,Main Building Contractors for Re-Roof and Toilet Upgrade at Mercury Bay Area School (RFP),5638,20161024,20161118,20170113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the Re-roof and Toilet Upgrade at Mercury Bay Area School.,Awarded,This tender has been awarded and all recipients have been notified.,20201117 Ministry of Education - School Infrastructure,18057580,Request for Proposals,Closed Competition,Wanganui High School; Block A (Art Remodel),WHS/BlkA,20161026,20161115,20170528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Please provide a lump tender for the Wanganui High School, Art Area Upgrade as per attached documents. Tenderer's shall contact the school office and arrange for an inspection as outlined in the attached Conditions of Contract form, due to the nature of this project a site inspection is recommended. The intended start on site date is 12th December 2016, the construction duration is 4 calendar months from official start on site date, you may indicate alternative completion dates with your tender together with a proposed construction program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18059233,Request for Proposals,Closed Competition,Main Building Contractor for Remedial Works to the Maths Block at Rangitoto College,WS167938,20161021,20161111,20170125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of (the Buyer) is seeking a Main Contractor to remediate the concrete courtyard area to the Maths Block at Rangitoto College (the School). The objective of this procurement is to source the supply of construction works to remediate the existing defective concrete courtyard area to ensure it is weathertight.,Awarded,The contract was awarded to Focus Remediation Ltd,20201117 Ministry of Education - School Infrastructure,18061450,Request for Proposals,Open Competition,"Main Contractor Services for Asbestos Removal, Demolition and Weathertightness Remediation of Block A at Hawera Primary School",202-008-08,20161026,20161124,20170330,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking main building contractor services for the Block A partial demolition, weathertightness remediation and asbestos removal at Hawera Primary School",Awarded,Construction commenced on 9 January 2017.,20201117 Ministry of Education - School Infrastructure,18061519,Request for Proposals,Closed Competition,Te Awamutu College - Ventilation & Drainage Upgrade - Main Contractor,1076,20161026,20161116,20170411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Te Awamutu College BOT are seeking a main contractor to manage various works around the school including ventilation and drainage work.,Awarded,,20201117 Ministry of Education - School Infrastructure,18061621,Request for Proposals,Closed Competition,Main Contractor for the Block 2 ILE and DQLS Upgrades at Kowhai Intermediate School,,20161025,20161121,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kowhai Intermediate School (the Buyer) is seeking a Main Contractor for the Block 2 ILE and DQLS Upgrade at Kowhai Intermediate School (the School). This project involves the refurbishment of 8 teaching spaces enabling them to deliver ILE spaces capable of collaborative teaching in a DQLS environment.",Awarded,,20201117 Ministry of Education - School Infrastructure,18062707,Request for Proposals,Closed Competition,Main Building Contractor for the Construction of a New Two Storey Eight Classroom Block at Te Hihi School,CW41467,20161025,20161124,20170331,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This RFP relates to the ROI that was advertised on GETS in April 2016 GETS ID#17372990 The Ministry of Education (the Buyer) is seeking a Main Contractor for the Construction of a two storey eight classroom block at Te Hihi School (the School). The nature of the project is construction of a new building that will consist of eight teaching spaces over two floors; it will allow for break out spaces and teacher resource rooms between the spaces and will require lift access to the first floor.",Awarded,The contract was awarded to Accent Construction Interiors Ltd and started on 23 January 2017. The term of this contract is 180 working days.,20201117 Ministry of Education - School Infrastructure,18067484,Request for Proposals,Open Competition,Waiuku College - classroom refurbishment science block,,20161027,20161127,20170404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Buyer is seeking construction works for classroom refurbishment of the science block at Waiuku College,Awarded,"The contract was awarded to McGregor Construction for the value of $907,812.40",20201117 Ministry of Education - School Infrastructure,18070033,Request for Proposals,Closed Competition,Northcote College Roofing Stage 1,,20161031,20161118,20170127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18072171,Request for Proposals,Closed Competition,Te Wharekura o Ruatoki Block B ILE Upgrade,4671,20161031,20161118,20171003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a main building contractor to provide construction services for the ILE upgrade of Block B at Te Wharekura o Ruatoki.,Not Awarded,"Project has been deferred until end of 2017, will retender to shortlisted contractors",20201117 Ministry of Education - School Infrastructure,18075792,Request for Proposals,Closed Competition,Weedons School Classrooms 5 & 6 Upgrade and Pool Equipment Shed,3585/12/08/2016,20161031,20161123,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The objective of this procurement is to source main contractors for the upgrade of classrooms 5 & 6 and the construction of a new pool equipment shed at Weedons School.,Not Awarded,This tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,18076845,Request for Proposals,Open Competition,Clayton Park School - Demolition Contractor Services for Stage 1 Demolition Works,WS170797,20161028,20161122,20161220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"[The Ministry of Education (the Ministry) (the Buyer) is seeking Demolition Contractors Services for the Stage 1 Demolition Works at Clayton Park School, Wattle Downs, Auckland (the School). The Ministry has assessed Clayton Park School as requiring significant development due to weathertight issues and end of life buildings. Clayton Park will have all pre 2011 buildings replaced onsite and provision for growth has also been included. The demolition works will enable the Ministry of Education to commence construction of the new classroom blocks and redevelopment of the site. The objective of this procurement is to source the supply of Demolition Main Contractor Services for the demolition of some of the existing blocks, namely Blocks 1, 2, 4 and 5, some of which contain asbestos. The works are envisaged to be carried out in isolation during school term break and over the Christmas break 2016. The works will include, but not be limited to, the following: - Decommission of infrastructure Services; - Asbestos Removal of localised cladding material etc; - Demolition of the Blocks 1, 2, 4 and 5; - Removal of associated of hard standings etc.",Awarded,Thank you all for submitted your tenders. Please refer to respective letters issued for feedback.,20201117 Ministry of Education - School Infrastructure,18077494,Request for Proposals,Closed Competition,West Melton School Block 20 Classroom Modifications,3587/30/05/2016,20161031,20161124,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The objective of this procurement is to source main contractors for the Block 20 Classroom Modifications at West Melton School. .Work is to be undertaken over the December 2016 - January 2017 school holiday period.,Not Awarded,This project has been awarded to successful contractor.,20201117 Ministry of Education - School Infrastructure,18079107,Request for Proposals,Closed Competition,Main Contractors Newlands Col B1 Labs,MQS 16.125,20161101,20161123,20170324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,Main Contractor for B1 Lab Block Refurbishment at Newlands College,Awarded,,20201117 Ministry of Education - School Infrastructure,18079185,Request for Proposals,Closed Competition,Classroom Delivery Programme - Newton Central RfP,WS163389,20161028,20161118,20170613,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is inviting proposals from suitably qualified and experienced main contractor to undertake the construction of a two storey, six classroom, block and the relocation and demolition of two relocatable classrooms at Newton Central School.",Awarded,Shakthi successful tenderer.,20201117 Ministry of Education - School Infrastructure,18080012,Request for Proposals,Open Competition,"Civil Contractor for the Construction of a Driveway at Rongomai School, Otara, Auckland",1-46096.03 / WS170168,20161110,20161206,20170329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Ministry of Education (the Buyer) is seeking procurement of a Civil Contractor for the construction of a new Driveway including carpark at Rongomai School (the School), Auckland. This new driveway to accommodate for the drop off/pick up of the Satellite classroom pupils. It is expected that the project will be run over the mid December 2016 through into February 2017. The contractor will be required to resource the project with experienced and competent civil personnel including professional sub-contractor companies. This procurement will be a single stage open tender on GETS. All tender documentation and necessary information attached are as below : - RFP (pdf) - Response Form (Part A and Part B) (Word document) - Proposed Contract - Ministry of Education Construction Contract (Medium Works) Template - Works Price Schedule (Excel spreadsheet) - Tender Submission Form (pdf) - Design plans, NTT 01 and Engineering specification - Fire Protection - Sprinkler Water Supply Pipeline - Specification and Plan (Opus) Please make sure that the Suppliers Response Templates (Supplier Response Form - Part A & Part B), Tender submission form and the Works Price Schedule are completed fully. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposals will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 10% Price 65% Request for Proposals (RFP) (refer attached 'RFP' Document) + questions relating to this project are to be submitted via the GETS website. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Awarded,,20201117 Ministry of Education - School Infrastructure,18086212,Request for Proposals,Open Competition,Main Civil Contractor for Courts Upgrade at Naenae College,,20161102,20161125,20170509,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Naenae College (the Buyer) is seeking a Main Civil Contractor to undertake the Upgrade of the Courts and Court Yard at Naenae College (the School). The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves the following works - Preparation of existing paved surfaces to take new asphalt surfaces including new nibs kerbs and channels - Installation of new sand based artificial grass surfaces to nominated areas - Replacement of existing court fences with new pipe a chain mesh fences - Associated drainage services works The main civil contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract. It is envisaged that the works will take place immediately after the awarding of the contract and be completed as early in the new school year as possible. The project is being managed by Ian Rattray on behalf of the Naenae College BOT. The Procurement will be a single stage open tender on GETS",Awarded,We received 3 valid responses to the RFP and evaluated all three non priced attributes and ranked all three as having the necessary resources skills and attributes to complete our project. The scores were even at this stage. We then applied the price scores based on the standard price evaluation template and this ranked the responses. The top rank response was from Allturf Ltd and we have now let stage 1 of the works to them.,20201117 Ministry of Education - School Infrastructure,18088721,Request for Proposals,Open Competition,Main Building Contractor for Special Needs Modifications at Whangarei Boys High School,,20161101,20161202,20171024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Whangarei Boys High School (the Buyer) is seeking a Main Building Contractor for Special Needs Modifications at Whangarei Boys High School. (the School). The project comprises of site wide Special Needs Modifications serving Whangarei Boys High School. Works include ramps and decking to the Music Block and Maori/PE Block; modifications to accessible toilets; building works for a platform lift (supplied and installed by others) to the Library; and building works for a vertical lift (supplied and installed by others) to the 1st floor of the Maths/Computer Block.",Awarded,,20201117 Ministry of Education - School Infrastructure,18089519,Request for Proposals,Open Competition,Main Contractor - Otaki College Redevelopment,6056.03,20161101,20161125,20180712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As part of the Otaki College 10 year Property Plan, the Otaki College Board of Trustees wishes to undertake the upgrade of the administration block, reconfiguration of the Library, the upgrade of the RTLB, and the rationalisation of four other blocks. The scope generally relates to construction and demolition works.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18091454,Request for Proposals,Open Competition,Main Building Contractor for Weathertightness Remediation and Redevelopment Works of the Admin and Classroom Building (Blocks) at Waitara East School,WS168396,20161102,20161202,20170125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking Main Building Contractor for Weathertightness Remediation and Redevelopment Works of the Admin and Classrooms building (Block A) at Waitara East School (the School). An investigation was carried out which identified weathertightness issues and subsequent damage to the Building. Subsequently, a remedial solution has been designed, and the Ministry is now in a position to begin the remediation process. The Ministry of Education is seeking to remediate the property to ensure it is weathertight. The project description can generally be described as re-cladding of some external walls; and reforming and re-roofing of both metal and membrane roof areas. Redevelopment works include the relocation of the Sick bay, and remodelling of the old Boiler room into a new interior office. There is also the potential that an anticipated Variation will be issued to the contract to incorporate additional works, yet to be scoped, which generally can be described as re-roofing to Blocks L and I; partial re-roofing to Block C; and floor structure repairs to Block B. Procurement will involve an Open Tender through GETS. The proposed Contract is NZS 3910:2013.",Awarded,The contract was awarded to South Coast Construction Limited,20201117 Ministry of Education - School Infrastructure,18093784,Request for Proposals,Closed Competition,16-2701-01 Te Wharau - Block B & O ILE and Toilet Upgrade,16-2701-01,20161102,20161124,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Ministry of Education (the Ministry and The Board of Trustees of Te Wharau School (the Buyer) is seeking a Main Building Contractor for Block B and Block O ILE and Toilet Block Upgrade at Te Wharau School (the School). The Project comprises of : Phase 1: Block O ILE (Innovative Learning Environment) Upgrade which includes removing the wall between the 2 Cloakbays to make one Break out space. Relining the walls with 12mm plywood, and Autex Vertiface composition, new suspended ceiling and floor coverings. (see Plans: Sheets 22 to 26). Phase 2: Block B Building Repurposement ILE Upgrade of the Resource Area. New roof and walls over the offices/ Resource area, and an ILE upgrade of this area to create a break out space and resource area. Cladding and lining, overlain with Autex Vertiface composition, and new suspended ceiling and floor coverings. (see Plans: Sheets 3 to 21). Phase 3: Block B Toilet block upgrade and cloak bay area in Block B including insulation, hardiglaze over 7mm plywood wall linings, new flooring, new toilet pans and basins, new Hardiglaze ceiling lining and insulation. (see Plans - Sheets 27 to 32) Block O ILE upgrade to create one Break out space (Phase 1) is the first priority for Construction - to be completed first. All Construction to be completed by the end of School term 1.",Not Awarded,Shayne McNaught Builders Ltd awarded the contract,20201117 Ministry of Education - School Infrastructure,18098575,Request for Proposals,Closed Competition,Otago Boys High School - Maclachlan and Library Rain Heads - RFP,377/16/02,20161104,20161125,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Replace rainwater heads.,Awarded,,20201117 Ministry of Education - School Infrastructure,18101204,Request for Proposals,Closed Competition,RFP Civil Works for Bus Bays at Kaitaia College,WS168884,20161104,20161124,20170526,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking Proposals (Tenders) from short-listed contractors for the construction of a three lane bus bay and associated footpaths at Kaitaia College. The works are located between Redan Road and Pukepoto Road on Ministry of Education land and road reserve. Work includes: Vegetation clearance Earthworks Subsoil drain construction Subbase construction Slipformed concrete kerb & nib Reinforced concrete pavement Concrete footpaths Installation of removable bollards Pavement Marking Associated works",Awarded,,20201117 Ministry of Education - School Infrastructure,18101452,Request for Proposals,Closed Competition,"Myross Bush School Blocks C,D MLE Upgrades",16-069,20161104,20161130,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Myross Bush School Board of Trustees is looking for a suitably experience building Contractor to complete the MLE Upgrade to Blocks C,D classrooms (4 of) including cloakbay areas. Due to possible budget constraints, the Board would like to work alongside the preferred respondent to manage the scope of works within the funding budget available (please refer to Section 2.3 of the RFP).",Awarded,,20201117 Ministry of Education - School Infrastructure,18101738,Request for Proposals,Closed Competition,"Island Bay School, Wellington - RFP Main Building Contractor Block B - Refurbish Classrooms and Toilets/Replace Roofing",4506,20161107,20161206,20161219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block B - Refurbish Classrooms and Toilets/Replace Roofing at Island Bay School. Island Bay School wants to significantly modernise an existing teaching building that was built in 1937. The project sets out to create modern and flexible teaching spaces by reconfiguring the internal floor area and introducing a dedicated toilet and cloaks facility. The entire interior of the building will be stripped with new services cabling introduced and all new floor, wall and ceiling linings provided. The roof coverings will also be renewed. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust modernised facility of approximately 300 square metres. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,Will be re-tendered in 2017,20201117 Ministry of Education - School Infrastructure,18102262,Request for Proposals,Open Competition,Fox Glacier School - Reclad Swimming Pool Building and Remodel Admin Block,16-3342-10,20161109,20161202,20170825,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Fox Glacier School Board of Trustees are inviting main contractors to provide a proposal to School Support Ltd as the schools agent for the potential provision for Reclad Swimming Pool Building and Remodel Administration Block. As there are two separate documents, contractors are requested to provide a detailed price for each project. This project will consist of remodel of the Administration area to include additional space for an Art/Tech Room, new student toilets and a deck. The removal of the existing cladding from the pool building and the replacement using new translucent material as per the attached plans and drawings. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document and the attached specification and plans as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template Part B and the Works Price Schedule and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant. CONTRACTOR IS TO ARRANGE BUILDING CONSENT AND TO INCLUDE IT IN YOUR PRICE.",Not Awarded,"This project has been split into two different project and retendered. As the new projects are both under $100,000 they have not been retendered through GETS.",20201117 Ministry of Education - School Infrastructure,18105624,Request for Proposals,Closed Competition,Kaikorai Valley College - Toilet Upgrade - RFP,381/16/03,20161109,20161129,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Complete Toilet Upgrade affecting Block C, B, E, F and the Library.",Awarded,,20201117 Ministry of Education - School Infrastructure,18106615,Request for Proposals,Open Competition,Wellington East Girls' College - Main Block Redevelopment,,20161107,20161208,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Wellington East Girls College (WEGC) Major Redevelopment project is part of the Capital Works (Central / South) programme. Wellington East Girls College is a state secondary school, situated in Mount Victoria, Wellington with a roll of 1000 students, mainly from the eastern and southern suburbs. The Main Block Redevelopment project will transform the historic campus, while retaining and protecting important heritage elements. The Main Block striking facade will be retained and a new multi-level building will be built behind it, containing a wharenui - the culture centre of the school, a catering and food technology kitchen/cafe, art studios, a media suite, library, music facilities and general teaching spaces. The administration functions of the school will also be incorporated into the new building. Quotations are being sought for Main Contractor services to construct a new multi-level Main Block, associated site works, removal of Ministry owned temporary buildings and reinstatement works.",Awarded,,20201117 Ministry of Education - School Infrastructure,18110269,Request for Proposals,Open Competition,Main Contractor for Special Needs Modifications at Orakei School,174854,20161108,20161201,20170214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Special Needs Property Modifications – Hall Access Ramps Project at Orakei School (the School). An accessible route and compliant ramps need to be constructed to enable students to gain access to current facilities and the school hall.",Awarded,,20201117 Ministry of Education - School Infrastructure,18110287,Request for Proposals,Open Competition,Main Contractor for Remedial and Other works at Te-Huruhi School,P2072 / WS169670,20161115,20161208,20170629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a suitably qualified main contractor to undertake a spread of remedial maintenance works ranging through the trades at Te-Huruhi School. Te-Huruhi school is currently in the Ministry of Educations (MOE) pipeline of works, for a complete re-build. This is primarily due to the dilapidated nature of the buildings and associated infrastructure servicing the school. MPM Projects have previously been engaged by the MOE, to assist the school in retaining a safe operational environment, and to meet its temporary needs while the school awaits this redevelopment. A variety of remedial and health and safety works have occurred, some of which are now passing their designed life, and require further action. This contract will include a variety of provisional sums, and requires a competent contractor to actively manage the resolution of a wealth of maintenance issues, and maintain direct contact with the school whilst upholding health and safety requirements. In addition to these remedial works there is potential for additional works to be instructed during the contract, which will include the conversion of existing spaces within the school to breakout spaces.",Awarded,The contract was awarded to Infratel Networks Ltd and will start in June 2017. The term of this contract is 4 months.,20201117 Ministry of Education - School Infrastructure,18110344,Request for Proposals,Closed Competition,Otatara School Block B remodel,16-4000-04,20161110,20161201,20161216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Otatara School] (the Buyer) is seeking a Main Building Contract for Block B Remodel at Otatara School (the School). The procurement will be conducted through a two-stage open ROI followed by a closed tender Request for Proposal (RFP) to potential suppliers. The objective of this procurement is to source the supply of construction works for the construction of Block B compliance and innovative learning environment remodel.",Not Awarded,"Tenders received have not been completed correctly, and project has gone over budget. a redesign will be and new ROI will be released on GETS .",20201117 Ministry of Education - School Infrastructure,18110708,Request for Proposals,Closed Competition,"Cashmere Avenue School, Wellington, RFP Main Building Contractor Block 3 - Refurbish Classrooms",4274,20161109,20161205,20170317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block 3 - Refurbish Classrooms at Cashmere Avenue School. Block 3 at Cashmere Avenue School was built in 1940 and is programmed for interior modernisation. The building is timber framed with timber weatherboard cladding, timber windows and doors and metal roofing. It is not known to contain any asbestos as construction was well before this material was introduced into the NZ building industry late 1930s. But as some alterations have been carried out since, it is proposed to have an asbestos survey undertaken as part of the design phase including testing of any suspected material. A survey will be carried out prior to tendering to determine whether any asbestos is present within the extent of the projects works. If any suspected material is found it will be tested and the results made available in the contract documents. In this instance all work is interior in nature and no suspect material is visible. The upgrade of three teaching spaces will incorporate a new withdrawal/shared space and will include alterations to create a covered way to connect the spaces. The project sets out to refurbish the interior of Block 3 to ILE standard along with other general works to the block included replacing timber windows with double glazing, insulation and replacement of ceilings. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded starting 1.03.17 with anticipated finish date 29.12.17,20201117 Ministry of Education - School Infrastructure,18113584,Request for Proposals,Open Competition,Special Needs Fence Project - Five Schools in Northland,WS170911,20161111,20161206,20161219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking to construct perimeter fences in the following Schools: - Kaiwaka School - Arapohue School - Dargaville Primary School - Totara Grove School - Okaihau Primary As per the attached scope of works for each school. The objective of this procurement is to construct fencing which will contain at special needs students who have a tendency to run away, fencing must be adequate to contain these students whilst allowing them to utilise the school grounds. This Procurement is for: o Existing Fencing removal o Construction and installation of new fencing o Construction of and installation new gate ways o Construction of mowing strips where relevant.",Awarded,Awarded via evaluation process as per the approved procurement plan.,20201117 Ministry of Education - School Infrastructure,18114274,Request for Proposals,Closed Competition,"Kapanui School, Waikanae - RFP Main Building Contractor Block J - Refurbish Classrooms",4569,20161110,20161130,20170914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block J - Refurbish Classrooms at Kapanui School. Kapanui School is presently carrying out a series of projects to upgrade and modernise its teaching spaces. This project sets out to partially refurbish four classrooms located in Block J. The alterations will include the creation of openings between the rooms and installation of glazed sliding doors. Work to improve the mechanical heating plus replace floor and wall finishes will also be incorporated. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to DS O'Leary Building Ltd and will start December 2017. The term of this contrract is four months.,20201117 Ministry of Education - School Infrastructure,18114590,Request for Proposals,Open Competition,Lynfield College Commercial Cleaning RFP,,20161115,20161208,20170210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Lynfield College (the Buyer) is seeking Commercial Cleaning Services for Ongoing Maintenance at Lynfield College (the School). The services will be procured by a one stage open RFP on GETS. Contractor to provide a detailed fee proposal based on the schedule of services provided.",Not Awarded,The School has accepted Gabriel Cleaning's tender proposal. Gabriel Cleaning has been awarded with the cleaning contract.,20201117 Ministry of Education - School Infrastructure,18115061,Request for Proposals,Open Competition,RFP - Main Contractor for St Leonards Road School ILE Upgrade,3992.01,20161111,20161206,20170530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"St Leonards Road School, situated at 15 St Leonards Road, Kelston, Auckland, has identified the need to modernise its teaching blocks to bring them in line with the MOE ILE requirements. This will include: - partial internal strip out of 6 existing classrooms and toilets in Block 6 (part of the Junior school) and to modernise them. - additional floor framing and repainting of Block 5. The procurement will be conducted through a single stage open tender / Request for Proposal (RFP) process via Government Electronic Tenders Service (GETS).",Not Awarded,The St Leonards Road Tender is waiting on a revised 5YA as the tender came in over the budget. We had one submission which we are negotiating with as per Thomas Wong???s advice.,20201117 Ministry of Education - School Infrastructure,18115745,Request for Proposals,Closed Competition,Rangitoto College 5YA Internal Refurbishment RFP,WS169268,20161109,20161209,20170328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"5YA internal refurbishment work has been identified as part of the school’s Asset Management Plan (AMP). Works will be carried out during the upcoming school holidays and the term breaks in 2017 to complete the works in A Block (Wing1-5), B Block, D Block, L Block, Science Block, Maths Block and J Block. Construction services are required to carry out the physical works specified in the design document .",Not Awarded,Due to the lack of response from the tender process the work will be retendered on GETS.,20201117 Ministry of Education - School Infrastructure,18122543,Request for Proposals,Closed Competition,Main Building Contractors for Whangamata Area School - I Block ILE Upgrade & Exterior Doors (RFP),5680,20161111,20161201,20170308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the I Block ILE Upgrade & Exterior Doors at Whangamata Area School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18123950,Request for Proposals,Closed Competition,RFP for Main Contractor for Specal Needs Modifications at Murrays Bay School,WS166152,20161110,20161208,20170214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking Main Building Contractor for Special Needs Modifications Project at Murrays Bay School (the School). Murrays Bay School requires Special Needs Modification to the site to improve accessibility for students with mobility issues.",Awarded,,20201117 Ministry of Education - School Infrastructure,18124482,Request for Proposals,Closed Competition,"Clinton Primary School, Senior Block ILE Upgrade - RFP",16/3723/01,20161114,20161202,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Creating an Innovative Learning Environment for the Senior Block including acoustic wall panels, replace windows, replace ceilings and upgrade lights.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18125122,Request for Proposals,Open Competition,Taupo Intermediate - Main Building Contractor for Construction of Three New Classrooms,,20161111,20161206,20161215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Building Contractor for Construction of Three New Classrooms at Taupo Intermediate,Awarded,The contract has been awarded to Wade Construction Ltd. Contract Award date 8/12/16. Start date 9/1/17 and intended completion date 14/5/17,20201117 Ministry of Education - School Infrastructure,18125558,Request for Proposals,Open Competition,Library Remediation at Westlake Boys High School,CW42289,20161110,20161205,20161206,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Weather-tightness Remedial Works at Westlake Boys High School (the School). A section of the Library roof at Westlake Boys High School has been identified as requiring weathertightness remedial works which has been assessed as being economical to repair.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18128109,Request for Proposals,Closed Competition,Pigeon Mountain Junior Block remediation,1439 - 202171,20161115,20161209,20180126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As a successful respondent to our Registration of Interest for the Upgrade and Modernization of the Junior Block at Pigeon Mountain School, we now provide the technical information to allow for your Tender proposal submission.This contract allows for the remediation of two blocks, with the first to be released prior to stage two commencing. Work is expected to commence prior to Christmas if possible with completion in February. The Design is by Ignite Architects and does have additional structural elements. There is a requirement for scaffolding and some additional site access management. The project involves management of a small quantity of non friable Asbestos removal. The Works Price schedule provided is a template and not all items apply to this contract.",Not Awarded,"Two responses from 4 invites. Both over budget with excessive exclusions, the most appropriate unable to meet the start date. Scope to be reassessed",20201117 Ministry of Education - School Infrastructure,18128363,Request for Proposals,Closed Competition,"Upper Hutt Primary School, Upper Hutt - RFP Main Building Contractor Refurbish RTLB",4530,20161116,20161206,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Refurbish RTLB at Upper Hutt School. Upper Hutt School is comprised of mainly permanent buildings and a cluster of prefabricated relocatable buildings of which the RTLB are two. The buildings are timber framed with fibre cement and plywood sheet cladding, timber windows and doors and metal roofing. They are not known to contain any asbestos. But it is proposed to have an asbestos survey undertaken as part of the design phase including testing of any suspected material. The project sets out to refurbish the interior of the building along with other general works to the block included replacing timber windows with double glazing, insulation and replacement of ceilings, provide fit out of their interior for offices and meeting spaces. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Carrara Holdings Ltd, start date 10.06.17, expected finish date 27.10.17.",20201117 Ministry of Education - School Infrastructure,18129353,Request for Proposals,Open Competition,Remodel of Six Teaching Spaces in Block A2 at Gore High School,201713,20161114,20161207,20161222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The Gore High School Board of Trustees is seeking a main building contractor for the remodel of six teaching spaces into four, with a breakout space between each teaching space. Passive fire upgrades to surrounding egress paths will be incorporated as part of this work.",Awarded,,20201117 Ministry of Education - School Infrastructure,18129568,Request for Proposals,Open Competition,Main Contractor Korokoro School (Lower Hutt) Repitch and Replace Roof,,20161114,20161208,20170328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Korokoro School wishes to engage a main building contractor to undertake the construction of the roofing works on Blocks A,L & CR at the School. The work is being described in plans and specifications drawn up by Resolve It Architects in Wellington. The scope is as follows - Uplift and dispose of existing profiled metal roofing , spouting and underlay - Uplift and dispose of existing membrane roofing and substrate - Install new roof cladding and spouting to pitch roofs over new underlay - Install insulation into roof cavities where described - Re-pitch and modify roof framing in areas where described and lay new substrate and membrane roofing and spouting as described. - Install new roof skylight as described. - Make good to cladding as described. It is envisaged that some work can be programmed during the school term time but that the bulk of the work over teaching spaces and the invasive works around the hall corridor will be programmed for the Dec / Jan 2016 / 17 School break. Respondents will need to confirm they are able to commit to this time frame. This procurement is run as a single stage RFP process on GETS to procure the services of the Main Contractor. Project consultants are: - Project Manager: Ian Rattray - Lead Designer: Mark Ansell Resolve It Architects",Awarded,We received 1 valid response to this tender opportunity and have awarded the contract to Pharaoh Construction after evaluation of their response.,20201117 Ministry of Education - School Infrastructure,18132740,Request for Proposals,Open Competition,Main Contractor - Paremata School Modernisation & Services Upgrade,,20161116,20161209,20170606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Paremata School Board of Trustees (the Buyer) is seeking a Main Contractor for the: Block 1 classroom modernisation, Block 5 Roof and Cladding Replacement, Block 5 Toilet Refurbishment, Boiler Replacement and Site Wide Heating Upgrades Project for the Board of Trustees (BoT) of Paremata School. The School requires an experienced Main Building Contractor for the constructions works required to execute the following projects: 1. Block 1 Classroom Modernisation 2. Block 5 Roof and Cladding Replacement 3. Block 5 Toilet Upgrade 4. Site Wide Heating System Upgrades",Awarded,,20201117 Ministry of Education - School Infrastructure,18137531,Request for Proposals,Open Competition,"Wellington Girls' College, Wellington, RFP Main Building Contractor Old Gym - Strengthening, Replace Flat Roofs and Refurbish Offices",4583,20161117,20161212,20161219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wellington Girls' College is an inner-city campus comprising multi storey classroom blocks and single storey gymnasium, hall and specialist teaching spaces. The Old Gym is a brick and concrete building which has been assessed requiring strengthening to 67% NBS. Work will also be undertaken to replace translucent cladding and the flat roof including for insulation. The gym staff offices will be refurbished providing new linings and finishes, new joinery and services and replace windows. An asbestos assessment has been completed identifying one panel within the gym to be removed. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment and strengthening works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,No Tenders Received.,20201117 Ministry of Education - School Infrastructure,18137813,Request for Proposals,Open Competition,Main Building Contractor for Re-Roofing Works at Westlake Girls High School,,20161115,20161209,20161216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Westlake Girls High School (the Buyer) is seeking a main building contractor for Re-Roofing Works at Westlake Girls High School (the School). The project comprises of localised and targeted preventative roofing replacement and repairs to the Blocks: - Science Block. The roof over the Science Block has been identified to have localised weathertightness issues that require remediation. Works include selected demolition. - Gym 2 and aprons to Gym 1 re-roofing. - New A Block membrane gutter resurfacing. The main portion of the works is intended to be undertaken during the school summer holidays with remaining works to be completed once school commences if necessary. The school block must remain operational during the school term.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18138252,Request for Proposals,Open Competition,Main Contractor for the Upgrade to Areas 4 & 6 at Sir Douglas Bader Intermediate School,,20161116,20161209,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Sir Douglas Bader Intermediate School (the Buyer) is seeking a Main Building Contractor for Upgrade of Area 4 & 6 at Sir Douglas Bader Intermediate School (the School). The works are to include the provision of various Ministry of Education DQLS standards such as lighting, floorcoverings and acoustics. The ILE component of the works will create breakout spaces by the removal of walls. The general condition of the interior will also be upgraded as part of the works. The Area 4 Hard Tech and Design spaces will be upgraded with new joinery installed to existing openings, new floorcoverings, new fixed benches, new Decortech plywood wall linings, new acoustic wall coverings and new lighting. The Area 6 toilet block will undergo a full upgrade involving new interior linings and fittings. The Area 6 Food Technology and Art spaces will be upgraded and converted to include two new breakout spaces with new joinery installed, reconfiguration of the cooking space, new benchtops, new floorcoverings, new Seratone and Decortech plywood wall linings, new acoustic wall coverings and new lighting.",Awarded,The contract was awarded to Practec Ltd,20201117 Ministry of Education - School Infrastructure,18144405,Request for Proposals,Closed Competition,Main Contractor for Tech Block Reroof and Upgrade at Otamatea High School,10/11/2004,20161117,20161207,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Demolition of the existing 70 m2 graphics classroom (prefab P3 ). The demolition works require the safe removal of asbestos claddings by a licensed asbestos removal contractor, in accordance with the Ministry of Education guidelines and to the requirements of Worksafe NZ. Construction of 49m2 addition to the small classroom at the northern end of the woodwork room to create a new Graphics Room. approx. 500m2 profiled metal roofing replacement– requiring new roof framing in some areas to achieve the required minimum roof pitch of 3 degrees, this reroofing work also includes replacement of barge boards, fascia and spouting. Installation of a type 2 manual fire alarm system with connection to main fire alarm panel in the administration block. Upgrade of main fire alarm panel to accommodate the entire school in the future. Installation of a new dust extract system for the Woodwork room. Accessibility modifications (including new ramps & handrails) as required to achieve building consent.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18146957,Request for Proposals,Closed Competition,Dunedin North Intermediate - Administration and Performing Arts Upgrade - RFP,3731/16/01,20161118,20161215,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Demolition of administration and redevelop into the existing hall buildings corridor and upgrade the hall foyer entrance as part of a Performing Arts Upgrade including, roof replacement over part of Block 2, new windows and doors, new claddings, ramps decks, wall linings, insulation, lighting, electrical and heating upgrades.",Awarded,,20201117 Ministry of Education - School Infrastructure,18148638,Request for Proposals,Closed Competition,Howick College H&D Block Refurbishment RFP,,20161117,20161207,20170111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18151812,Request for Proposals,Closed Competition,Gore High School Block I & Hostel Demolition,16-097,20161118,20161209,20161220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Gore High School Board of Trustees is looking for a suitably experienced main building contractor to work with a team of experienced contractors and subcontractors as required to carry of the demolition and ground reinstatement to the former school hostel buildings.,Awarded,"Thank you for taking to the time to put in a RFP for this project. The tender was awarded to SouthRoads. Three tenders were received, with Weighted Score attributes as follows: 953, 928, 743.",20201117 Ministry of Education - School Infrastructure,18152940,Request for Proposals,Closed Competition,Hawea Flat School - Special Needs Project - RFP,3747/15/02,20161121,20161209,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Hawea Flat School (the Buyer) is seeking a Main Building Contractor for the Special Needs Project at Hawea Flat School (the School). Reconfiguration and extensions to the existing admin area including relining walls and ceilings of spaces internally, refinishing of all surfaces and materials, creation of new accessible reception area, creation of new withdrawal space, relocation of principals office and copier spaces into new extension.",Awarded,,20201117 Ministry of Education - School Infrastructure,18153822,Request for Proposals,Open Competition,Motueka High School Gym Change and Toilet Alterations Main Contractor,#15-32,20161121,20161216,20170323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Motueka High School (the Buyer) is seeking a MAIN CONTRACTOR for ALTERATIONS TO THE GYM CHANGE ROOMS AND TOILET BLOCK at Motueka High School (the School).,Not Awarded,"Responses received were above schools budget allowance, project currently in redesign phase and will be reissued on GETS in April / May 2017.",20201117 Ministry of Education - School Infrastructure,18156309,Request for Proposals,Closed Competition,Tapanui School - Special Needs Modifications - RFP,3842-16-01,20161122,20161212,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Creation of accessible steps, landings, ramps and ramped paving including handrails, accessible signage, reforming of the existing vehicle access way, making good of surrounding areas affected by the works, fire alarm and evacuation lighting to blocks 2 & 3.",Awarded,,20201117 Ministry of Education - School Infrastructure,18163741,Request for Proposals,Open Competition,Main Contractor - Classroom 15 & 16 Alterations - Renwick School,,20161205,20170123,20170131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Renwick School is seeking a Main Contractor for the Modernisation and Refurbishment of Rooms 15 & 16. The project will involve the reconfiguration of the two classrooms to create breakout spaces and an outdoor decking area.,Awarded,,20201117 Ministry of Education - School Infrastructure,18164392,Request for Proposals,Closed Competition,Omarama School - Special Needs Upgrade - RFP,16/3789/01,20161123,20161213,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Removal of doors and replace with wider doors for accessibility and code compliance. Build new ramps and special needs bathrooms.,Awarded,,20201117 Ministry of Education - School Infrastructure,18167677,Request for Proposals,Open Competition,Main Contractor for the Swimming Pool Refurbishment at Palmerston North Girls' High School,,20161124,20161219,20170202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of the Palmerston North Girls' High School is seeking a main contractor for the Swimming Pool Refurbishment (22m x 9m) at the Palmerston North Girls' High School. This will include the supply, preparation and installation of a new vinyl liner, any resurfacing required beforehand, replacement of pipework, supply and installation of new filtration system and pump. Removing and dumping of existing concrete surrounding the pool, preparation including supply and compacting of sand, boxing of new concrete, supply and installation of reinforcing mesh, supply and laying of new concrete. Concrete requires a textured finish to increase slip resistance.",Not Awarded,No acceptable/compliant responses were received,20201117 Ministry of Education - School Infrastructure,18168688,Request for Proposals,Closed Competition,"RFP for Main Contractor for Major Roofing Works (Replacement & Re-pitching) and Associated Carpentry Works at Kamo High School, Whangarei",,20161123,20161213,20170502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18169193,Request for Tenders,Closed Competition,Main Building Contractor for the Block 5 Relocatables ILE Upgrade at Waikowhai School,WS169761P,20170327,20170427,20170601,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,N/A,The Ministry is seeking Tenders for a Main Building Contractor for the Block 5 Relocatables ILE Upgrade at Waikowhai School,Awarded,,20201117 Ministry of Education - School Infrastructure,18170038,Request for Proposals,Closed Competition,Main Contractor for Satellite Unit Upgrade at Massey Primary School,MoE No. 201808,20161123,20161214,20170105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,N/A,"The Ministry of Education (the Buyer) is seeking Main Building Contractor for Alterations to an existing relocatable to make it suitable as a satellite unit at Massey Primary School, 326 Don Buck Rd, Massey West, Auckland, 0614 (the School). The background to these procurement requirements is due to roll overflow at Arohanui School Special School, Te Atatu South, and an immediate solution for a satellite unit is needed to compensate for the overflow. The Project consists of a new ramp, landing and internal alterations upgrade to an existing relocatable to provide an adequate satellite unit",Awarded,"Contract Awarded: 22/12/2016 Contract Start Date: 05/01/2017 Completion Date: 23/02/2017",20201117 Ministry of Education - School Infrastructure,18170933,Request for Proposals,Open Competition,MAIN CONTRACTOR for Kaipara College Special Needs Reroof & Selected Modernisation,16-024,20161124,20161219,20170327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18171180,Request for Proposals,Closed Competition,Whangarei Primary School - Misc Works Project - Tender Documents,17958744,20161130,20161221,20170406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"1130 - Whangarei Primary School (Block 20 - Rooms 5, 6 and 7) Construction of new extension to the existing Block, new roof structure and roof covering including Interior alterations, renovations and services. Whangarei Primary School has identified the need for the alteration and addition to Block 20 identified on the site plan, for conversion to innovative learning by creating breakout spaces and learning accommodation. The block water tight integrity is to be addressed with the construction of a new roof structure to the block.",Awarded,,20201117 Ministry of Education - School Infrastructure,18172638,Request for Proposals,Open Competition,MAIN CONTRACTOR for Farmcove Intermediate Area 4 Modernisation,15-014,20161125,20161220,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18176141,Request for Proposals,Closed Competition,Main Contractors for Whangamata Area School Heatpump Replacement (RFP),5679,20161129,20161219,20170208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from main contractors for the Heatpump replacement at Whangamata Area School.,Awarded,Recipients have been notified by email.,20201117 Ministry of Education - School Infrastructure,18176805,Request for Proposals,Closed Competition,Darfield High School 8 x New Classrooms,346/05/07/2016-RFP,20161128,20170119,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of Darfield High School we are now requesting Tenders from the selected Main Contractors for the 8 x New Classrooms to be built at Darfield High School.,Not Awarded,This project has been awarded to successful contractor.,20201117 Ministry of Education - School Infrastructure,18183787,Request for Proposals,Closed Competition,Main Building Works for Western Springs College,WS168679,20161215,20170310,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking a main works contractor for the redevelopment project at Western Springs College (the School). This RFP seeks to engage a Contractor to carry out a Novated design and construct works as the main construction redevelopment project of the school commencing 2017. The design is proposed to be novated following completion of the Preliminary Design phase. Design services are provided by Jasmax.",Awarded,,20201117 Ministry of Education - School Infrastructure,18185009,Request for Proposals,Open Competition,Main Building Contractors for Ngaruawahia Primary School 2016 Various 5YA Works (Open RFP),OSS5681,20161201,20170111,20170303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the 2016 Various 5YA Works at Ngaruawahia Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18186845,Request for Proposals,Open Competition,Bundle CW 2016-09 Northland School Master Plan Refresh & Lead Design,,20161130,20170120,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a design team to deliver Master Planning refresh and Lead Design Services for the Northland School (the School) project. Northland School is a full primary school situated in the Wellington region, with a roll of 340 students. The school has experienced roll growth in recent years, with analysis indicating this growth is likely to continue for the foreseeable future. It has been recommended that permanent accommodation be provided for a base roll of 365 students. This project scope includes: • The demolition of Block 2 due to issues relating to weathertightness and age related issues. The block comprises 8 of the schools 13 teaching spaces, the library and multi-use spaces. • The replacement of Block 2 in line with ILE requirements, which will include 2 additional teaching spaces and non-teaching spaces in line with entitlement and demographic projections.",Awarded,,20201117 Ministry of Education - School Infrastructure,18188170,Request for Proposals,Open Competition,Kaniere School & Whataroa School - Weatherboard Repairs and Painting of Schools,16-3393 / 16-3592,20161130,20170110,20170802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd, Whataroa School's and Kaniere School's Board of Trustees are inviting Main Painting Contractors to provide a proposal to School Support Ltd as the schools agent for the potential provision for Weatherboard Repair and Painting at Whataroa School and Painting of the Exterior of the Whole School and the Interior of the Administration at Kaniere School. As there are two separate documents, contractors are requested to price for both schools together and separately for each project. At Whataroa School the project will consist of pre-paint repairs and exterior painting of all buildings at the School. At Kaniere School the project will consist of pre-paint repairs and exterior painting of all buildings at the school. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document and the attached specification and plans as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template Part B and the Works Price Schedule and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant.",Awarded,,20201117 Ministry of Education - School Infrastructure,18194271,Request for Proposals,Closed Competition,Windsor North School Block D ILE (Stage 2) & Heating Upgrade,16-085,20161202,20161221,20170130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Windsor North School Board of Trustees is looking for an experienced Building Contactor to complete the stage 2 ILE upgrade to Block D as well as some minor heating upgrade repairs at Windsor North School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18194911,Request for Proposals,Closed Competition,Nelson Intermediate School - Property Modifications,16-3210,20161202,20170123,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Nelson Intermediate School Board of Trustees are inviting main contractors to provide their Request for Proposal to School Support Ltd as the school's agent for the potential provision for Property Modifications at the School. This project will consist of carrying out property modifications at the school including new concrete steps, drinking fountains, visual identifications, stainless steel handrails interior and exterior and alterations to existing handrails in areas. Construction of a wall and doors in a corridor and some painting. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template and Works Price Schedule and submit with their Request for Proposal via the GETS website. Please only fill in Part A of the Suppliers Response Template if any information has changed since your ROI submissions.",Awarded,,20201117 Ministry of Education - School Infrastructure,18198644,Request for Proposals,Closed Competition,"Block E Refurbishment at Western Heights High School, Rotorua",4693,20161206,20170111,20170221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFP for Main Building Contractor for refurbishment of existing Block E at Western Heights High School, Rotorua. This is a closed process to a shortlist of main building contractors selected following receipt of registrations of interest. Work will include replacement of wall and floor linings, interior painting, new lighting and new joinery fixtures. The work will involve 10 classrooms.",Awarded,,20201117 Ministry of Education - School Infrastructure,18202742,Request for Proposals,Open Competition,Whangaroa College - Fire,,20161216,20170125,20170920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Whangaroa College in Kaeo Northland is doing a major 5YA funded fire protection project. We are tendering for a contractor capable of doing this project over the summer holidays. It will be a performance based tender based on reports which the College have obtained on fire protection.",Awarded,"The fire protection contract has been awarded to Wormald. Extra work has been added arising from the building consent. Builders Work has been awarded to Eastside Builders Limited Emergency Lighting has been awarded to BOI Electrical Limited The price band (above) is the sum of the three contracts",20201117 Ministry of Education - School Infrastructure,18207654,Request for Proposals,Open Competition,Mokoia Intermediate School - Block A Toilet Upgrade,,20161223,20170120,20170814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main Building Contractor for Block A Toilet Upgrade at Mokoia Intermediate School. - The toilet block which includes a disabled person’s facility and changing areas has been maintained well but at 30 years old the area needs new division panels and doors, new linings and new bathroom fittings. Changes in privacy and safety of student standards have changed and these new concepts can be accommodated. - The outcome sought is to have a modern facility with features appropriate to today’s requirements. Changing facilities will open directly to the fields rather than students having to come back through the toilet area",Not Awarded,No responses,20201117 Ministry of Education - School Infrastructure,18208342,Request for Proposals,Closed Competition,Main Building Contractors for Tainui Full Primary School 5YA Various Works 2016 (RFP),5658,20161209,20170120,20170329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals from Main Building Contractors for the 5YA Various Works 2016 at Tainui Full Primary School.,Awarded,The contract was awarded to McGregor Construction Ltd and will start this week/next week. The term of the contract is 6 - 8 weeks.,20201117 Ministry of Education - School Infrastructure,18211953,Request for Proposals,Closed Competition,16-3235 Westport North School Upgrade of Deputy Principal and Library Office and Replace Rotten Verandah Posts,16-3235,20161214,20170123,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Westport North School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd as the schools agent for the potential to carry out the Upgrade of Deputy Principal and Library Office and Replace Rotten Posts on the Verandah. The project includes altering existing spaces in Block A and replacing the rotten verandah posts. The works include new floor coverings, electrical work and painting. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy’s and Requirements. All respondents must fill in the attached Suppliers Response Template, Works Price Schedule and Cover letter and submit with their proposal via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,18213632,Request for Tenders,Closed Competition,RFP for Main Contractor for Construction of Teaching Block at Papamoa Primary,,20161212,20170127,20170720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Please find attached the release of the RFP for Construction of Teachers Block at Papamoa Primary. Notice to Tenderers to follow including; - Fire report - Proposed Contract",Awarded,,20201117 Ministry of Education - School Infrastructure,18215406,Request for Proposals,Closed Competition,Main Building Contractors for Raglan Area School - Junior Block & Dental Clinic Upgrade (RFP),5624,20161213,20170120,20170224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking requests for proposals for the Junior Block and Dental Clinic Upgrade at Raglan Area School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18220947,Request for Proposals,Open Competition,"Main Building Contractor for Block 1 Remediation at Terrace End School, Palmerston North",2-042-001 / WS167706,20161213,20170214,20170419,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking main building contractor services for the Block 1 Remediation at Terrace End School. We are looking to engage the services of an appropriately skilled and resourced building contractor to undertake the works on site at Terrace End Primary School in Palmerston North.,Awarded,,20201117 Ministry of Education - School Infrastructure,18224986,Request for Proposals,Open Competition,Canteen Contract at Rosehill College,,20161220,20170124,20170404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT is seeking interest parties to operate the school canteen at Rosehill College (the School).,Awarded,This contract was awarded to Deejays and will commence for 1 year from May 1 2017,20201117 Ministry of Education - School Infrastructure,18225471,Request for Proposals,Closed Competition,Ohope Beach School Head Contractor RFP,WS165135,20161220,20170203,20170525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry - Buyer) is inviting Proposals, from suppliers shortlisted through an earlier ROI process, for the construction works for a major redevelopment of Ohope Beach School including construction of a new two storey teaching block and substantial site civil works. The physical works are outlined more fully in section 2 of this document. The work is expected to commence in early 2017 and will need to be phased to accommodate the ongoing operation of the existing school. Target for completion is by the commencement of Term 1 (late January) 2018",Awarded,Marra Construction (2004) Ltd. has been confirmed as the contractor.,20201117 Ministry of Education - School Infrastructure,18229146,Request for Proposals,Closed Competition,Westport South School - Property Modifications,16-3236,20161215,20170127,20170531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Westport South School Board of Trustees are inviting shortlisted main contractors to provide a proposal to School Support Ltd as the schools agent for the potential provision for Property Modifications at the School. This project will consist of carrying out property modifications at the school including fencing the school site, alterations to an existing bathroom and toilet area and making good to painted area. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the ROI document as well as compliant with all MOE Policy's and Requirements. All respondents must fill in the attached Suppliers Response Template, Works Price Schedule and Cover Letter and submit via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,18241656,Request for Proposals,Open Competition,"Kaiti School, Gisborne - Proposed 2 New Classrooms",1664,20161216,20170126,20170214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kaiti School is located in Gisborne on the East Coast of the North Island. The project involves the construction of 2 standalone Flexible Learning Space Classrooms on part of the school site. Construction is with a concrete slab to the classroom, timber decks, timber framed to the walls and metal roof on timber framing. The key to this RFP is to find a Main Contractor that has the resources to complete the building works in a collaborative team environment and can work under pressure. Proposals will be evaluated including: - Attributes of a fit for purpose solution - Capability (qualifications, experience and track record) - Capacity (resources and availability) - Price will be evaluated based on the tender document provided with this RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,18242898,Request for Proposals,Open Competition,Waiheke Primary School Exterior and Interior Paint,,20170119,20170215,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tender is to paint the exterior and interior of our school as outlined in the tender documents. The Board of Trustees seeks a main painting contractor for the contracted works.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line",20201117 Ministry of Education - School Infrastructure,18243875,Request for Proposals,Closed Competition,"Upper Hutt Primary School, Upper Hutt - RFP Main Building Contractor ILE Refurbishment Block 1",4455,20161219,20170202,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the ILE Refurbishment Block 1 at Upper Hutt Primary School. Block 1 at Upper Hutt Primary School is a 1909 vintage building that has had a number of alterations over the years but by and large retains its original structural base. The roof is a complex form with historic leak issues which require to be resolved. The project sets out to strip out the interior including the toilets, remove windows and interior walls. A new plan layout will be provided including new structural elements, walls, windows and doors etc to develop flexible teaching spaces. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Peryer Construction Wgtn Limited, start date 24.04.17, expected finish date 31.10.17",20201117 Ministry of Education - School Infrastructure,18244312,Request for Proposals,Closed Competition,"Wellington Girls' College, Wellington, RFP Main Building Contractor Old Gym - Strengthening, Replace Flat Roofs and Refurbish Offices",4583,20161219,20170207,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wellington Girls' College is an inner-city campus comprising multi storey classroom blocks and single storey gymnasium, hall and specialist teaching spaces. The Old Gym is a brick and concrete building which has been assessed requiring strengthening to 67% NBS. Work will also be undertaken to replace translucent cladding and the flat roof including for insulation. The gym staff offices will be refurbished providing new linings and finishes, new joinery and services and replace windows. An asbestos assessment has been completed identifying one panel within the gym to be removed. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust extent of refurbishment and strengthening works. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract Awarded to Freear Philip Limited, start date 22.05.17, expected finish date 30.11.17.",20201117 Ministry of Education - School Infrastructure,18246359,Request for Proposals,Open Competition,Nelson Central School Fencing- Main Contractors Only,,20170126,20170224,20180220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Board of Trustees of Nelson Central School (the Buyer) is seeking Main Contractors only for the Boundary Fencing and Associated Site Works at Nelson Central School (the School). The work involves increasing student security within the school grounds during school hours, while still ensuring the school is easily accessible outside these times. The Works Include 1. Removal and dispose of low level fencing in front of the school, and timber framed fencing elsewhere 2. Removal and dispose of fibre cement fence 3. Type I -Cyclone fencing height 1.8m in height 4. Type 2 -Bulldog boss type 1.8m in height 5. Type 3-150x25 timber tgv framed fencing 6. Mowing strip to Type 2 fence 7. Type A - Vehicle access gate (1 x 2 panel hinged, opening 6.6 x 1.6) lockable 8. Type B- Vehicle access gate (1x single panel hinged, opening 4.5 x 1.6) lockable 9. Type C-Vehicle access gate (1 x Sliding gate, opening 5.4 x 1.4) lockable 10. 7 x Pedestrian gates;Pool type gate (6 x single, 1x double) 11. Planting removal and replacement necessary to install fencing 12. Supply and install precast panels to ball wall on church boundary",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18255559,Request for Proposals,Open Competition,Hinds School - Block 5 Classroom Upgrade - ROI,3375/16/12/2016-ROI,20170112,20170131,20170609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees of Hinds School we are seeking Registrations of Interest from main contractors only for the Block 5 Classroom Upgrade project at Hinds School.,Not Awarded,About to go out to tender to selected shortlisted contractors from ROI,20201117 Ministry of Education - School Infrastructure,18262899,Request for Proposals,Open Competition,Greenmeadows School Block A ILE and Structural Upgrade,,20170104,20170127,20170209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Greenmeadows School Board of Trustees is seeking a main building contractor for the ILE Upgrade and Structural Strengthening of Block A (4 classrooms) at Greenmeadows School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18264110,Request for Proposals,Open Competition,Pamapuria School (Kaitaia) - 5YA Works - Main Contractor Request For Proposals,,20170110,20170208,20170324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Pamapuria School (the Buyer) is seeking Main Building Contractor Proposals for 5YA Capital Works at Pamapuria School (the School). Project consists of internal alterations (minor structural changes) and refurbishments to a significant area of the schools classrooms and ablutions, new floor and wall coverings, development of existing room into a Cooking Technology area, construction of a new 145m2 deck, water tank replacement and a new fire alarm to the majority of the school. Contract to be used is MOE Major Works Contract. Total Contract Value estimate $500k.",Awarded,Contract awarded to Eastside who will start on 27-3-17. Contract period 6 months,20201117 Ministry of Education - School Infrastructure,18264945,Request for Proposals,Closed Competition,201335 - Main Building Contractor for New Junior Classroom Block Project at Pt England School,201335,20170104,20170131,20170420,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,The contract was awarded to Construction Management Group (Building) Ltd and will start on the 6th of May 2017. The term of the contract is 4 months.,20201117 Ministry of Education - School Infrastructure,18268989,Request for Proposals,Open Competition,"Main building contractor for 2 Classroom upgrade at Arohanui Special School, 82 Tirimoana Road, Te Atatu South, Auckland.",,20170104,20170131,20170316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Board of trustees is seeking a main building contractor for 2 Classroom upgrade at Arohanui Special School, 82 Tirimoana Road, Te Atatu South, Auckland. The Project Consists of alterations to 2 existing reloc classrooms involving non-structural demolition of internal walls, minimal removal of external linings, removal of 3 windows & doors, new kitchenettes & storage, new LED lighting throughout and full internal floor & wall coverings upgrade.",Awarded,,20201117 Ministry of Education - School Infrastructure,18271748,Request for Proposals,Open Competition,Main Contractor Douglas Park School (Masterton) Blks 1&2 Classroom Upgrade,,20170111,20170210,20170510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at DPS (School) are proposing to open up walls between the classrooms in blocks 1 & 2, to create more flexible interconnected teaching spaces. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involve • Strip out old fittings and fixtures in the classrooms to cater for the new openings • Internal fitout of classrooms to suit the new openings, which involves some moving of existing joinery and fittings. • Modify and upgrade plumbing and electrical systems in the affected rooms. The contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract The work can start on site as soon as the contract is awarded. The school is only able to grant access to two rooms at a time so the work will need to be programmed in a staged manner to suit the schools ability to decant the rooms as the works progress. There is flexibility to work in with the contractors program provided the work is staged. The project is being managed by Ian Rattray on behalf of the BOT. The scope of works and tender documents have been prepared by Robertson Architectural Ltd The Procurement will be a single stage open tender on GETS.",Awarded,We have evaluated the responses using the weighted attribute model for non priced attributes and applying the price evaluation template score and M B Brown are the preferred supplier. We are woking with them on some minor scope changes to increase the scope of work to suit our budget. We are hoping to award the contract in Mid May 2017,20201117 Ministry of Education - School Infrastructure,18272074,Request for Proposals,Open Competition,Main Contractors for construction of New Classroom Block - Silverstream School,,20170110,20170208,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Silverstream School (the Buyer) is seeking main contractor for new classroom block at Silverstream School. The project includes the construction of a new classroom block which includes two teaching spaces, shared learning area and a resource room including all connections to existing infrastructure and associated site works.",Awarded,,20201117 Ministry of Education - School Infrastructure,18275424,Request for Proposals,Open Competition,Taranaki Cluster Package 4 - Main Contractor for Construction Works at Te Pi`ipi`inga Kakano Mai Rangiatea,,20170110,20170203,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Construction Works at Te Pi`ipi`inga Kakano Mai Rangiatea (the School). The purpose of this Request for Proposal (RFP) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. With the reclassification of the Kura from Years 1-8 to Year 1-13, a further four teaching spaces are required in order to meet a larger range of curriculum activities. It was decided that four specialist teaching spaces within two buildings would be specifically designed in consultation with the Kura to suit the growing requirements of the Kura. The successful contractors will be required to deliver Main Contractor services for the school project. A contract template will be uploaded as an NTT.",Awarded,,20201117 Ministry of Education - School Infrastructure,18276239,Request for Proposals,Open Competition,Macleans College Transportable Sports Change Rooms,,20170111,20170208,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Macleans College Board of Trustees invite proposals for a transportable sports changing room building to be located at the sports fields off Oliver Road, Howick.",Not Awarded,Relocatable proposal did not satisfy moisture E2 requirements therefore permanent building now to be designed.,20201117 Ministry of Education - School Infrastructure,18276444,Request for Proposals,Open Competition,Network Management Services at Hillcrest High School,,20170111,20170210,20170427,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking Network Management Services for Hillcrest High School (the School). Hillcrest High School has been party to an agreement for network management services with an IT Provider for the past eleven years. The current agreement with the IT Provider is due to expire and the school seeks to secure a new network support agreement to ensure that the school's network will be managed at an optimum level on a known and fixed budget. There is also the potential to extend the contract to include a provision for unlimited engineering services to allow project and network change work to occur with no additional cost to the school.",Awarded,"The contract has been awarded to New Era IT for a term of 3 years, starting on the 1st May 2017.",20201117 Ministry of Education - School Infrastructure,18276680,Request for Proposals,Open Competition,RFP - Henderson Valley School - Classroom Demolition and Storeroom Modification Works,WS171912,20170123,20170217,20170425,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a suitability qualified Contractor to demolish three old relocatable classrooms, undertake modifications to a storeroom and complete site works at Henderson Valley School (the School). Henderson Valley School is to receive a new modular building (not part of this contract) in early 2017. To make way for the new building the demolition and enabling work needs to be completed (this contract) by mid-March 2017.",Awarded,,20201117 Ministry of Education - School Infrastructure,18278790,Request for Proposals,Open Competition,Birkdale Intermediate School Special Needs Property Modifications Construction Works,WS172314,20170112,20170208,20170611,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking proposals for Special Needs Property Modification Construction Works at Birkdale Intermediate School as detailed in the attached specifications and drawings.,Awarded,,20201117 Ministry of Education - School Infrastructure,18283428,Request for Proposals,Open Competition,Taranaki Cluster Package 4 - Main Contractor for Construction Works at Spotswood College,,20170113,20170213,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Construction Works at Spotswood College (the School). The purpose of this Request for Proposal (RFP) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. The successful contractors will be required to deliver Main Contractor services for the school project.",Awarded,,20201117 Ministry of Education - School Infrastructure,18284579,Request for Proposals,Open Competition,Roof Replacement at Hillpark School,,20170116,20170210,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Hillpark School (the Buyer) is seeking an experienced roofing contractor for the roof works at Hillpark School (the School). The project is to replace and repair the roofing on various buildings at Hillpark School as identified in this RFP, and the supporting information.",Awarded,The contract was awarded to Topline Roofing Ltd.,20201117 Ministry of Education - School Infrastructure,18284934,Request for Proposals,Open Competition,Main Building Contractor for Library Alterations at Mellons Bay School,MB01A,20170116,20170210,20170327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Main Contractor for Library Alterations at Mellons Bay School (the School). Proposed works are removal of internal walls and creating a larger open space, install a steel portal frame, remove an office, new aluminium doors/windows, new low deck and refurbishment to wall, floor and ceiling coverings.",Awarded,"Thank you all for your submissions Some tenders received was thorough in your documentation, others missing standard documentation Five complying Tenders were received Tender values - grouped with one very high, the next group of similar value and then another two at the lower end Final tender value, included scope and no tags was successful in the end.",20201117 Ministry of Education - School Infrastructure,18285130,Request for Proposals,Closed Competition,Main Contractor for the ILE Upgrade at Mt Eden Normal School,,20170126,20170221,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Main Building Contractor for the ILE Upgrade at Mt Eden Normal School (the School). This project involves the refurbishment of 4 teaching spaces enabling them to deliver ILE spaces capable of collaborative teaching in a DQLS environment.",Awarded,The contract was awarded to Andrews Property Services,20201117 Ministry of Education - School Infrastructure,18287407,Request for Proposals,Closed Competition,Main Building Contractor for Special Needs Modifications at Schools in the Helensville Area (Group 8),,20170116,20170220,20170324,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for the implementation Special Needs Modifications at Kaipara College, Parakai, Taupaki and Waitoki Schools. The works involve both internal modifications and new facilities together with external works that shall provide significantly improved accessways into and between buildings and other spaces.",Awarded,,20201117 Ministry of Education - School Infrastructure,18293474,Request for Proposals,Closed Competition,South Otago High School - Pomahaka Block Remodel (Stage 1) - RFP,393/16/01,20170118,20170222,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Alterations to existing Laboratory's, Common Room, Corridor and associated areas as shown on drawings to create a new Learning environment.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18294363,Request for Proposals,Closed Competition,Main Building Contractor for ILE Upgrade at Port Chalmers -- RFP,3803/16/01,20170119,20170213,20170520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Block 1 classrooms require an ILE Upgrade. Create a breakout space and creativity area. Upgrade the toilet and coat hook areas plus an addition of an outdoor learning area.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18295472,Request for Proposals,Closed Competition,Glendowie College RFP Design Services,,20170118,20170209,20170324,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is requesting proposals (RFP) for comprehensive Architectural Design Services (incorporating all required consultants sub-contracting to the Architect) for a Glendowie College Roll Growth Project. The project value is anticipated to be circa $7.8M. The project includes the design and construction of 8no. specialist teaching spaces, 3no. general teaching spaces, 2no. Satellite Unit teaching classrooms and a BOT funded public space. The Ministry is seeking to engage the services of a Designer to complete design services for Glendowie College in two parts: - Part A to completion of feasibility and Business Case Following Business Case Approval; - Part B full design, construction observation, as built drawings approval all consents. The attached documentation has been included with this ROI - Request for Proposal - Supplier response form. - Glendowie College Campus Vision and BoT Design Guidlines - Designing Schools in New Zealand Requirements and Guidelines 2015. - Master programme All responses shall be submitted electronically via GETS.",Awarded,,20201117 Ministry of Education - School Infrastructure,18302063,Request for Proposals,Closed Competition,Main Building Contractor for ILE Refurbishment at Berkley Normal Middle School,,20170123,20170216,20170818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,Awarded as per procurement recommendation report.,20201117 Ministry of Education - School Infrastructure,18306855,Request for Proposals,Open Competition,Albany Primary School Special Needs Property Modifications Construction Works,WS175169,20170123,20170221,20170611,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking proposals for Special Needs Property Modification Construction Works at Albany Primary School as detailed in the attached specifications and drawings.,Awarded,,20201117 Ministry of Education - School Infrastructure,18314651,Request for Proposals,Open Competition,Design and build astroturf area at Wiri Central School,,20170127,20170222,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Design and build of an astroturf area at Wiri Central School including seating and retaining, hockey area, touch area, games area, basketball area",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18317989,Request for Proposals,Open Competition,MAIN CONTRACTOR for Kaipara College Special Needs Reroof & Selected Modernisation,16-024,20170125,20170221,20170309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project is the Re-Roofing of the Special Needs block and Selected Modernisation Work at Kaipara College. History - An original project scope was reduced to address the immediate remedial issues and modernisation requirements of the special needs block The project is not part of wider a project works programmes Scope is to leave the new roof and box gutter, re-pitch and extend a higher existing roof. New roof insulation",Not Awarded,All tenders were well above budget. the project will not be proceeding at this stage,20201117 Ministry of Education - School Infrastructure,18320122,Request for Proposals,Closed Competition,Weston School - Special Needs Project - RFP,3864/16/01,20170126,20170216,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Upgrade security latches / locks to school entrance ways and create a quiet room for students with special sensory needs.,Awarded,,20201117 Ministry of Education - School Infrastructure,18323027,Request for Proposals,Open Competition,"Main Building Contractor for Alterations & Refurbishment to Block E, Taitoko School, Levin","Taitoko School, Levin",20170126,20170222,20170602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Taitoko School, Levin is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Classroom Areas, Block E at the school, which includes:- Convert the existing cloakbay area to provide a breakout space that can be shared by two classrooms. Provide glazed stacker doors to allow vision and flexibility between the spaces. Provision of new bag racks and provide new secure teachers cupboard/joinery. Replace floor coverings, refurbishment of wall linings with Autex Composition and redecoration to remaining surfaces. Replace exterior classroom doors and windows with new double aluminium doors providing direct access to covered verandah areas. All tender documentation and necessary information attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,18326621,Request for Proposals,Open Competition,Main Building Contractor for Fit-out for a Transition Facility at Sommerville School,WS173548,20170126,20170222,20170411,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not Applicable. All responses must be submitted electronically via GETS,The Ministry of Education is seeking a main building contractor for the fit-out of an existing commercial building into a fit-for purpose Transition Facility for Sommerville School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18326902,Request for Proposals,Open Competition,"Main Building Contractor for Covered Ways, Block M Re-Roofing, Block C Re-Roofing and Gable Ends Replacement, Block AD, B Re-Cladding at Stratford High School",02-044-02,20170127,20170223,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Stratford High School (the Buyer) is seeking main building contractor services for Covered walkways, Block M re-roofing, Block C re-roofing, gable end replacement, Block AD, B recladding at Stratford (the School). We are looking to engage the services of an appropriately skilled and resourced building contractor to undertake the works on site at Stratford High School.",Awarded,,20201117 Ministry of Education - School Infrastructure,18328717,Request for Proposals,Open Competition,Main Mechanical Contractor Naenae College Boiler Replacement,,20170130,20170228,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Naenae College (the Buyer) is seeking a main Mechanical Contractor to undertake the replacement of the Gas Boilers at the College. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involves the following works - Decommission and remove existing redundant boiler plant in the boiler House - Installation of new Boiler plant and equipment - New connections to existing services - Make good to building elements affected by the works - Associated electrical services works - Associated builders works The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Conditions of Contract (contract #2) . It is envisaged that the works will take place immediately after the awarding of the contract and be complete for Term 2 2017. The project is being managed by Ian Rattray on behalf of the Naenae College BOT. The Procurement will be a single stage open tender on GETS.",Awarded,We received 3 valid responses to this RFT from 3 very experienced HVAC contractors. After evaluation all three were deemed to have equal attributes for this type and scale of work. The tender is awarded to AMS based on their price,20201117 Ministry of Education - School Infrastructure,18329211,Request for Proposals,Open Competition,Amberley School Block 1 Classroom Modifications-ROI,3276/08/2015 - ROI,20170130,20170216,20170328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of Amberley School we are seeking Registrations of Interest from Main Contractors Only for the Modifications of a 6 x Classroom Canterbury Block (Block 1) at Amberley School, which is situated 45km outside of Christchurch.",Not Awarded,This project has gone out to tender to selected contractors.,20201117 Ministry of Education - School Infrastructure,18329874,Request for Proposals,Closed Competition,Main Building Contractors for New Classroom and Alterations to Existing Classroom at Carew Peel Forest School,,20170127,20170224,20170321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees (the Buyer) is seeking proposals from suitably qualified and experienced Main Contractors for Alterations to Classroom and Toilet Block and upgrade of Waste Water Treatment at Carew Peel Forest School (the School),Awarded,,20201117 Ministry of Education - School Infrastructure,18330919,Request for Proposals,Open Competition,Roofing Contractor Wainuiomata Intermediate School Blks D E F & G Roof Replacement,,20170130,20170228,20170509,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Wainuiomata Intermediate School (the Buyer) is seeking a Roofing Contractor to undertake the like for like replacement of existing corrugated steel roof cladding to Blocks D E F & G at Wainuiomata Intermediate School (WIS) (the School). The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The work involves - Allow to strip existing roofing and underlay. This process shall be carried out in a staged manner that will maintain the weather tightness of the building, and shall be done in conjunction with the laying of the new roof. All removed materials and debris shall be removed from site on a regular basis - Allow to supply and install new .55 gauge Colorsteel Endura long run corrugate profiled roofing, complete with associated screw fixings, flashings and accessories. Colour to match existing roof. Profile to match existing. - Allow to replace building paper, all in accordance with the attached specification and the best of trade practice with new “Thermacraft Covertek 405” fire retardant roof underlay. Run underlay across the roof and lapped in accordance with manufacturer’s instructions. - Note: In areas like barges where a new flashing is fitted over a painted board, ensure the new flashing is deep enough to cover any unpainted areas of the barge boards - Allow to supply and fit all flashings, upstands, accessories, etc to provide a watertight finish. Refer to attached details for specific details. Provide additional timber blocking as necessary to ensure proper fixing of roofing and flashings. Saw cut chases in the concrete structure and embed new cap flashing to cover over new apron flashings were concrete structure is exposed - Upon completion remove all surplus materials and debris from site, leave the entire site in a clean and tidy condition. - Provide a producer statement for water tightness upon completion for both the material and the installation. The contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Minor Works Contract). The project is being managed by Ian Rattray on behalf of the School BOT. The Procurement will be a single stage open tender on GETS.",Not Awarded,We received no reposes to this opportunity,20201117 Ministry of Education - School Infrastructure,18331350,Request for Proposals,Open Competition,"Main Building Contractor for Alterations & Refurbishment to Blocks 1, 4 & 13, North Street School, Feilding","North Street School, Feilding",20170303,20170329,20170602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for North Street School, Feilding is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Blocks 1, 4 and 13 Block 1 includes removal of internal walls to allow flexibility and visual transparency between learning spaces. Open internal walls as far as possible between classrooms 2 & 3, and provide glazed stacker doors (or similar) to create flexibility and vision. Removal of internal wall as far as possible between classrooms 3 & 5 to provide open plan flexible teaching space. Remove existing Resource Room 4. Wall Linings and Floor Coverings are to be made good in these areas where alterations undertaken, and areas altered to be redecorated to match existing. Block 4 includes removal of internal walls to allow flexibility and visual transparency between learning spaces. Open internal walls as far as possible between classrooms 5 & 8, and provide glazed stacker doors (or similar) to create flexibility and vision. Removal of internal wall as far as possible between classrooms 8 & 9 to provide open plan flexible teaching space. Block 13 includes removal of internal walls to allow flexibility and visual transparency between learning spaces. Create Breakout Areas and Create teachers Workroom for the Block. Half of one of the existing classrooms, resource and teachers areas are to be altered to provide a teachers workroom and resource storage. The remaining classroom area will still be used as a teaching space. New borrowed light between the new teacher’s workroom and new resource space into adjoining classroom. Open up the internal wall between classroom and existing resource area and install new glazed stacker doors. Removal of internal walls in middle classroom, including walls that make up the existing Teacher and Resource areas. This will create a larger teaching space in the central area of block to cater larger groups of students. Provide 2 set of double opening doors from middle classroom onto existing deck Open up the internal wall between end classroom and with-drawl space and install new glazed stacker doors. New flooring coverings and new wall linings to all spaces in Block 13 Interior redecoration to new and existing surfaces (including fixed joinery, ceilings, doors, windows). All tender documentation and necessary information attached. TERMS AND CONDITIONS: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/",Awarded,,20201117 Ministry of Education - School Infrastructure,18332034,Request for Proposals,Closed Competition,Titirangi School - Stage 1 Classroom Refurbishment,,20170131,20170222,20170331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Titirangi School is seeking a main building contractor for their classroom refurbishment project.,Awarded,,20201117 Ministry of Education - School Infrastructure,18332480,Request for Proposals,Closed Competition,Te Puke High School Blocks A & B Works,4677,20170131,20170227,20170331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The objective of this procurement is to source Main Contractors Services for Blocks A & B Works at Te Puke High School. Works are to be undertaken during April - June 2017 The Project involves the following: - Reclading of main Hall -Repainting of Block B exterior cladding -New claddings and deck to North Elevation of Block B -Internal remodelling to Block B",Awarded,,20201117 Ministry of Education - School Infrastructure,18334577,Request for Proposals,Closed Competition,"Weston School, MLE and Toilet Upgrade - RFP",3864/14/01,20170131,20170222,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Remove current fixtures, wall linings, ceiling, lighting, extraction, flooring, windows, radiators and steamlines. Install all new fixtures, non-slip flooring, water Resistant wall linings, ceiling, lighting, new windows that are able to open for ventilation, extraction system, partitions that support 3 cubicles, new mirror and new electric hand drying system. There will be a breakout space added where there are currently toilets and a lobby/bag area. Classrooms 1, 2 and 3 will be upgraded so that each classroom has aluminium sliding doors that open to an outside area, upgraded teaching stations, wet areas and carpets, wall coverings, etc will be updated as well as sliding doors that open between classrooms and out into the breakout space to create a modern and practical learning environment.",Awarded,,20201117 Ministry of Education - School Infrastructure,18339531,Request for Proposals,Open Competition,"Main Building Contractor for Alterations & Refurbishment to Block A at Poroutawhao School, Levin",Poroutawhao School,20170201,20170303,20171006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Poroutawhao School, Levin is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block A at the school, which includes:- Convert the existing library to a provide a breakout space. Wall removed between classrooms and also part of a corridor wall to allow for larger teaching area and flexibility between spaces. Existing resource room to be converted to provide a further breakout space. Provide glazed stacker doors to both newly created breakout areas. Some existing exterior windows and doors replaced with new aluminium inserts. Provision of new wet area to landing. Replace floor coverings, refurbishment of wall linings with Autex Composition and redecoration to remaining surfaces. Electrical and Fire Design Work is also involved. All tender documentation and necessary information attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,18339932,Request for Proposals,Closed Competition,Knapdale School Outdoor learning space,3973-16-01,20170201,20170222,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Terms and conditions http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf The objective of this procurement is to source the supply of construction works for the construction of an outdoor learning area that consist of a large outdoor covered deck area with some minor alterations inside the classroom cloakroom area .",Awarded,,20201117 Ministry of Education - School Infrastructure,18342337,Request for Proposals,Open Competition,Main Contractor Arakura School (Wainuiomata) Classroom Upgrade Blks 1 & 3,,20170201,20170301,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Arakura School (School) are seeking a Main Contractor to construct the upgrade of 4 permanent classrooms in blocks 1 and 3. The project is being run by the BOT via a Project Manager operating under the Ministry of Education policies. The works involve - Strip out old fittings and fixtures in 4 classrooms and 2 toilets - Internal fitout of 4 classrooms includes new pin boards, joinery and floor coverings. - Install new aluminium window inserts into the existing frames - Modify and upgrade plumbing and electrical systems in the affected rooms. The contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract The project is being managed by Ian Rattray on behalf of the BOT. The scope of works and tender documents have been prepared by IR Group Ltd The Procurement will be a single stage open tender on GETS.",Awarded,We received two responses to this RFX and evaluated both responses. Both respondents were deemed to have equal non-priced attributes for the scale and type of work we were seeking. We awarded the contract to Cararra Holdings based on their better price score.,20201117 Ministry of Education - School Infrastructure,18345169,Request for Proposals,Open Competition,Main Contractor for the Hall Extension at Newton Central School,,20170201,20170227,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Newton Central School (the Buyer) is seeking Main Contractor for the Hall Extension at Newton Central School (the School). The project is to extend the footprint of existing Whare Tapere as outlined and specified in the attached documentation.",Awarded,,20201117 Ministry of Education - School Infrastructure,18346200,Request for Proposals,Closed Competition,Rangitoto College Fire Upgrade Project RFP,,20170216,20170316,20170524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18347247,Request for Proposals,Open Competition,Main Contractor - Rationalisation of Multiple Blocks at Kelston Intermediate School,,20170203,20170302,20170321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a main contractor for asbestos removal and rationalisation of mulitple blocks at Kelston Intermediate School.,Awarded,Thank you for participating in the tender. The evaluation team deems that the successful respondent provided value-add recommendations. They were able to assess services that need to be relocated and were able to provide good recommendations for relocating them. The evaluation team appreciated the extra measures they undertook to determine these additional but significant requirements. This also enabled the project team more insight into the work required thus minimizing any potential variations.,20201117 Ministry of Education - School Infrastructure,18365805,Request for Proposals,Open Competition,Taumarunui High School Fire Safety Upgrade,3118.02,20170210,20170308,20170519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Taumarunui High School (the Buyer) is seeking Main Contractor Services for the Upgrade of Fire Safety Facilities at Taumarunui High School (the School). In 2016 the school suffered a significant loss to their fire safety systems when an old component failed. The fire safety components in most of the school are ageing and need replacement and upgrading to modern standards. The existing systems, while legal, nevertheless do not meet modern standards, and it has been decided to upgrade the fire safety systems in a manner that will cater for the short-term safety of the occupants while considering long-term planning options. Areas of the school that are deemed to have long-term continuance will be upgraded to modern code requirements, while other areas that will be demolished or significantly altered will have minimal fire safety upgrading work to address critical shortfalls. Some buildings in the school remain unchanged, with fire safety issues deferred until some future time. Due to the significant amount of fire safety work the role of Main Contractor may be carried out by either: - a specialist fire safety systems contractor employing other sub-contractors - a general construction company employing the fire safety systems sub-contractor and other subcontractors. It is vital that tenderers visit the site to understand that nature of the school, the buildings, and the existing fire safety systems. Terms and conditions for the RFP are available through a link in the RFP document, or at the following address: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Not Awarded,Project on hold,20201117 Ministry of Education - School Infrastructure,18367858,Request for Proposals,Open Competition,Main Building Contractor for Special Needs Modification Works at Rodney College and Wellsford School (Group 8),,20170209,20170306,20170823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a Proposal for the implementation of Special Needs Modifications at both Rodney College and Wellsford schools. The works involve both internal modifications and new facilities together with external works that shall provide significantly improved accessways into and between buildings and other spaces. NOTE: RFP CAN BE FOUND UNDER ADDENDA.",Not Awarded,No responses,20201117 Ministry of Education - School Infrastructure,18369760,Request for Proposals,Closed Competition,Buller High School - Replace Roof s,17-301-02,20170213,20170313,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Buller High School Board of Trustees are inviting main contractors to provide a proposal to School Support Ltd as the school and agent for the potential provision to replace roofs at the School. This project will consist of removing existing roofs and discarding the material. Replace the roofs with new coloursteel roofing and underlay and replacing the spouting with new continuous spouting. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the ROI document as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template and submit with their proposal via the GETS Website. Please also make sure that the Works Price Schedule is completed (Excel Spreadsheet). Please note unless any information has changed since your Registration of Interest then you are not required to fill in PART A of the Suppliers Response Template as this has already been received with your ROI submission.",Awarded,,20201117 Ministry of Education - School Infrastructure,18370579,Request for Proposals,Open Competition,Main Building Contractor for Library Weathertightness at Wanganui City College,02-004-050,20170213,20170308,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project addresses weathertightness issues in the projecting library and annexe and on the first floor of the tower block (Block B) and involves the removal and replacement of the existing tray-section roofing, aluminium windows and integral spandrel panels, lower level ceiling lining and recessed lights, water damaged carpet; the provision of extended roof framing, together with the installation of a new window spandrel dado duct and general making good of existing elements affected by the work",Awarded,,20201117 Ministry of Education - School Infrastructure,18375179,Request for Proposals,Closed Competition,Matua School Classroom Remodel,MPS05,20170213,20170303,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Remodeling to A Block at Matua School. Minor alterations and remodel to P Block.,Awarded,,20201117 Ministry of Education - School Infrastructure,18375242,Request for Proposals,Open Competition,Main Building Contractor for Special Needs Modifications (major works - part 1) at Pukekohe East School,173225,20170213,20170309,20170508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"As part of the MoE's special needs modification programme, the MoE identifies and remedies specific accessibility issues for individual students with special needs at the School. This process is carried out on a case by case basis, with an Occupational Therapist reviewing the school property and making modification recommendations to the MoE EIS team for implementation through the CDP programme. The Special Needs Modifications (major works - Part 1) at Pukekohe East School are a component of the wider SNM CDP (Batch 7.0 & 7.2) project which commenced in 2013. The general scope of the Special Needs Modifications (major works - Part 1) at Pukekohe East School includes the upgrade of the existing surface storm-water treatment and disposal system in conjunction with the redevelopment of the School's entry drive area and adjacent linking footpaths/ ramps/ steps etc to provide an accessible exterior link from the car park area to the Main Hall building, and the nearby Satellite Classrooms. The services required is that of a main construction contractor to undertake the construction works of the Special Needs Modifications (major works - Part 1) at Pukekohe East School in accordance with the attached documentation. The successful main construction contractor will be engaged by the MoE under the MoE Major Works (NZS3910:2013) construction contract, administered by designgroup architects h+k.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18380055,Request for Proposals,Open Competition,Fendalton School - New Boundary Fence & Modifications,MW1963 - ROI,20170214,20170302,20170328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are seeking Registrations of Interest only from main contractors for a new boundary fence, and modifications to existing rear boundary timber fences, at Fendalton School.",Not Awarded,This project has now gone out to tender to short listed contractors.,20201117 Ministry of Education - School Infrastructure,18380058,Request for Proposals,Open Competition,Taranaki Cluster Package 5 - Main Contractor for Construction Works at Coastal Taranaki,,20170213,20170308,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Construction Works at Coastal Taranaki (the School). The purpose of this Request for Proposal (RFP) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. The Taranaki region has an extremely harsh marine climate combined with an aged building stock that in some cases was poorly designed and constructed, and has resulted in an accumulation of remedial work at local schools. The scope of this project at Coastal Taranaki includes remediation of various issues with the school gym and the demolition of the current walkway / construction of a new walkway The successful contractors will be required to deliver Main Contractor services for the school project. A contract template will be uploaded as an NTT.",Awarded,,20201117 Ministry of Education - School Infrastructure,18380547,Request for Proposals,Open Competition,Main Contractor for Conversion of Former Office Area to Classroom at Wairakei Primary,,20170215,20170315,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block A is a teaching Block of 4 classrooms that also includes the former/original administration area comprising former staffroom, offices, kitchen, toilet, storage and circulation area currently serving as a utility area of approx 150m2. Area also includes the main Switchboard and Server. The school requires this space to be converted to a teaching area. The majority of the work is internal demolition and fitout, but there is a small footprint extension included.. Switchboard and Server to remain. The project must be completed and available for use from Monday 1 May 2017, or as near as possible to that date. Concept drawings are appended to provide prospective respondents with an outline of what is required. Full specifications and construction drawings will be provided on request.",Not Awarded,"There were nil responses to the GETS invitation. A closed tender process was subsequently conducted where invitations to tender were sent to five Taupo based contractors. All bar one declined to submit. The sole response from Chamberlain Carpentry was compliant in all respects and the adjusted tender price of $342,063.77 accepted by the BOT Note change in Price Band. a late addition to the scope of work was agreed by MOE and the total price is within approved funding level",20201117 Ministry of Education - School Infrastructure,18380719,Request for Proposals,Closed Competition,Darfield High School - New Boundary Fence,346/28/11/2016-RFP,20170215,20170307,20170621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees of Darfield High School we are now seeking tender prices from the shortlisted main contractors from the registration of interest process. The project is the construction of a new boundary fence using pool style powdercoated steel fence panels and posts.,Not Awarded,This project has now been awarded to successful contractor.,20201117 Ministry of Education - School Infrastructure,18382228,Request for Proposals,Open Competition,Kerikeri High School Roofing Works & Block 14 Library/Digital Technology Alterations,,20170217,20170316,20170623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kerikeri High School (the Buyer) is seeking Main Building Contractor Proposals for Roofing Works and Block 14 Library/Digital Technology Alterations. Project consists of replacement of roofs to a number of buildings; Block 14 internal alterations, removal of walls and installation of new structural beams, new floor and wall coverings, new fire alarm to entire building, removal of existing toilets and installation of new. Estimated project cost $200k. Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18384136,Request for Proposals,Open Competition,Main Electrical Contractors for Gisborne Boys High School Site Reticulation & Library Lighting,OSS5727,20170216,20170313,20170411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees are seeing Main Electrical Contractors for the Site Reticulation & Library Lighting Project at Gisborne Boys High School. This work also includes thrusting of cables under hard surfacing and making good of the hard surfaces.",Awarded,The contract was awarded to Electrinet and will begin at a time convenient to both parties. The term of the contract is approximately four weeks.,20201117 Ministry of Education - School Infrastructure,18384615,Request for Proposals,Open Competition,Taranaki Cluster Package 5 - Main Contractor for Construction Works at Turuturu,,20170214,20170309,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for Construction Works at Coastal Taranaki (the School). The purpose of this Request for Proposal (RFP) is for the Ministry to invite contractors to submit a Proposal through GETS for the Construction Services for civil, infrastructure, remediation and building works required at the above school. The Taranaki region has an extremely harsh marine climate combined with an aged building stock that in some cases was poorly designed and constructed, and has resulted in an accumulation of remedial work at local schools. The scope of this project at Turuturu includes remediation work on various issues with Block A, B and C. The successful contractors will be required to deliver Main Contractor services for the school project. A contract template will be uploaded as an NTT.",Awarded,,20201117 Ministry of Education - School Infrastructure,18385363,Request for Proposals,Closed Competition,"Main Building Contractor for ILE Alterations and upgrading work at Glen Eden Primary School, Glen Eden, Auckland",,20170224,20170317,20171009,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Quotations are sought for the job as per Rfx 17927845. The Board of Trustees (the Buyer) is seeking a Main Building Contractor for ILE Alterations and upgrading work at Glen Eden Primary School, Glen Eden, Auckland. The project includes Roofing, Electrical and Fire + Security to other areas of the school. The proposed work to Block 3 comprises provision of breakout withdrawal/remedial areas and includes installation of new suspended ceilings, insulation, pinboard, carpet, vinyl, lighting, data, doors, joinery etc. There is the presence of asbestos sheet cladding which is to be removed and disposed of in accordance with MOE and Worksafe guidelines. Subject to funding and consent approvals, it is anticipated that the building contract will commence indicatively during April / May 2017. See attachments for Specification of requirement.",Awarded,,20201117 Ministry of Education - School Infrastructure,18386400,Request for Proposals,Open Competition,Main Contractor for Otamatea High School Tech Block Reroof & Upgrade,10/11/2004,20170216,20170313,20170906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"Otamatea High School Board of Trustees is seeking Proposals for a Main Contractor to undertake Re-roofing and related works at Otamatea High School. Approximately 500m2 of profiled metal roofing is to be replaced over the Tech Block, of which approximately 340m2 is to be re-pitched to achieve minimum 3 degree pitch. A further 150 m2 of profiled metal roofing is to be replaced over the Home Ec Block. Insulation is to be provided to the extent of the re-roofing works. The existing non-complaint access ramps to the Woodwork Room and Metalwork Room are to be removed and replaced with compliant accessible steps, ramps and landings. The Contractor will be required to co-ordinate the work in such a way that it can be safely carried out given the buildings will generally remain occupied throughout school term time. An existing prefab building is to be demolished - involving safe removal and disposal of materials containing asbestos. This work must be programmed to be carried out over the school holiday period 15th - 30th April 2017. The Contractor will also be required to co-ordinate sub trades as required to decommission the existing Woodwork dust extract unit, construct a new reinforced concrete plinth, and provide new electrical supply for a new dust extract unit to be supplied by a separate contractor. Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18387634,Request for Proposals,Open Competition,Gisborne Intermediate - Main Building Contractor for the construction of Classroom and Toilet Upgrades and Cyclical Maintenance,Architect Job No. 1504,20170216,20170316,20170608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Gisborne Intermediate School is in Gisborne on the East Coast of the North Island. The project involves the following: - - Upgrade of 2 existing classroom blocks to create Flexible Learning Space Classrooms - Upgrade of 2 existing toilet blocks - General maintenance and painting to several other buildings at the school. Construction is a combination of existing concrete slab and timber framed floors, new timber decking, timber framed walls and metal roof on timber framing. The client also wishes to undertake some general maintenance to other school buildings as part of the project. This is to be priced separately. The construction budget for all work is anticipated to be around $1.35 million",Awarded,,20201117 Ministry of Education - School Infrastructure,18387809,Request for Proposals,Closed Competition,Grey Lynn PS 18 Classroom-Hall-Admin Block Main Contractor,WS172602,20170215,20170320,20170712,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education (the Buyer) is seeking a Main Contractor for the construction of an 18 Classroom block, Hall and Admin at Grey Lynn School (the School). Responses will only be considered from contractors who can start onsite 14th April 2017, contract award anticipated as 31st March 2017 We seek responses from highly experienced contractors with a proven track record for delivery of large scale projects in a live environment This is a high-profile project with a growing school, and an excellent opportunity for an experienced contractor to demonstrate skill and capability in the public eye. Grey Lynn school has been subject to roll growth that has resulted in the requirement for the demolition of existing blocks and the new build of an 18-classroom block, Gymnasium and Admin/Staff area.",Awarded,,20201117 Ministry of Education - School Infrastructure,18388596,Request for Proposals,Open Competition,"Design and Build Contractor for New Flats for 16 Manutahi Drive, Ruatoria",Architect Ref - 1669,20170216,20170321,20170608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of TKKM O Te Waiu O Ngati Porou (the Buyer) is seeking Design and Build Contractor for Two New Two Bedroom Flats for 16 Manutahi Drive, Ruatoria beside TKKM O Te Waiu O Ngati Porou (the School).",Awarded,,20201117 Ministry of Education - School Infrastructure,18391727,Request for Proposals,Closed Competition,Darfield Primary School Block 4 Classroom Upgrade,3326/09/12/2016-RFP,20170217,20170310,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of Darfield Primary School we are now seeking tender prices for the Block 4 Classroom Upgrade project, from the selected main contractors from the registration of interest process.",Not Awarded,Darfield Primary School has a new principal who wishes to make alterations to the plans for this project.,20201117 Ministry of Education - School Infrastructure,18392176,Request for Proposals,Open Competition,"Spring Creek School (Marlborough) - Demolition of Block A, Swimming Pool, Provision of Services to Block C Transportable Classrooms",16-2995-22,20170217,20170317,20170413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) of Spring Creek School (Marlborough) is seeking a main contractor for Demolition of Block A, Swimming Pool Complex, and provision of services to new Transportable classrooms at Spring Creek School (the School). We are seeking RFP submissions from suitably qualified, capable and resourced construction firms who are able to be the main contractor for this project. All firms submitting an RFP must be able to manage all sub-trades effectively and provide and manage a full programme. Firms must be able to comply with the requirements of all sections and clauses for MOE Construction Contract. Please make sure all required attached documentation is completed including Suppliers Response Template (Word Doc) and EIS Works Price Schedule (Excel Spreadsheet) and uploaded to GETS by the closing time and date.",Awarded,,20201117 Ministry of Education - School Infrastructure,18394140,Request for Proposals,Closed Competition,Central North Design Services - Various Projects,CW2017-06,20170217,20170314,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Following on from the ROI process the Ministry is now seeking Design Proposals for multiple schools. You have received an email outlining which schools you have been shortlisted for and will receive further information additional to the documents attached to this listing shortly.,Awarded,,20201117 Ministry of Education - School Infrastructure,18401453,Request for Proposals,Open Competition,RFP - Design / Build contractor for Bucklands Beach Intermediate Toilet Block Replacement,3861.07,20170223,20170323,20170529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Bucklands Beach Intermediate School is inviting tenders from suitably qualified potential suppliers to submit a Proposal for the design, supply and installation of new replacement toilet block with changing area at the School. The project involves the following three main elements: - The design, supply and installation of a new toilet and changing block. - The disconnection of services and removal of the existing toilet block. - Making good adjacent landscaping. The project is being procured as a direct Request for Proposal via Government Electronic Tenders Service (GETS). Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Not Awarded,no submissions submitted.,20201117 Ministry of Education - School Infrastructure,18402656,Request for Proposals,Closed Competition,16-287-06-QCC Staffroom Bathrooms Re Roof Heating RFP,16-287-06,20170221,20170322,20170512,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project is to refurbish the staffroom and staff bathrooms at Queen Charlotte College. As the school and its staffing levels have grown, the staffroom has remained constant. As a result, its size is now inadequate in terms of the fire safety code. In addition, this project will provide staff with a workspace outside of their classrooms, as no such space exists within the schools current spaces.",Awarded,,20201117 Ministry of Education - School Infrastructure,18404260,Request for Proposals,Open Competition,Asbestos Removal Technology Block for Tamaki College,,20170223,20170327,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Tamaki College (the Buyer) is seeking a Main Building Contractor for Asbestos removal of the Technology Block (CB Block). The main contractor will also be responsible for addressing and remediating asbestos material properly and ensuring that all the asbestos from the Technology Block (CB Block) has been properly removed and that appropriate testing to be conducted to ensure the building is safe to occupy post clearance inspection.,Awarded,,20201117 Ministry of Education - School Infrastructure,18405735,Request for Proposals,Closed Competition,Clayton Park School - Main Contractor for Redevelopment Works,1247,20170220,20170324,20170822,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Contractor for the Redevelopment Works at Clayton Park School, Wattle Downs, Auckland (the School). The objective of this procurement is to source the supply of construction works in relation to the removal of all existing pre-2011 buildings on site, some containing asbestos. The existing Administration/Hall Block 10 is to be retained, and the recently constructed Relocatable Classroom Block 11a, 11b and 11c is to be relocated off-site. Construction works will include a new double storey 12 Classrooms Block (Building 01), new double storey 7 Classrooms / Library / Administration and Resource Block (Building 02), and construction of new Caretakers Shed consisting of the MSB, extension of the carparks, and associated hardcourts and landscaping. The procurement is being conducted through a two stage open tender process consisting of firstly the Registration of Interest (ROI), which has been completed and contractors shortlisted via the Government Electronic Tenders Service (GETS). The second stage of the procurement includes a closed Request for Proposal (RFP) process to the short listed Respondents. The aim of this stage is to procure a Main Contractor initially on Preliminary and General (P&G), Margins, and the Schedule of Quantities (SOQ) for Building 01, hardcourts etc, tender documentation for which will be more advanced than Building 02. The main contractor will be requested to submit Schedule of Rates. Once the tender documentation and SOQ for Building 02 is complete, the contract will be varied/agreed based on the Schedule of Rates submitted initially. The Main Contractor will be engaged through Ministry’s standard Lump Sum: New Schools Contract based on NZS3910:2013.",Awarded,,20201117 Ministry of Education - School Infrastructure,18408136,Request for Proposals,Open Competition,Tiaho School Hall Alterations,1550,20170228,20170327,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"2.1 The existing Hall building is due for some general repair and repainting, especially the exterior (excl roof). 2.2 Tiaho School is located in Wairoa , Northern Hawkes Bay of the North Island. 2.3 The hall has had significant leaks, so the hall high windows are being replaced with insulated new walls and cladding, with fewer windows. The changing rooms are to have minor layout alterations and repair work as they have not been upgraded for over 20yrs.",Awarded,"Over budget so negotiating with lowest tenderer on revised scheme, will proceed",20201117 Ministry of Education - School Infrastructure,18410451,Request for Proposals,Closed Competition,"MacKenzie College Blk B Class Modifications, Library & Toilet Upgrade",353/07/09/2017-RFP,20170227,20170324,20170530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of MacKenzie College, we are now seeking tender prices from the main contractors shortlisted from the ROI. This project is for Block B Classroom Modifications, Library Refurbishment and Toilet Upgrade at MacKenzie College.",Not Awarded,The tender has now been awarded to Timaru Construction.,20201117 Ministry of Education - School Infrastructure,18411575,Request for Proposals,Open Competition,Rangitoto College Mechanical Installation Services RFP,WS175815,20170227,20170323,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18411976,Request for Proposals,Open Competition,Central Normal School Boiler Replacement,200731,20170223,20170321,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Central Normal School (the Buyer) is seeking a suitable contractor for the boiler replacement at Central Normal School (the School). A previous heating assessment has been conducted on the school and it was determined that the current boiler has reached end of life and is over capacity for the school requirements. The report recommended replacing the boiler with a smaller capacity boiler as well as replacing the pump and associated pipework. (See attached Assessment Report).,Not Awarded,No Responses were received,20201117 Ministry of Education - School Infrastructure,18412232,Request for Proposals,Open Competition,Library Poject Papatoetoe West,,20170306,20170330,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The Board of Trustees (the Buyer) Papaptoetoe West School is seeking Main Contractor to Demolish Part Library and rebuild as per Consented Plan for Library at Papatoetoe West School (the School). - Summary in brief: Construction works to be carried out by a main contractor include but not limited to supply & installing; - Internal, provide new storage, fire requirements as per detail provide by the fire engineer, including exit sign lights and call point. Provide new ceilings and ceiling battens electrical sockets switch gear and lights. Provide new heat pumps floor and wall covering, provide. - External. Provide new intermediate joists 140x45 SGB h1.2 @ 600c/c to subfloor. New piles to subfloor - 125mm sq. H5 posts new brace to piles. New deck for external learning environment. Provide new roof cladding, framing and canopy to outdoor areas. Provide new window joinery including flashing detail. Provide new Bifold doors and flashing detail. New cladding where removed during build. New s/s handrail. - The demolition of the existing library holidays to minimise risk of exposure.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18412352,Request for Proposals,Closed Competition,Otatara Primary School Block B Remodel,10-4000-04,20170227,20170320,20170407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The objective of this procurement is to source the supply of construction works for the construction of Block B compliance and innovative learning environment remodel. Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18413378,Request for Proposals,Open Competition,Kelston Boys High School - Roofing Project,,20170301,20170324,20170802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is looking for a main contractor for the roofing project of multiple blocks at Kelston Boys High School. Asbestos containing material have been identified in some areas the main contractor must remediate according to health and safety standards.,Awarded,Price-point advantage for same scope of work and material specs,20201117 Ministry of Education - School Infrastructure,18414644,Request for Proposals,Open Competition,Main Building Contractor for Special Needs Modifications at Waipahihi School,,20170228,20170324,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Waipahihi School has received a property modifications report produced by MoE for a new entrant student with specific needs. For this student to safely participate in regular school activities it has been recommended to upgrade - site fencing, toilets and create a new quiet/withdrawal room. The overall outcome sought is a safe environment for which this student can fully participate in normal school activities.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18415316,Request for Proposals,Closed Competition,East Gore Boiler Replacement,16/02/3946,20170307,20170329,20170516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project would include the supply, installation, commissioning and ongoing maintenance of a high efficiency, built for purpose, dedicated wood chip boiler, buffer tank and fuel feed system to replace the existing 200 kW coal boiler. The boiler shall be suitable for G50/W35 wood chip fuel.",Awarded,,20201117 Ministry of Education - School Infrastructure,18415625,Request for Proposals,Open Competition,Main Contractor for Remediation of Defective Buildings and Roofs at Carlson School,,20170301,20170324,20170522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is looking for a main contractor for the remediation of defective buildings and roofs at Carlson School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18418422,Request for Proposals,Closed Competition,Silverdale Primary Main Contractor RFP,,20170302,20170324,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Silverdale Primary school is located in Longmore Lane, Silverdale. The school caters for 590 students in year 1 TO 8. A need has been identified for eight new classrooms to accommodate future growth. The new building has been designed by Stephenson and Turner as the Lead Design Consultant. The building comprises of two floors with four classrooms on each, with each floor area being of approximately 501 square metres (374 internal and 165 external).",Awarded,,20201117 Ministry of Education - School Infrastructure,18419259,Request for Proposals,Closed Competition,Aorere College 5YA Architectural RFP,,20170302,20170322,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFP's invited from shortlisted companies TERMS AND CONDITIONS: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Not Awarded,This RFP was awarded to Ignite Architects,20201117 Ministry of Education - School Infrastructure,18420079,Request for Proposals,Closed Competition,"Main Building Contractor for the construction of new gym changing rooms at Western Heights High School, Rotorua",3362,20170307,20170330,20170822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The Board of Trustees for Western Heights High School, Rotorua is seeking RFPs (tenders) for the services of main building contractor for the New Gym Changing Rooms project. The proposed works involve the demolition of existing gym 1 changing rooms (137m2), demolition of existing gym 2 changing rooms (70m2) and the construction of a new single changing room facility (215m2). Some works are also required to gym 1 to replace existing high level glazing with new compact laminate and to repaint existing exposed steel portals. It is hoped that construction works will commence in June 2017",Awarded,The contract has been awarded to Ronayne Construction (NZ) Ltd,20201117 Ministry of Education - School Infrastructure,18420675,Request for Proposals,Open Competition,16-3391-30-Kaikoura Primary-Demolish Blocks D and E,16-3391-30,20170228,20170331,20170526,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Disconnection and cap of services to and demolition of disused buildings within the school grounds at Torquay Street, Kaikoura: Block D is disused classrooms Block E is disused Dental Clinic.",Awarded,,20201117 Ministry of Education - School Infrastructure,18423314,Request for Proposals,Open Competition,"Main Building Contractor for Administration Block Redevelopment at Taonui School, Feilding",,20170308,20170403,20170616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking a Main Building Contractor for the Administration Block Redevelopment & associated 5YA Works at Taonui School, Feilding",Awarded,,20201117 Ministry of Education - School Infrastructure,18432209,Request for Proposals,Closed Competition,Capital Works Central North Cost Management Services (CW2017-10a) - East Coast Projects,,20170308,20170328,20170824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking to engage suitably qualified and experienced consultants to provide cost management, procurement and engineer to contract services associated with the design and construction of a variety of projects located within the Ministry's Central North Region.",Awarded,,20201117 Ministry of Education - School Infrastructure,18435235,Request for Proposals,Open Competition,Main Building Contractors for Glenview Primary School - Special Needs Unit (RFP),OSS5463,20170316,20170410,20170627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Proposals for the Special Needs Unit project at Glenview Primary School.,Awarded,Tender awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,18435252,Request for Proposals,Closed Competition,Northcote College Roofing stage 2,,20170314,20170327,20170331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Works to several existing buildings with various types which require either replacement or serious remedials, refer Scope of Works document",Awarded,"pricing received from two other respondees but not via GETS, pricing was higher than APS, capacity and capability was similar",20201117 Ministry of Education - School Infrastructure,18435683,Request for Proposals,Closed Competition,"Manakau School, Levin, - RFP Main Building Contractor Block B - General Improvements",4607,20170307,20170327,20171103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block B - General Improvements at Manakau School. The project is the refurbishment of the classroom and interiors providing ILE elements to the teaching spaces including glazed opening between classrooms, forming of wet area spaces and replacement of wall, floor and ceiling linings including new services. Design and construction will have to fully comply with the Ministry of Education's Weather Tightness and Durability Requirements for School Property and all other design guidelines. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. Please note: Fire Report will follow as an NTT.",Not Awarded,"This project is now being Re-scoped, this RFT is now Cancelled.",20201117 Ministry of Education - School Infrastructure,18437290,Request for Proposals,Closed Competition,5226 Main Contractors for Horowhenua College RFP Accessible route construction for special needs,5226,20170307,20170403,20170524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Contractor RFP for construction of accessible routes at Horowhenua College,Not Awarded,Contract awarded to Isles Construction 22/5/17,20201117 Ministry of Education - School Infrastructure,18439444,Request for Proposals,Closed Competition,POMARIA SCHOOL Main Building Contractors for Modernisation of Block 2,,20170308,20170330,20170525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking Main Building contractors for the modernisation, reconfiguring, alterations and additions of Block 2 at Pomaria Primary School. The project includes for the reconfiguring of existing block 2 and addition. This will include demolition of internal walls, built-in future and any services. Construction of new walls, partitions, doors and finishes. The project will be staged to minimise disruption to the school. TERMS AND CONDITIONS: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18439540,Request for Proposals,Open Competition,Two co-located schools - Corporate support functions review,,20170314,20170407,20170608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Avonside Girls' High School and Shirley Boys' High School are seeking proposals for a review of the corporate support functions of the two schools. There is no prescribed format for proposals; details in full proposal document. This review will form an integral part of the relocation of the two schools to one co-located site due to open in 2019. Your proposal would include: recommendations for implementation, how you recommend making use of current expertise and experience across the two schools.",Awarded,,20201117 Ministry of Education - School Infrastructure,18443922,Request for Proposals,Closed Competition,Capital Works Central North Cost Management Services (CW2017-10b) Waikato and Bay of Plenty Projects,,20170308,20170328,20170824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking to engage suitably qualified and experienced consultants to provide cost management, procurement and engineer to contract services associated with the design and construction of a variety of projects located within the Ministry’s Central North Region.",Awarded,,20201117 Ministry of Education - School Infrastructure,18444018,Request for Proposals,Open Competition,Forest View High - Tokoroa - Block A Classrooms Refurbishment,9089-1,20170309,20170403,20170822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We seek RFP from main contractors only for the refurbishment of Block A classrooms and roof repairs.,Not Awarded,Previously awarded to Watts & Hughes on RFx # 18542133 on 11.4.17.,20201117 Ministry of Education - School Infrastructure,18444547,Request for Proposals,Open Competition,Cheviot & Loburn Cluster MDCC RFP,,20170308,20170331,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Boards of Trustees for the Schools in the Cheviot Cluster and Loburn Cluster (the Buyer) is seeking Multi-Disciplinary Design Consultancy Services on 5YA and BoT commissioned Projects across the sixteen Schools in the Cheviot Cluster and Loburn Cluster (the Schools). The objective of this procurement is to source the supply of a full-service design team comprising a lead consultant supported by a group of sub-consultants which they manage, to cover all works associated with the school 5YA projects, along with any BoT funded projects that arise during the course of the contract.",Awarded,,20201117 Ministry of Education - School Infrastructure,18445039,Request for Proposals,Closed Competition,"Victory Primary School, Nelson - Modernisation of Rooms 11- 15.",17-3231-01,20170309,20170329,20170802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Victory Primary School Board of Trustees are inviting main contractors to provide a proposalt to School Support Ltd as the schools agent for the modernisation of classrooms 11-15. The project includes the modernisation of classrooms 11 to 15 including insulation, relining, replacing low level roofing, asbestos removal, lighting replacement and floor coverings. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template and Works Price Schedule and submit with their proposal.",Not Awarded,This project was retendered.,20201117 Ministry of Education - School Infrastructure,18448997,Request for Proposals,Open Competition,"IWhangarei Intermediate School, Improvements to classrooms, tech block & hall",160608,20170310,20170406,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Works to Classrooms 1-4 comprise forming new openings, removing walls in the resource rooms and the associated engineering works. Works to woodwork room improvements comprise removal of walls and addition of beams. Also relocation of server. Repitch and replace roofing over library/admin Install mushroom type ventilators to hall and replace fixed glazing with tinted opening lights. Install new spoutings and some down pipes to block 14, 19 and 26 Clean and repair Archgolas T&CS: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18449263,Request for Proposals,Open Competition,"Main Contractor for Refurbishment of Relocatable Classroom at Westend School, New Plymouth",,20170317,20170412,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Main Building Contractors are sought for the refurbishment of a relocated classroom and associated site works at Westend School, New Plymouth",Awarded,,20201117 Ministry of Education - School Infrastructure,18449340,Request for Proposals,Open Competition,TKKM O Paua Te Moananui-a-kiwi - Main Contractor - Earthworks and Field Drainage Works,,20170310,20170404,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry (the Buyer) is seeking Main Contractors for Earthworks and Field Drainage at TKKM O PUAU TE MOANA-NUI-A-KIWA (the School). A stockpile of fill (approximately 2200m3) from a recent Ministry of Education construction project on-site needs to be relocated. The stockpile of fill cannot be removed from site and therefore will be used to extend an existing playing field by creating a slope of 1:3 gradient to the property boundary which runs along Paddington reserve. The scope of works also includes the relocation of an existing property boundary fence and the design and build of field drainage under an existing playing field.",Awarded,,20201117 Ministry of Education - School Infrastructure,18451520,Request for Proposals,Closed Competition,Ashburton Borough School Block 3 Upgrade - Re-Confirmation of Tender,3281/04/07/2017-RFP-Reconfirm,20170313,20170331,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees of the Ashburton Borough School we are now seeking re-confirmation of tender pricing from the original shortlisted/selected main contractors for the Block 3 Upgrade project at Ashburton Borough School. This request for re-confirmation is due to a long period of time elapsing since the original tender pricing, and new construction timeframes now in place. Terms and conditions: http://www.procurement.govt.nz/mwg-internal/de5fs23hu73ds/progress?id=J8E9a2yv-y_jcFQS3jJg1r6dbwxWldFUPRT9XsZUvNo,",Not Awarded,Ashburton Borough School have a new school project manager and they are yet to make decision on who is running this project.,20201117 Ministry of Education - School Infrastructure,18451980,Request for Proposals,Closed Competition,16-2971-26-Rapaura School-New Classroom,,20170314,20170405,20170518,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees is seeking a main contractor for the construction of a new classroom to be attached to the existing Block F at Rapaura School in Blenheim,Awarded,,20201117 Ministry of Education - School Infrastructure,18452739,Request for Proposals,Closed Competition,16-3067-01-Ward School-Special Needs (Vision Impaired),202320,20170329,20170428,20180111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a Main Contractor for the Construction works for Special Needs project (Vision impaired) at Ward School (the School). The objective of this procurement is to source a main contractor for the construction works and services required for the school. The background to this procurement is that the Buyer has identified this project based on a Building Improvement Programme for special needs (visually impaired) students at the school presently, and to future-proof the school for such students. The project works will consist of a number of elements to the existing buildings and grounds and site improvements to the school in general. The works generally consist of (but are not limited to) : - visual markers on steps and poles - Some outdoor shade areas - Management of glare and lighting in learning spaces - Adjustments to thresholds and door widths - Ramps & railings - Bathroom modifications",Awarded,,20201117 Ministry of Education - School Infrastructure,18455245,Request for Proposals,Open Competition,Main Contractor Westbrook Primary School Modernisation of Blocks I & J,,20170315,20170411,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees from Westbrook Primary School are seeking RFP's from suitably qualified and experienced main building contractors to undertake demolition of internal walls and full internal refurbishment of 3 x classrooms including relining of the interior walls with acoustic linings, re-place ceiling with acoustic tiles, install new light fittings, new data and electrical points, new joinery fittings, new floor coverings, under floor insulation, painting, breakout / resources spaces and re-installation of existing heat pumps. Includes installation new external & internal window and door joinery. The project programme will be staged in consultation with the school to ensure enough classroom space is available during the build. The works are expected to start in May 2017 culminating in handover by late July 2017. Start time is negotiable should contractors be unable to meet the time frames given due to workload commitments. Asbestos cladding is present on the buildings that are including in the works. The Removal of the Asbestos is included in these contract works. As the works are being undertaken during school term time all construction may be required to undertake police vetting at the discretion of the School Management. Project consultants are: o Project Manager: RDT Pacific o Quantity Surveyor: Kingston o Lead Designer: Brooke Cholmondeley-Smith - TAWA Architects The procurement will be a single stage open tender process.",Awarded,Only one confirming tender received. Tender evaluated in line with Procurement plan and procurement award report forwarded to MOE for approval.,20201117 Ministry of Education - School Infrastructure,18457258,Request for Proposals,Open Competition,Main Contractor for Construction of Three New Classrooms for Taupo Primary,,20170315,20170407,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT of Taupo Primary School is seeking Main Building Contractor services for the construction of three new classrooms. We are looking to engage the services of an appropriately skilled and resourced building contractor to undertake the works on site at Taupo Primary School. Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,Contract Award date 11/7/17 to Wade Construction. Start date 14/8/17 and intended completion date 31/1/18,20201117 Ministry of Education - School Infrastructure,18460603,Request for Proposals,Open Competition,Russell School Miscellaneous Works Project,,20170315,20170412,20170502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Various necessary building works have been identified in the schools 10 year property plan. To ensure continued suitable learning environments, a miscellaneous works project is required to achieve these works. We will require a main contractor to execute the project. Works will include: o Building upgrade works o Removal of asbestos materials o Upgrades to bathroom and toilet facilities o Minor upgrade of electrical fittings o Repair of damaged and redundant areas A site meeting will be held on Wednesday 29th March 2017 at 1pm for any potential contractors to walk through work prior to pricing. It is expected that work will commence in early May.",Awarded,,20201117 Ministry of Education - School Infrastructure,18463641,Request for Proposals,Open Competition,Aotea College - Enabling Works - Main Contractor RFP,CW2017-02,20170314,20170411,20170915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,A Request for Proposals for Main Contractor Services on the Enabling Works Package at Aotea College.,Awarded,,20201117 Ministry of Education - School Infrastructure,18465131,Request for Proposals,Open Competition,Cheviot & Loburn Cluster Works RFP,,20170315,20170407,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The Boards of Trustees for the Schools in the Cheviot Cluster and Loburn Cluster (the Buyer) is seeking Construction Services on 5YA and BoT commissioned Projects across the sixteen Schools in the Cheviot Cluster and Loburn Cluster (the Schools). The objective of this procurement is to source the supply of a construction team (main contractor in conjunction with a team of sub-contractors) to cover all works associated with the school 5YA projects, along with any BoT funded projects that arise during the course of the contract.",Awarded,Shortlisted contractors noted above,20201117 Ministry of Education - School Infrastructure,18467393,Request for Tenders,Open Competition,"KUMEROA-HOPELANDS SCHOOL - New Classrooms, Resource Rooms & Admin Roof Upgrade",16/004,20170320,20170412,20170824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable (all responses must be submitted electronically via GETS).,"The Kumeroa-Hopelands School Board of Trustees (the Buyer) is seeking Main Building Contractors for the construction of New Classrooms, Resource Room and Admin Roof Upgrade at Kumeroa-Hopelands School (the School). The Scope of Works include: STAGE I: NEW CLASSROOMS AND RESOURCE ROOMS Works include the construction of a new building consisting of 2 classrooms, 2 resource rooms, shared space, and a Lobby area. Construction involves demolition, light timber framing of new floors, walls and roof framing, new interior wall, floor, and ceiling linings, new electrical, LED lighting, data, interior painting, glazing, plumbing and drainage, aluminium window and door joinery, and interior joinery. The project also includes the design, supply and installation of a new Type 4 Automatic Fire Alarm System to the entire building (Existing Admin (Block B), existing Classroom Block (Block E), and new classroom block. STAGE II: ADMIN ROOF UPGRADE Works include the re-roof to part of the Admin Block, which includes removal of existing metal roofing, underlay, membrane roofing and plywood substrate, spouting and flashings, with the supply and installation of new timber framing to re-pitch roofs and gutters, installing new bituFLAME 2-layer membrane roofing over new plywood substrate, creation of new internal gutters, extension of existing parapet walls, supply and installation of new powdercoated aluminium flashings and rainwater heads. Exterior painting is also included in the scope of works. The proposed contract will be the Ministry of Education Construction Contract (Medium Works). The Board of Trustees seeks proposals for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). This RFT has been prepared for on behalf of the Kumeroa-Hopelands School Board of Trustees by the Project Manager, Paul Patel and Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Paul Roberston Builders and started on 1st June 2017.The term of this contract is 6 months.,20201117 Ministry of Education - School Infrastructure,18470978,Request for Proposals,Closed Competition,Main Building Contractors for Tairua School - New Roll Growth Classrooms (RFP),5674,20170320,20170420,20170919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The School Board of Trustees are seeking requests for proposals for the New Roll Growth Classrooms project at Tairua School.,Awarded,Contract awarded and all recipients contacted.,20201117 Ministry of Education - School Infrastructure,18472684,Request for Proposals,Open Competition,Main Building Contractor for Gymnasium Extension & Strengthening at Hastings Girls' High School,02-038-002,20170320,20170427,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT of Hastings Girls' High School is seeking a main Building Contractor for Gymnasium Extension & Strengthening at Hastings Girls' High School. Structural strengthening is required to the Gymnasium as identified and required by the Ministry of Education, further the school wishes to extend the Gymnasium to provide sufficient space for an additional badminton court and to allow the use of a full sized volleyball court.",Awarded,,20201117 Ministry of Education - School Infrastructure,18473199,Request for Proposals,Closed Competition,Edendale Primary School Blk A ILE remodel,3947/16/01,20170321,20170411,20170822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,Scope of work has been reduced and negotiations with lowest tenders has now been completed and tender accepted.,20201117 Ministry of Education - School Infrastructure,18482185,Request for Proposals,Open Competition,Fire Alarm Upgrade Pinehaven School,2957,20170322,20170428,20170727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pinehaven School, Upper Hutt. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Pinehaven School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18486195,Request for Tenders,Open Competition,8 Class Refurbishment at Papatoetoe North Primary School,,20170323,20170424,20170606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Papatoetoe North Primary School is seeking the services of a contractor to tender for an 8 classroom refurbishment and construction of an outdoor courtyard area at the school site,Awarded,L.K. Construction was price,20201117 Ministry of Education - School Infrastructure,18486568,Request for Tenders,Open Competition,"New Classroom, refurbishment and outdoor breakout space at Papatoetoe North Primary School",,20170323,20170424,20170606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Papatoetoe North Primary School are seeking the construction services for a new addition, refurbishment of an existing classroom with new kitchen and the creation of an outdoor breakout space at the school site",Awarded,"The contract was awarded to LK Construction because of price and the school wanted one contractor present to do both GETS projects (the other being the 8 class refurb project) LK was the lowest by $64,920",20201117 Ministry of Education - School Infrastructure,18486937,Request for Tenders,Open Competition,Rangitoto College Electrical Upgrade RFT,,20170321,20170413,20170418,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Electrical supply system upgrade at Rangitoto College.,Not Awarded,This project will be retendered on GETS with additional information supplied as part of the design documentation.,20201117 Ministry of Education - School Infrastructure,18488103,Request for Proposals,Closed Competition,Amberley School Block 1 Classroom Modifications,3276/08/2015-RFP,20170322,20170421,20170501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are now requesting, on behalf of the Amberley School Board of Trustees, tender prices from selected main contractors for works on the 6 x classroom Canterbury Block which is to be modified and upgraded to fulfil the Ministry of Education's Innovative Learning Environment requirements.",Not Awarded,This RFX has been superceded by a new RFP due to an extended tender closing date.,20201117 Ministry of Education - School Infrastructure,18489494,Request for Proposals,Closed Competition,"Karori West Normal School, Wellington, RFP Main Building Contractor for Temporary Classrooms",4605,20170322,20170411,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Temporary Classrooms at Karori West Normal School. Karori West Normal School is comprised of an eclectic mix of building types and styles erected over a period of 1930 to 2012 being a combination of permanent and relocatable structures. The temporary buildings considered for this project are timber framed with timber weatherboard or plywood cladding, timber and aluminium windows and doors and metal roofing. They are not known to contain any asbestos but a survey will be carried out prior to tendering to determine whether any asbestos is present within the extent of the projects works. If any suspected material is found it will be tested and the results made available in the contract documents. In this instance all work is interior in nature and no suspect material is visible. The work will relocate these onto Karori West Normal School to form a temporary cluster of four classrooms. This work may be staged as suitable buildings are sourced. The work will include placement on timber piles, construction timber of decks, steps and ramp to access the buildings along with a verandah roof. A new electrical mains is to be run to the school to serve this additional capacity and other services extended to the structure. Some refurbishment of the interiors will be actioned to make them suitable. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Peryer Construction Wgtn Limited, start date 27.06.17, expected finish date 13.10.17.",20201117 Ministry of Education - School Infrastructure,18497599,Request for Tenders,Closed Competition,Early Contractor Involvement and Construction Services for Senior Block at Warkworth School RFT,175284,20170324,20170421,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,2nd stage of a two stage procurement process for the selection of a preferred contractor for provision of Early Contract Involvement and Construction Services for a major redevelopment project at Warkworth School involving the construction of new classrooms and admin building at the senior campus and a playing field and swale at the junior campus.,Awarded,,20201117 Ministry of Education - School Infrastructure,18497687,Request for Tenders,Closed Competition,Main Building Contractors for Gisborne Boys High School - Water Mains and Tech Block Re-Roof (RFT),5518,20170324,20170413,20170912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees are seeking Requests for Tenders from Main Building Contractors for the Water Mains & Tech Block Reroof project at Gisborne Boys High School.,Not Awarded,Awarded to Currie Construction Ltd,20201117 Ministry of Education - School Infrastructure,18497796,Request for Proposals,Closed Competition,5264 Main contractors for breakout space and 2 classroom alteration RFP Te Kura Kaupapa Maori o Manawatu,5264,20170329,20170420,20170725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Kura Kaupapa Maori o Manawatu is seeking main contractors to construct breakout space, and alteration of 2 classrooms",Awarded,Contract awarded to Paul Robertson Builders 25/7/17.,20201117 Ministry of Education - School Infrastructure,18504168,Request for Proposals,Open Competition,"Site Evaluation, Due Diligence, Site Acquisition and Designation Services for Drury West Primary and Drury West Secondary",,20170324,20170428,20170601,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (Ministry) is seeking proposals for the provision of: (a) site evaluation and site due diligence services; AND/OR (b) site acquisition (including negotiation) and designation (Notice of Requirement) services, in relation to two proposed new schools to the West of the township of Drury in South Auckland.",Awarded,,20201117 Ministry of Education - School Infrastructure,18508129,Request for Proposals,Open Competition,Lynfield College B Block - Focused Remedial Works,WS178589,20170329,20170502,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education (the Ministry) (the Buyer) is seeking a Main Building Contractor to undertake focused remedial works on the B Block building at Lynfield College (the School). A summary of the requirement to be supplied includes: -- Re-cladding the south and east elevations of the upper courtyard, together with associated joinery replacement/refurbishment, and replacement of the external ramp membranes. -- Re-cladding the west elevation in-part to the lower courtyard. -- Tanking/waterproofing works outside Classrooms B13/B14. -- Replacement of a soffit that contains Asbestos Containing Material (ACM) is included within the works. The soffit will be removed and disposed of in compliance with Health and Safety at Work (Asbestos) Regulations 2016. -- Associated minor internal works including accessible upgrades as a result of the above.",Awarded,,20201117 Ministry of Education - School Infrastructure,18512992,Request for Proposals,Closed Competition,Elm Park School - Main building Contractor Block 2&3,16-029,20170328,20170419,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The project includes demolition of existing toilet block and Reconfiguration and Internal Modernisation of 4 Classrooms and Construction of new toilet block.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18516379,Request for Proposals,Closed Competition,Northcote College Electrical and Heating,32.05,20170411,20170509,20170713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"WORKS to existing switchboards to replace redundant isolators, replacement of existing light fittings with LED",Awarded,"pricing for two lowest very close, presentation of solution and capabilities of Cablenet evaluated as marginally better than Current",20201117 Ministry of Education - School Infrastructure,18521842,Request for Proposals,Closed Competition,Fendalton School-Special Needs Boundary Fence,MW1963-RFP,20170330,20170421,20170621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are now seeking tenders from selected main contractors for the construction of a new boundry fence at Fendalton School using pool style powder coated fencing and modifications to an existing rear boundary fence.,Not Awarded,This project has now been awarded to successful tenderer.,20201117 Ministry of Education - School Infrastructure,18522006,Request for Tenders,Open Competition,Gisborne Girls High School - CAnteen and RTLB upgrade,,20170330,20170427,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Gisborne Girls High School - Canteen and RTLB upgrade - request for tender. NOTE tender docs are located on page 6 of RFT with a drop box link. Approx 65.8 MB in 5 folders",Not Awarded,Only one response which was non complying.,20201117 Ministry of Education - School Infrastructure,18524002,Request for Tenders,Closed Competition,"Main Contractor for RFP, Block B - Refurbish Classrooms and Toilets/Replace Roofing at Island Bay School, Wellington",4506,20170331,20170502,20170711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor to action the Block B - Refurbish Classrooms and Toilets/Replace Roofing at Island Bay School. Island Bay School wants to significantly modernise an existing teaching building that was built in 1937. The project sets out to create modern and flexible teaching spaces by reconfiguring the internal floor area and introducing a dedicated toilet and cloaks facility. The entire interior of the building will be stripped with new services cabling introduced and all new floor, wall and ceiling linings provided. The roof coverings will also be renewed. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust modernised facility of approximately 300 square metres. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract was awarded to DS O'Leary Building Ltd, start date 17.07.17, expected finish date 31.12.17.",20201117 Ministry of Education - School Infrastructure,18528757,Request for Tenders,Open Competition,Main Contractors - demolition of Relocatable classrooms- Farm Cove Intermediate School,,20170404,20170503,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,5c Pinot,Farm Cove Intermediate School - Demolition of Existing Relocatable classrooms including asbestos removal and reinstatement of grounds at completion.,Awarded,,20201117 Ministry of Education - School Infrastructure,18528821,Request for Tenders,Closed Competition,"Mt Roskill Grammar School Contractor for the Supply, Installation, Commissioning and Ongoing Maintenance of a CCTV System",,20170331,20170505,20180211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Mt Roskill Grammar School Contractor for the Supply, Installation, Commissioning and Ongoing Maintenance of a CCTV System RFT",Awarded,,20201117 Ministry of Education - School Infrastructure,18529017,Request for Tenders,Open Competition,Civil Works for Replacement Wastewater Treatment System at Paparore School,18529017,20170412,20170511,20170830,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The project is for the replacement of the existing wastewater treatment system at Paparore School which has become undersized due to the growing school role. The Scope of Works includes; treatment plant design, all physical works for the supply and installation of the plant, effluent disposal field, associated pipework and electrical connections, commissioning and removal of the redundant septic tanks including pump out. The replacement system shall be capable of achieving the on-site treatment and disposal to secondary standard of a maximum daily volume of 5.3 m3, this volume includes the relocated school house. Two treatment system options have been identified as suitable for the site, advanced aerated and passive aerated textile / sand. Tenderers are invited to price either option. The system will be subject to Building Consent. A key requirement is that the treatment plant has approval from Far North District Council. The tenderer will be expected to demonstrate achievement of the treatment outcomes of AS/NZS 1547: 2012. An application for building consent including a TP 58 design report will be made by the Principal using supporting information provided by the preferred tenderer. A contract will not be awarded until BC has been granted.",Awarded,"The Contract award date was 28 June 2017 The start date for physical works on site was 24 July and intended completion date was 04 August 2017",20201117 Ministry of Education - School Infrastructure,18529556,Request for Tenders,Open Competition,"Main Mechanical Heating Contractor, RFT, for Block 1 - Replace Boiler at Masterton Intermediate School, Masterton",4579,20170331,20170502,20171103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Masterton Intermediate School was built in 1959 and the current coal fired boiler is at the end of its life cycle. The school Board of Trustees has reviewed options around alternative heating systems and decided to introduce a new diesel boiler. The project sets out to remove the existing boiler and introduce a new diesel fired boiler and carry out all associated pipework alterations. With the work located in an existing boiler house the presence of asbestos is suspected. An asbestos survey will be carried out if deemed necessary if building services are to be altered. If an asbestos product is found, then Ministry of Education protocols and procedures will be followed for the safe removal and appropriate disposal of the material. This procurement looks for a professional mechanical heating contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust boiler replacement. The scheme will be traditionally executed with a mechanical services engineer employed by the School Board of Trustees producing full construction documentation.",Not Awarded,This project is now being re-scoped which means this RFT is Cancelled.,20201117 Ministry of Education - School Infrastructure,18530118,Request for Proposals,Open Competition,Lead Design services: Re-roofing and classroom modernisation at Pasadena Intermediate,,20170331,20170428,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Request for Proposals - Lead Design services for re-roofing works and classroom modernisation at Pasadena Intermediate School,Awarded,,20201117 Ministry of Education - School Infrastructure,18534915,Request for Tenders,Open Competition,Wairoa College Block A Classroom Conversion to Library,1520,20170406,20170504,20170523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"General Scope of Works:- - Demolition of the west end noted classrooms and associated making good and new site works. - The filling in of the redundant basement and making good. - The conversion of the existing Drama classroom and another classroom into a library complete with new accessible ramp, new student mothers room and limited outdoor areas. - The conversion generally involves all new construction above the existing foundations and the existing timber flooring. The new west end wall is on new foundations.",Awarded,Negotiation on revised/reduced scheme to meet budget.,20201117 Ministry of Education - School Infrastructure,18538057,Request for Proposals,Open Competition,Main Contractor for Bay of Islands College Gym Weather-tightness Remedial Works D&B,WS173662,20170404,20170502,20180607,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a Design and Build Main Contractor to undertake weather-tightness remedial works at Bay of Islands College, Kawakawa (the School). This will include the supply of demolition works, as well as design and build works for the remediation of an existing school gym building. Procurement will be through a single-stage, open tender process.",Awarded,,20201117 Ministry of Education - School Infrastructure,18539118,Request for Tenders,Open Competition,Roofing Replacement at Ruawai College,,20170405,20170510,20170704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the approved 5YA, multiple roofs were identified as being in need of replacement. Replacement must be .55 gauge steel of a similar profile, and insulation must be installed where possible. The roofs requiring works are as follows: Block 1 Admin - Replace flashings. Please advise how many require replacement Block 1 Hall, Kitchen, Entrance way, Passage way and W/C Areas – Replace roofs, flashings and spouting, re-pitch where necessary, new insulation Block 1 classrooms 1-6 including Library - Replace roofs, flashings and spouting, new insulation Block 2 Rooms 7-11 – Replace roofs, flashings and spouting, re-pitch where necessary, new insulation, cap off any exposed power cables, allow for two extra purlins Block 3 Art Room and Storeroom - Replace roofs, flashings and spouting, new insulation, allow for two extra purlins Block 4 Tech Block Room 17 and 18 – Replace roofs, flashings and spouting, new insulation, allow for two extra purlins Block 9 Caretaker’s Shed - Replace roofs, flashings and spouting Block 12 Filter Shed - Replace roofs, flashings and spouting Block 15 Caretaker’s Workshop - Replace roofs, flashings and spouting",Awarded,Contract has been awarded to Northland Roofs NZ Ltd,20201117 Ministry of Education - School Infrastructure,18540549,Request for Proposals,Open Competition,Independent Construction Observation Services for Clayton Park School Redevelopment,1247,20170406,20170504,20170822,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is inviting Proposals from Suppliers for the supply of Independent Construction Observation Services for the Redevelopment Works at Clayton Park School, Wattle Downs (the School).",Awarded,,20201117 Ministry of Education - School Infrastructure,18542133,Request for Proposals,Open Competition,Forest View High - Tokoroa - Block A Classrooms Refurbishment,9089-1,20170404,20170410,20170511,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Please be advised that due to the closing date being extended to 10.4.17, a new GETS RFx has been generated. This RFx links to RFx 18444018. All information is the same but the closing date is 10.4.17.",Awarded,The contract was awarded to Watts & Hughes Construction and will start on 15.5.17. The term of this contract is 11 weeks.,20201117 Ministry of Education - School Infrastructure,18543326,Request for Proposals,Closed Competition,Southbridge School Junior Block Classroom Modifications,3509/24/03/2016 - RFP,20170406,20170503,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees at Southbridge School we are now looking for tenders for the Junior Block Classroom Modifications. This work involves alterations to the classrooms and cloakbay area to create flexible learning spaces to ILE requirements. Walls are to be removed in the cloakbay area so as to link the learning spaces. An exterior deck is to be built.,Not Awarded,The successful contractor was Lightning Construction. This project is underway.,20201117 Ministry of Education - School Infrastructure,18543778,Request for Proposals,Closed Competition,Main Contractor for Havelock North Primary Carpark,17-2543-01,20170518,20170609,20170612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are seeking a main building contractor to construct a carpark to hold 38 cars. The work will include: - demolition, site preparation including tree removal, improved site access, - Construction of a concrete carpark to hold 38 cars. - Construction of the parking area including concrete curb and footpaths, drainage and a grass swale for drainage, - Marking of the carparks, - Construction of a retaining wall, - 2 new vehicle crossings, - Resurfacing of netball courts including fencing, - Demolition of existing Cricket nets and fencing, and construction of new cricket nets, fencing and a concrete pad. - Provision of an access gate through the new netball fence to the carpark, - Landscaping. - Installation of carpark lighting, - improved pedestrian access around the site,",Not Awarded,No acceptable/compliance responses were received.,20201117 Ministry of Education - School Infrastructure,18543867,Request for Proposals,Open Competition,Fire Alarm Upgrade Ngongotaha Primary School,1852,20170407,20170505,20170828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ngongotaha Primary School, Ngongotaha. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Ngongotaha Primary School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18545946,Request for Proposals,Closed Competition,"Fiordland college Block A,D,F & G1 Roof replacement & Block A remodel",400-16-001,20170407,20170505,20170801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"[The Board of Trustees of Fiordland College (the Buyer) is seeking to undertake the replacement of Block A, D, F and G1 Roof and Block A Remodel we have determined the scope and the required solution is as follows: Removal of Block A roof and re-pitch the roof with new roof trusses & colour steel iron roof. Included in the scope of works, new acoustic ceilings and new LED lighting throughout at Fiordland College (the School). Pre-conditions a) To be considered for this opportunity Respondents/Proposals must satisfy all of the following pre-conditions: i. Must be a ‘Main Contractor’ ii. Be willing to supply both materials and labour iii. Must be willing to work in school’s geographical area iv. Confirmation from the main contractor that the described scope of work can be undertaken within the timeframe specified. v. Company’s Health and Safety Policy meets the requirements of the Health and Safety Act and all guidelines specified by Government Agencies. vi. Must be able to confirm that the Main Contractor can meet all requirements as detailed in this Registration of Interest (RFP). b) Respondents that are not able to satisfy all pre-conditions should conclude that they are unable to meet our Requirements and will not benefit from submitting a Registration. c) Registrations that are evaluated to have not met all of the pre-conditions will be excluded from further evaluation.",Awarded,,20201117 Ministry of Education - School Infrastructure,18547240,Request for Proposals,Closed Competition,Mararoa Primary School Special needs Modifcations,3984-16-SN02,20170410,20170508,20170516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18548250,Request for Tenders,Open Competition,Roofing Replacement at Otahuhu School,,20170407,20170508,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the approved 5YA, multiple roofs were identified as being in need of replacement. Replacement must be .55 gauge steel of a similar profile, and insulation must be installed where possible. The roofs requiring works are as follows: Block 1B Roof Replacement of the Administration Block Block 2 Lower Level Roof and Gutter Replacement of the Library Block 3 Butynol Roof section only, Spouting and Flashing Replacement of the Hall Block 4 Roof Replacement of the Tech Block Block 5 Roof Replacement of the Speech Clinic Block A Roof and Gutter Replacement of the Caretakers Shed and Walkway Block D Roof Replacement of the Pavilion",Awarded,,20201117 Ministry of Education - School Infrastructure,18549767,Request for Tenders,Open Competition,Drury School New room 19 establishment,17-Feb,20170412,20170511,20180622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main building contractors are sought for the establishment of one new relocatable classroom at Drury school. The room has already been delivered to the site and is in position. the establishment work involves jacking the room up , constructing new timber foundations , connecting the room to foundations , construction of a new deck , ramp and verandah. Provision of all services and relining one end wall of the new room plus one end wall of an adjacent classroom to provide the required fire separation.",Awarded,Contract awarded to Aztec Builders Auckland Ltd. Best price received from a competent contractor.,20201117 Ministry of Education - School Infrastructure,18550610,Request for Tenders,Open Competition,Tapawera Area School Junior Block Refurbishment,,20170410,20170509,20170819,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Tapawera Area School is seeking a main building contractor to refurbish 4 junior classrooms at Taperawa Area School between July 2017 and January 2018. Two classrooms are available for refurbishment at any time.,Awarded,,20201117 Ministry of Education - School Infrastructure,18551972,Request for Tenders,Open Competition,Rangitoto College Lift Access and Security Upgrade RFT,,20170410,20170517,20170928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is inviting suitably qualified suppliers to submit a tender proposal for the lift access control and site wide security upgrade project at Rangitoto College.,Awarded,"Hi Willie, You tender proposal has been accepted. two copies of contract will be sent to ACS shortly.",20201117 Ministry of Education - School Infrastructure,18561117,Request for Tenders,Closed Competition,Redhill Primary - Main Contractor RFT,,20170412,20170524,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Redhill Primary School - RFT Main Contractor The Ministry of Education (the Buyer) is seeking a Requests for Tender from Main Contractors for redevelopment works at Redhill School. The re-development project is currently being designed by RTA Studio (Design Lead) The general scope of works for the redevelopment project is the construction of: - 5x Modern learning teaching blocks – each teaching block is approximately 250 SQM in area. - 1x Special needs unit – approximately 250 SQM - 1x Administration, staffroom and library block – approximately 250 SQM - All associated landscaping works. - Civil works including carparks - All associated site services and infrastructure The existing school has been partially demolished to allow for these new contract works.",Awarded,,20201117 Ministry of Education - School Infrastructure,18563828,Request for Tenders,Closed Competition,Main Contractor - Cambridge Middle School Fire Rebuild Classrooms,1079,20170412,20170508,20170719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Cambridge Middle School is seeking proposals from main contractors to construct a new two-classroom block to replace those lost in a fire late 2016.,Awarded,,20201117 Ministry of Education - School Infrastructure,18563987,Request for Proposals,Open Competition,Approved Suppliers of Structured Cabling Products,,20170412,20170510,20180705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking to refresh a list of Approved Manufacturers/Suppliers of Structured Cabling Products (the List) that have been prequalified based on the Ministry’s cabling specifications and performance warranty requirements. The Ministry’s Approved ICT Installation Contractors will be required to purchase Structured Cabling Products from a listed manufacturer/supplier or their agent(s). The objective of this procurement is to prequalify manufacturers/suppliers for the supply of Structured Cabling Products. The Ministry is also interested in exploring the potential for a preferential pricing framework.",Awarded,,20201117 Ministry of Education - School Infrastructure,18566856,Request for Proposals,Closed Competition,Main Contractor for flat roof & high level window replacement at Gore High School,16-062,20170413,20170512,20170626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (the Buyer) is seeking a Contractor to carry out the construction and replacement improvements to the roofing on Block A1 (Blocks C,D) and high level windows (Block D) to part of the buildings, as well as some fire protection to stairwell & corridor areas at Gore High School. Some of the roof replacement work includes asbestos removal and disposal to some materials. High risk consequence tasks include asbestos removal and working at height. Work is expected is be completed from mid June 2017 to mid October 2017 and tie in to include school term holidays where work may interfere with classroom activities (eg high level window replacements).",Awarded,"Three tender prices were received, with weighted attribute price scores in the range 878 - 933. The tender has been awarded to Ajax Building Contractors. Thank you to all those who submitted tender proposals.",20201117 Ministry of Education - School Infrastructure,18570947,Request for Tenders,Closed Competition,4 Class Refurbishment and outdoor breakout space at Clevedon Primary School,,20170420,20170520,20170606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are looking for the services of a contractor to engage in a 4 class refurbishment and new outdoor breakout space at Clevedon School.,Awarded,"L.K Construction was selected because of price and conformance and the principal requested that one contractor do both contracts there at the school, the other contract being the 8 class refurbishment project. LK was the lowest price by $64,971",20201117 Ministry of Education - School Infrastructure,18576526,Request for Tenders,Closed Competition,16-2597-01 Mangapapa School Block I ILE Upgrade,,20170420,20170511,20170609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are seeking compliant tenders for the proposed ILE upgrade project at Mangapapa School, Gisborne. The project involves the following: Structural changes - new bracing Interior alterations - creating openings in existing walls Interior refurbishment - new wall linings, ceilings, insulation, lighting etc",Awarded,,20201117 Ministry of Education - School Infrastructure,18576662,Request for Tenders,Open Competition,Toilets improvements and hot water at Tikipunga High School,160810,20170424,20170519,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Construction work on a school site which includes: 1. Demolition of sanitary fittings, removal of floor coverings and forming holes through existing concrete block walls. 2. Installation of hot water to other areas on the school campus 3 Construction of new partitions, toilet cubicles and installation of new sanitary fittings to existing toilet blocks. 4. work will be taking place in an occupied school building",Awarded,,20201117 Ministry of Education - School Infrastructure,18580047,Request for Proposals,Closed Competition,"RFP for Main Contractor for Boundary Fencing at Pakaraka School, Northland",204378,20170424,20170515,20170524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"RFP for Main Contractor for Boundary Fencing at Pakaraka School, Northland Supply and install high heavy duty aluminium boundary fencing, pedestrian gates and vehicle gates",Awarded,,20201117 Ministry of Education - School Infrastructure,18580405,Request for Proposals,Open Competition,Fire Alarm Upgrade Rotorua Lakes High School,154,20170428,20170529,20170825,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Rotorua Lakes High School, Rotorua. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Rotorua Lakes High School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18580940,Request for Proposals,Closed Competition,Main Building Contractor for Kaikorai Valley College - Music Suite Development - RFP,381/17/01,20170421,20170515,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Music Suite Development - B Block is to be reconfigured to create a new music suite. The layout of the walls will be altered to create more open spaces and storage areas.,Awarded,,20201117 Ministry of Education - School Infrastructure,18581262,Request for Proposals,Closed Competition,Main Building Contractor for Blue Mountain College - Special Needs Project - RFP,391/16/03,20170424,20170515,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Provide visual markings on steps, posts handrails as well as replacing inward opening windows with sliding windows and the supply/installation of "block out" blinds.",Awarded,,20201117 Ministry of Education - School Infrastructure,18586057,Request for Tenders,Open Competition,Roof Replacement at Glendowie College,,20170426,20170522,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The replacement of the roofs and various parts around the school as described in the supporting information.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18589599,Request for Proposals,Closed Competition,Amberley School Block 1 Classroom Modifications V2,3276/08/2015-RFP-V2,20170424,20170428,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Notice to Tenderers - Extension of time to 28th April 2017. - This is an extension of time for the request for tender in regard to the works on the 6 x classroom Canterbury Block which is to be modified and upgraded at Amberley School. Our apologies for confusion, the extension date was not changed on original RFP on GETS. PLEASE REFER TO ORIGINAL RFP RFX 18488103. If you have already responded (including NTT#1 information) then we thank you, if you are still to submit your Tender, please can you submit to this RFX.",Not Awarded,Amberley School still to make final decison.,20201117 Ministry of Education - School Infrastructure,18591080,Request for Tenders,Closed Competition,Main Building Contractor for ILE Senior Block Upgrade at Milton School - RFT,3772/16/01,20170501,20170519,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,ILE Senior Block Upgrade,Not Awarded,"Due to tender estimates being well over the budget allowed by the school the project did not go ahead. Thanks to all of those who submitted a tender. Kind Regards, Kelvin Lewis, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,18594987,Request for Tenders,Open Competition,Westown School - Roofing Projects,204678,20170501,20170525,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A condition assessment of the roofs has been carried out as part of the requirements for completing the school 510YPP and 5YA. This condition assessment has identified the following works: A block, the replacement of an upper level flat membrane roof over the Staffroom. The existing flat roof is to be replaced with a new pitched roof clad with long run metal cladding. The new roof requires new fascia boards and external eaves gutters and down pipes. B Block, the replacement of the external eaves gutters and downpipes C Block, the replacement of 3 roofs. All roofs are low pitch, 2 of which are membrane and 1 which is long run metal. The membrane roofs will require new plywood substrate. The work incudes for the replacement of the external eaves gutters and down pipes. Block D, the replacement of the roof fixings and undertake repairs to the membrane roof Block E, the replacement of the roof fixings and back flashings Block F, the replacement of the roof fixings and back flashings Block H, the replacement of the roof fixings and back flashings Block I , the replacement of the roof fixings and back flashings Block R, the replacement of translucent sheet roofing Note: It is likely that the contract work will need to be completed during school term time as the available holiday periods will not offer enough time to complete the full extent of work. The on-site construction zones will need to be monitored for health and safety and for noise nuisance though the teaching hours of the school.",Awarded,,20201117 Ministry of Education - School Infrastructure,18596239,Request for Tenders,Open Competition,Specialist Contractor for Repainting of Mount Roskill Primary School,SPM 16483,20170501,20170608,20170911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"a. Outcome sought: complete external repainting of the School of all previously painted surfaces. b. History: all buildings were repainted to a high standard over the summer season of 2008/2009. Block Two (Junior School Rooms 18 to 21) was upgraded during 2016 with the northern elevation largely replaced with aluminium joinery and/or repainted. c. Overview of the programme of which this project is a part: the proposed contract works comprise the cyclic maintenance of the School buildings on a ten-year period. d. Requirements for phasing and / or staged handover of the project: all work is proposed to be undertaken in the contract period proposed – the end of September 2017 through to the end of March 2018. e. The Third/Fourth Term break runs from Saturday 30 September 2017 to Sunday 15 October 2017, and the Christmas/New Year holiday break is scheduled for Wednesday 20 December 2017 to Wednesday 7 February 2018. f. Work in term time will be permitted subject to an appropriate access plan being negotiated and common-sense applied to all work activities. g. SPM's pricing schedule is included in the uploaded documents and is to be fully priced. Internal painting is to be priced along with external painting, though only external work will be considered in the tender evaluation. Project consultants are: 1. Project Manager: Styles Project Management - Paul Styles 2. Specifier: Resene Paints (NZ)",Awarded,"A satisfactory number and range of tenders were received at closing time on 9 June 2017. One tender was very marginally late but was accepted through the ""late tender"" provision in the tender conditions. An extensive evaluation of all bids was undertaken by the Mount Roskill Primary School (MRPS) Evaluation Team. Tenders were judged on Schedule of Prices for External Painting, plus the prescribed provisional sums for making good plus the required Contingency Sums. Tenderers who declined to price the Schedule, to provide a priced schedule for the Internal Painting, or to include the Provisional and Contingency Sums, were significantly marked down in the Evaluation. The tenderer who achieved the highest score with fully acceptable criteria for Methodology, Capacity, and Capability, and offered the lowest price is subsequently awarded the contract by the Board of Trustees of MRPS. We wish to thank all contractors who made the effort to submit a tender. The Procurement Officer is available to debrief any unsuccessful tenderer who is interested.",20201117 Ministry of Education - School Infrastructure,18597099,Request for Tenders,Closed Competition,"Main Contractor RFT, Blocks 1 and 2 - Refurbish Classrooms and Replace Roofing at Paraparaumu Beach School, Kapiti Coast",4502,20170501,20170526,20171128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Paraparaumu Beach School is looking to modernise two Formula classroom blocks that accommodate eight teaching spaces. The project sets out to replace all interior finishes and electrical fittings, create flexibility in the classrooms and generally improve the standard and function of the teaching accommodation. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Peryer Construction Wgtn Limited and will start on 08.01.18. The term of this contract is 11 months.,20201117 Ministry of Education - School Infrastructure,18597139,Request for Tenders,Open Competition,Main Construction Contractor for the Special Needs Modifications at Tikipunga Primary School,#204228,20170428,20170602,20170718,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"As part of the MoE’s Capital Works Special Needs programme, the MoE identifies and remedies specific accessibility issues for individual students with special needs at the School. This process is carried out on a case by case basis, with an Occupational Therapist reviewing the school property and making modification recommendations to the MoE EIS team for implementation (in this case) through the School’s development works programme. The general scope of the Special Needs Modifications at Tikipunga Primary School includes the following 5x work areas: - Work Area A: The modification of the exterior paved area at the entrance to the Staff-room area. - Work Area B: The modification of the exterior paved area at the entrance to the Admin / Reception area and the construction of a new accessible ramp down to the courts area. - Work Area C: Construction of a new raised concrete terrace (complete with ramps, steps & handrails) along Northern Elevation of the Existing Block 2 to provide accessible entrance to 7x classrooms. - Work Area D: The modification of the exterior paved area at the entrance to the Student Toilets area at the back of Block 2. - Work Area E: The modification of the existing exterior paved area at the entrance to the D.P office at the back of Block 2. The services required is that of a main construction contractor to undertake the construction works at the School in accordance with the attached documentation. The successful main construction contractor will be engaged by the MoE under the MoE's Medium works construction contract (attached), administered by Designgroup Architects h+k Ltd.",Awarded,,20201117 Ministry of Education - School Infrastructure,18598183,Request for Tenders,Closed Competition,Main Building Contractors for Learning Support Modifications (SNU) and 5YA Various Works at Tirau School (RFT),5600/5596,20170502,20170524,20171124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Learning Support Modifications: To create access to B Block (junior classrooms) and A Block (senior classrooms), the swimming pool and playground areas. Construction of a centrally located accessible bathroom in B Block. Scope: 5YA Works: B Block - Reconfigure existing foyer space to create new toilet block within building footprint, install warm water, cubicles, fixtures and fittings. Upgrade existing storage space for new use as breakout room, level floors, replace lighting, floor and wall coverings and joinery with some new for improved storage. Ancillary Block 4 - Demolish old existing toilet block. C Block - Replace Library part of roof and gutters. Special Conditions: There are two funding sources and so two price schedules must be submitted. The successful tenderer will submit two sets of pay claims. Contract: MOE Medium Works Contract Expected start date: ASAP once funding approved Expected construction period: 8 weeks",Awarded,Contract awarded and all recipients notified.,20201117 Ministry of Education - School Infrastructure,18598284,Request for Tenders,Open Competition,Rangitoto College Internal Refurbishment RFT,WS169268,20170502,20170530,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Site wide refurbishment project which involves various blocks on site work includes wall lining replacement, flooring, joinery and general builder's work as specified under the design document.",Awarded,,20201117 Ministry of Education - School Infrastructure,18600085,Request for Tenders,Closed Competition,Aurora College Block D,202950,20170511,20170531,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Aurora College Board of Trustees is seeking a Main Contractor for the upgrade of Block D classrooms and a site wide fire alarm and emergency lighting upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,18600557,Request for Tenders,Closed Competition,"Waiau Area School Ratioalisation Blocks L,I1,I2,K,H & Part C",402-16-01,20170501,20170522,20170616,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18603137,Request for Tenders,Open Competition,Main Building Contract for New Fale Project at Yendarra School,SPM 17472,20170503,20170607,20170905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"Background: A new Fale (Hall) building, built on the footprint of the present open shell structure. The volume of the new Hall body will be identical to the original Fale but an amenity block will be incorporated westwards of the present building, extending the footprint by some 20%. Ultimate facilities will include: The Hall Auditorium, Stage, Green Rooms, Storage, Kitchen, Ablutions and Reception/Lobby. The existing Fale is an open sided roof structure. The steel roof framework and metal roof is supported on steel columns encased in concrete. The structure was built approximately twenty-five years ago on an existing slightly graded concrete playground. The shelter is not only open to all weather but surface water is able to track across the concrete surface. Yendarra School has a proud history of welcoming VIP’s and guests, especially as the School is adjacent to Auckland Airport. The existing aging structure is no longer appropriate for such events or for School assemblies and sport/recreation/arts activities requiring a modern Hall like structure. Building Components: Reused structural steel frame and associated columns and footings; skylights at roof apex; new concrete in-situ slab floor; 75-mm Rockcote proprietary flooring to the Stage; timber access ramp; Dimond 0.55-mm longrun roofing (Steelspan 900); Fairview Architectural Cubic 40 series aluminium joinery; Eterpan sheet cladding on cavity; typical fit-out palette; Kitchen joinery and the like. Procurement: This tender requires the services of a main building contractor who with their sub-contractors and suppliers will provide a complete service to the Board of Trustees at Yendarra School to build and hand-over a completed new Fale.",Not Awarded,"Good Morning Tenderers On behalf of the Board of Trustees of Yendarra School, SPM regrets that no tender will be awarded for this tender opportunity. After an extended evaluation process, the BOT determined that the overall project price was not affordable at this time. We have though uplifted the building consent and received a waiver for Outline Plan or Works from Auckland Council, leaving open the opportunity to call tenders again in the next two years, subject to alternative supplementary funds being raised. We very much appreciate the efforts tenderers put into lodging your tender through the GETS platform. Please contact SPM if you desire any feedback on your tender. Very best regards Paul Styles Procurement Officer",20201117 Ministry of Education - School Infrastructure,18603548,Request for Proposals,Open Competition,"Main Building Contractor for Alterations & Refurbishment to Blocks 1 & 2, Coley Street School, Foxton","Coley Street School, Foxton",20170503,20170526,20171104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Coley Street School, Foxton is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Blocks 1 and 2 Block 1 includes creating openings in existing internal walls between classrooms to create innovative teaching spaces. Removal of existing small internal wing walls that protrude in classroom areas, and removal of internal walls to existing resource, wet area and teachers areas to create breakout areas for classrooms. Existing boys toilets to be converted to staff breakout areas. New large double sink bench unit to be fitted in one classroom. Refurbishment and making good to new and altered areas where work is undertaken, including wall linings, floor coverings, painting etc. Electrical (including lighting, new replacement heat-pumps, relocating exiting power and data and relocation of existing distribution board and security panel). Block 2 includes removal of part of internal wall between Library and Classroom to create flexible learning space between the two areas. New borrowed light in wall between office and classroom to allow visibility and flexibility between the two areas. New doors (stacker or sliding) between existing resource and classroom areas to create a breakout area that can be utilised by the two teaching areas. Provide glazing to two library walls to allow for additional light and better vision within the existing space. New large double sink bench unit to be fitted in one classroom. Refurbishment and making good to new and altered areas where work is undertaken, including wall linings, floor coverings, painting etc. Electrical (including lighting, new replacement heatpumps, relocating exiting power and data and relocation of existing distribution board and altering existing SNUP trunking). Some Fire Design Work is also involved. All tender documentation and necessary information attached. TERMS AND CONDITIONS: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/",Awarded,,20201117 Ministry of Education - School Infrastructure,18610916,Request for Proposals,Open Competition,Fire Alarm Upgrade Reporoa College,164,20170504,20170531,20170828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Reporoa College, Reporoa. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Reporoa College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18611283,Request for Tenders,Open Competition,"Manukorihi Intermediate School: Block C Upgrade, 2017",3065.08,20170502,20170530,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,-,"The project involves: - Conversion of a former science lab and prep room to a Classroom and meeting room, and alterations to an exterior stairwell by enclosing it from the weather, providing more visibility from outside to inside and providing balustrades and handrails - In the rooms - replacement of selected timber windows and doors with aluminium windows and doors, forming new openings and new windows, reinstatement of a skylight, interior refurbishment, new linings, flooring, finishes and enclosing existing and new wiring, alteration of services, new sinkbench - In the stairwell - concrete work, aluminium windows, galv steel handrails and balustrades This is the second stage of work on Block C, being part of the School's 5YA",Awarded,,20201117 Ministry of Education - School Infrastructure,18613151,Request for Tenders,Open Competition,"Design,Supply and Installation of an Outdoor PE/ Shelter at Papatoetoe North Primary School",,20170505,20170605,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The board of trustees at Papatoetoe North School are requesting the design, planning, supply and construction services for an Outdoor Sports/PE Shelter at Papatoetoe North School. The specifications are listed in the tender however for pricing and construction purposes please also refer to the works pricing schedule submitted with this tender.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18614557,Request for Proposals,Open Competition,Fire Alarm Upgrade Taupiri School,1987,20170505,20170531,20171010,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Taupiri School, Taupiri. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Taupiri School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18615428,Request for Tenders,Open Competition,Main Building Contractor for Hall Alterations at Mellons Bay School,MBS-HA,20170505,20170531,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The construction works includes removal of partial roof canopy, re-frame to allow new high windows installation, clad and re-roof canopy. Remove northern timber windows and doors as well as southern windows and replace with new Aluminium windows and doors. Changes to existing Fire Alarm and Emergency Lighting systems. The works must commence and complete with in the schools 3rd term starting 8th July and completing 29th September 2017",Awarded,,20201117 Ministry of Education - School Infrastructure,18623535,Request for Tenders,Closed Competition,Darfield High School - LED Lighting Upgrade,346/17/03/2017-RFT,20170505,20170526,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Darfield High School Board of Trustees we are now seeking quotations from shortlisted contractors for the LED Lighting Upgrade project at Darfield High School.,Not Awarded,We are still awaiting Ministry of Education formal approval for this project to go ahead.,20201117 Ministry of Education - School Infrastructure,18624724,Request for Tenders,Open Competition,Motueka High School New Classrooms,#16-33,20170505,20170602,20170717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a main building contractor for the construction of a three classroom block at Motueka High School,Awarded,"Thank you for submitting tenders for the New Classrooms project at Motueka High School. This contract has been awarded to Ultraspec, with a construction term of 17 July 2017 to 22 December 2017.",20201117 Ministry of Education - School Infrastructure,18628670,Request for Proposals,Open Competition,Fire Alarm Upgrade Miller Avenue School,1827,20170510,20170606,20171010,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Miller Avenue School, Paeroa. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Miller Avenue School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18630965,Request for Tenders,Closed Competition,Main Building Contractor for Special Needs Project at Wanaka Primary School - RFT,1167/16/01,20170509,20170529,20170622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Installation of tinting or blinds. Steps and stairs to be fitted with high contract hard nosing. Low contrast poles in line of travel, rail ends, seating in school environment as well as multiple other hazards to be coloured a high contrast colour.",Awarded,,20201117 Ministry of Education - School Infrastructure,18632974,Request for Proposals,Open Competition,Macleans College Sports Pavilion - Architectural Services,,20170509,20170606,20170904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Macleans College require architectural services for the design of a new sports pavilion at the site of the new artificial turf,Awarded,Awarded 15 August to DLM Architects Ltd,20201117 Ministry of Education - School Infrastructure,18637439,Request for Proposals,Open Competition,Fire Alarm Upgrade Otorohanga College,157,20170511,20170607,20170927,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Otorohanga College, Otorohanga. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Otorohanga College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18642106,Request for Tenders,Open Competition,Main Contractor Wainuioru School (Masterton) Block 1 Classroom Modernisation,,20170511,20170608,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Wainuioru School seek to appoint a main building constructor to undertake the construction of the proposed modernisation of three classrooms in Block 1. The works are described in plans and specifications published by IR Group Ltd. It is envisaged that the work will be undertaken during the school term time under a CPU. The school can vacate two of the three rooms at one time to allow the construction to take place. This means the work will need to be undertaken in two stages. The program and construction start and finish dates are negotiable and can be agreed to suit the contractors work load. Once the work commences the main contractor will be required to remain on site until all of the work is fully completed. An outline of the scope of work is as follows - Internal demolition and disconnections to remove unwanted items - Install new framing and beams to suit new floor plan - New in wall services and insulation - New wall & ceiling linings - New wall ceiling and floor finishes - New joinery - New windows - New decking",Not Awarded,We only received one response to this RFX so we have reissued the opportunity refer RFX 18891542,20201117 Ministry of Education - School Infrastructure,18642509,Request for Tenders,Open Competition,RFT for Main Building Contractor for Block D Refurbish Student Toilets at Hutt Valley High School,4501,20170511,20170609,20171103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Hutt Valley High School is looking to convert existing spaces including toilets to provide for a unisex toilet facility. The project sets out to replace all interior finishes, electrical and sanitary fittings, create open glazed external and internal accesses to a common lobby. Some structural work is required to achieve the final solution. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to JWT, start date 30.10.17 with completion due 02.03.18.",20201117 Ministry of Education - School Infrastructure,18650529,Request for Proposals,Closed Competition,Taradale Primary School Block A ILE Upgrade RFP,,20170515,20170606,20170623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor for the refurbishment of three classrooms at Taradale Primary School. Terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18650625,Request for Proposals,Closed Competition,Taradale Primary School Block B ILE Upgrade RFP,,20170515,20170606,20170623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor for the refurbishment of a two classroom block at Taradale Primary School terms and conditions: http://www.procurement.govt.nz/procurement/pdf-library/agencies/gmcs/gm-rfp-process-terms-and-conditions-466-kb-pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18651664,Request for Tenders,Closed Competition,Main Building Contractors for Hei Block Development Stage 2 at Mercury Bay Area School (RFT),5617,20170516,20170704,20171010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the second stage of an open ROI/closed RFT for work at Mercury Bay Area School.,Awarded,Contract awarded and all recipients notified.,20201117 Ministry of Education - School Infrastructure,18654522,Request for Tenders,Open Competition,Main Contractor for Miscellaneous Work at Mangakahia School,,20170517,20170612,20170613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Mangakahia Area School is inviting tenders from suitably qualified main contractors for the following This Procurement is for: ??? Repairs/replacement of various roofs ??? Interior classroom upgrades ??? General external building repairs Please use the GETS question and answer function for any queries.",Not Awarded,No Responses,20201117 Ministry of Education - School Infrastructure,18654827,Request for Tenders,Closed Competition,Refurbishment and Civil Construction Works for Classroom Blocks (M and F) and Sport Change Facility at Otumoetai College,,20170621,20170720,20170927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees is seeking a main building contractor for the refurbishment of two classroom blocks and construction of a sport change facility at Otumoetai College - Tauranga.,Awarded,,20201117 Ministry of Education - School Infrastructure,18655503,Request for Proposals,Open Competition,Fire Alarm Upgrade Helensville School,,20170517,20170614,20170906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Helensville School, Helensville. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Helensville School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18660367,Request for Tenders,Open Competition,Main Building Contractor for New Toilet Block & Associated Site Works at Finlayson Park School,,20170516,20170612,20170713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Project Consists of demolishing the existing toilet block, removing all the concrete existing paving in the vicinity of the new build, constructing the new toilet block, laying new concrete paving with new falls to a centrally located CP for SW catchment and installing a rainwater catchment system which the toilet block will operate on. New SW pipes to be Laid and new Hot Water Cylinders to be installed to bathrooms. Main structure consists of structural steel & Concrete Block - Refer to Attached RFT for full scope.",Awarded,,20201117 Ministry of Education - School Infrastructure,18660402,Request for Tenders,Open Competition,Raumanga Primary School (closed) Demolition,CS1090,20170522,20170616,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking proposals from qualified contractors for demolition and make good of a site at Raumanga Primary School, Whangarei (the School). Darroch Limited (???Darroch???) is managing this project on behalf of the Ministry of Education. The objective of this procurement is to source a contractor to demolish a block of classrooms and some smaller associated buildings, and to make good the site for subdivision. Pre-conditions: To be considered for this opportunity you must satisfy all of the following pre-conditions: ??? Technical competence and demonstrable track record in similar works; ??? Certification and suitable experience to carry out asbestos removal; ??? Commercial and operational capacity to deliver the project to the specified quality and time frame. Respondents that are not able to satisfy all pre-conditions should conclude that they are unable to meet our requirements and will not benefit from submitting a proposal.",Awarded,,20201117 Ministry of Education - School Infrastructure,18663705,Request for Tenders,Open Competition,Laingholm School - Main contractor for Block1 Modernisation,,20170518,20170613,20171025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,main building contractor required for internal modernisation of 2 classrooms and reconfiguration and addition to resource room to form breakout spaces,Awarded,The contract has been awarded to Focus Construction Group,20201117 Ministry of Education - School Infrastructure,18664062,Request for Proposals,Open Competition,Consultancy Services for Easement & Encumbrance Matters Relating to Crown Land held for Education Purposes,,20170516,20170614,20170628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a national provider to evaluate and make recommendations to LINZ on behalf of the Ministry of Education (as an administrator of the land owned by the Crown) relative to Easement & Encumbrance projects. To be considered for this opportunity you must satisfy all of the following pre-conditions: 1. The Respondent must have multiple LINZ accredited personnel, who collectively hold accreditation in all categories pertaining to the following legislation: Public Works Act : o Acquisition of Land for Public Works o Compensation o Dealing with Land (Disposal & Leasing) o Statutory Right of Repurchase 2. The Respondent must have the operational capacity to deliver National coverage",Awarded,,20201117 Ministry of Education - School Infrastructure,18673948,Request for Proposals,Open Competition,Greymouth High School - Re-Roof & RWG's Replacement (ROI),204955,20170519,20170607,20170724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The purpose of this registration of interest (ROI) is to invite interested parties to register their interest, in providing Head Contractor services for re-roofing and replacing RWG's on block A, B and C at Greymouth High School (GHS). Greymouth High School is located on High St, Greymouth 7840. There are a number of poorly designed flat roofs and pitched roofs requiring replacement at GHS. Where possible we are eliminating flat roofs by installing trusses over existing flat roofs and installing new corrugated steel linings. In other cases flat roofing membranes are being replaced with superior membranes. Refer to attached documents for further details. Detailed design has been completed and is currently being reviewed by Mott Macdonald (MOE's Building Enclosure Specialist) as required for the MOE's weather-tightness and durability design review process. A building consent application has been lodged. Once all ROI???s are evaluated and respondents have been shortlisted, the tender will be released (approximately 12/06/2017). We expect to commence construction on 3rd July 2017.",Awarded,Tender to be released shortly.,20201117 Ministry of Education - School Infrastructure,18674547,Request for Proposals,Open Competition,Fire Alarm Upgrade Flat Bush School,1277,20170522,20170619,20171010,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Flat Bush School, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Flat Bush School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18675688,Request for Tenders,Closed Competition,16-2651-02 Pukehamoamoa School Capital Maintenance & ILE Upgrade,16-2651-02,20170522,20170613,20170919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking tenders for Block A Capital Maintenance and ILE Upgrade at Pukehamoamoa School. The project comprises: - Floor: Underfloor insulation of timber floors, new floor coverings - carpet tiles, Vinyl flooring to wet area, and entrance door mats, - Walls: Autex composition or Quiet-space system to un-insulated walls and other finishing considerations, - Joinery: Life cycle replacement/refurbishment of existing fittings and fixtures - Electrical: Life cycle replace of electrical fittings and fixtures, life cycle replacement of the heating services. - Ceilings: New suspended ceilings, ceiling insulation R3.6, new T5 LED lighting. - Painting: Cyclical maintenance internal painting.",Awarded,,20201117 Ministry of Education - School Infrastructure,18676133,Request for Tenders,Closed Competition,Main Building Contractors for Exterior Access Works 2017 at Putaruru Primary School (RFT),5353,20170523,20170616,20170823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Block A, B, C, D & E ??? the replacement of existing exterior doors and hardware. New doors will allow improved access to outdoor learning area and new hardware will improve security to block. Block C ??? Construction of new deck",Awarded,Contract awarded and all recipients contacted via email.,20201117 Ministry of Education - School Infrastructure,18679072,Request for Tenders,Open Competition,Manurewa High School Business Centre - Roofing & Remedial Works,,20170523,20170616,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project involves upgrade of the Business Centre for remediation of weather-tightness failure including full roof replacement of the building, new entrance, associated asbestos removal, minor internal works and construction of an adjacent walkway/canopy.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line",20201117 Ministry of Education - School Infrastructure,18682964,Request for Tenders,Open Competition,Aranga School Fencing Project,,20170606,20170704,20171020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"o The Ministry is seeking to construct a perimeter fence at Aranga School in Northland.. o The objective of this procurement is to construct fencing which will contain at special needs students who have a tendency to run away, fencing must be adequate to contain these students whilst allowing them to utilise the school grounds. o This Procurement is for: ??? Existing Fencing removal ??? Construction and installation of new fencing ??? Construction of and installation new gate ways ??? Construction of mowing strips where relevant.",Not Awarded,Tender Cancelled. Fence no longer required as the child is no longer at the school,20201117 Ministry of Education - School Infrastructure,18683258,Request for Proposals,Open Competition,Fire Alarm Upgrade Mount Roskill Grammar,74,20170524,20170623,20170906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mount Roskill Grammar, Auckland. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Mount Roskill Grammar is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18683434,Request for Tenders,Open Competition,Library Membrane Replacement at Mt Albert Grammar School,,20170524,20170619,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As part of the 5YA process, a specialist roof report has identified that the membrane roof over the library has reached the end of its economic life and is in need of replacement.",Awarded,,20201117 Ministry of Education - School Infrastructure,18686518,Request for Tenders,Open Competition,RFT for Main Building Contractor for Block A - Junior Block Modernisation at Khandallah School,4559,20170526,20170619,20170914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Khandallah School is looking to modernise one end of the junior classroom block. The project will incorporate the refurbishment and reconfiguration of toilets and the creation of a breakout teaching space. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,The contract was awarded to Cemac Commercial Ltd and will start September 2017. The term of this contract is four months.,20201117 Ministry of Education - School Infrastructure,18687811,Request for Tenders,Closed Competition,Macleans College Contractor for Cleaning Services,,20170526,20170616,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Please find the RFT for Cleaning Services attached and note the site visit time/date,Awarded,,20201117 Ministry of Education - School Infrastructure,18690570,Request for Tenders,Open Competition,"Main Roofing Contractor for Remedial Works at Birdwood School, Ranui, Auckland",1-46171.00,20170531,20170627,20170821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Birdwood School Board of Trustees (the Buyer) is seeking procurement of a Main Roofing Contractor for Remedial Works to various Blocks at Birdwood School (the School), Ranui, Auckland 0612. This Procurement will be a single stage open tender on GETS. This RFT seeks to engage a Contractor to carry out the roofing works prior to school commencing in T3 2017. All tender documentation and necessary information attached are as below: ??? RFT (pdf) ??? Response Form (Part A and Part B) (Word document) ??? Proposed Medium Works Contract ??? Pricing Schedule (Excel spreadsheet) ??? Architectural plans and Site Plan Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Tenders will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 5% Price 70% Please make sure that the Suppliers Response Templates and the Pricing Schedule are completed. Please ask all questions via the GETS ""Ask a Question"" function and submit RFTs via GETS only. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Not Awarded,No award due to no response.,20201117 Ministry of Education - School Infrastructure,18698633,Request for Proposals,Closed Competition,Karamu High School T2 Learners Support Upgrade,,20170531,20170622,20170927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees is seeking a main building contractor for the upgrade of a Learners Support Classroom Block (2 classrooms) at Karamu High School,Awarded,,20201117 Ministry of Education - School Infrastructure,18702430,Request for Tenders,Open Competition,Elgin School - Mulitple Projects,Architects Ref - 1676,20170606,20170703,20171212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Elgin School is located in Gisborne, on the East of the North Island of NZ. The project involves:- - Repair and replacement of multiple existing roofs, including framing up of new roof pitches - Installation of a mechanical ventilation system - Repair and replacement of existing concrete paving - Removal of existing rotten windows/wall cladding and replacement with new - Associated internal repair/maintenance - General exterior maintenance work - Replace/upgrade existing sewer and stormwater system Construction is generally concrete/timber floors with, timber framed walls and roofs and metal profiled roofing.",Awarded,,20201117 Ministry of Education - School Infrastructure,18708290,Request for Tenders,Closed Competition,Bohally Intermediate Fire Alarms Upgrade,17-2812-06,20170622,20170719,20170825,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,Main Contractor for upgrade of Fire Alarms for the Board of Trustees (BoT) at Bohally Intermediate School,Awarded,,20201117 Ministry of Education - School Infrastructure,18709287,Request for Tenders,Closed Competition,Otumoetai Intermediate School B Block,OIS08,20170602,20170630,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Otumoetai Intermediate School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for the works involving: remodeling of the School's existing A Block, into an innovative learning environment (modern learning, flexible learning space. The Selected Suppliers have been identified and confirmed as successful to provide a Proposal, based on the Submissions from the closed Registration of Interest, REF #18573488 Request for Proposal Documentation attached as follows: - Tender (RFP) Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines;; Ministry of Education RFP; Supplier Response Part A; Supplier Response Part B; All relevant Tender Issue Drawings and Specifications; Tender Summary Form; Invitation To Tender Letter",Awarded,Contract awarded to Watts & Hughes construction. Construction commenced December 2017 and works due to be completed July 2018. Contract ends at end of 12 month defect period.,20201117 Ministry of Education - School Infrastructure,18711122,Request for Proposals,Open Competition,Fire Alarm Upgrade Gisborne Girls High School,210,20170602,20170628,20170906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Gisborne Girls High School,Gisborne. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 16 of the program and Gisborne Girls High School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,18711808,Request for Tenders,Open Competition,Main Contractor Recladding and Remediation of the School Hall at Maungatapu School,CW2017-15,20170609,20170704,20170915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Not applicable,"The Ministry of Education Capital Works wishes to engage the services of a Head Building Contractor for Recladding and Remediation of the School Hall at Maungatapu School (the School 1821) The plans and specifications are attached for the works that are required.",Awarded,,20201117 Ministry of Education - School Infrastructure,18712964,Request for Tenders,Open Competition,Main Contractor for Recladding and Remediation of the School Hall at Awapuni School (Gisborne),CW2017-14,20170609,20170704,20171122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education - Capital Works is seeking a Head Building Contractor for Remedial Works and Head Building Contractor for Recladding and Remediation of the School Hall at Awapuni School (Gisborne) Details are included in the plan and specifications attached",Not Awarded,Response received was unaffordable.,20201117 Ministry of Education - School Infrastructure,18718620,Request for Tenders,Open Competition,"Demolition and Make Good at Richmond Park School, Hamilton (Now Closed)",CS1926,20170610,20170703,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking proposals from qualified contractors for demolition and make good of a site at Richmond Park School, Hamilton (closed). Darroch Limited (???Darroch???) is managing this project on behalf of the Ministry of Education. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a tender for the demolition of three buildings and a swimming pool, and to make good the site at Richmond Park School (the School), 66 Bader Street, Hamilton. The School is now closed. Pre-conditions: To be considered for this opportunity you must satisfy all of the following pre-conditions: ??? Technical competence and demonstrable track record in similar works; ??? Certification and suitable experience to carry out asbestos removal; ??? Commercial and operational capacity to deliver the project to the specified quality and time frame. Respondents that are not able to satisfy all pre-conditions should conclude that they are unable to meet our requirements and will not benefit from submitting a proposal.",Awarded,,20201117 Ministry of Education - School Infrastructure,18719535,Request for Tenders,Open Competition,Drainage Upgrade at Glendowie College,,20170606,20170629,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,As part of the 5YA for Glendowie College a drainage survey and report of the school storm water and sanitary lines was commissioned. A number of issues were identified for repair or remedial works.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,18720247,Request for Tenders,Closed Competition,Riverton Primary School Roof and Electrical Switchboard Replacement,4008-16-02,20170630,20170721,20170919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The objective of this procurement is to source the supply of construction works for the construction of Blocks B, C & J Roof and Electrical Switchboard Replacement Outcome sought: Deficiencies as they relate to weather tightness and/or structural integrity or deferred maintenance within Blocks B, C & J. The key considerations related to the primary outcome is to replace the Roof on Blocks B, C & J and Electrical Switchboard Replacement. Please Note Deadline for Questions: 5.00 p.m. 14 July 2017.",Awarded,,20201117 Ministry of Education - School Infrastructure,18720489,Request for Tenders,Open Competition,Paparore/Kaikohe West Schools Visual Upgrade Project,,20170606,20170704,20170822,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,18731551,Request for Tenders,Closed Competition,"Main Building Constractors for A, D and G Block Alterations at Whatawhata School (RFT)",5714,20170609,20170704,20170815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: o Construction of 2x ILE/DQLS compliance teaching spaces with break out rooms, wet areas and outdoor teaching spaces. o Block D to be extended by 1 teaching space (101sqm Gross / 78sqm Net) o Block G to be extended by 1 teaching space (101sqm Gross / 78sqm Net) o Upgrade of power supply and distribution to school. o Additional water supply storage tank. o Block A: internal upgrade to create ILE space with external teaching spaces via new deck with verandah over Start date: ASAP Construction Period: Approximately 6 months",Awarded,Contract awarded and all tenderers notified by email.,20201117 Ministry of Education - School Infrastructure,18732726,Request for Tenders,Open Competition,Porirua College - Mechanical contractor for heating and cooling system upgrade,,20170607,20170703,20171116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Porirua College are seeking a mechanical contract for the replacement of main plant (boilers and chiller) and the modification of air handling systems at Houses 1, 2, and 3 at Porirua College. The Contract Works will include the below: Main Plant: ??? Removal and disposal of the existing chiller for recycling. ??? Supply and installation of a new underground gas main to the existing plant compound. ??? Supply and installation of new boilers, pumps, boiler waterproof cabinet and ancillary equipment. ??? Installation of new air-cooled chiller, including reconnection to existing submain. ??? Re-configuration of BMS controls to suit new equipment. ??? Commissioning of new boilers and chiller. Air Handling Equipment: ??? Modification of existing AHUs (x3) from full outside air to allow a proportion of return air. ??? Replacement of the existing heating coils in the AHUs (x3). ??? Addition of grilles, ducts and associated items to allow a return air path in the buildings. ??? Re-configuration of BMS controls to suit new equipment. ??? Overview of the programme of which this project is a part. ??? Requirements for phasing and/or staged handover of the project. The Contract Document has been formalised and attached to the comments.",Awarded,,20201117 Ministry of Education - School Infrastructure,18736936,Request for Tenders,Closed Competition,Main Contractor for Refurbishment of Technology Block at Taradale Intermediate (RFT),17-2687-01,20170613,20170706,20171024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of existing technology block in 2 stages. Stage 1 to be completed, prior to commencing Stage 2. ??? Demolition of 4 main internal walls, and construction of structural portal frame and new bracing elements. Construction / installation of operable walls to create an open space gathering space between the classrooms. ??? Fire Design requirements - This includes installation of hold open devices on each of the fire rated doors required between the 2 fire cells, connected to the smoke detection system. ??? Construction of 4 decks including steps, and 2 accessible ramps. Each of the decks are to be covered by a veranda. ??? Construction of external teaching spaces and landscaping including decks and seating, planter boxes and a clothes line, and repair of any concrete areas around the building; ??? Stage 1 is to include the construction/ refurbishment of the Cooking teaching space, construction of new decks including seating and verandah roofing, the Science teaching space, the main foyer/entrance/ gathering space, 3 store rooms including a laundry room, hot desk office, 4 toilets, and an accessible bathroom with shower. ??? Refurbishment of the Cooking teaching space is to include construction of a chiller room and pantry, external BBQ area with roller door, cabinetry and joinery for 8 cooking spaces, sinks, installation of appliances including ovens, hobs, rangehoods and fans. Installation of 2 double sliding doors out to the new deck. Installation of two external outdoor sink units on the deck. ??? Refurbishment of the Science teaching space including construction of a storage/resource room, and finishing room, sinks. Installation of 2 double sliding doors out to the new deck. ??? Refurbishment of the central gathering space including construction of an accessible toilet, 4 unisex toilets, a hot desk office, laundry and resource room. ??? Stage 2 is to include construction/ refurbishment of the Hard materials teaching space, Soft materials teaching space, 2 decks and an accessible ramp. ??? Refurbishment of the Hard materials teaching space including construction of a resource room, and machine bay. Sink units. Installation of two sets of external double doors out to the new deck with verandah roof, accessible ramp and external extractor unit. ??? Refurbishment of the Soft Materials teaching space including installation of a fire wall, external sliding doors to the new deck area. ??? Construction and installation of new cabinetry and joinery throughout.",Awarded,,20201117 Ministry of Education - School Infrastructure,18737216,Request for Tenders,Open Competition,TKKM o Horouta Wananga - Expansion of Teaching Spaces 2,Architects Ref 1711,20170612,20170705,20170821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This RFT is for procuring a Main Building Contractor to convert former dormitories into Classrooms at TKKM O Horouta Wananga (Gisborne City) for the Ministry of Education (The Principal). The Contract Works required are: ??? Alterations to 4 existing dormitories to create 4 new learning spaces with associated Store, Toilet and Shower facilities. ??? The bulk of the work involves making good the existing spaces following the removal of the accommodation facilities, such as beds and bathrooms. There is minimal exterior work, mainly focused on removing existing windows doors, and fitting new external joinery. ??? The four existing dormitory bathrooms are to be converted into single shower and toilet rooms and a Store Room. An existing Store is also to be converted to a single toilet. ??? The existing building has a concrete floor slab, timber framed walls and roof, and timber joinery. The building is clad in a combination of asbestos sheet and timber weatherboards. ??? The school will be open during normal school hours and normal school terms. Whilst they do not use this building currently, it is located adjacent to the main school entrance and this must remain operational at all times.",Awarded,,20201117 Ministry of Education - School Infrastructure,18737619,Request for Tenders,Closed Competition,"Main Building Contractor for Blocks D and E Alterations at Woodlands School, Opotiki - RETENDER",4578,20170612,20170705,20170822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The project involves the following: - re-piling of block D to raise it to the same floor level as block E - construction of small new build section between blocks D and E - construction of new covered deck and steps to the north of the blocks - some internal remodelling of parts of both blocks",Not Awarded,All responses received exceeded budget available. A reduced scope design will be loaded to GETS in coming days to seek revised tenders.,20201117 Ministry of Education - School Infrastructure,18740561,Request for Proposals,Closed Competition,Hinds School - Block 5 Classroom Upgrade - RFP,3375/16/12/2016-RFP,20170614,20170704,20170919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Hinds School Board of Trustees we are now seeking tender quotations from the shortlisted contractors from the ROI process. This tender is for the Block 5 Classroom Upgrade project at Hinds School. Please see attached documents and specifications for the full description of the scope of works.,Awarded,This tender has now been awarded.,20201117 Ministry of Education - School Infrastructure,18743483,Request for Tenders,Closed Competition,Main Contractor for Havelock North Primary School Carpark,17-2573-01,20170622,20170714,20170919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are seeking a main building contractor to construct a carpark to hold 38 cars. The work will include: - demolition, site preparation including tree removal, improved site access, - Construction of a concrete carpark to hold 38 cars. - Construction of the parking area including concrete curb and footpaths, drainage and a grass swale for drainage, - Marking of the carparks, - Construction of a retaining wall, - 2 new vehicle crossings, - Resurfacing of netball courts including fencing, - Demolition of existing Cricket nets and fencing, and construction of new cricket nets, fencing and a concrete pad. - Provision of an access gate through the new netball fence to the carpark, - Landscaping. - Installation of carpark lighting, - improved pedestrian access around the site,",Awarded,,20201117 Ministry of Education - School Infrastructure,18744877,Request for Tenders,Closed Competition,"Main Building Contractor for alterations, improvements and extension to an existing single storey classroom Block plus refurbishment of associated toilet areas at Woodlands Park School, Titirangi, Auckland",,20170614,20170705,20171214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Woodlands Park Board of Trustees (the Buyer) is seeking tenders from experienced main contractors to build a 39m2 single storey addition constructed of concrete floor, timber framed walls with weatherboard cladding and timber framed roof with metal roofing. There will be internal alterations and redevelopment of two existing toilet blocks that are adjacent to the new construction. The toilet blocks are clad in asbestos sheet which is to be removed and reclad with weatherboards. The work will help bring building up to standards for acoustics, ventilation, insulation, lighting etc. Total work includes new flooring, new ceilings, replace pinboard, electrical, lighting, power and data. Provide built in lockable facilities for ICT. Removal of old heating radiators & making good linings. Upgrade of 2 toilet blocks will include bringing the toilets up to modern standards including the provision of hot water for hand washing. The work includes linings, partitions, flooring, fittings & plumbing. The toilet blocks are clad in asbestos sheet which is to be removed and reclad with weatherboards. Work also includes upgrading electrical distribution boards and provision of electric heating units to the school hall. The roofing work includes replacement roofing to the pool changing area plus the associated covered way to Block 3.",Awarded,,20201117 Ministry of Education - School Infrastructure,18752086,Request for Tenders,Open Competition,Construction Services at Titirangi Primary School,CW17044,20170616,20170711,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Special Need property modification at Titirangi Primary School, ramps, bathroom modification and general carpentry work.",Awarded,,20201117 Ministry of Education - School Infrastructure,18759502,Request for Proposals,Open Competition,RFT Pukemiro School Main Contractors New SPG Multipurpose room,,20170628,20170721,20170831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,the BOT Pukemiro School are seeking Main contractors to construct a new SPG Multipurpose Building,Awarded,,20201117 Ministry of Education - School Infrastructure,18761681,Request for Tenders,Closed Competition,Franz Josef School New Admin & Classroom Modifications,3343/26/01/2017-RFT,20170621,20170720,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of Franz Josef School we now request tender pricing from those shortlisted contractors from the previous ROI process. The tenders are to price the New Admin and Classroom Modifications at Franz Josef Glacier School. Please see attached specifications.,Not Awarded,"Financial constraints imposed by the MOE have meant that this project cannot proceed as currently outlined. Separate discussions are taking place with the preferred tenderer in order to reduce costs by changes to scope",20201117 Ministry of Education - School Infrastructure,18766066,Request for Tenders,Open Competition,Chatham Island Schools Upgrade - Main Contractor,,20170627,20170721,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Chatham Island Schools (Te One School, Kaingaroa School, Pitt Island School) Board of Trustees invite Main Contractors to submit a tender for the proposed upgrade to existing school buildings. The Main Contractor will be appointed under a two-stage procurement model to provide Early Contractor Involvement to aid in the scoping and procurement of individual projects on the islands. This tender is for the Stage One - Pre-Construction Services only as outlined in the attached Request for Tender Documentation. It is the intent that the Stage Two - Construction Services appointment will be negotiated on an open book basis with the Stage One Contractor in accordance with the process outlined in the attached Request for Tender Document.",Awarded,Shortlisted contractors noted above,20201117 Ministry of Education - School Infrastructure,18772796,Request for Tenders,Open Competition,Makauri School ReRoof & Painting,1715 and 1724,20170627,20170724,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? The school???s 10YPP identified items which needed upgrading at the school. These included:- -Re-roofing Block A, which had come to the end of its lifespan -Cyclical maintenance repainting of Block A, Block E and Block G. ??? Makauri School is located 10 mins out of Gisborne City, on the East Coast of the North Island of NZ. The project involves:- -Full repaint of Block A, including cleaning the exterior of the existing water tanks. -Partial repaint of Block E, including exterior cleaning of water tanks -Partial interior repaint to Administration area -Block K, repaint to repaired work only. -Complete Re-roof of Block A and K, including minor repair work to spouting and timber trims. -Creating openings between the classrooms in Block A to create Flexible Learning Spaces.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18779805,Request for Tenders,Open Competition,Main Building Contractors - Freyberg High School,1694001,20170626,20170728,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking tenders from main building contractors for the weathertightness remediation of the Gymnasium Building at Freyberg High School (the School). This is a single stage procurement.",Awarded,,20201117 Ministry of Education - School Infrastructure,18780272,Request for Tenders,Closed Competition,Main Building Contractor for ILE Alterations and upgrading work at Northcross Intermediate School,,20170629,20170727,20171214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Alterations and upgrading of an existing classroom Block 2 at Northcross Intermediate School. The project also includes, upgrading disabled access, concrete work, flooring, linings, ceilings and insulation. Installation of new doors & joinery, lighting, soundproofing, Electrical and Fire + Security and upgrading toilet areas. The work will help bring building up to standards for acoustics, ventilation, insulation, lighting etc. Total work includes new flooring, new ceilings, replace pinboard, electrical, lighting, power and data and soundproof dividing/internal doors, joinery etc. There is the presence of asbestos sheet cladding which is to be removed and disposed of in accordance with MOE and Worksafe guidelines. Upgrade of toilet blocks will include bringing the toilets up to modern standards including the provision of hot water for hand washing. The work includes linings, partitions, flooring, fittings & plumbing.",Awarded,,20201117 Ministry of Education - School Infrastructure,18785034,Request for Tenders,Open Competition,"Contractor for the design, supply and construction of a perimeter fence at Haast School",,20170630,20170726,20170828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,N/A,"Haast School has engaged Opus International Consultants Ltd as the project manager for the modifications to the existing fencing around the perimeter of the school. A new perimeter fence must be installed to exclude a special need student(s) from identified hazards that could endanger them and provide security that prevents them from leaving the school grounds unsupervised or accidentally. While achieving these aims the fence must not be excessively high, must provide a visual barrier along specified boundaries and shall have sufficient gates to provide ease of entry plus access for large vehicles and high pedestrian numbers in specific locations during events or at the start and end of the school day. The new fence will generally follow the boundary, be located inside an existing fence or be located inside the boundary and tie into buildings and other structures where necessary to secure the school and exclude hazards. There is currently no perimeter fence at Haast School apart from a small timber fence half a meter high at the front of the school. This front timber fence will have to be removed. The total length of the designed gate is 363m with nine pedestrian gates and two vehicle entrance gates. Haast School is within 150 meter to the beach, therefore the fence must be corrosion resistant. The fence upgrade is to meet the recommendations of this report and to take into account the operational and future development needs of Haast School. Address: 1960 Haast-Jackson Bay Road",Not Awarded,"The tender for the design, supply and construction of a perimeter fence at Haast School was awarded to Gary Norton Builders.",20201117 Ministry of Education - School Infrastructure,18790179,Request for Tenders,Open Competition,"Main Contractor for 5YA Project 1 at Tiritea School, Palmerston North",200674,20170703,20170726,20180126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor services for 5YA Project 1 at Tiritea School in Palmerston North, the work includes the upgrade of toilets, demolition and replacement of pool changing sheds, new pool fencing, a new breakout space and various maintenance items.",Awarded,,20201117 Ministry of Education - School Infrastructure,18792299,Request for Tenders,Open Competition,Northcote College Sportsfield Upgrade,,20170710,20170804,20170815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Sportfields works to upgrade turf to sand based with irrigation together with Stormwater systems,Awarded,"very good responses from 3 of 5 RFP, all very capable and generally capacity also good, pricing from top 3 quite close. Alternative proposal only submitted by one respondent.",20201117 Ministry of Education - School Infrastructure,18792958,Request for Tenders,Open Competition,"3-Classroom Block Demolition and Site Clearance at Rongomai School, Otara, Auckland",Project 166534,20170704,20170731,20170831,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this Request for Tenders (RFT) is to invite Main Demolition Contractors to submit Fee and Service proposals to Ministry of Education (the Principal) in respect of the provision of demolition works to Rongomai School (the School), Otara, Auckland. The Main Demolition Contractor is to include for the engagement and management of all sub-contractors and to provide full site supervision to ensure programme of works is completed within timeframes specified. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Ministry to select and appoint a Contractor to provide the Contract Works. This procurement will be a single stage open tender on GETS. All tender documentation and necessary information attached are as below: i. RFT (pdf) ii. Form of Tender Part A [in word document] iii. Form of Tender Part B [in word document] iv. Medium Works Contract: (Template/Draft) ??? The Contract Agreement ??? Part 1??? Special Conditions of Contract ??? Part 2??? General Conditions of Contract for Medium Works Contract Agreement v. Tender Submission Form vi. Tender Price Schedule [in excel spreadsheet] vii. Asbestos Management Survey & Condition Report (10.2015) ??? Maynard Marks Property & Building Consultants viii. Asbestos Demolition Survey (updated 05.2017) ??? Coleman Consulting Please make sure that the Suppliers Response Templates (Supplier Response Form ??? Part A & Part B), Tender Submission Form and the Tender Price Schedule are completed fully. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposals will be evaluated against the following criteria: Proposed Solution 35% Capability 10% Capacity 5% Price 50% Request for Tenders (RFT) (refer attached 'RFT' Document) + questions relating to this project are to be submitted via the GETS website. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standa",Awarded,,20201117 Ministry of Education - School Infrastructure,18796940,Request for Tenders,Open Competition,Acoustic Wall Covering Replacement at Papatoetoe Intermediate,,20170705,20170807,20170824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The majority of the classrooms through Block 1 (ground floor and first floor) have hessian that is ripped and faded. The School have a Masterplan in place and stage 4 of this plan is to take into account ILE objectives within the block and upgrade it. There is a need for an interim solution as the timeframe for stage 4 of the Masterplan could extend beyond the current 10YPP. As part of the school???s agreed 5YA, this project is to replace the current wall coverings in rooms 1 - 22 with new acoustic wall coverings.",Not Awarded,Withdrawing the Project from GETs as we are going to combine the Acoustic Wall Covering Replacement and the Corridors and Stairwell Refurbishment Projects at Papatoetoe Intermediate and re-issue on GETs early next week (week commencing 28 August 2017).,20201117 Ministry of Education - School Infrastructure,18797647,Request for Proposals,Open Competition,RFP Cleaning Contract Wellington High School and Community Education Centre,100,20170705,20170804,20171106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"PO Box 4035, Wellington 6140","Wellington High School is inviting Requests for proposals for it's cleaning services. Attached are : 1. Additional Information - Specifications 2. Our anticipated contract terms and conditions 3. Spreadsheet showing the number of classrooms/offices/toilets etc 4. Request for Proposal Wellington High School and Community Education Centre 5. Section 7 Part A Response 6. Section 7 Part B Response Our timetable is for a pre-bid conference and site visit on Friday 21 July, responses received by 4 August, to be followed by an evaluation, interviews, negotiation etc. It is anticipated that we would award a contract in early September.",Awarded,,20201117 Ministry of Education - School Infrastructure,18797777,Request for Tenders,Open Competition,"Hingaia Peninsula School ??? Three Studio Units, Satellite Unit, and New School Entrance.",171950,20170703,20170726,20171020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hingaia Peninsula School construction of Three Studio Units, Satellite Unit, and New School Entrance (Construction of new classrooms, a new Special Needs Unit, alteration to existing buildings and associated infrastructure, namely Building 1 extension, Building 7 and Building 8). Site works include new road crossings along School Road and the demolition of the existing vehicular access from Hingaia Road Note the existing Hingaia Peninsula School buildings to be protected and maintained on site throughout the contract are the existing School Hall/ Gym and classroom blocks (Buildings 1, 2, 3, 4, 5 and 6) completed in 2011. Contractor to clearly identify and confirm all existing buildings and siteworks to be retained.",Awarded,,20201117 Ministry of Education - School Infrastructure,18803932,Request for Tenders,Closed Competition,Ashgrove School Block 1 Classroom Modifications,3284/08/11/2016-RFT,20170705,20170802,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees for Ashgrove School we are now seeking tender prices from those short listed contractors from the ROI process. This project is Classroom Modifications to Block 1 at Ashgrove School, which is situated in Rangiora.",Awarded,,20201117 Ministry of Education - School Infrastructure,18811363,Request for Tenders,Closed Competition,Balmacewen Intermediate - 5YA Projects,5045,20170707,20170731,20170911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the closed tender process following the previously advertised ROI for the 5YA projects at Balmacewen Intermediate.,Awarded,This contract was awarded to Steve Mowat Building & Construction.,20201117 Ministry of Education - School Infrastructure,18816289,Request for Tenders,Open Competition,Fernridge School - Main Construction Contractor services,CW2017-17,20170707,20170808,20170922,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Please see a Request for Tender (RFT) for Main Contractor Construction Services for the Fernridge School project, as part of the Ministry's Capital Works programme.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18816361,Request for Tenders,Open Competition,Main Contractor ILE Enhancement A Block West Marlborough Boys College,,20170712,20170804,20170829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Contractor ILE Enhancement for A Block West Marlborough Boys College. Contractor must use specified suppliers and be able to complete construction by Friday 13th October 2017.,Awarded,,20201117 Ministry of Education - School Infrastructure,18825158,Request for Tenders,Closed Competition,5251 Kimbolton School breakout space and sickbay RFT,5251,20170718,20170808,20180110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Kimbolton School Board of Trustees is looking to procure a main contractor to build breakout space and sickbay within the existing footprint.,Awarded,Contract awarded to Colspec in December 2017,20201117 Ministry of Education - School Infrastructure,18826412,Request for Tenders,Open Competition,Remedial works for school hall at Waverley Park School,CW2017-34,20170829,20170925,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Following a weather-tightness survey it was identified that there were a number of defects that needed to be rectified to the hall block. A detailed design and scope of works has been put together to rectify these issues. The Ministry are now seeking a suitably qualified and experienced Supplier to carry out the remediation work. Please note a substantial proportion of the works involves the installation and commissioning of a HVAC system, requiring specific M&E competence and experience.",Awarded,,20201117 Ministry of Education - School Infrastructure,18839229,Request for Tenders,Open Competition,"Main Building Contractor, RFT Blocks 1, 2 and 3 Replace Window Panels, Light Fittings and Refurbish Classrooms/Toilets at Fernlea School, Wainuiomata",4721,20170717,20170809,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Fernlea School is looking to modernise two classrooms comprising of internal alterations and refurbishment of two classrooms that introduce new breakout spaces and replace interior finishes. The project also sets out to incorporate the upgrade of two sets of student toilets together with renewal of light fittings in two classrooms and replacement of areas of asbestos sheet cladding. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Carrara Holdings Ltd awarded contract, start date 12.02.18, completion 31.07.18.",20201117 Ministry of Education - School Infrastructure,18841378,Request for Tenders,Open Competition,Kaiti School Block B Alterations,1671,20170719,20170818,20171212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school???s 10YPP identified Block B as needing upgrading to meet new Flexible Learning Space requirements. The project involves the upgrading of an existing 2 classroom block with toilet block, to create two teaching spaces and two breakout spaces. There is some replacement of subfloor framing and exterior wall framing and cladding included. There is also some Cyclical Maintenance Exterior Painting of other classroom blocks at the school included.",Awarded,,20201117 Ministry of Education - School Infrastructure,18842148,Request for Tenders,Closed Competition,RFT for Main Contractor for the Capital Works at Kamo High School - Project 1 & 2,,20170718,20170814,20171026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"Kamo High School is located on Wilkinson Ave, Kamo, Whangarei. This RFT covers the two projects, Project 1 ??? Library Refurbishment and Project 2 - Gymnasiums 1 & 2 Remediation. Project 1 and Project 2 tenders are to be submitted individually and may be awarded to separate contractors.",Awarded,,20201117 Ministry of Education - School Infrastructure,18845198,Request for Tenders,Open Competition,Frankton School: Accessibility Upgrade 2016,16044,20170719,20170811,20171211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Frankton School is seeking a main building contractor for an accessibility upgrade at Frankton School. The scope of the project involves the installation of 5 ramps, associated decking and handrails and includes a new cloak bay structure to the end of one classroom. Work is to be staged to minimise disruption to the schools day to day activities.",Awarded,,20201117 Ministry of Education - School Infrastructure,18846364,Request for Proposals,Open Competition,Wellington Girls' College - Master Planning and Lead Design,CW2017-22,20170718,20170811,20170915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"A Request for Proposals for the provision of Master Planning and Lead Design services on the Wellington Girls' College Project, as part of the Ministry's Capital Works programme.",Awarded,,20201117 Ministry of Education - School Infrastructure,18847123,Request for Tenders,Closed Competition,Whakatane High School Science Block upgrade,WKT03,20170719,20170818,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Whakatane High School is seeking Proposals from suitably qualified and experienced Suppliers to act as Head Contractor for the works involving: remodeling of the School's existing LB Block. The Selected Suppliers have been identified and confirmed as successful to provide a tender, based on the Submissions from the closed Registration of Interest, REF #18684539 Request for Proposal Documentation attached as follows: - Tender (RFP) Documentation ZIP File (ZIP format) Please note, the following are all attached within the Tender Documentation ZIP file: a draft copy of the Ministry of Education form of Construction Contract; RFP Guidelines;; Ministry of Education RFP; Supplier Response Part A; Supplier Response Part B; All relevant Tender Issue Drawings and Specifications; Tender Summary Form; Invitation To Tender Letter, asbestos reports",Awarded,Awarded to Watts & Hughes. This is a duplication of 18684539.,20201117 Ministry of Education - School Infrastructure,18849617,Request for Quotations,Closed Competition,Tauranga Boys' College - Uniform RFQ,TBC Uniform 2017,20170720,20170811,20171110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"Tauranga Boys??? College invites interested parties to tender for the supply of sporting and / or general uniforms and other uniform items for 2018 and beyond. Tenders for specific uniform items (only) is by request to do so, and agreement by Tauranga Boys' College. (Communications regarding this to the RFx Contact Delwynne Hahunga) See attachments for full tender information. NB the Excel file workbook has FOUR TABS. Consideration factors will include but not be limited to high quality, relevant experience, capacity and value-for-money Tenders close Friday 11th August. An invitation will be sent between Monday 11th and Friday 15th of September 2017 to short-listed tendering providers inviting them to formally present their tender. Formal Tender Presentation day will be on Wednesday the 20th of September at TBC A decision will be finalised by the end of September 2017 For further information, please contact: Mrs Lizette Van Beek General school uniform Mr Darrell Boyd PE and sporting uniform Mrs Delwynne Hahunga General tender enquiries",Awarded,,20201117 Ministry of Education - School Infrastructure,18851724,Request for Tenders,Open Competition,Rotoiti School (TKKM o Rotoiti) Special Education Property Modifications Main Contractor Services,Rotoiti_SEP,20170721,20170816,20170922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Rotoiti School (TKKM o Rotoiti) Board of Trustees requires Main Contractor Services, to complete Special Education Property Modifications Works. The Tender documentation for this procurement is attached within a single ZIP file. This file contains the following: - RFT Document (details the procurement and requirements for submission) (PDF File) - RFT Supplier Response PART A (Doc File) - RFT Supplier Response PART B (Doc File) - Tender Design Drawings (PDF File) - Tender Specification (PDF File) - Tender Fire Report (PDF File) - Draft Ministry of Education form of Construction Contract (intended Contract to be used) (PDF File) - Schedule of Prices (Excel format)",Awarded,"Following a full review/evaluation of submitted Tenders, Baia Build were the successful Supplier and were subsequently awarded the Contract.",20201117 Ministry of Education - School Infrastructure,18853193,Request for Tenders,Open Competition,"Rongomai School - Main Building Contractor for the construction of 2-storey 3 classrooms, 2 Special Needs Units and Associated Site Works","Project 166534, Ref 1-46096.03",20170721,20170828,20170929,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this Request for Tenders (RFT) is to invite Main Building contractors to submit a Tender for the Construction of a 2-storey 3 classrooms, 2 Special Needs units and associated site works (the Contract Works) for the Ministry of Education (The Principal) at Rongomai School, Otara, Auckland. Key considerations will involve the Special Needs Units with sprinklers throughout the new building. We are expecting the contractor to commence construction in mid-October 2017, with anticipated completion date of 4 October 2018. Demolition of Block D sub-project (not part of this contract) will be completed prior to accommodate for the new build works. A new driveway as part of the overall project has been constructed separately off Preston Road to accommodate for the drop off / pick up of students. This driveway to be utilised for the duration of the construction works. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Ministry to select and appoint a Contractor to provide the Contract Works. This procurement will be a single stage open tender on GETS. All tender documentation and necessary information attached are as per RFT. Please make sure that the Suppliers Response Templates (Supplier Response Form ??? Part A & Part B), Tender Submission Form and the Tender Work Price Schedule are completed fully. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposed Solution 25% Capability 10% Capacity 5% Price 60% Request for Tenders (RFT) (refer attached 'RFT' Document) + questions relating to this project are to be submitted via the GETS website. The project is run in accordance with the policies and procedures set out in the Ministry of Education website found at the following link: http://www.education.govt.nz/school/property/state-schools/project-management/project-managers-role/procurement/ This also includes the design standards and weather tightness requirements found at the following link: http://www.education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/",Not Awarded,"..Award contract to Accent Construction Interiors Ltd. ..Letters of Tender Declined have been provided to all unsuccessful tenderers.",20201117 Ministry of Education - School Infrastructure,18853276,Request for Tenders,Closed Competition,Main Building Contractors for Manuka Block Extension at Rototuna School (RFT),5582,20170724,20170811,20170901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: S Block - Construction of an additional single storey teaching space to the existing block. Space to have wet area and opening through to existing spaces. New external roof canopy to create a covered outdoor learning area. Contract: MOE Medium Works Contract",Awarded,The contract has been awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,18853357,Request for Tenders,Open Competition,"Kamo Intermediate School, Whangarei - Main Contractor for the Construction of a Toilet Block",200444,20170726,20170818,20170926,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Contract Works required are: ??? Construction of a Toilet Block with unisex toilets, a unisex accessible toilet and Boys and Girls changing rooms ??? Size Approx. 56m2 ??? Toilets will be located on the eastern end of the Matai Block and is constrained by trees to the East and a classroom block to the West of the proposed location ??? The Contractor will be engaged through The MOE Medium Works Contract ??? All Drawings Plans and specifications can be downloaded via the following Dropbox link: https://www.dropbox.com/sh/ov79ljcpywhdp87/AACh9bqV37ZvE6cgtXdfiPxoa?dl=0 All questions and your tender must be submitted via GETS",Awarded,,20201117 Ministry of Education - School Infrastructure,18853534,Request for Tenders,Open Competition,Kaitaia Intermediate - Hall Refurbishment & Roofing Works - Request for Tenders,,20170726,20170823,20171113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kaitaia Intermediate School (the Buyer) is seeking Main Building Contractor Proposals for a Hall Refurbishment & Roofing Project. Project consists of internal hall refurbishments including to canteen, areas of cladding replacement, windows & doors replacement, and significant roofing replacement works. Contract to be used is MOE Construction Works Contract. Work in anticipated to take place in December 2017 - January 2018, or subject to contractors availability, please comment on this in your proposal.",Awarded,,20201117 Ministry of Education - School Infrastructure,18855874,Request for Tenders,Open Competition,Main Building Contractor for C Block Replacement Cladding & Interior Refurbishment Project at Welbourn School,3000.18,20170724,20170821,20180403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project has been derived from the Schools Condition Assessment that was undertaken to develop the 10 year property plan. The work was identified because either the component had reached its end of life, or it could be extended. The works in detail include: The clerestory windows leak one or twice a year under particular weather conditions. Classroom 14 was addressed by BIP in 2015, however the remaining 3 classroom are to be addressed as part of this 10YPP. Work involves replacing the timber clerestory windows with aluminium double glazed windows, and installing a new apron flashing from the lower roof. Windows can be made operable to provide better cross ventilation of the rooms. Replace one rotten timber post outside room 12. New cloak bay addition to North East Classroom (encloses area of existing verandah roof) C Block is due for life cycle replacement of floor and wall finishes to classroom and adjoining wet areas; wet area joinery; access doors to adjoining wet area; and interior repaint. Gas heaters throughout this block have just been replaced in the 2015/16 Christmas holidays, and the cladding and roofing items identified in the condition assessment are being addressed in the first year of this 10YPP. The following work is to be undertaken as part of the C Block refurbishment: Replace carpet to 4 classrooms Replace vinyl to 4 bag areas, and the 2 wet areas between pairs of classrooms Resurface most walls with Autex composition board Paint all interior trims, ceiling, and walls that don't receive composition board Replace joinery units to 2x wet areas Replace 4x sliding doors to wet areas with glass sliding doors Provide better storage solutions to wet areas to enable better usage as a break out space Remove one bay of windows from each classroom, and install double glazed stacking glass sliding doors",Awarded,,20201117 Ministry of Education - School Infrastructure,18857687,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block G - Refurbish Classrooms at Kenakena School, Kapiti Coast",4649,20170725,20170817,20171128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kenakena School is looking to modernise two relocatable classrooms. The project mainly comprises of internal interior alterations and refurbishment of two relocatable classrooms that includes the introduction of new aluminium window joinery, creation of small breakout spaces, finishes replacement and lighting renewal. The works will be staged sequentially with the classroom modernisation of two teaching spaces followed by the re-piling/foundation improvements to a third building. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to DS O'Leary Building Ltd and the contract will start 08.01.18. The term of the contract is 4 months.,20201117 Ministry of Education - School Infrastructure,18858908,Request for Tenders,Open Competition,Main Building Contractors for Junior Outdoor Learning Environment at Te Rapa Primary School,OSS5620,20170726,20170822,20171101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: B Block - New doors, steel portico and site works Contract: MOE Medium Works",Awarded,Contract awarded and all recipients have been notified by email.,20201117 Ministry of Education - School Infrastructure,18860528,Request for Proposals,Closed Competition,Greymouth High School - Re-Roof & RWG's Replacement (RFT),204955,20170728,20170823,20171027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"You have been short listed, along with three other contractors, to tender for the Re-Roof & RWG???s Replacement project at Greymouth High School.",Awarded,,20201117 Ministry of Education - School Infrastructure,18862440,Request for Tenders,Open Competition,"Main Contractors for Special Needs Property Modifications at Queen Elizabeth College, Palmerston North",02-035-036,20170726,20170818,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Special Needs Property Modifications at Queen Elizabeth College,Awarded,,20201117 Ministry of Education - School Infrastructure,18865339,Request for Tenders,Closed Competition,Welcome Bay School C Block Refurbishment,WELC3,20170727,20170816,20170921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tender documentation for Stage II of the RoI/RFP process. Documentation uploaded to GETS.,Awarded,Confirmation of award,20201117 Ministry of Education - School Infrastructure,18865564,Request for Tenders,Closed Competition,17-2622-01 ILE Block A Upgrade Stage 1 Norsewood & Districts School,17-2622-01,20170727,20170817,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Stage 1 ILE Upgrade to Block A. Internal wall modifications. New wall linings and floor coverings. Removal of Toilet Block services for refurbishment. Relocate Lundia Storage system.",Awarded,,20201117 Ministry of Education - School Infrastructure,18866145,Request for Tenders,Closed Competition,Main Building contractor for Block B ILE Cloakbay UPgrade at Donovan Primary School,17-011,20170802,20170823,20171030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Donovan Primary School Board of Trustees is looking for an experienced main building contractor to compete the ILE upgrade of the Block B corridor and cloakbay areas to create an additional learning space environment including new break out space/ art bay areas.,Awarded,"The Donovan School Board Of Trustees has approved the award of the above tender to Sherlock Homes 1984 Ltd with a weighted attribute score of 865. Five tender submissions were received, with scores in the range of 784 - 865.",20201117 Ministry of Education - School Infrastructure,18866377,Request for Tenders,Open Competition,"RFT - Main Building Contractor,Fire Damage Reinstatement at Te Kura Maori o Porirua School, Porirua",4643,20170728,20170822,20170914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A deliberate fire has caused extensive damage to the exterior of two school buildings as well as an outdoor weather canopy that is located between the two blocks. The project will set out to reinstate these elements back to their original condition. The contract will also replace decorative concrete paving also damaged. The works will be staged sequentially with the classroom refurbishment carried out in two phases and the re-cladding completed as a third phase. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,No responses received. Will now take direct approach.,20201117 Ministry of Education - School Infrastructure,18868413,Request for Tenders,Open Competition,East Otago High School Cyclical Maintenance 2017-18,,20170801,20170905,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"East Otago High School (EOHS) has 160 pupils??? and 23 teaching spaces. It is situated in Palmerston, in the Waitaki District. The school buildings are weatherboard and fibre cement timber framed structures which are predominantly single story and were constructed between 1969-1993. There is also a pool with a steel structure clad in opaque corrugated PVC cladding and four BoT owned school houses. Outcome sought EOHS are looking to modernise and protect their built assets by carrying out cyclical maintenance on exterior and interior painting in selected blocks and the four school houses. The works have been identified as cyclical maintenance in the school???s current 5YA. The painting and maintenance contractors will be expected to prepare fixed price itemised quotes for the work. This RFT will detail the purpose of the cyclical maintenance and requirements of providers. In response, each tenderer will need to demonstrate suitable capability and capacity, as well as offering a complete and competent team to carry out the works. Hourly rates for staff, margin and P&G costs which will be evaluated against market rates. Each proposal will be evaluated and ranked in accordance with the evaluation methodology, and from this, a contractor will be selected to undertake the work. The contractor will provide a comprehensive programme outlining the order that they will approach each block, allowing for internal and external works. It is expected that the school interior & exterior works will be carried out over school holiday periods. Work to the swimming pool will be carried out after the summer swimming season.",Awarded,Shortlisted contractors noted above,20201117 Ministry of Education - School Infrastructure,18869964,Request for Tenders,Open Competition,Contract Works for SNM Visual Enhancements at Onehunga High School,201549,20170728,20170825,20180306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Provision of visual enhancements and upgrades across the school; focusing on high pedestrian trafficked areas, including stair nosings, handrails and painting works, to accommodate special needs students. Works to be completed in the beginning of October during the school holiday period.",Awarded,,20201117 Ministry of Education - School Infrastructure,18870076,Request for Tenders,Open Competition,Contract Works for SNM Pedestrian Footpath & Vehicle Access for Glenfield Intermediate School,203175,20170728,20170825,20180306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The works are construction of a footpath and vehicle access between Wairau Valley School and Glenfield Intermediate Satellite. The path is to provide an accessible pedestrian path to Wairau Valley via a drop off point at the tennis court in Glenfield Intermediate for special needs students. Vehicle access between Wairau Valley School and the Glenfield Intermediate Satellite tennis court needs to be installed to ensure an all weather access. The works are of a temporary nature and will only be in place for a limited period of time.",Awarded,,20201117 Ministry of Education - School Infrastructure,18872049,Request for Tenders,Closed Competition,Main Building Contractor for Construction of 2 new classrooms at Hamilton Boys' High School,17022,20170802,20170823,20170911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Hamilton Boys' High School is seeking main contractors to replace two existing relocatable classrooms with two new single-storey classrooms which match with the adjacent classroom block. This includes the design standards and weather-tightness requirements found at the following link: https://education.govt.nz/school/property/state-schools/design-standards/weather-tightness-and-durability-design/ RFT will be evaluated on the following criteria which are also listed in the RFT document: 1. Proposed Solution/ Methodology (15%) 2. Capability/ list of sub-contractors (10%) 3. Capacity/ current work load (5%) 4. Price (70%) Request for Tender must respond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFT's are to be by GETS",Awarded,The Contract was awarded to Construct Limited and will start on early September 2017. The completion date shall be 19 January 2018 as agreed.,20201117 Ministry of Education - School Infrastructure,18874594,Request for Tenders,Open Competition,Hall Refurbishment at Avondale Intermediate School,,20170802,20170829,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per agreed 5YA with the school, this project is to refurbish the hall both internally and externally. The internal refurbishment will involve heating replacement, lighting replacement, high level window joinery replacement, removal and replacement of the vinyl floor, and general refurbishment of joinery and painted areas. Externally, the cladding is to be replaced where necessary and repainted.",Awarded,,20201117 Ministry of Education - School Infrastructure,18876041,Request for Tenders,Open Competition,Pakuranga Intermediate School Special Needs Property Modifications Construction Works,CW17103,20170802,20170829,20171123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking tenders for Special Needs Property Modification Construction Works at Pakuranga Intermediate School as detailed in the attached Request for Tender, Specifications and Drawings.",Awarded,,20201117 Ministry of Education - School Infrastructure,18878215,Request for Tenders,Closed Competition,Main Building Contractor for Taieri College Special Needs Upgrade C Block - RFT,495.17.01,20170808,20170908,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Creating access that meets the needs of the student as well as lift access located centrally within the building,Not Awarded,This project was taken over by the MoE Captial Works Team.,20201117 Ministry of Education - School Infrastructure,18878507,Request for Proposals,Closed Competition,Flanshaw Road School Arohanui Special School Satellite,CW17085,20170801,20170821,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request For Proposal (RFP) is an invitation to suitably qualified potential suppliers to submit a proposal for the supply of full consultancy & design services including Architectural, M&E Engineer & Fire Engineer services. The purpose of the project is to address significant weather tightness issues and subsequent failure of the Arohanui School satellite unit at Flanshaw Road School which has caused the existing building to fall into significant disrepair. After thorough inspection of the existing building, it was been assessed as being in such a dilapidated condition that it is no longer fit for purpose as a teaching space. Furthermore, the structure has been assessed to be in a condition that makes the building beyond economic repair and therefore remediation of the premises is not an economically viable option. This building also cannot be relocated and as such is recommended for demolition and for erection of a new building to replace the demolished building in order to provide new learning space. The new building will follow the same footprint as previously observed, providing Arohanui School a gross floor area of 305m2 excluding external designated and blended play areas. Works broadly include demolition of existing dilapidated building, erection of a new building to replace the demolished building in order to provide new special learning space. The new building will follow the same footprint as previously observed. This project will require the relocation of the learning space to a temporary classroom arrangement while the new building is constructed. Location of this temporary site to be agreed. This is a special schools priority project.",Awarded,,20201117 Ministry of Education - School Infrastructure,18879216,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 1, 2 and 3 - Replace Wooden Windows at Newlands Intermediate School, Wellington",4658,20170803,20170828,20180828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Newlands Intermediate School is looking to replace the wooden windows in Blocks 1, 2 and 3. The project mainly comprises of the removal of original timber windows and localised fibre cement sheet cladding and the introduction of new aluminium window joinery and cladding renewal. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"the contract was awarded to DS O'Leary Building Ltd and will start October 2018, anticipated completion date March 2019.",20201117 Ministry of Education - School Infrastructure,18881340,Request for Tenders,Open Competition,Main Contractor Onehunga High School - Roofing Works,,20170804,20170830,20180109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This RFT is for the position of Main Contractor for re-roof works of 3 blocks at Onehunga High School. The priority is the Gym (G Block) and Hall (H Block), demolition works on these two blocks are to take place during the term 3-4 holidays (two weeks) as the existing roofs are super six and contain asbestos. The gable end cladding's also contains asbestos. The remainder of works on D Block can follow on from these works.",Awarded,,20201117 Ministry of Education - School Infrastructure,18881447,Request for Tenders,Closed Competition,Newfield Park School Block C Remodel,2118-17-02,20170803,20170824,20171120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Please note: All Tender Documents attached must be 100% completed,.Tenders will be excluded if the attached tender documents have not been completed. The attached Contracts-Works Schedule of Prices must be completed and submitted with tender, failing to do so tenders will be excluded",Awarded,,20201117 Ministry of Education - School Infrastructure,18881609,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Block 3 - Replace Roofing-Spouting at Newlands Intermediate School, Wellington",4659,20170804,20170829,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Newlands Intermediate School will be replacing of roofing iron, building paper and flashings as well as an area of rubber membrane renewal on Block 3 at the school. The works will be carried out during operational hours of a working school. This procurement looks for a professional roofing contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Seniors Roofing Limited, start date 01.10.18, expected finish date 01.03.19.",20201117 Ministry of Education - School Infrastructure,18881784,Request for Tenders,Closed Competition,1019 16 016 Kaeo School Building Works,1019 16016,20170803,20170828,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"""main Head Contractor"" request for tender for closed tender for the construction of a replacement swimming pool change shed facility building and internal classroom upgrades to 2 classrooms in Block 1",Awarded,A confirmation letter has been emailed out.,20201117 Ministry of Education - School Infrastructure,18884660,Request for Tenders,Open Competition,Main Contractor for Block 1 Staff Toilets Refurbishment at Bayview School (the School),,20170807,20170830,20171017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The staff toilet in Block 1 is dated and needs to be refurbished to meet the growing number of staff members as a result of the increased roll of the school. We are looking for a main contractor who will implement the works as outlined in the drawings submitted to Auckland Council for consent.,Awarded,"Met all requierments of the RFT, competetive price.",20201117 Ministry of Education - School Infrastructure,18885008,Request for Tenders,Closed Competition,Halsey Drive School: Blocks 1 and 3 Redevelopment,18789334,20170809,20170904,20180620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tenderer should note the following: 1. An alternative price is requested for the possible 800 mm extension to Block 3. 2. Please show a separate prices for the Blocks 1, 2 and 3. 3. Visits to the school should be arranged through the school office and should in all case be after 3:00 p.m. on school days. 4. Tender results will be published to all tenderers excluding company except for the selected company. Please indicate if this is not acceptable to your company. 5. There is some flexibility around the proposed start date of 18 December 2017 if contractors want to avoid starting before the Christmas break.",Awarded,The contract was awarded to B and C Contractors Limited.,20201117 Ministry of Education - School Infrastructure,18886841,Request for Tenders,Closed Competition,RFT for Main Contractor for Field Extension Project at Point Chevalier School,200800,20170807,20170825,20171026,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Point Chevalier School is located on Te Ra Road, Point Chevalier, Auckland. The existing playing field is to be extended and redeveloped. Currently the Point Chevalier Kindergarten is located on the site where the field is to be extended. This is set to be demolished to enable the field extension. Note: This is a separate project and will take place during October 2017.",Awarded,,20201117 Ministry of Education - School Infrastructure,18888071,Request for Tenders,Open Competition,Main Contractor for Block 10 Classroom Upgrade & Roof Replacement at Maungwhau School,,20170807,20170906,20171115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Trustees at Maungawhau School is looking for a main contractor for the roof replacement and classroom upgrade in Block 10 at the school. Block 10, built in 1997, is a 2-storey building with 6 teaching spaces (3 classrooms per floor). The ground floor is constructed with concrete slab, the midfloor is timber framed and the roof is timber framed with timber purlins with metal roofing over. Cladding is fibre cement sheet ??? The proposed classroom and toilet upgrade works include the removal of central walls to the ground floor, replacing them with steel beams. The ground floor will have a full renovation ??? new flooring, new wall coverings, new lighting, new breakout spaces and new aluminium sliders in place of existing windows. The upper floor will only have renovations to the bathrooms ??? The roof replacement scope of works include: full roof replacement, new flashings, gutters and downpipes ??? The main contractor will be responsible in applying and obtaining Code Compliance Certificate (CCC)",Awarded,"Met requirements, address scope of work and preferred timelines, most cost effective. provide comprehensive methodology.",20201117 Ministry of Education - School Infrastructure,18888754,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks A, CO, D and E - Refurbish Classrooms and Toilets and Replace Heaters at Otaki School, Kapiti",4722,20170807,20170830,20171128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Otaki School is looking to Refurbish Classrooms and Toilets and Replace Heaters in Blocks A, CO, D and E. The project mainly comprises of internal interior alterations and refurbishment a classroom and student toilets in the named school buildings. The works set out to improve the environmental performance of the teaching space plus introduce warm water to wash hand basins. The works will be staged in line with the school???s ability to release areas, and some temporary fencing and hoardings will be required to adequately demarcate work areas. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to DS O'Leary Building Ltd and will start on 08.01.18. The term of the contract is 5 months.,20201117 Ministry of Education - School Infrastructure,18889914,Request for Tenders,Closed Competition,Hampstead School Replace Asphalt & Stormwater Drainage,3367/09/05/2017,20170809,20170829,20170929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders is now an invitation to the ROI shortlisted contractors to submit a tender price for the Replacement of Asphalt and Stormwater Drainage project at Hampstead School.,Not Awarded,Awaiting approval from MoE.,20201117 Ministry of Education - School Infrastructure,18890144,Request for Tenders,Open Competition,Rangiora High School and Amuri Area School - Tennis Court Resurface - RFT,,20170809,20170906,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Rangiora High School board of Trustees (BoT) and Amuri Area School Board of Trustees (BoT) are seeking design and build services for the re-surfacing of the schools respective Tennis/Netball Courts. Due to a lack of Maintenance and damaged caused during the 2011 Earthquake sequence both sets of courts require substantial repair as they pose a risk of injury to users and therefore are not are not fit for purpose. To future-proof the courts and provide a high-quality learning space for children it has been agreed that an artificial surface is installed on the degraded asphalt.",Awarded,Shortlisted contractors noted above,20201117 Ministry of Education - School Infrastructure,18891104,Request for Tenders,Closed Competition,Balclutha Primary School - Special Needs Project - RFT,3710.16.03,20170809,20170829,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Minimize hazards for Visually Impaired Student by covering drains, highlight raised edges, play equipment, stairs and handrails etc.",Awarded,"Hawkins 2017 Ltd have been awarded the Tender for this project. Thanks to all of those who submitted a tender. Kind Regards, Kelvin Lewis, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,18891542,Request for Tenders,Open Competition,Main Contractor Wainuioru School (Masterton) Block 1 Classroom Modernisation,,20170809,20170901,20171127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Wainuioru School seek to appoint a main building constructor to undertake the construction of the proposed modernisation of three classrooms in Block 1. The works are described in plans and specifications published by IR Group Ltd. It is envisaged that the work will be undertaken during the school term time under a CPU. The school can vacate two of the three rooms at one time to allow the construction to take place. This means the work will need to be undertaken in two stages. The program and construction start and finish dates are negotiable and can be agreed to suit the contractors work load. Once the work commences the main contractor will be required to remain on site until all of the work is fully completed. An outline of the scope of work is as follows - Internal demolition and disconnections to remove unwanted items - Install new framing and beams to suit new floor plan - New in wall services and insulation - New wall & ceiling linings - New wall ceiling and floor finishes - New joinery - New windows - New decking",Not Awarded,The scope of work / design is being reworked to suit changes in the schools thinking and these changes will be sent out to all respondents to reprice.,20201117 Ministry of Education - School Infrastructure,18899172,Request for Tenders,Open Competition,"Roof, Gutter and Downpipe Replacement at Manaia View School",,20170809,20170901,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the agreed 5YA with Manaia View School, this project is to undertake a roof replacement programme as detailed in the supporting information and the supplied appendixes. Roofs that have been included in the scope of works are Blocks 1B, 2, 3, 4, 5 and the caretakers shed.",Awarded,,20201117 Ministry of Education - School Infrastructure,18899228,Request for Proposals,Open Competition,Design Services for L Block (ILE) Conversion at Epsom Girls Grammar School,64-03,20170811,20170907,20171108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Epsom Girls Grammar School (the Buyer) is seeking Design Services for L Block (ILE) Conversion at Epsom Girls Grammar School (the School). The project includes the conversion, minor extension, refurbishment of the existing L Block aligned with the Innovative Learning Environments (ILE) as prescribed by the Ministry of Education (MoE). The successful Consultant will be required to lead the design team, collaborate and coordinate with other secondary Consultants, responsible to deliver a well-coordinated design documentation as defined in the Construction Industry Council Design Documentation Guidelines for tendering and consenting purposes, tender and consenting validation/assessment with the Project Manager, and site observation/construction monitoring relevant to design services.",Awarded,The contract was awarded to RCG Limited and will start immediately with the design works.,20201117 Ministry of Education - School Infrastructure,18900141,Request for Tenders,Open Competition,Main Building Contractor for Gymnasium Ablutions Refurbishment at Whanganui Girls' College,,20170810,20170905,20171117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Whanganui Girls??? College is currently improving some of the school ablution facilities. This contract is to refurbish the changing rooms, toilets and showers associated with the school gym. There are two changing rooms with associated toilets and showers. Also an accessible toilet/shower and staff toilet. The project includes, but is not limited to; carpentry, plumbing, electrical, floor coverings and painting work. The refurbishment includes: ??? Replacement of pans, cisterns, mirrors and other fixtures as specified ??? Replacement of vinyl flooring, wall linings, ceilings, shower partitions and making good affected building components ??? Painting ??? Supply of new joinery units ??? Replacement of existing and installation of new electrical fittings",Awarded,,20201117 Ministry of Education - School Infrastructure,18900300,Request for Proposals,Closed Competition,Building Services Design for L Block (ILE) Conversion at Epsom Girls Grammar School,64-03,20170811,20171222,20180117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Epsom Girls Grammar School (the Buyer) is seeking Design Services for L Block (ILE) Conversion at Epsom Girls Grammar School (the School). The project includes the conversion, minor extension, refurbishment of the existing L Block aligned with the Innovative Learning Environments (ILE) as prescribed by the Ministry of Education (MoE). The successful Consultant will be required to lead the design team, collaborate and coordinate with other secondary Consultants, responsible to deliver a well-coordinated design documentation as defined in the Construction Industry Council Design Documentation Guidelines for tendering and consenting purposes, tender and consenting validation/assessment with the Project Manager, and site observation/construction monitoring relevant to design services.",Not Awarded,No responses were received.,20201117 Ministry of Education - School Infrastructure,18903375,Request for Tenders,Open Competition,Main Contractor for Drainage Upgrade at Manurewa East School,,20170811,20170905,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Manurewa East School is looking for a Main Contractor to upgrade the existing drainage to eliminate storm water damage to the hall and carpark. The works will be based on the consented design.,Awarded,,20201117 Ministry of Education - School Infrastructure,18904080,Request for Tenders,Open Competition,"Design, Supply, and Install/Build for the Refurbishment of D Block Toilet at Epsom Girls Grammar School",64-14,20170814,20170908,20171108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school is looking to engage a Design and Build Contractor to deliver the project in coordination with the school appointed project manager. Recent completion of D Block Breezeway Toilet refurbishment was completed to the delight and satisfaction of Epsom Girls Grammar School, Client. As such, the D Block (Level 1) Toilet Refurbishment is proposed to be completed to the same (or similar ??? subject to approval) standard.",Awarded,The contract was awarded to Accent On Construction Limited and will start (site works) during the December (2017) school break.,20201117 Ministry of Education - School Infrastructure,18904516,Request for Tenders,Open Competition,Main Contractor for the repainting of the School roofs at Tauranga Girls College,,20170816,20170908,20171009,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor to repaint the schools roofs at Tauranga Girls College. The roofs involved are Blocks A1, B,C,D,E,K, the old Gymnasium, part Block L and some covered ways 04/09/2017 - .The contract is to include painting to all spouting and metal parapet flashings including all cap flashings. The colour is to be the same as the roofs",Awarded,The tender has been awarded to Andrews property Servics,20201117 Ministry of Education - School Infrastructure,18905251,Request for Tenders,Open Competition,Main Contractor for Block 1 DQLS & ILE Upgrade at Otahuhu School,,20170811,20170911,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"ILE works are required involving creating a connecting space between rooms 16 and 17 to create a modern learning space with the option for large open space or to close off the classrooms. The area between rooms 11 and 13 will be developed into a small shared learning space than can be accessed from both rooms so the room can be closed off when necessary for a small group learning. A DQLS upgrade is required of rooms 11 and 12.",Awarded,,20201117 Ministry of Education - School Infrastructure,18905326,Request for Tenders,Open Competition,Main Contractor for the Block 4 Refurbisment at Otahuhu School,,20170811,20170911,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of Block 4 is required. The external cladding is to be remediated. The electrical upgrade is to involve total rewiring of the building. The internal upgrade will involve DQLS modernisation of the space.",Awarded,,20201117 Ministry of Education - School Infrastructure,18906222,Request for Tenders,Open Competition,MHS Gym Change and Toilet Alts,16913,20170818,20170914,20171016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Motueka High School (the Buyer) is seeking a MAIN CONTRACTOR for ALTERATIONS TO THE GYM CHANGE ROOMS AND TOILET BLOCK at Motueka High School.,Awarded,"Thank you to all respondents for this Request for Tenders. We received 4x complete submissions, with the evaluation process being undertaken between the project manager, architect and school representative, with MoE approval for the preferred tenderer and project funding achieved on 16 October 2017. Response letters have been sent direct to all parties. Regards,",20201117 Ministry of Education - School Infrastructure,18913155,Request for Tenders,Open Competition,Rata Street School Main Contractor for Classroom Modernisation,,20170818,20170912,20171204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Interior modernisation of 4 teaching spaces which includes new acoustic wall linings and ceiling tiles, improving heating and lighting systems, new window winders, ceiling insulation along with new interior joinery fittings.",Awarded,,20201117 Ministry of Education - School Infrastructure,18914020,Request for Tenders,Open Competition,Main Contractors for Roof Works at Maungaturoto School,,20170816,20170908,20170926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The tender is for the roof replacement to (Refer to Site Plan): ??? Block 1 ??? Block 2 ??? Block 4 ??? Block 14 ??? Ancillary 8 ??? Ancillary 9 ??? Ancillary 13 ??? Bike Shed The work also includes, replacing of spouting. The tender is to be broken into the following parts: ??? Block 2 + 13 (Ancillary) ??? Completion by October 2017 ??? Block 4, 14 and Ancillary 8 & 9 ??? Completion by January 2018",Not Awarded,Only one response.Project Manager approaching market again for other prices,20201117 Ministry of Education - School Infrastructure,18919107,Request for Tenders,Closed Competition,5277 RFT Main Contractors for Roof replacement Feilding High School,5277,20170817,20170907,20180322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Feilding High School Board of Trustees is obtaining a tender from main contractors to complete multiple roof replacements,Awarded,Tender Awarded to Colspec Construction 18/3/18,20201117 Ministry of Education - School Infrastructure,18923200,Request for Tenders,Open Competition,"REMOVAL & REPLACEMENT OF ASBESTOS CONTAINING MATERIAL, RELINING/REFITTING AND EXTERNAL WORK of GYMNASIUM UPGRADE at HUNTLY COLLEGE",CW2017-30,20170817,20170911,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"a. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Removal & replacement of ASBESTOS CONTAINING MATERIAL, Relining/refitting and external work for Gymnsaium Upgrade at Huntly College. Specifically the Construction Services for; ??? Safe demolition and removal of the existing ACM roofing and cladding. ??? Fitting of new Rib line 960 steel roofing (???420m2) and Rib line 960 steel cladding (???640m2) over a ridged air barrier system. ??? Removal and replacement of lower gymnasium roof with Rib line 960 (over office and changing rooms). ??? The removal and replacement of internal linings (wall and ceiling only) to the Gymnasium. ??? Demolition and removal of existing pedestrian shelter and the construction of a new pedestrian shelter (???60m2) in a close by position with associated ground works. ??? Relining and refitting of boys and girls changing rooms, foyer and caretakers store room to ???70m2.",Awarded,,20201117 Ministry of Education - School Infrastructure,18925143,Request for Tenders,Closed Competition,Ohaeawai School Construction Works,1058016005,20170822,20171002,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Ohaeawai School main head contractor tender for construction works which consists of a new stand alone toilet block and conversion of old toilet block attached to main block into a break out space.,Awarded,A confirmation letter has been emailed out.,20201117 Ministry of Education - School Infrastructure,18926350,Request for Tenders,Closed Competition,Wakaaranga School Four Class Block,14087,20170823,20170914,20180124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Addition of a four-class two storey block to an existing classroom block - RFT to selected tenderers,Not Awarded,Eventually only two tenderers forwarded responses - both tenderers were well over QS estimate and after Value Engineering we were unable to bring the cost down to the funding level. The project will be re-tendered when further funding is available - predicted to be with next 5YA.,20201117 Ministry of Education - School Infrastructure,18927907,Request for Tenders,Closed Competition,Mayfield special needs accessibility- Main contractor,16 2912 22,20170825,20170927,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"Mayfield School currently has students with impaired ambulation abilities, and this project seeks to resolve some of the challenges these students face when moving around the school, while at the same time addressing non-compliance issues with the MOE Design Quality Standards and the NZ Building Code wherever possible. The overall outcome sought is to achieve a school site where these students have as close as possible to the same accessibility to all areas of the school as other fully ambulatory students, and that the school property meets NZ Building and MOE Standards.",Awarded,,20201117 Ministry of Education - School Infrastructure,18942957,Request for Tenders,Open Competition,"Two classroom satellite unit for Parkside School, at Pukekohe High School",CW17095,20170822,20170914,20171016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is looking for design and build tenders from suitable Main Contractors to deliver a new two classroom block satellite unit for Parkside school, at Pukekohe High School. The project involves the demolition and removal of existing relocatable buildings and replacement with a new two classroom block either prefabricated off site or constructed on site. The new block to have separate mains services connections and a new driveway access.",Awarded,,20201117 Ministry of Education - School Infrastructure,18946039,Request for Tenders,Open Competition,Main Mechanical Contractor for Green Island School Boiler Replacement - RFT,3743.17.03,20170824,20170918,20170926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Installation of Replacement Boiler.- The project has come about due to the existing coal boiler being past its serviceable life. It will be replaced with a new woodchip boiler,Awarded,,20201117 Ministry of Education - School Infrastructure,18947508,Request for Tenders,Closed Competition,"Paroa School - Blocks D, D3 & D4 - ILE Upgrading (RFT)",205002,20170825,20170919,20171027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"You have been short listed, along with three other contractors, to tender for the ILE Upgrading of blocks D, D3 & D4 at Paroa School.",Awarded,,20201117 Ministry of Education - School Infrastructure,18947944,Request for Tenders,Open Competition,Golden Bay High School Science Lab Additions,16-62,20170824,20170919,20180115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? Existing Science facility requires a larger lab with additional Aquaculture facility to allow this to be embraced in the curriculum ??? The building being added onto is the original main block so the extension is to be in-keeping with this traditional style",Awarded,"Contract awarded to Golden Bay Builders, with construction beginning 15 January 2018",20201117 Ministry of Education - School Infrastructure,18949368,Request for Tenders,Closed Competition,"Main Building Contractor for Blocks D and E Alterations at Woodlands School, Opotiki - RETENDER 2",4578,20170828,20170915,20180620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The project involves the following: - re-piling of block D to raise it to the same floor level as block E - construction of small new build section between blocks D and E - some internal remodelling of parts of both blocks",Awarded,,20201117 Ministry of Education - School Infrastructure,18955792,Request for Tenders,Closed Competition,Hampstead School Blks 1&2 Classrooms & Toilets Upgrade,3367/08/05/2017,20170828,20170915,20171016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are now seeking tender pricing from selected contractors from the ROI Process, for the Blocks 1 & 2 Classrooms & Toilets Upgrade project at Hampstead School.",Not Awarded,This tender is awaiting the MoE approval to proceed.,20201117 Ministry of Education - School Infrastructure,18956040,Request for Tenders,Closed Competition,Mt Maunganui Intermediate School Block D ILE,4729,20170828,20170915,20180622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,This project involves the conversion of a standalone two classroom block into a modern ILE standard. The original building is a traditional weather board single storey structure with timber external joinery. The exterior work is not extensive except for the alteration of the timber joinery to aluminium. The interior work involves the removal of toilets between the two existing classrooms and the classrooms enlarged the incorporate this space. The interior will be completely remodelled. It is anticipated that the works will be complete to allow the school to occupy the two classrooms at the beginning of the 2018 school year.,Awarded,,20201117 Ministry of Education - School Infrastructure,18956783,Request for Tenders,Open Competition,"Main Contractor for Roof Replacement of Block 2, 5 and 7 at Victoria Avenue School",,20170828,20170920,20171208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We are looking for a main contractor for the roof replacement of Blocks 2, 5 and 7 at Victoria Avenue School.",Awarded,Cost competetive for the required scope of work.,20201117 Ministry of Education - School Infrastructure,18957529,Request for Tenders,Open Competition,Main Contractor for Block 2 Refurbishment at Oranga School,,20170830,20170929,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Oranga School Board of Trustees are seeking a main building contractor for the refurbishment of Block 2 to be ILE compliant based on the architects design and specifications.,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,18957559,Request for Tenders,Open Competition,Main Contractor for Library Roof Weather-tightness Remedial Works at Westlake Boys High School,CW17143,20170825,20170919,20180219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Weather-tightness remedial works to a stand-alone school block, with the construction works generally including the following: ??? Disconnection and temporary removal of all services required to allow the proposed work to be undertaken and reinstatement upon completion. ??? Removal of existing air conditioning plant, downpipes, roof cladding, roof underlay, netting, roof flashings and membrane to internal gutter. ??? Removal of metal wall cladding, cavity battens, wall underlay and RAB Board to expose timber wall framing as shown on the Drawings. ??? Carefully remove glazed canopy and safely store for reinstallation. Reinstall over new steelwork as detailed. ??? Removal and replacement of ceiling insulation. ??? Replacement of moisture damaged timber framing as directed by the Timber Remediation Consultant and application of brush on timber preservative to remaining framing timbers. ??? Modify and enlarge internal gutter. ??? Removal and replacement of rainwater heads and scuppers. ??? Install new roof cladding, underlay and associated flashings ??? Installation of new metal cladding over new cavity battens over new building underlay. Install all flashings as detailed. ??? Other associated works as detailed on the drawings.",Awarded,,20201117 Ministry of Education - School Infrastructure,18958523,Request for Tenders,Open Competition,"Onerahi School, Whangarei - Toilet Block Upgrade",,20170830,20170922,20171024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The refurbishment of the Resource Room and Toilet Block in Block 4.a at Onerahi School Refer to attached Documents",Awarded,,20201117 Ministry of Education - School Infrastructure,18959533,Request for Tenders,Open Competition,Paroa School (Te Kura O Te Paroa) A Block ILE Refurbishment Main Contractor Services,PAROA2017A,20170829,20170922,20171127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Paroa School (Te Kura O Te Paroa) Board of Trustees require Main Contractor Services, to complete their A Block ILE Refurbishment Works. The Tender documentation for this procurement is attached within a single ZIP file. This file contains the following: - RFT Document (details the procurement and requirements for submission) (PDF File) - RFT Supplier Response PART A (Doc File) - RFT Supplier Response PART B (Doc File) - Tender Design Drawings (PDF File) - Tender Specification (PDF File) - Tender Fire Report (PDF File) - Tender Structural Information (PDF File) - Draft Ministry of Education form of Construction Contract (intended Contract to be used) (PDF File) - Schedule of Prices (Excel format)",Awarded,"Following a full tender evaluation, GF Builders Ltd were awarded the Contract",20201117 Ministry of Education - School Infrastructure,18960323,Request for Tenders,Open Competition,Main Contractor for Block 7 ILE and Toilet Upgrade at Te Papapa School,,20170829,20170923,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,For the school to upgrade Block 7 (Rooms 3 - 5) to confirm to Ministry's ILE and DQLS requirements as per architects design,Awarded,,20201117 Ministry of Education - School Infrastructure,18960417,Request for Tenders,Open Competition,Kelston Boys High School - Asbestos Removal Blk F and Boiler 1 Roof,,20170830,20170922,20171113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Roofing replacement for Block F and Boiler 1 are scheduled for 18 December 2017 to 26 January 2018. Asbestos have been identified in the roof voids in Block F as well as in the external roof of Boiler 1. The school has already appointed a main contractor to conduct the roof replacement, and we are in the process of procuring for a licensed asbestos removalist. Outcome sought: Appoint a licensed asbestos removalist to clear Block F and Boiler 1 in preparation for the roofing project. The aim is also to obtain a clearance certificate to re-occupy Block F as well as a clearance for general occupancy of Boiler 1. It is expected that the asbestos removalist will be liasing with the roofing main contractor to ensure smooth execution of the works as it relates to the roofing project.",Awarded,"met all requirements of the RFT, comprehensive methodology and ARCP draft; cost competetive",20201117 Ministry of Education - School Infrastructure,18962777,Request for Quotations,Closed Competition,School Transport Daily Bus and Technology Routes 2017,,20170904,20171006,20180705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"There are 35 routes nationwide that are contained in this RFQ. The contract term for any routes resulting from this RFQ will be 3 years with a final expiry date of December 2020, this will align current contracts with the Daily Bus and Technology Services re-tendering process scheduled for 2019. Please ensure you download all of the tender documents in the attachment screen and ensure that you upload your response via GETS before the deadline of the 6th of October. Contact EIS.Procurement@education.govt.nz for any queries.",Awarded,,20201117 Ministry of Education - School Infrastructure,18963626,Request for Tenders,Open Competition,Main Building Contractor for the Block 2 DQLS & Food Technology Conversion at Royal Road School,,20170830,20170922,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Convert room 16 and the attached office space to a fit for purpose food technology room. This will include an internal upgrade of spaces to meet DQLS objectives with no increase to the sqm foot print. The scope includes the supply of all materials as required to complete works. Specific works include: - New cabinetry appropriate for a multipurpose cooking space. - Replacement of carpet with vinyl. - Creation of a store cupboard for hazardous materials. - Cabinetry for a teacher demonstration area - Electrical upgrade to service cooking equipment. Work will be fully certified by an electrician. - Upgrade of the existing plumbing services, with the installation of sinks to allow for student utilisation during cooking preparation. Rooms 11-15 will undergo an interior refurbishment that will involve removing and replacing the carpet and removing the wall coverings and replacing with an acoustic wall covering.",Awarded,,20201117 Ministry of Education - School Infrastructure,18963903,Request for Tenders,Open Competition,Main Contractor for Roofing Works at Kelston Intermediate School,,20170830,20170922,20171109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The school is undertaking roofing works in several blocks. It is required that a licensed building practitioner is engaged by the main contractor to overlook remediation works.,Awarded,,20201117 Ministry of Education - School Infrastructure,18964627,Request for Tenders,Open Competition,Main building contractor for H&S repairs to Block 3 at Chelsea School,MOE-A-1549B,20170829,20170921,20171117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This procurement is for the reinstatement of the male toilets at Block 3 Chelsea School. The contract works include removal of the adjacent asbestos wall cladding, remediation of decayed timber framing in male toilets, replacement of wall cladding, as well as refurbishment of part of the interior.",Awarded,,20201117 Ministry of Education - School Infrastructure,18965191,Request for Tenders,Open Competition,Main Contractor for the Rationalisation Project at Papakura Intermediate School,,20170831,20170925,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Removal of asbestos, demolition of identified buildings, removal of associated waste and tidy up of ground area within the demolition site. The buildings identified for rationalisation are: ??? Boiler Room and Pipework ??? Block 4 Classroom Block ??? Block 9 Lego House ??? Bike Shed",Awarded,,20201117 Ministry of Education - School Infrastructure,18967259,Request for Tenders,Open Competition,Whangamarino School Special Education Property Modifications Main Contractor Services,WHANGASEP001,20170830,20170922,20171113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Whangamarino School Board of Trustees require Main Contractor Services, to complete their Special Education Property Modifications Works. The Tender documentation for this procurement is attached within a single ZIP file. This file contains the following: - RFT Document (details the procurement and requirements for submission) (PDF File) - RFT Supplier Response PART A (Doc File) - RFT Supplier Response PART B (Doc File) - Tender Design Drawings (PDF File) - Tender Specification (PDF File) - Stepmaster Product Data Information (PDF Files) - Draft Ministry of Education form of Construction Contract (intended Contract to be used) (PDF File) - Schedule of Prices (Excel format)",Not Awarded,"The Tender has been closed with no winning responses, due to a low number of Supplier interest.",20201117 Ministry of Education - School Infrastructure,18969145,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE Upgrade at Waterlea School,,20170831,20170925,20171208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Waterlea School is looking for a main contractor for the internal refurbishment of a 4-classroom block at Waterlea Primary School involving: ??? New timber framing infill ??? Removal of structural wallsand replacing with engineered beams ??? External lining replacement along northern fa??ade ??? New external aluminium joinery ??? New finishing to interior ??? New insulation to ceiling space and northern wall ??? New finished to interior",Awarded,Cost advantage for the required scope of work.,20201117 Ministry of Education - School Infrastructure,18969182,Request for Tenders,Closed Competition,TKKM O'Hoani Waititi School - Block 13 Remediation & Roof Alterations,,20170831,20170921,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project includes for re-roofing and alterations to the existing roof to remediate weather tightness issues and facilitate easier maintenance of the building. It will also include recladding, replacement of some windows. ??? The building has been undergoing interior modernisation. This project has been halted to allow proper remediation to be carried out. ??? A Weather tightness investigation has been completed which determined the scope of remediation required. ??? It is critical that the construction work is completed ready for the school to use from the beginning of the first term 2018. ??? The project will be a lump sum contract under the MOE conditions of contract for high value construction works.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,18971832,Request for Tenders,Open Competition,"Norfolk School, Taranaki","Norfolk School, Inglewood",20170911,20171004,20180130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Norfolk School, Inglewood, Taranaki is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block A Classrooms 1 & 2 and New Outdoor Teaching Area. The proposal is to alter the two classrooms to create a flexible, innovative and collaborative teaching environment. Proposed work includes ??? Remove the corner internal walls between the two classrooms and the internal wall between room 2 and cloak bay area, and install new glazed doors (stacker or similar). The existing cloak bay will become a breakout space and learning street. Existing vinyl floor is in good condition so the space can also double as a wet area. This will provide good vision and flexibility between spaces. A new outdoor covered teaching area on the north side of the two classrooms, easily accessible from the two rooms. Each end of the new covered area to be enclosed for cloak bay/bag storage. End facing West will be closed in for weather protection (prevailing westerly wind), Timber slats or clearlite sheets. If funds allow the interior refurbishment of the two classrooms by replacing the fabric wall linings with Autex Composition acoustic absorbent linings. All tender documentation and necessary information attached. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18971905,Request for Tenders,Open Competition,Main Contractors for Blocks Alterations and Refurbishments at Mosston School,"Mosston School, Wanganui",20170901,20170928,20180130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Mosston School, Wanganui seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block 3 & 6 Extension to Block 6 to create a breakout space, and roofing replacement to Block 3. The extension is approximately 45m2 (gross) or 43.2m2 (net) and involves enclosing the open corner space between Blocks 3 & 6. The proposed extension is to create a breakout space which is easily accessible from the two adjoining classroom teaching spaces. New openings in the walls between the classrooms and breakout area of approximately 4.3m wide will be created and new\e stacker doors installed. This will provide good vision between the spaces and allowing for flexible and collaborative learning environment. Also included is enclosing the small gap between the buildings with a flat roof over to enable the space to be utilised for bag racks. All tender documentation and necessary information attached. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18973875,Request for Tenders,Open Competition,Hunterville Consolidated School,Hunterville School,20170831,20170926,20180623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Hunterville Consolidated School, Hunterville is seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block 1 The proposal is to create 2 new Break Out Rooms plus additional toilets. Refurb the existing toilets to create a change room with a shower and toilet for both the Boys and Girls side. Work is limited to the creation of new toilets and breakout room in the space currently used as a Boiler Room and Coal Bunker. Closing up rear entry to the current cloak bay. Construct a new wall within the existing cloak bay to divide space as shown on the drawings forming the new Breakout Room. Create two new openings to the new Breakout Rooms from Classrooms. All tender documentation and necessary information attached. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,18974086,Request for Tenders,Open Competition,Main Contractor for Block 1 Asbestos Roof Removal and Roof Replacement at Ruapotaka School,174958 - (CW17148),20170904,20170927,20171030,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The overall outcome we are seeking is for a main contractor to remove and remediate asbestos present in Block 1 roof and replace the roof (excluding the roof in the admin area) as it has reached the end of its life-cycle. There is also contaminated soil in Block 1 that needs to be remediated. Based on initial assessments, the following works are required: ??? Scaffold and bubble wrap ??? Removal and reinstatement of soffits ??? Clearance of asbestos between ceiling and new roof ??? Clearing classrooms to obtain asbestos clearance certificate to re-occupy (only if necessary, to be determined in air monitoring and testing to be conducted by an independent consultant) ??? Obtain asbestos clearance certificate that the classrooms are safe to be re-occupied. ??? Soil remediation (area identified in attached asbestos report) ??? Block 1 roof replacement (excluding admin roof): remove and replace roof, flashings and gutters ??? ensure to meet Ministry of Education standards for roofing works (see attached) ??? All material except for insulation, are onsite. The tenderers are required to inspect and confirm that the material are fit for their purpose. If any material is deemed not fit for purpose, the tenderer is required to call this out in the Question and Answer format on GETS.",Awarded,,20201117 Ministry of Education - School Infrastructure,18976520,Request for Tenders,Closed Competition,Allenton School Block 2 Classroom Upgrade,3274/08/05/2017,20170905,20170925,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are now seeking tender quotations from shortlisted main contractors from the ROI process. This tender is for the Block 2 Classroom Upgrade project at Allenton School.,Awarded,,20201117 Ministry of Education - School Infrastructure,18978363,Request for Tenders,Closed Competition,Main Contractor for the Block D MLE at Long Bay College,,20170904,20170927,20180702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works include refurbishment of 16 teaching spaces to implement DQLS / ILE practice, and create break out spaces in surplus circulation and storage spaces. The works will also refurbish one set of toilet facilities. There are some areas of roofing and door joinery that will need remediation, as well as the replacement of some window joinery.",Not Awarded,The tender process was cancelled prior to awarding a contract.,20201117 Ministry of Education - School Infrastructure,18978554,Request for Tenders,Open Competition,Main Contractor for Rooms 1-22 Wall Coverings Replacement and Corridor and Stairwell Refurbishment at Papatoetoe Intermediate School,,20170906,20171002,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the 5YA agreed with the school, this project is to replace wall coverings in rooms 1-22 with new acoustic wall coverings and to refurbish the corridors and stairwells through Block 1.",Awarded,,20201117 Ministry of Education - School Infrastructure,18980149,Request for Tenders,Closed Competition,Katikati Primary School main Contractor,KATP4,20170904,20170922,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tender documentation for Katikati Primary School Toilet Block refurbishment attached,Awarded,Contract awarded to Baia Build Ltd. Contract starts 27 November 2017 with works completed by 31 January 2018.,20201117 Ministry of Education - School Infrastructure,18981601,Request for Proposals,Open Competition,Supply and Installation of Signage for Ministry led projects,CW2017-33,20170922,20171017,20180214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"During implementation of a substantial programme of works, the Capital Works South (CWS) team identified the need for construction site signage. The requirement for signage evolved during the roll out of several key projects in the greater Canterbury region. Freestanding construction site signage contains details of: ??? The school ??? Concept drawings ??? Contact details ??? Website links for the public The use of signage has been beneficial for informing the public of the construction and the future look of the school.",Awarded,The contract is awarded to Diadem NZ Pty Limited for the period of 2 years with option to review and extend for further 1+1 years. Contract start date: 12 Feb 2018,20201117 Ministry of Education - School Infrastructure,18981891,Request for Proposals,Open Competition,Quantity Survey Services for Mana College and Wainuiomata High School,CW2017-29,20170904,20170929,20171213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Quotations are being sought for Quantity Surveying consultants for these schools. Mana College is a Decile 2 coeducational secondary school located in Porirua north of Wellington. The school caters for students in Years 9 to 13, and has a roll of 350 students as of July 2016. The School has teaching spaces available to cater for approximately 650 students. Wainuiomata College is a coeducational secondary school located in Wainuiomata, north of Wellington. The school caters for years 9 to 13, and has a roll of 675 at March 2017. The school currently has 48 teaching spaces, and their Build Roll SPG entitlement is 38. It is noted that there are both seismic issues and moisture ingress/building envelope deterioration issues at the School.",Awarded,Construction Cost Consultants,20201117 Ministry of Education - School Infrastructure,18982998,Request for Tenders,Closed Competition,Waipara School Block 2 Classroom Modifications,3576/09/2016,20170904,20170926,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are now seeking tender prices from those shortlisted main contractors from the ROI process for the Block 2 Classroom Modifications project at Waipara School,Awarded,,20201117 Ministry of Education - School Infrastructure,18986128,Request for Tenders,Open Competition,Building Contractor for Fence Upgrade at Shannon School,,20170904,20170929,20180110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Shannon School are seeking a Building Contractor to construct a new fence-line surrounding the school. This project will consist of removing the current fence that is there and replacing it with a higher & more secure fence line that will set the boundary of the school.,Awarded,The contract was awarded to S & J Property Maintenance Limited and will start on 08/01/2018. The term of this contract is until 10th February 2018,20201117 Ministry of Education - School Infrastructure,18994260,Request for Proposals,Open Competition,"Rere School, School Transport Tender",,20170907,20171007,20171011,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The current Tender is for a new Contract to be effective from 1 January 2018. The bus routes and loading capacities required are detailed in Appendix 1.,Awarded,"A Conformance and Value evaluation method was used to evaluate responses. Proposals were evaluated by members of the Rere School Board of Trustees who then selected the successful supplier based on them meeting all the requirements set out in the RFP to the level specified in the evaluation criteria, on price, and offering a quality service. Two tenders were received. One from Friends of Rere (FOR) and one from Go Bus (GB) a. Both FOR and GB passed with excellence the evaluation criterion. b. Both FOR and GB provided all the evidence required to award the Contract. c. Both FOR and GB provided evidence that they offered a quality service. d. There was a significant variance in the pricing submissions. This became the area of concern for our deliberations as the preferred respondent would be that tender which represented best value to Rere School. After much deliberation it was determined by the committee that the Contract for the provision of Rere School transport services would be awarded to the Friends of Rere.",20201117 Ministry of Education - School Infrastructure,18996860,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block F - Remodel Staffroom, Staff Toilets and Administration at Belmont School, Lower Hutt",4359,20170908,20171003,20171103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Belmont School is looking to completely remodel the administration block including enlargement of the staffroom, significant improvements to the roof structure and extension at the southern end of the building. The interior of the building will have extensive alterations and full renewal of all finishes. The project also includes the removal of asbestos sheet cladding which will have to be completed under an approved asbestos management plan. The works will be carried out as a single stage project with the school temporarily relocating staffroom and administration facilities to other parts of the site. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,20201117 Ministry of Education - School Infrastructure,19004786,Request for Proposals,Open Competition,School bus services - Opunake,,20170907,20171004,20180120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"44 Omokoroa Road, Omokoroa","School Admin welcomes proposals from capable school transport operators to provide daily bus services to schools based in and around Opunake, South Taranaki. The network presently comprises 13 routes with a daily distance more than 1300km. The Purchaser seeks to form a long-term contractual relationship with a high-performing bus operator running a quality fleet. An initial contract term of eight years plus two automatic extensions will provide the Supplier with the opportunity to make a cost-effective capital investment in their fleet while offering excellent value-for-money to the Purchaser. School Admin maintains a comprehensive monitoring programme to ensure that school bus operators continue to perform at high standards. This involves bi-annual operator self-monitoring and monthly reporting on route compliance, health and safety and driver performance. An operator with the ability to consistently perform at a high standard can expect a minimum contract term of sixteen years if they can meet the defined standards. The Purchaser also seeks to improve the delivery and management of school bus services and will consider the opportunities offered by technology including vehicle location technology, video monitoring, and passenger boarding technology. The Purchaser will work in partnership with the Supplier to implement such technologies, ensuring that additional costs are met in such a way that reflects the partnering approach.",Not Awarded,Pickering Motors was the successful tenderer.,20201117 Ministry of Education - School Infrastructure,19008690,Request for Tenders,Open Competition,Main Building Contractor for Re-Roof & Internal Refurbishment at Manawatu Community High School,,20170911,20171013,20180627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"An assessment of Manawatu Community High School has shown the need for internal refurbishment is required. As the school???s infrastructure shows aspects that need a design upgrade. Opus has taken the sole responsibility in providing adequate design needs The Contract Works required generally relates to the re-pitching of the roof, new roofing installation and internal refurbishment of the toilet area in the same location. Essentially, all works are situated in Block 1 (i.e. roof, toilet, floor coverings, fire alarm and distribution board etc.).",Awarded,The contract was awarded to Alexander Construction Ltd and will start on January 2018. The term of this contract is 7 months.,20201117 Ministry of Education - School Infrastructure,19010385,Request for Tenders,Open Competition,"Supply and Install Floor Covering Replacement in Blks A, B, C, D, E and F at Baverstock Oaks School",,20170913,20171006,20171213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The carpets and floor coverings in the school need to be replaced as they have reached the end of their life-cycle. The BoT is looking for a main contractor who will supply and install carpets and floor coverings in various blocks of the school. The product must be of commercial grade that meet the Ministry of Education???s Design Quality Learning Spaces (DQLS) guidelines for acoustics.,Awarded,,20201117 Ministry of Education - School Infrastructure,19013607,Request for Tenders,Closed Competition,Ponsonby School refurbishment of Four Classrooms,,20170921,20171017,20171213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Refurbishment of 4 ground floor classrooms to reflect changes to learning pedagogy project to commence upon school closure for summer break and be complete by end of term 1,Awarded,"AEO provided project methodology similar to others together with experience on similar projects, pricing though was significantly lower and included all works described in the RFT documents",20201117 Ministry of Education - School Infrastructure,19013849,Request for Tenders,Closed Competition,Main Contractor for the Block 1 DQLS and ILE at Kaikohe East School,,20170913,20171004,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works include refurbishment of 2 teaching spaces to implement DQLS / ILE practice, and convert a toilet area in to a breakout space. The construction works are planned to run during the 2017/18 summer holidays. The rooms must be ready for occupation by students at the start of Term 1 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19014011,Request for Tenders,Open Competition,Main Contractor for the Block 1 ILE and DQLS Upgrade at Roscommon School,,20170913,20171009,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works include refurbishment of teaching spaces to implement DQLS / ILE practice, and the conversion of surplus storage areas into breakout spaces. The construction works are planned to run during the 2017/18 summer holidays. The rooms must be ready for occupation by students at the start of Term 1 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19014020,Request for Tenders,Open Competition,Hawea Flat School - Toilet Fitout Project,3747.16.02,20170913,20171009,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Toilet Fitout,Awarded,"Lightning Construction have been awarded the Tender for this project. Thanks to all of those who submitted a tender. Kind Regards, Kelvin Lewis, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,19014135,Request for Tenders,Closed Competition,Tokanui School Roll Growth Classroom,,20170913,20171004,20171109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,The construction of a new classroom space due to roll growth,Awarded,,20201117 Ministry of Education - School Infrastructure,19014767,Request for Proposals,Open Competition,RFP for Special Needs Modifications (SNM) Design & Construction Services Panel,CW17090,20170912,20171020,20171221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the panel of companies or consortium that will provide Design, Management and Construction Services for Special Needs Modifications (SNM) for the Ministry of Education. The SNM projects relate to a wide range of modifications that occur when a pupil (with special needs) enrols at a school or when specific needs change. These projects arise on an ad-hoc basis, with the works often required to be completed quickly, following a short notification period. Therefore, it is necessary to engage a Supplier/s with dedicated capability/capacity to undertake the projects in a timely manner and to a high standard. A panel of up to three (3) suppliers will be established for the delivery of a SNM programme. The panel will cover Auckland areas. The Far Northland and other regions outside Auckland will be excluded. It is anticipated that the panel agreement will commence by early January 2018. The duration of the panel will be for two years from commencement with the potential for two extensions of 2 years (2+2+2). Briefing and Presentation for RFP on 20/9/17 at 10am. Attendance of a briefing session is important for those who intend to bid. Please see registration information details in Section 1.2(d) & (e) of the RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,19015361,Request for Tenders,Closed Competition,"Main Building Contractor for Blocks A, B & Site: Windows/Wall Cladding/Paving Replacement at Murihiku Young Parents Learning Centre",616-17-02,20170914,20171005,20171109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Replace windows Block B, replace exterior toilet wall cladding and replace entrance paving and drainage",Awarded,,20201117 Ministry of Education - School Infrastructure,19017955,Request for Tenders,Open Competition,Main Contractor for the Block 1 MLE Upgrade at Karaka School,,20170914,20171013,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Block 1 works will include the partial removal of walls to create ILE opportunities and modernising areas identified to bring them up to DQLS standards.,Awarded,,20201117 Ministry of Education - School Infrastructure,19018124,Request for Tenders,Closed Competition,Main Contractor for the Block 2 and 3 ILE and DQLS Upgrades at Papakura Central School,,20170914,20171005,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works include refurbishment of 5 teaching spaces to implement DQLS / ILE practice, and create break out spaces in surplus circulation areas. The construction works are planned to run during the fourth term of 2017, with any works being completed during the Christmas holidays. Some of the works will need to be sequenced to keep the school environment functional during term time. The aim is to have all the rooms ready for occupation by students at the start of Term 1 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19018300,Request for Tenders,Open Competition,Block 2 Roof Replacement at Kowhai Intermediate School,,20170914,20171009,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the agreed 5YA with the school, this project is to replace the roof over Block 2 at Kowhai Intermediate School. Remove existing roofing material and dispose of. Once roofing materials are removed the structure is to be inspected to ensure it is in a good serviceable condition. Any repairs needed will be recorded and conducted to industry standard. New roofing iron .55 gauge is to be installed along with new gutters and downpipes to meet industry standards. Roof to be insulated",Not Awarded,"Scope of the job changed, and we ended up adding it into the ILE & DQLS Upgrade.",20201117 Ministry of Education - School Infrastructure,19019008,Request for Tenders,Open Competition,Main Contractor for Physical Alterations and Improvements at St. Leonards Road School,1499-01,20170915,20171012,20180117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The St. Leonards Road School Board of Trustees are seeking to engage a main building contractor to deliver the Block 6 modernisation/refurbishment project.,Awarded,,20201117 Ministry of Education - School Infrastructure,19019875,Request for Tenders,Closed Competition,"Classrooms 4, 5 and 6 Upgrade and Block 3 Toilet Refurbishment at Tuakau School",,20170914,20171004,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the agreed 5YA the works include: Refurbishment of the Block 3 Toilet Block Partial removal of walls in Block 2 to create ILE opportunities and modernising areas identified to bring them up to DQLS standards",Awarded,,20201117 Ministry of Education - School Infrastructure,19021049,Request for Tenders,Closed Competition,Main Building Contractors for Additions and Alterations atr Winchester Rural School,,20170913,20171011,20180209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractors for Additions and Alterations to Classroom at Winchester Rural School,Awarded,,20201117 Ministry of Education - School Infrastructure,19024373,Request for Tenders,Open Competition,Main Contractor for Removal of Relocatable Classrooms at The Gardens School,CW17164,20170920,20171018,20171120,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The required solution involves engaging with a capable and competent contractor to complete the demolition of existing decks and verandahs, disconnection and/or capping of existing services and the relocation of 21 transportable classrooms, 3 toilet facilities and the removal for demolition of 3 classrooms from The Gardens School. The Contract Works required are: . Removal of existing decks and verandahs . Demolition of footpaths . Removal of demolished material for disposal; . Service diversions to keep remaining buildings operational; . Disconnection and/or capping of existing services to the relocatable classrooms; . Site fencing and all measures to ensure H&S requirements are met; . Relocation of 21 transportable classrooms and 3 toilet facilities to various sites within the Auckland region; . Removal from site and demolition of 3 classrooms; . Undertaking any necessary applications relating to the transportation of the buildings, e.g. NZTA oversized transportation permit if required. . Make good of the school field subsequent to the removal of the transportable classrooms",Awarded,,20201117 Ministry of Education - School Infrastructure,19025242,Request for Tenders,Open Competition,OPIKI SCHOOL - Blocks C & D Upgrades,15/005,20170918,20171011,20171208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be submitted electronically via GETS,"The Board of Trustees of Opiki School (the Buyer) are seeking Main Building Contractors for the Blocks C & D Upgrade at Opiki School (the School). The Scope of Works include: - Demolition of existing link way between Blocks C & D, removal of wall, floor and ceiling linings, fixtures and fittings, exterior claddings, grassed and concrete paving; - Construction of new timber framed addition between Blocks C & D, including new concrete rib-raft floor slab and membrane roofing; - Supply and installation of new Gib board, Autex Composition and Seratone wall linings, acoustic ceiling tiles, Melteca joinery and stainless steel bench tops, new electrical power and data outlets, new main switchboard and submain cable, new aluminium windows and doors. (Refer to full scope of works as outlined on architectural drawings A01-A09 and the architectural specification). The Board of Trustees seeks proposals for the above works through this single-stage, open tender Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. This RFT has been prepared for on behalf of the Opiki School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Gibson & Oliver Ltd and will start on 11th December 2017. The term of this contract is 2 months.,20201117 Ministry of Education - School Infrastructure,19025424,Request for Tenders,Open Competition,Main Contractor for Block A ILE Upgrade at Waipahihi School,,20170915,20171011,20171129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The project comprises an ILE Upgrade to four classrooms in block A to provide for new breakout areas and wet areas between classrooms. The works will be phased with works to two classrooms being carried out at a time.,Awarded,Contract Award Date 29/11/17. Start date 9/1/18 with completion 30/6/18,20201117 Ministry of Education - School Infrastructure,19028037,Request for Tenders,Closed Competition,Richmond Primary School - Various Projects RFT,17-3216-03,20170918,20171006,20171108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This tender is now at the RFT stage following the short listing potential suppliers from the ROI. Your firm has been selected to supply a submission. This project will consist of replacement of wooden windows with double glazed aluminium, new storm water drains, part modernisation of two spaces and replacement of bi fold windows with aluminium double glazed units as per the attached drawings. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document and the attached drawings as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template Part B, Works Price Schedule and Tender Submission Letter and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant.",Awarded,,20201117 Ministry of Education - School Infrastructure,19034006,Request for Tenders,Closed Competition,CW2017-02 Aotea College - Main Contractor,CW2017-02,20170918,20171031,20171213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the Main Contract Works for the Redevelopment of Aotea College.,Awarded,Southbase,20201117 Ministry of Education - School Infrastructure,19036427,Request for Tenders,Open Competition,Main Contractor Performing Arts Rooms Upgrade Fergusson Intermediate School (Upper Hutt),,20170920,20171020,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Fergusson Intermediate are seeking suitably qualified and experienced Main Contractors to undertake the additions and alterations to the lean to area at the rear of the Hall to improve the performing arts spaces and involves the following works ??? Demolish the existing lean-to down to floor level ??? Construct new foundations in the north west corner for the new student support room ??? Construct new light framed timber walls and roof over the existing floor and foundations and finish as described ??? New decks and steps as shown ??? Project consultants are: o Project Manager : Ian Rattray o Lead Designer: IR Group Ltd o Fire Engineer: Vishnu Fire & Safety ??? The works will be done a single stage running through the rest of 2017 for handover early in the 2018 school year. ??? The Contractor will be engaged through a MOE medium works contract (Construction contracts for professional services and works).",Awarded,We received three valid responses from the market. After evaluation all three firms were deemed to have equal attributes for this scale and type of work. The contract was awarded to Pharaoh Construction based on their price.,20201117 Ministry of Education - School Infrastructure,19038200,Request for Tenders,Open Competition,Main Building Contractor for New Performing Arts Room at Waimea College,,20170920,20171018,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Waimea College (the Buyer) is seeking a MAIN CONTRACTOR for a NEW PERFORMING ARTS ROOM at WAIMEA COLLEGE.,Awarded,"Successful tenderer selected based on weighted evaluation, with initial set up on site in Dec 2017.",20201117 Ministry of Education - School Infrastructure,19043467,Request for Tenders,Open Competition,Main Contractor for the Block B Roof Replacement at Edgewater College,,20170920,20171013,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the agreed 5YA with the School, the project works include the full replacement of the roofs, new gutters and downpipes as described to Block B",Not Awarded,We have changed the scope of the project and will combining the B & L Roof Replacement and re-tendering.,20201117 Ministry of Education - School Infrastructure,19045345,Request for Tenders,Closed Competition,Winton Primary School Block E Upgrade Technology spaces,4052-17-001,20170921,20171016,20171109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,All Documents must be fully completed with submitted tender.,Awarded,,20201117 Ministry of Education - School Infrastructure,19045646,Request for Tenders,Closed Competition,Main Contractor for Fairhaven Special Needs Project at Tamatea High School,17-2558-SNP-THS,20170921,20171017,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main contractor tenders are sought for the Fairhaven School special needs project at Tamatea High School New concrete ramps Existing toilet block modifications Entry canopy alterations Entry ramp alterations/reconfiguration",Awarded,,20201117 Ministry of Education - School Infrastructure,19046003,Request for Tenders,Closed Competition,RFT - Main building contractor for the New Multipurpose room (SPG Project) at Karetu School,,20170921,20171013,20171123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"This Request for Tenders (RFT) is an invitation to short listed contractors to submit a Tender for Main building contractor for the SPG Project (New Multipurpose room), on behalf of the Board of Trustees at Karetu School. The project consists of constructing a new multipurpose building over a steep site. The new proposed building is to be attached to an existing classroom, and will have the ability to be opened up into the adjacent space. The buildings layout consists of a multipurpose space, and office/store room, art space and self-contained accessible toilet. It is anticipated that the project will commence on 18 December 2017 (beginning of school holidays) and conclude by the end of March 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19047390,Request for Tenders,Open Competition,Main Contractor for Block 1 Refurbishment at Glenavy School,1110,20170925,20171020,20171211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The tender is for the refurbishment of Block 1 at Glenavy School, Ruane Street, Glenavy, South Canterbury. The work includes the refurbishment of two classrooms (new windows/doors, lights, autex, paint, flooring) forming a retreat space, new wet area joinery, and toilet upgrade (new fixtures and fittings, wall linings, partitions, paint and flooring).",Awarded,,20201117 Ministry of Education - School Infrastructure,19049457,Request for Tenders,Open Competition,Main Contractor for Construction of Te Puna Waiora Building at Kerikeri High School,,20171006,20171101,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main Contractor for Construction of Te Puna Waiora Building at Kerikeri High School (the School). Remove/demolish existing Deans Building, construct new 387m2 Te Puna Waiora Deans Centre, relocate small St Johns building (includes commissioning all services & construction of deck/ramp) & shade canopy to a different part of the site.",Awarded,Contract awarded to Arco Group Ltd.,20201117 Ministry of Education - School Infrastructure,19050166,Request for Tenders,Open Competition,Main Contractor for the Block 9 & 10 Carpet & Vinyl Replacement at Fairburn School,,20170922,20171018,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Replacement of existing carpet in all classrooms in Blocks 9 and 10 with carpet tile, and Replacement of toilet and corridor vinyl with a combination of carpet tile and vinyl.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19051714,Request for Tenders,Closed Competition,Main Contractor for Block C2 Remodel at Aparima College,409-06,20170925,20171018,20171114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Nature of the Works - demolition, new build, redevelopment including concreting, structural steel, structural/carpentry, aluminium external and internal; openings, joinery, suspended ceilings, plumbing and drainage, mechanical and electrical services, fire protection, painting/decorating, floor coverings and clear roofing.",Awarded,,20201117 Ministry of Education - School Infrastructure,19052146,Request for Tenders,Closed Competition,Main Contractor - Ngutunui School - Breakout Room,1058,20170927,20171019,20171106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed Tender.,Not Awarded,"No winning responses as we did not receive enough responses to demonstrate that we have adequately tested the market. In addition, those received exceeded the budget. The project will be publicly relisted with a new ROI with the intention of tendering the work in Feb/Mar 2018 and starting construction in mid-April. Please keep an eye out for the new ROI and re-submit your ROI forms again (nothing has changed, just the timing).",20201117 Ministry of Education - School Infrastructure,19054178,Request for Tenders,Open Competition,Main Contractor for the Sitewide Roof Replacement at Fairburn School,,20170925,20171019,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Removal of existing roofing material on Blocks 2, 3, 4, 9, 10 and 13. Once roofing materials are removed the structure is to be inspected to ensure it is in a good serviceable condition. Any repairs needed will be recorded and conducted to industry standard. New roofing iron .55 gauge is to be installed along with new gutters and downpipes to meet industry standards.",Awarded,,20201117 Ministry of Education - School Infrastructure,19054418,Request for Tenders,Open Competition,Main Building Contractors for ILE Admin Upgrade at Waitetuna School (ORFT),OSS5744,20170926,20171026,20171205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: A Block: Minor extension and renovation to Administration area, including entry, staffroom and toilets. Reclad existing asbestos sheeting and surface drainage. Start: ASAP Construction period: Approx. 6 weeks Contract: MOE Medium Works Contract",Awarded,Contract awarded and recipients notified.,20201117 Ministry of Education - School Infrastructure,19059487,Request for Tenders,Closed Competition,"RFT -Main Building Contractor, Block B Refurbish Classrooms/Block A Replace Gable Wall Linings at Plateau School, Upper Hutt",4512,20170928,20171106,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Plateau School is comprised of original ???formula??? type classroom blocks constructed 1967 as well as a number of more modern teaching buildings. Block A and B are timber framed with cladding, timber windows and doors and metal roofing. It is suspected that some building products used on the site may contain asbestos fibre. It is not envisaged at this stage that exterior cladding will be disturbed or removed as part of the works. The project sets out to refurbish the interior of four classrooms in Block B that will introduce better flexibility and connection, create a withdrawal space, replace some wall and floor finishes and upgrade lighting where necessary. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Pharaoh Construction Ltd, start date 28.02.18, completion 31.05.18.",20201117 Ministry of Education - School Infrastructure,19065054,Request for Tenders,Closed Competition,"Collingwood Area School (Tasman)- Modernise Rooms 1 and 2, Whare Kura and Installation of Block K Toilets.",17-290-02,20171013,20171103,20180213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd and Collingwood Area School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd as the schools agent for the Modernisation of Rooms 1 and 2, Construction of Whare Kura and the Installation of Toilets to Block K. SITE LOCATION ???Lewis Street, RD1, Collingwood 7073. You must breakdown your pricing into three areas. Please use the Works Price Schedule to complete the price breakdown. You will need to fill in 3 separate Works Price Schedules for this tender. * Whare Kura * Rooms 1 and 2. * Installation of Block K Toilets. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFP document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template and submit with their proposal via the GETS website. Please only fill in Part A if any details have changed since your Registration of Interest submission.",Awarded,,20201117 Ministry of Education - School Infrastructure,19067129,Request for Tenders,Open Competition,Building Works for Innovative Learning Environments (ILE) Upgrading of the Block Seven Classrooms at Yendarra School,SPM 17493,20170928,20171025,20171128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"The balance of Yendarra School Block Seven relocatable teaching spaces (Rooms 12 to 16) is strung together along the south-western boundary, along with Room 17 which is a Resource Room. The BOT's aspiration is to complete the ILE treatment to these five teaching spaces, and extend the deck across the front of Rooms 12 to 17, and upgrade the associated ablutions. Additionally, School-wide building services are to be upgraded as identified in the Yendarra School 10YPP. Scope and Nature of the Works: o Fitting double glazing to the northern wall of Rooms 12 to 16 with sliding glazed doors. o Full refurbishment of toilet facilities between Rooms 13 and 14, 15 and 16, and to Room 17. Room 17 and Teachers' Work Room will be retained for resource/withdrawal purposes. o Withdrawing spaces created between Rooms 12 and 13, 14 and 15, 16 and 17 in the demolished toilet spaces. o Sliding internal glass door between adjoining rooms 12 and 13, 14 and 15 and 16 and 17. o New timber deck and overhead verandah roof running the full length of the six-room block. o New floor vinyl in wet areas and rejigging existing carpet tiling. o New joinery fittings in wet areas. o Upgraded lighting and power and underfloor insulation included in Project 1580-04. o Limited new wall linings - most walls already have Autex Vertiface linings. o Upgrade Fire and Security Services to the overall School Site o Drainage repairs and upgrading. o Electrical upgrading to Distribution Boards to MDS??? specification. o Reroofing of Rooms 13-17 The work to Rooms 12-17 is to be fully priced, with the estimated cost of the northern verandah work broken out and provided with the tender. Additionally, the scope of work for the upgrading of building services is to be separately priced in the tender schedule for easy identification of costs during the tender review and evaluation period. All tenderers must provide their bid in the form of the MS Excel Trades Summary provided, including P&G, Margins, and Provisional Sum tabs filled out. A quick appointment decision is anticipated so that the total scope of works can be undertaken from late November 2017, taking advantage of the School term break over the 2017/2018 break.",Awarded,"Thank you to the four tenderers who participated in this tender, closing on GETS 25 October 2017. The tender analysis and funding review was arduous and Yendarra School Board of Trustees much appreciates the efforts made by all tenderers, with all queries answered with alacrity. Every tender had significant omissions that required very careful analysis to resolve.The successful tenderer was Gleeson Builders and Associates with a revised tender cost of approximately $895K. Work will commence shortly before Yendarra closes for the 2017/2018 term break. Very best regards Paul Styles, Styles Project Management Limited",20201117 Ministry of Education - School Infrastructure,19068773,Request for Tenders,Open Competition,Macleans College - Mansfield House Demolition,CW17168,20170927,20171025,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Construction services for the demolition of a teaching block (approx. 900m2) and three toilet blocks including the removal of ACMs and COC sign-off at Macleans College.,Awarded,,20201117 Ministry of Education - School Infrastructure,19070609,Request for Tenders,Closed Competition,Main Contractor for the Block 2 Cloak Bay Conversion to MLE at Kaikohe West School,,20170929,20171019,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of rooms 10 & 11, 12 & 13 to upgrade to DQLS standard. Remove any redundant boiler pipework in spaces, dispose of and make good any damage to surfaces. Reline walls with acoustic wall coverings and floors with carpet.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19071328,Request for Tenders,Closed Competition,Main Building Contractor for Special Needs Bathroom at Karamu High School,,20170929,20171019,20171120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Karamu High School Board of Trustees are seeking a main building contractor for the construction of a Special Needs Bathroom.,Awarded,,20201117 Ministry of Education - School Infrastructure,19071576,Request for Tenders,Open Competition,Civil Contractors for Stormwater Upgrade at Devon Intermediate,205263,20170929,20171026,20171127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are seeking to engage an appropriately skilled and resource civil contractor to complete the Stormwater Upgrade project at Devon Intermediate School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19074890,Request for Tenders,Open Competition,Long Bay Primary School - 6 classroom new build and exisiting fitout,CW17174,20170929,20171030,20171130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This procurement seeks to achieve a new six classroom block and a 3 classroom fitout in an existing block / resource room at Long Bay Primary School. Part of this work also includes a new carpark off the school driveway. Long Bay School was originally built in 1979 and was an open plan design which has been re-modified into eight teaching spaces. The school site is 2.6800 hectares but the Ministry of Education owns 16.8096 hectares. It is proposed that works commence as soon as the contract is awarded for this project, with a required completion date of 11 July 2018 (an earlier completion date will also be accepted by the principle). Long Bay Primary School is for Year 1 ??? 6 students. The land around the school is undulating - the school is situated on two levels, the upper terrace at around 30 mRL contain the school buildings, the lower terrace with the sports field at around 21mRL. The two levels are separated by a moderately sloped grassed bank. The initial Geotechnical investigation has shown that ground conditions are similar at all test locations, with depth torock being the only varying feature. There are 2 separable portions under the Long Bay Primary School Contract. Separable portion number 1 is for a three-classroom fit out in the existing school. The required completion date for separable portion 1 is 26th of January 2018. Separable portion number 2 is for the 6-classroom new block being built at the southern end of Long Bay Primary School. The required completion date for separable portion 2 is the 11th of July 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19075386,Request for Tenders,Open Competition,(1731) HAMILTON EAST SCHOOL - MAIN CONTRACTORS - New 4 x Classroom Construction & Associated Site works,,20171002,20171027,20171108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees are inviting Main Contractors to supply a tender to undertake construction of a new 4 x Classroom Block and associated Site Works. It is envisaged that the successful Main Contractor will be given access to the works at the end of Term 4 2017 in order to commence construction immediately, providing the School with a completed project for occupancy for the commencement of Term 2 29 April 2018. The BOT and School are wanting to engage a Main Contractor with strong lines of communication, and a successful track record for project of this size, sufficient qualified trade experience to meet the solution and be confident to provide the BOT and School with a positive experience and project everyone can be proud of. The successful Main Contractor will enter in to a standard MOE Contract with fixed commencement and completion dates.",Awarded,For your information the Tenders received ranged from $992567 to $1077987,20201117 Ministry of Education - School Infrastructure,19075911,Request for Tenders,Open Competition,RFT for Design and Build Contract for construction of a Transportable Building for Ruakaka School,1094/202681,20171004,20171101,20171204,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Construction of a Transportable building (a single classroom) plus enabling works at Ruakaka School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19076620,Request for Tenders,Closed Competition,Main Building Contractor for ILE Classroom Upgrades at Nayland Primary School (RFT),,20171003,20171030,20171130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"You have been short listed, along with three other contractors, to tender for the Main Building Contractor for ILE Classroom Upgrades at Nayland Primary School (RFT).",Awarded,,20201117 Ministry of Education - School Infrastructure,19077468,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms 6 & 7 at Boulcott School, Lower Hutt",4672,20171004,20171101,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Boulcott School is comprised of an original permanent building erected in the 1928 and as well as a number of more modern relocatable classroom buildings. The building is timber framed with timber weatherboard cladding, timber windows and doors and metal roofing. It is not known to contain any asbestos as construction was well before this material was introduced into the NZ building industry late 1930???s. But as some alterations have been carried out since, it is proposed to have an asbestos survey undertaken as part of the design phase including testing of any suspected material. A survey will be carried out prior to tendering to determine whether any asbestos is present within the extent of the projects works. If any suspected material is found it will be tested and the results made available in the contract documents. In this instance all work is interior in nature and no suspect material is visible. The project sets out to refurbish the interior of two classrooms in the main building that will introduce better flexibility and connection, create a withdrawal space, replace wall and floor finishes and renew lighting. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings Ltd, start date 05.02.18, completion 30.06.18.",20201117 Ministry of Education - School Infrastructure,19087986,Request for Proposals,Open Competition,Drainage Upgrade for Nelson Central School,,20171011,20171106,20180911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Nelson Central School (the Buyer) is seeking a Civil Contractors for prices for the drainage upgrade at Nelson Central School. Additional project details are provided in the attached documents.",Awarded,,20201117 Ministry of Education - School Infrastructure,19090582,Request for Tenders,Closed Competition,Main Building Contractor for Block A Capital Maintenance of Staff Facilities at Hastings Intermediate School,17-2570-03,20171004,20171031,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? Internal alteration and modifications ??? New external entry doors ??? Insulation, wall linings and lighting upgrades",Awarded,,20201117 Ministry of Education - School Infrastructure,19092368,Request for Tenders,Open Competition,Main Building Contractors for 4D Replacement Roofing at Melville High School (RFT),5734,20171005,20171031,20171115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Block 4D - Replace all roofing and guttering. This includes the removal and disposal of supersix roofing which contains asbestos. Contract: MOE Medium Works Contract",Not Awarded,No tenders received. Will re-tender this via a 2-stage procurement process.,20201117 Ministry of Education - School Infrastructure,19094826,Request for Tenders,Closed Competition,RFT for Main Contractor for Tech Block Remediation and Health Centre Projects at WGHS,,20171006,20171110,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19096359,Request for Tenders,Open Competition,Ashburton Borough School Block 3 Refurbishment,,20171010,20171107,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All,"Ashburton Borough School (ABS) has approximately 460 pupils??? and 16 teaching spaces. It is situated in Ashburton. The school buildings are primarily fibre cement and weatherboard timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1969-2016. ABS are looking to modernise and protect Block 3 by carrying out a full refurbishment on the interior, including replacement of floor coverings, fitting and fixtures, type 4 fire alarm, electrical and lighting, replacing the corrugated steel roof, and the aluminium window joinery and exterior cladding where directly affected by the works. Block 3 is a single-story fibre cement building constructed in 1974. It is believed that the exterior fibre cement cladding is an ACM (Asbestos Containing Material). Outcome sought The Contract Works required to refurbish Block 3 are: ??? Removal of the existing roofing & skylights. ??? New roofing & skylights. ??? Interior refurbishment, and redecoration. ??? New carpet. ??? New lighting. ??? New electrical works. ??? Extend the existing fire alarm. ??? New interior joinery and fittings. ??? Insulation to ceiling and affected walls. ??? Exterior window joinery and partial replacement of exterior cladding where directly affected by the works. ??? The work is to be completed over the 2017/18 Christmas Holidays. Friday December 18 2017 to Monday 2 of February 2018. (Arrangement for early starting can possibly be arranged following consultation with the school).",Awarded,Shortlisted contractors noted above,20201117 Ministry of Education - School Infrastructure,19097957,Request for Tenders,Open Competition,Main Contractor for Junior School Refurbishments & School Wide Fire Alarm at Kaitaia Primary School,,20171009,20171107,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Junior School Refurbishments & School Wide Fire Alarm at Kaitaia Primary School. Project involves Junior school (6 classrooms) internal alterations & refurbishment, re-fit 2 toilet blocks, new school wide fire alarm.",Awarded,Contract awarded to Craig Maisey Builders,20201117 Ministry of Education - School Infrastructure,19100034,Request for Tenders,Closed Competition,Main Building Contractor for Opotiki College Gym Ceiling and Wall Linings Replacement (RFT),4747,20171006,20171030,20180620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,Opotiki College Board of Trustees is seek the services of a main building contractor for the replacement of approximately 470 sqm of existing woodtex ceiling tiles and grid with new ceiling tiles and grid. Replacement of sections of existing wall linings with new. Work to occur in existing gym.,Awarded,,20201117 Ministry of Education - School Infrastructure,19103761,Request for Tenders,Open Competition,"Marshall Laing School - Main contractors for Library, music room & Modernisation",,20171006,20171101,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,project includes new library to the end of Block 9. Block 6 new music room and modernisation of 2 classrooms. Block 1 convert existing library to multipurpose and breakout spaces.,Awarded,,20201117 Ministry of Education - School Infrastructure,19103781,Request for Tenders,Open Competition,"Roofing Project (Blocks 1,2,3,4,5,6,7,8, Temp 1-3) at Sylvia Park School",,20171009,20171102,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? The school is looking for a Main Contractor to remove and replace the roofing and guttering ??? Several blocks at Sylvia Park School have issues with their roofing and requires removal and replacement ??? There are six blocks that require roofing work and the issues surrounding each roof differ slightly between the blocks. All works will be as per MINEDU Weather Tightness Guidelines",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,19104923,Request for Tenders,Closed Competition,Taieri College Learning Centre - Special Needs Modifications,495-101,20171009,20171031,20171201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Taieri College Board of Trustees are seeking the services of a main contractor to complete the special needs modifications in the Learning Centre. This is a closed tender following the previous ROI process.,Awarded,Keith Mitchell Builders was awarded this contract.,20201117 Ministry of Education - School Infrastructure,19105782,Request for Tenders,Open Competition,Main Building Contractor Clendon Park School Additions and Alterations to Hall,,20171009,20171102,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,A single price was received from Accent Construction. After negotiation with Accent the contract was awarded to them.,20201117 Ministry of Education - School Infrastructure,19107870,Request for Tenders,Closed Competition,"Main Contractor for Special Needs WC Upgrade Project at Fairhaven School, Bridge Pa",17-2558-SNP-BP,20171011,20171103,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? Construction of additional 16 m2 (gross) special needs bathroom including ceiling tracking hoist ??? Interior alterations to existing laundry/bathroom spaces",Awarded,,20201117 Ministry of Education - School Infrastructure,19107889,Request for Tenders,Open Competition,RFT for Main Contractor for Classroom Refurbishments Project at Whangarei Girls High School,,20171009,20171106,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The tender is for a Main Contractor for refurbishment of 10 classrooms (Rooms 14, Green Room, 26,27,28,35,36,37,38,39,40) at Whangarei Girls High School",Awarded,,20201117 Ministry of Education - School Infrastructure,19108321,Request for Tenders,Open Competition,"Main Contractor for Blocks AB, EB, L Heating-Cooling Upgrade at Tamaki College",,20171013,20171110,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school is looking for a main contractor to provide an HVAC or an appropriate unit which will provide both heating and cooling for Blocks AB, EB, L. This may include: ??? To provide heating/cooling units to Blocks AB, EB, L ??? The units should provide sufficient cooling during the summer/hot months and sufficient heating during the winter/cold months.",Awarded,,20201117 Ministry of Education - School Infrastructure,19109345,Request for Tenders,Open Competition,Block 5 Classroom Replacement & Block 2 Toilets Upgrade at Maungatapere School,14/10/2010,20171010,20171110,20171208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Maungatapere School Board of Trustees are seeking tenders from Main Contractors for their Classroom replacement project.This project involves the demolition and removal of existing Block 5 (Classroom 6) at Maungatapere School, and replacement with a new Classroom in a similar location, with new connection to the existing adjacent Classroom 7. An existing metal framed sun canopy to the north of the Classroom is to be modified in order to move one column away from the proposed new steps to the replacement classroom, and the end of the canopy is to be modified to have a consistent connection to the eave beam of the new classroom as it has to the existing classroom 7 eave beam. Demolition work includes the safe removal and disposal of cladding materials containing asbestos ??? by certified asbestos removal contractor. Existing data and fire alarm cabling connecting overhead to the existing classroom 6 is to be re-directed to re-connect to the replacement classroom. The existing data switch cabinet in Room 7 resource room is to be relocated. The project also involves interior upgrades to Block 2 Toilets, Cloak Bays and Lobby, and replacement of the existing window louvres with new louvre inserts to the existing timber window joinery frames, and delivery of warmed water to the wash troughs.",Awarded,Contract awarded to Guyco Construction Ltd.,20201117 Ministry of Education - School Infrastructure,19111455,Request for Tenders,Open Competition,Rangitoto College D Block Toilet Modification,CW17127,20171012,20171109,20171218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry is seeking construction service from a suitably qualified contractor to undertake this work to modify an existing disable toilet on site to meet the Ministry's High Dependency bathroom requirement.,Awarded,,20201117 Ministry of Education - School Infrastructure,19111998,Request for Proposals,Open Competition,School Bus Services - Aparima School Transport Network,,20171009,20171103,20180120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Admin welcomes proposals from capable school transport operators to provide daily bus services to schools based in and around Riverton, Southland. The network presently comprises5 routes with a daily distance more than 530km. The Purchaser seeks to form a long-term contractual relationship with a high-performing bus operator running a quality fleet. An initial contract term of eight years plus two automatic extensions will provide the Supplier with the opportunity to make a cost-effective capital investment in their fleet while offering excellent value-for-money to the Purchaser. The Purchaser will administer a comprehensive monitoring programme to ensure that school bus operators continue to perform at high standards. This involves bi-annual operator self-monitoring and monthly reporting on route compliance, health and safety and driver performance. An operator with the ability to consistently perform at a high standard can expect a minimum contract term of sixteen years if they can meet the defined standards. The Purchaser also seeks to improve the delivery and management of school bus services and will consider the opportunities offered by technology including vehicle location technology, video monitoring, and passenger boarding technology. The Purchaser will work in partnership with the Supplier to implement such technologies, ensuring that additional costs are met in such a way that reflects the partnering approach.",Awarded,,20201117 Ministry of Education - School Infrastructure,19112962,Request for Proposals,Closed Competition,RFP for Exterior painting and exterior repairs of 17 relocatable classrooms at Somerville Intermediate School,19112962,20171011,20171101,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are the removal and replacement of any timber decay and repairs to fibre cement cladding, facings, decks and balustrades, and painting the exterior of the buildings. The works will be undertaken in one phase with all works being completed consecutively.",Awarded,The project has been awarded to the successful Tenderer,20201117 Ministry of Education - School Infrastructure,19113398,Request for Tenders,Open Competition,Main Contractor for the Block E & L Roof Replacement at Edgewater College,,20171012,20171107,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The replacement of the roofs and various parts as described in the supporting information to Block E & L. As Block E is also scheduled for an ILE Conversion, the work to this block may best be delivered at that time.",Not Awarded,We have changed the scope of the project and will be doing Block E by itself or adding it to the Block E ILE that is coming up later this year.,20201117 Ministry of Education - School Infrastructure,19113486,Request for Tenders,Open Competition,"Main Contractor for Rationalisation of Blocks S, I, M and R at Kelston Boys High School",,20171011,20171109,20171208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? This document details the plan for procuring a main contractor for the rationalisation of Blocks S, I, M and R at Kelston Boys High School (the Contract Works) for the Board of Trustees (BoT) (The Principal) at Kelston Boys High School (the School). ??? Full demolition of Blocks S, I, M and R ??? Safely managing and removing asbestos material in the blocks and from site in accordance with NZ Asbestos Regulations ??? Identifying services that need to be capped and/or redirected, and proceeding with the needed works of capping or redirecting ??? Making good the grounds ??? Clearing and cleaning rubbish and removing from premises ??? Making site safe again for staff and students",Awarded,cost competetive for the required scope of work,20201117 Ministry of Education - School Infrastructure,19115657,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 7 - Relocate Medical Room at Masterton Intermediate School, Masterton",4516,20171012,20171107,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The student medical room is currently located a reasonable distance away from the main administrative/reception office area. In the preparation of the current property plan the BoT identified this as a potential Health and Safety risk and wanted the facility relocated with much improved transparency and ability to manage and monitor the space better. The project will incorporate the switching of spaces with the current principal???s office and deputy principal???s office converted into medical rooms which will adjoin the main administration office and a new management suite created where the medical rooms are presently. The work is interior by nature and no asbestos is visible or known. The work area is highly unlikely to contain any hazardous material. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Tararua Builders Ltd, start 07.05.18. Expected completion date 28.09.18.",20201117 Ministry of Education - School Infrastructure,19116857,Request for Tenders,Closed Competition,Main Contractor for Staffroom Extension at Muritai School,,20171013,20171108,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19117722,Request for Tenders,Closed Competition,East Taieri School - Senior Block ILE Project,3733.16.01,20171016,20171030,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Senior Block Innovative learning environment upgrade,Awarded,"Stewart Construction Limited have been awarded the Tender for this project. Thanks to all of those who submitted a tender. Kind Regards, Kelvin Lewis, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,19118513,Request for Proposals,Open Competition,"Master Planning and Lead Design Services Bundle (Mana College, Wainuiomata High School, Wairarapa College)",CW2017-24 MPLD,20171012,20171107,20180223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking a design team to deliver Design Services for the following bundles (collectively the Schools): 1. Mana College (Master Planning and Lead Design Services); 2. Wainuiomata High School (Master Planning and Lead Design Services); and 3. Wairarapa College (Lead Design Services). Suppliers must submit a response to provide services for all bundles, but are required to clearly demonstrate resource availability and cost savings to the Ministry, if multiple bundles were to be awarded. While the three bundles are being tendered as part of the same RFP, they will be evaluated separately. The Ministry anticipates contracting with multiple consultant teams and furthermore reserves the right to select different consultant teams for one or more of the school bundles. All suppliers should register their interest for the site visit through the GETS Question and Answer function. Site visit RSVP???s 1pm 17 October 2017 (Refer 1.3e) Site visits will be limited to two persons per potential supplier. Set site visit dates are: Wainuiomata High School, 9am 18 October 2017 Mana College 1pm 18 October 2017 Wairarapa College, 11am 19 October 2017 (This time has since changed from (1pm) that is advised in the published RFP) Also advised through Addendum #1",Awarded,,20201117 Ministry of Education - School Infrastructure,19118950,Request for Tenders,Closed Competition,Pahoia School - Remedial Works,CW2017-45,20171012,20171109,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2017-45 Main Building Contractor for Remedial Works at Pahoia School. If you would like to add further people from your organisation to receive notifications for this posting, please ensure they have a GETs login and send through a list of names via the GETS Q&A function.",Not Awarded,No contract awarded as tenders were not compliant.,20201117 Ministry of Education - School Infrastructure,19122635,Request for Tenders,Closed Competition,Mt Maunganui College - Science Block Remedial Works,CW2017-46,20171012,20171102,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2017-46 Main Building Contractor for Remedial Works at Mt Maunganui College's Science Block. If you would like to add further people from your organisation to receive notifications for this posting, please ensure they have a GETs login and send through a list of names via the GETS Q&A function.",Awarded,,20201117 Ministry of Education - School Infrastructure,19122753,Request for Tenders,Closed Competition,Tauranga Girls' College - Block F Remedial works,CW 2017-47,20171012,20171109,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2017-47 Main Building Contractor for Remedial Works at Tauranga Girls' College's Block F. If you would like to add further people from your organisation to receive notifications for this posting, please ensure they have a GETs login and send through a list of names via the GETS Q&A function.",Awarded,,20201117 Ministry of Education - School Infrastructure,19122798,Request for Tenders,Closed Competition,Te Puke Intermediate - Admin Block Roof Re-Pitch and Remedial Repairs,CW 2017-48,20171012,20171102,20171121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2017-48 Main Building Contractor for Te Puke Intermediate - Admin Block Roof Re-Pitch and Remedial Repairs. If you would like to add further people from your organisation to receive notifications for this posting, please ensure they have a GETs login and send through a list of names via the GETS Q&A function.",Awarded,,20201117 Ministry of Education - School Infrastructure,19123882,Request for Tenders,Closed Competition,RFT for Main Contractor for Lamb Block Classroom & Toilet Block Refurbishments at WGHS,,20171013,20171108,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFT for Five Classroom Refurbishments and Toilet Upgrade at Whangarei Girls High School Please note Specifications and Drawings for Toilet Block will be posted shortly via NTT",Awarded,,20201117 Ministry of Education - School Infrastructure,19124219,Request for Tenders,Closed Competition,Main Contractor for Roofing and Other Capital Works at Selwyn Park School,,20171013,20171110,20180116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFT for Main Contractor for Roofing Works, Classroom Refurbishments, Toilet Decomissioning and other Capital Works",Awarded,,20201117 Ministry of Education - School Infrastructure,19127517,Request for Tenders,Open Competition,Main Contractor for Modernisation Projects at Sunnyvale Primary School,17-020,20171016,20171109,20171219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"5YA Modernisation Projects including o Replace roofing & flashing only over class 9-10 toilet block. o Upgrade existing Distribution board, replace old portion of roof over admin, remove existing carpet, prep floor for new carpet tiles. o Block 2 ??? Modernisation of two class block including, asbestos removal, new windows, external canopy, internal finishes and pop-out window.",Awarded,,20201117 Ministry of Education - School Infrastructure,19128269,Request for Tenders,Open Competition,Lincoln Heights School Rationalisation,17-036,20171018,20171113,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Contractors for Rationalisation project at Lincoln Heights School,Awarded,,20201117 Ministry of Education - School Infrastructure,19128333,Request for Proposals,Open Competition,Wellington Girls' College - Quantity Surveyor/Cost Management Services,CW2017-22,20171013,20171108,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this Request for Proposals (???RFP???) is for the Ministry to invite consultants to submit a Fixed Fee Quotation for Quantity Surveyor Services. The successful consultant will be required to deliver a cost estimate at the completion of the Master Plan stage on the Wellington Girls??? College project. The Ministry may choose to continue with the successful consultant for the remaining phases of this school project, but also reserves the right to engage another consultant for any other project phases (e.g. at the end of Master Plan). Should the Ministry decide to proceed beyond the Master Plan stage with the successful consultant, there will be a negotiation stage to agree a fixed fee for the remaining design stages. The consultant will be required to deliver and be responsible for all aspects cost management/quantity surveyor services for this school project within the agreed cost. The successful Respondent(s) will be engaged through a Ministry standard CCCS based consultancy services contract with special conditions.",Awarded,,20201117 Ministry of Education - School Infrastructure,19134271,Request for Tenders,Open Competition,Siteworks & Landscaping at Hawera Primary School,CW2017-50,20171017,20171113,20180207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Siteworks & Landscaping at Hawera Primary School. Deadline to register for a Site visit, 23 October 2017 Date of site visits (week starting) 23 October 2017",Awarded,The contract was awarded to Arthur Brown Construction and will start in Dec 2017. The Term of this contract is 8 weeks.,20201117 Ministry of Education - School Infrastructure,19134288,Request for Quotations,Closed Competition,Main Contractor for Fire Protection Services Upgrade at St. Leonards Road School,,20171018,20171108,20171109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of St. Leonards Road School requires the full design, manufacture, supply, delivery, installation, testing, commissioning, and warranty of their site-wide fire protection system upgrade.",Not Awarded,No responses were received.,20201117 Ministry of Education - School Infrastructure,19140254,Request for Tenders,Closed Competition,Birkenhead College Stage 3 Blocks H & C Re-roofing and Refurbishment,,20171018,20171110,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Your company is invited to submit a tender for the project at Birkenhead College,Not Awarded,Ministry of Education have placed the project on hold.,20201117 Ministry of Education - School Infrastructure,19141222,Request for Tenders,Closed Competition,Main Building Contractor Pukekohe High School - Special Needs Property Modifications,201553,20171027,20171117,20180705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Following shortlisting of the Registration of Interest for Main Building Contractor Pukekohe High School - Special Needs Property Modifications we are now seeking tenders for the construction works from the short list of contractors who provided an ROI. The outcome sort is to establish a contract with a main building contractor to undertake the works within the required time frame, quality, and budget requirements of the Ministry of Education. The property modification works include automatic opening doors / widening of openings and access ramps. It is anticipated the project works will be undertaken to coincide with the end of year term break.",Awarded,,20201117 Ministry of Education - School Infrastructure,19143103,Request for Proposals,Open Competition,CW 2017-38 Longbeach School Main Contractor Services,,20171018,20171113,20180213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking Construction Services for Building remediation to Longbeach School (the School). Ministry of Educations Building Improvement Programme (BIP) team for weathertightness problems has identified Longbeach Schools Admin, Walkway and 2 Classrooms as a leaky building. Defects to the building identified during the investigation included inadequate or missing flashings at critical wall openings and junctions and inadequate roof construction and internal guttering that is causing weather tightness damage. This Request for Proposal (RFP) has been developed to source a suitably qualified and experienced Main Contractor to undertake and provide sufficient resource to complete the construction works to the Administration and teaching space Roofs",Awarded,,20201117 Ministry of Education - School Infrastructure,19143516,Request for Tenders,Closed Competition,Ponsonby Intermediate School Refurbishment of Three Classroom Block,,20171020,20171116,20171220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,RFT for Main Contractors for Refurbishment of Three Classroom Block contained within Block 3 at Ponsonby Intermediate. Works entail mainly interior refurb including associated services together with replacement of asbestos roofing with meta longrun,Awarded,,20201117 Ministry of Education - School Infrastructure,19143521,Request for Tenders,Open Competition,"Main Contractor for Block AB, Electrical Upgrade at Tamaki College",17-104-G18,20171018,20171114,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block AB, Electrical Upgrade at Tamaki College. The existing electrical infrastructure has reached its economic life and will result in Health and Safety issues if left as is. The scope of works is to replace redundant electrical infrastructure to AB Block, upgrade and consolidate the selection of switchboards and distribution fuses into one board and allow for future expansion.",Awarded,,20201117 Ministry of Education - School Infrastructure,19144643,Request for Tenders,Open Competition,"Main Contractor for Refurbishment of Block1, class1,2,3,4 and Verandah at Gladstone Primary School",,20171024,20171116,20180622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main contractors are invited to provide a tender price to refurbish the Block 1 lower floor classrooms 1,2,3,4 and Verandah . The classrooms will have new Autex Compostion board, new floor coverings, repaint and new internal Aluminium sliding doors to facilitate ILE teaching spaces.The proposed verandah outside classrooms 1,2,3,4 will have new aluminium shopfront glazing to enclose it to facilitate ILE teaching spaces.There will be new piles required under new lintels for the new internal doors",Awarded,"Evaluation of tenders: ??? All three tenders were received by the deadline ??? for weighted attribute evaluation: o evaluation team non-price scores for each criteria for each tender are summarised in the tender evaluation sheets attached o price analysis price and price scoring ??? A tender summary was prepared and sub contract prices compared, there were no tags with lowest tender, Tender prices were ranked and weighted. ??? for conformance and value/best value evaluation: o AllStyle Homes Ltd and Focus Construction were the two tendered providing best value. Accent construction had a tender price over $100,000.00 above the other two tenders ??? Both Allstyle homes and Focus Construction had good tender presentation and good work history. AllStyle homes has an edge due to the work it has completed successfully at the school. ??? The tenders were ranked: 1-Allstyle Homes Ltd 2-Focus Construction Ltd 3- Accent Construction Ltd",20201117 Ministry of Education - School Infrastructure,19144830,Request for Tenders,Open Competition,Roofing Contractor for Reroofing works at Mahurangi College,MOE-A-1446B-01,20171019,20171114,20171117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This RFT is an invitation to suitably qualified contractors to submit a Tender for reroofing works at Mahurangi College. The existing staffroom has a flat roof and many complex junctions with various roof lines, there are also an extensive amount of skylights which are believed to be contributing to the leaks. The general scope of works includes for the removal of the existing roofing material including all skylights, inspection and replacement of any compromised timbers and/or treatment as required, and installation of new roofing membrane and metal materials. The roof will also be re-pitched to meet minimum MOE requirements of 5 degrees.",Not Awarded,no responses received.,20201117 Ministry of Education - School Infrastructure,19145511,Request for Tenders,Closed Competition,Maungawhau School - Fire System Upgrade,,20171019,20171109,20180223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,"Due to budget constraints, this will be re-tendered.",20201117 Ministry of Education - School Infrastructure,19145989,Request for Tenders,Open Competition,Main Building Contractors for Gym Re-roof and Weathertightness at Whangamata Area School (RFT),OSS5760,20171020,20171115,20180223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Replacement of roofing, flashings, and spouting/downpipes to the gymnasium and attached walkways to remediate weathertightness to the building fabric. This includes the vertical metal cladding sections to end walls, re-bound panels and mounting frame (North wall); replacement of broken (asbestos) soffits; re-detailing and replacement of (asbestos) wall cladding to side bays of Main Gymnasium; removal of Main Gymnasium apex skylighting and associated making good; replacement of down/flood lighting to Main Gymnasium and removal of high-level fluorescent up-lighting; replacement of skylight domes and caulking to Ancillary Wing; Making good and painting to affected external areas. Start: ASAP once formal approval granted but asbestos work needs to be done during school holidays. Anticipated start date was during the Christmas holiday period but can wait until the Term 1 School holiday period 2018. Construction Period: 4 weeks Contract: MOE Medium Works Contract; DLP = 6 months",Awarded,Contract awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,19146886,Request for Tenders,Closed Competition,RFT - Main Building Contractor Special Needs Property Modifications Glendowie School,201550,20171020,20171115,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Following shortlisting from the previous Registration of Interest (ROI) phase the buyer is seeking proposals from shortlisted contractors to act as main contractor for special needs property modifications at Glendowie School,Awarded,,20201117 Ministry of Education - School Infrastructure,19149419,Request for Tenders,Closed Competition,"Main Contractor for Block L - L7, 8 & 9 DQLS & ILE Upgrade at Okaihau College",,20171020,20171113,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Partial removal of walls to create ILE opportunities and modernising areas identified to bring them up to DQLS standards ??? Opening up and installing double doors between rooms L7/L8 and L8/L9 ??? Replace existing vinyl in L8 with carpet tiles ??? Existing florescent light fittings to be replaced with LED light fittings in L8 ??? New acoustic wall coverings to L8 ??? Redundant heating to be removed ??? Relocation of services as required ??? Opening up and installing double doors between rooms L7/L8 and L8/L9",Awarded,,20201117 Ministry of Education - School Infrastructure,19149503,Request for Tenders,Closed Competition,Main Contractor for the Gym & Gym Storage Refurbishment at Okaihau College,,20171024,20171113,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Elements of the building fabric have reached the end of their economic life and require replacement. Areas of both Gym buildings will also be modernised to be brought up to DQLS standards. Visibility will also be improved into selected areas through the installation of glazing.,Awarded,,20201117 Ministry of Education - School Infrastructure,19150426,Request for Tenders,Open Competition,Main Contractor for Alterations to Rooms 15/16 & 20/21 at Manurewa Central School,,20171020,20171115,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT wish to alter Rooms15, 16, 20 & 21 and upgrade the interior fit out. To that end they seek to engage a competent main contractor to build the works and through the procurement process to identify the contractor who is offering the best value for money The classrooms are over 40 years old. They are worn and need a major refit.",Not Awarded,"No Responses to RFT, MoE and School have instructed to put the project on hold",20201117 Ministry of Education - School Infrastructure,19153032,Request for Proposals,Closed Competition,Main Contractor for Library Extension at Fox Glacier School,3342-14-002,20171024,20171120,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"School Support Ltd along with the Fox Glacier School Board of Trustees are inviting Requests for Tenders from suitably qualified and experienced suppliers for the following project: Fox Glacier School - Library Extension Fox Glacier School - Cook Flat Road, Fox Glacier. This project includes the build of an extension to classroom block to create a new library. Please complete the attached Suppliers Response form and submit via the GETS website. Please note you will only need to fill in the Part A (non pricing criteria) if any details have changed since your Registration of Interest submission. Please also full in the Works Price Schedule and submit with your tender submission. Failure to fill in this document will make your submission non-compliant.",Not Awarded,Duplicate Rfx - already awarded on 18922166,20201117 Ministry of Education - School Infrastructure,19153578,Request for Tenders,Closed Competition,Lyttelton Primary School Special Needs Fencing,686/20170630-RFT,20171024,20171113,20180123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Following the Registrations of Interest, we are now seeking tender pricing for the Special Needs Fencing project at Lyttelton Primary School.",Awarded,,20201117 Ministry of Education - School Infrastructure,19160137,Request for Tenders,Closed Competition,South Otago High School - Music Drama Suite Remodel - RFT,393.16.01,20171026,20171116,20180201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,"Only received one tender, that was incomplete. School wishes to resubmit.",20201117 Ministry of Education - School Infrastructure,19164073,Request for Tenders,Open Competition,"RFT - Specialist Fire Alarm Contractor, Blocks A-Z Fire Alarm System at Wellington High School, Wellington",4757,20171030,20171122,20180223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wellington High School is comprised of concrete and steel structured predominantly multi storey buildings constructed mostly in the early 1980???s. The work proposed upgrades the existing fire detection system. The work will replace existing detectors with new analogue addressable smoke or heat detectors in their same locations and new fire alarm mimic panels. The project will have the capacity to enable a fully compliant site wide system as buildings are progressively refurbished but will in the first instance include continuity of the sounders across the site. The work replaces existing detectors and control panels in their current locations. No linings will be affected by the work. No asbestos sighted or likely to be encountered. This procurement looks for a professional specialist fire alarm contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Alliance Fire and Security, start date 29.01.18, finish expected 31.05.18.",20201117 Ministry of Education - School Infrastructure,19165746,Request for Proposals,Open Competition,"The Terrace School, Waipukurau - Block B water damage remediation",,20171027,20171127,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block B at The Terrace school, Waipukurau, is a two storey block, with the bottom storey back and side walls below ground. It has a concrete block retaining wall up to 2.0m. This wall has been leaking water into the Hall since April 2017. It is worse when it rains. This RFP is to find the source of the leak and stop/divert it, make good and repair damage caused to date.",Awarded,,20201117 Ministry of Education - School Infrastructure,19166667,Request for Tenders,Open Competition,Main Contractor - Mount Albert Grammar - 6x Tennis Courts,,20171026,20171120,20171129,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is looking for a Main Contractor to design and build 6 Tennis Court at Mount Albert Grammar School,Awarded,,20201117 Ministry of Education - School Infrastructure,19166920,Request for Tenders,Open Competition,Main Contractor for Skylight Replacement at Avondale College,78-13,20171027,20171121,20180315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Avondale College is looking for a main Contractor for a design and build contract to replace the existing school auditorium skylight.,Awarded,,20201117 Ministry of Education - School Infrastructure,19167305,Request for Tenders,Open Competition,MoE - ASSC Redevelopment of Facilities,P2208,20171026,20171128,20180614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Buyer) is seeking a suitably qualified main contractor of construction works, for the construction of 2 Classrooms and Administration Building and the associated Demolition and Site-works at Auckland Secondary School Center (the School). It is anticipated that construction will commence in early 2018 and will be completed late April 2018.",Awarded,The contract was awarded to Keith Hay Homes Limited and will start in June 2018. The term of this contract is 9 months.,20201117 Ministry of Education - School Infrastructure,19167658,Request for Tenders,Closed Competition,RFT Main Building Contractor Waiuku College - Special Needs Property Modifications,201555,20171027,20171117,20180601,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Following shortlisting of the Registration of Interest for Main Building Contractor Waiuku College - Special Needs Property Modifications we are now seeking tenders for the construction works from the short list of contractors who provided an ROI. The outcome sort is to establish a contract with a main building contractor to undertake the works within the required time frame, quality, and budget requirements of the Ministry of Education. The property modification works include the supply and installation of lifts and ramps. It is anticipated the project works will be undertaken to coincide with the end of year term break.",Not Awarded,Holmes & Browne Ltd,20201117 Ministry of Education - School Infrastructure,19167819,Request for Tenders,Closed Competition,RFT Main Building Contractor Mt Albert Grammar - Special Needs Property Modifications,201552,20171027,20171117,20180216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Following shortlisting of the Registration of Interest for Main Building Contractor Mt Albert Grammar - Special Needs Property Modifications we are now seeking tenders for the construction works from the short list of contractors who provided an ROI. The outcome sort is to establish a contract with a main building contractor to undertake the works within the required time frame, quality, and budget requirements of the Ministry of Education. The property modification works include the supply and installation of ramps and access works. It is anticipated the project works will be undertaken to coincide with the end of year term break.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19168298,Request for Proposals,Closed Competition,Hillcrest High School Math Block Lead Designer and Design Services (RFP),HIL10,20171026,20171115,20171212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Hillcrest High School Board of Trustees are seeking suitable qualified Lead designer and design serves supplier for the new $ teaching Space Maths block at Hillcrest High school Document attached 1. RFP (PDF) 2. RFP Part A (word) 3. RFP Part B (word) 4. Sketch drawing 5. 4CCCSConditionsofContractforConsultancyServices-Nov14 6. 4MoEConditionsofContractforConsultancyServicesCCCSParts-IIA-and-IIB-Sept16 7. 4MoEFormofAgreementforConsultancyServices-Dec14-V2 (1)",Awarded,A high standard or responses was received both in the ROI & RFP process. the supple who has been awarded the contact was believed to be the best value for money from the three suppliers selected to participate in the RFP process.,20201117 Ministry of Education - School Infrastructure,19170021,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Refurbish Classrooms, Electrical Switchboards and Replace Part Roof at Redwood School, Wellington",4709,20171031,20171123,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Redwood School is comprised of timber and brick clad single storey buildings created in early 1960???s. The work proposed refurbishes the classrooms including development of breakout spaces. The work will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes and new services associated with the works and replace timber windows with aluminium. Electrical switchboards and distribution boards will be refurbished and sections of roof are to be replaced. The work is interior by nature and no asbestos visible or known in the areas of these works. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Construct Wellington Ltd, start date 17.01.18, completion 30.04.18.",20201117 Ministry of Education - School Infrastructure,19170542,Request for Tenders,Closed Competition,Main Building Contractor for Block A ILE Upgrade at Takapau School,17-2684-04,20171027,20171117,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? This project involves the ILE upgrade of existing classrooms. The works will ensure the school aligns with the MOE flexible learning spaces requirements. Opening walls between classrooms and creating breakout spaces. ??? The Contract Works required are: ??? ILE Upgrade of Block A ??? Upgrade suspended ceilings, insulation and lighting ??? Upgrade wall linings with Autex",Awarded,,20201117 Ministry of Education - School Infrastructure,19173174,Request for Tenders,Open Competition,Main Contractor for the Block 1 and 5 Upgrade Works at Buckland School,,20171027,20171123,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Block 1 works will include the partial removal of walls to create ILE opportunities and modernising areas identified to bring them up to DQLS standards. The roof over this block will be replaced with 0.55 gauge roofing and a new canopy structure installed. The Block 5 toilets will undergo a full refurbishment. ??? Supply and installation of new sliders in the classroom spaces ??? Demolishing internal walls to create ILE opportunities, structural strengthening as required by the building code ??? New .55 gauge roofing iron is to be installed along with new gutters and downpipes to meet industry standards ??? Existing florescent light fittings to be replaced with LED light fittings ??? New acoustic wall coverings to selected areas ??? New carpet tiles and vinyl to selected areas ??? New heating source installed to classroom areas ??? Relocation of services as required ??? Toilet refurbishments will include new pans, sinks, tapware, floorcoverings, wall linings and general painting and make good works.",Awarded,,20201117 Ministry of Education - School Infrastructure,19173927,Request for Tenders,Open Competition,"Main Building Contractor for Staff Room Development at Evans Bay Intermediate School, Wellington",4731,20171030,20171122,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Evans Bay Intermediate School is comprised of timber clad single and two storey buildings created in early 1960???s. The work proposed refurbishes the schools staff room and kitchen and replaces the membrane roof above the affected areas. The work will include replacement of interior linings including new acoustic separations, new kitchen and storage joinery, new floor and wall finishes and new services associated with the works. Apart from the roof the work is interior by nature and no asbestos visible or known, further the work area was refurbished in the 1990???s and highly unlikely to contain any hazardous material. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Contract was awarded to Peryer Construction Wgtn Ltd, start Aug 18. Expected completion date Jan 19.",20201117 Ministry of Education - School Infrastructure,19174141,Request for Tenders,Closed Competition,Edgecumbe College Gymnasium Flood Remediation Works - RFT,,20171027,20171120,20180301,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"In April 2017 the gymnasium along with other buildings on the school site were inundated with flood water. All emergency works have been attended to, and the gymnasium now requires remediating to allow it to return to full operation.",Awarded,Contract was awarded to GF Builders Ltd,20201117 Ministry of Education - School Infrastructure,19175281,Request for Tenders,Open Competition,Demolition Contractor Services for Hall Demolition at Westlake Girls High School,,20171030,20171122,20180315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Westlake Girls High School (the Buyer) is seeking Demolition Contractors Services for the demolition of the existing school hall at Westlake Girls High School, Takapuna, Auckland (the School). The demolition works will enable Westlake Girls High School to commence construction of the Schools new multipurpose Events Centre. The works are envisaged to be carried out in isolation over the Christmas break 2017/18.",Not Awarded,One tender received. Building Consent not issued in time for required dates,20201117 Ministry of Education - School Infrastructure,19175612,Request for Tenders,Open Competition,Main Contractor - Block 3 and 4 ILE Upgrade at St Heliers Shool,,20171030,20171122,20180130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Schoool's Board of Trustees is looking for a main contractor for the ILE upgrade works in Block 3 and Block 4. - Block 3: The Ministry of Education recently granted an extension of footprint for the block. This allows for the expansion of shared space and creation of new group learning areas. The scope of work includes replacing floor coverings and wall coverings, creation of new cabinetries, updating electrical and cables, new ceiling tiles, new joinery, and a new pitched roof over extended area - Block 4 ILE upgrades include replacing joinery, replacing wall and floor coverings, new cabinetries, expansion of learning shared spaces, breaking down portions of walls for open learning space, replace ceiling tiles, new cabling and light fittings",Awarded,judged to have provided greater value for money due to relevant experience and cost effectiveness,20201117 Ministry of Education - School Infrastructure,19177277,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block J - Refurbish Classrooms at Waterloo School, Lower Hutt",4755,20171031,20171123,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Waterloo School is comprised of timber framed single storey buildings comprising a variety of permanent and temporary structures. The work proposed refurbishes three classrooms in Block J and includes the development of breakout spaces. The work will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes and new services associated with the works and replacement of timber windows with aluminium in selected areas. The work is interior by nature and no asbestos is visible or known. The work area is highly unlikely to contain any hazardous material. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Construct Wellington Ltd, start date 08.01.18, completion 30.04.18.",20201117 Ministry of Education - School Infrastructure,19178085,Request for Tenders,Open Competition,Main Contractor for Junior Block Upgrade at Maraekakaho School,17-566-01,20171030,20171123,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This procurement is for the main contractor to complete an upgrade to three junior teaching spaces. ??? These three rooms are separate ???PMC??? Buildings joined by an existing deck. The buildings were originally planned to be replaced and therefore work to them has been minimal. ??? The overall outcome sought is to modernise the rooms, replace rotten timber and provide a sheltered outdoor teaching space that the three rooms can share. ??? Scope/nature of the project there is currently a deck shaded by shade sails that will be replaced with a roof. The buildings have different roof heights that will need to be taken into consideration. All three buildings are clad with cement fibre sheeting known to contain asbestos. ??? The Construction Works includ ii. Roof over existing deck area as shown on attached plans; iii. Remove rotten windows in one classroom, and install 2 new external doors from 2 classrooms onto the deck area; iv. Install new deck and stairs to rear of classrooms, and new wall to side of deck to provide shelter from weather; v. Remove existing door in Room Toru, and replace with new aluminium frame door , double glazed clear and Grade A safety glass. vi. Materials: New roof to be colorcote zincalume corrugated profile, alternated with Topglass GC Ultrasafe. vii. New external doors to be Aluminium frame, with Grade A safety glazing, double glazed clear. 100 series shop front.",Not Awarded,"The project has been put on hold by the Ministry of Education, as the block is part of the PMC Replacement programme recently announced.",20201117 Ministry of Education - School Infrastructure,19178394,Request for Tenders,Open Competition,Main Building Contractors for B Block Re-roof at Otorohanga South School (RFT),OSS5767,20171101,20171124,20171206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Replacement of roofing to main building in B Block. Contract: MOE Medium Works Contract DLP: 6 months Anticipated Start: Dec 2017/ Jan 2018 Construction period: 4 weeks (over holiday period)",Awarded,Contract awarded and recipients have been notified.,20201117 Ministry of Education - School Infrastructure,19178934,Request for Tenders,Open Competition,Main Contractor for Block 1 ILE Upgrade at Churchill Park School,,20171031,20171130,20180216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Churchill Park School is looking for a main contractor the ILE upgrade of Block 1 classrooms. The scope of work and requirements are detailed I the attached drawings and consultant reports.,Not Awarded,"Thank you for submitting your response to our RFT and responding to our post tender clarifications. However, due to budget constraints, the BoT will need to reduce the scope and re-advertise on GETS. You are more than welcome to tender once the revised RFT is published.",20201117 Ministry of Education - School Infrastructure,19179935,Request for Tenders,Open Competition,Lynfield College Field Drainage Improvement Project,,20171031,20171124,20171218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Lynfield College field drainage improvement project. Contractor is required to provide a design and build solution for this project.,Awarded,,20201117 Ministry of Education - School Infrastructure,19181195,Request for Tenders,Open Competition,Building Contractor at Willowbank Primary School,,20171031,20171130,20180319,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The MOE is seeking a building contractor to carry out focused remediation of the Administration and Library buildings. Works required include replacement of leaking roof spouts in both buildings and recladding of exterior wall at Library.,Awarded,The contract was awarded to Precision Construction and will start on 12 March 2018. The Term of the contract is 1 year.,20201117 Ministry of Education - School Infrastructure,19182563,Request for Tenders,Open Competition,Main Contractor for Glendowie Primary Extension and Modification Project,,20171031,20171124,20180219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"General construction service is required for the proposed project, key trades includes carpentry, concrete, structural steel installation, demolition, wall lining installation, fire, electrical and joinery installation. Construction of new common space, existing room layout modification, acoustic upgrade. It is expected the areas will be handed over at the agreed timeframe with the school. Contractor to programme the work around school holiday period.",Awarded,,20201117 Ministry of Education - School Infrastructure,19183060,Request for Tenders,Open Competition,"Full Replacement Roofing at Waiheke High School in blocks B,D,E,F,G and 7",,20171102,20171204,20171212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Waiheke High School would like to invite suitably qualified roofers to tender for full replacement roofing in Blocks B,D,E,F,G and 7.",Awarded,QJB was awarded this tender as his price was very competitive and as he has worked in the school industry before he was also reliable and proven,20201117 Ministry of Education - School Infrastructure,19183165,Request for Tenders,Open Competition,Kaurilands School Block 1 Partial ILE Upgrade,1328-03,20171101,20171130,20180110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking a main building contractor for the partial ILE upgrade to Block 1 at Kaurilands School. Works include redeveloping 4 existing rooms to achieve two double sized teaching spaces, three small group learning spaces and a wet resource area. Works also include re-roofing the southern side of the building. The scope of the project includes an upgrade to part of the northern side of Block 1 to achieve two double sized teaching spaces, three small Group Learning Spaces (SGLs) and a wet resource area. An upgrade of the fire protection system including installation of fire protection along the eastern wall, is also required to meet current fire regulations. The roof over the southern side of Block 1 is in a poor and failing state and needs urgent repair to avoid further deterioration of the building. Re-roofing of this section of roof is included in the scope of works.",Awarded,,20201117 Ministry of Education - School Infrastructure,19183509,Request for Tenders,Open Competition,Replacement Roofing at Long Bay Primary School,,20171102,20171204,20171212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We would like to invite suitable contractors to carry out replacement Roofing and spouting at Long Bay Primary School on Blocks 1, Music rooms and the property managers building",Awarded,QJB was very competitive in his pricing and has a proven work record and ethic in the industry,20201117 Ministry of Education - School Infrastructure,19184040,Request for Tenders,Closed Competition,Waitaki Boys High School Block F Special Needs Property Modifications,,20171101,20171123,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Block F Special Needs Property Modifications at Waitaki Boys High School,Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting ???GETS Award Notice??? in the subject line.",20201117 Ministry of Education - School Infrastructure,19184062,Request for Tenders,Open Competition,Main Building Contractor for Weathertightness Remediation Works at Owairoa Primary School,MOE-A-1430B,20171101,20171124,20180620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education are seeking a building contractor to implement focused remedial works for the remediation of building defects causing weathertightness failure to the boiler room, resource room and toilet block at Owairoa Primary School.",Not Awarded,This was withdrawn.,20201117 Ministry of Education - School Infrastructure,19184108,Request for Tenders,Open Competition,Rangitoto College Drama Block RFT,CW17213,20171117,20180122,20180412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Construction for new drama block.,Awarded,,20201117 Ministry of Education - School Infrastructure,19186605,Request for Tenders,Open Competition,Main Contractor for T1-T5 External Upgrade Construction Works at Karamu High School,,20171103,20171128,20171201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Removal of existing ACM cladding and timber joinery to approximately 40 lm of existing wall. New fibrecement cladding and aluminium joinery. New internal linings with acoustic pinboard linings, relocation of sink units, new EM lighting. New timber deck and timber framed verandah with metal roof",Awarded,,20201117 Ministry of Education - School Infrastructure,19187947,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block AD - New Roof and Cladding at Paraparaumu College, Kapiti Coast",4503,20171103,20171205,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block AD was constructed in 1976 and accommodates all administrative services as well as the staff room and staff toilets. The building has been altered and extended on at least two occasions and deficiencies in design and weather tightness are known in a number of areas. There is a need to replace the roof coverings, introduce improved pitch on the roof structure and replace windows and areas of cladding. The project will also see significant alterations and enhancement to the internal layout of the building including mechanical heating improvements, floor, wall and ceiling finishes renewal and modifications to electrical reticulation, lighting and the IT network. An asbestos survey has reviewed the majority of building components and materials and not found any ACM. Demolition and alteration work will though have to be methodical and any suspicious material encountered will be further tested if found necessary.",Awarded,"Peryer Construction Wgtn Limited awarded contract, start 12.02.18, completion 31.12.18.",20201117 Ministry of Education - School Infrastructure,19191322,Request for Tenders,Open Competition,"Main Contractor for Block Upgrade at Hora Hora School, Whangarei",G672,20171103,20171130,20180111,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"This Project includes creating classroom breakout spaces, with new Deck, Installation of new glazed aluminium Doors and windows, internal openings, creation of new kitchen and art areas, sink benches and carpet/vinyl replacement",Awarded,,20201117 Ministry of Education - School Infrastructure,19192411,Request for Tenders,Open Competition,Howick College Field Drainage RFT,,20171103,20171128,20171215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Design and Build Field Drainage Improvement Project,Awarded,,20201117 Ministry of Education - School Infrastructure,19196853,Request for Tenders,Open Competition,Howick College L Block Roofing RFT,,20171106,20171201,20180219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"L Block Reroofing Project, demolition of existing sky lights, installation of new membrane roof.",Awarded,,20201117 Ministry of Education - School Infrastructure,19197901,Request for Tenders,Open Competition,Main Building Contractor for Warrington School Special Needs Project - RFT,3862.17.01,20171107,20171130,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Special Needs Project - construction of concrete ramp, widen and level paths, widen some door ways openings and install gates and fences.",Awarded,,20201117 Ministry of Education - School Infrastructure,19200528,Request for Tenders,Open Competition,Flaxmere College - Sports Courts Upgrade - RFT,CW 2017-53,20171106,20171204,20180118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2017-53 Main contractor for site works for the upgrade of the sports courts at Flaxmere College,Awarded,,20201117 Ministry of Education - School Infrastructure,19201716,Request for Tenders,Open Competition,Milson School - Main Building Contractor for Classroom Upgrade,,20171107,20171204,20180115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees for Milson School is seeking a main building contractor for the upgrade of Blocks 3 & 4 at Milson School,Not Awarded,No Contract has been awarded as a result of the tender. A preferred contractor has been chosen and negotiations are due to begin.,20201117 Ministry of Education - School Infrastructure,19206338,Request for Tenders,Closed Competition,Nelson College C Block Upgrade (RFT),,20171108,20171211,20180115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,You have been shortlisted along with two other contractors to tender for the Nelson College C Block Upgrade Project.,Awarded,,20201117 Ministry of Education - School Infrastructure,19208994,Request for Tenders,Open Competition,"Glenholme School, Rotorua - ILE Upgrade - Block B & Canopy Installation",5164-1,20171109,20171204,20180118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Glenholme School, Rotorua The School require a ILE upgrade to Block B, this includes an external canopy over an existing deck to match block A. Internal refurbishment to classrooms B1-B5 demolition of dividing walls and the construction of breakout spaces connecting classrooms. The upgrade of wet area sinks. The installation of Bi-fold doors to link the classrooms to the external deck and canopy external teaching space. The project is to happen in stages Stage 1, the external canopy Stage 2, can be done concurrently with stage 1, installation of bi-fold doors over the Christmas break to all classrooms Stage 3, the internal refurbishment of classrooms B1-B5, this is to be done two classrooms at a time, B1 & B2 then B3 & B4 then B5 ??? Project consultants are: o Sigma Consultants ltd are the designers and Project managers for all works",Awarded,The contract was awarded to Burton Construction and Maintenance Ltd and will start on 22.1.18. The term of this contract is 16 weeks.,20201117 Ministry of Education - School Infrastructure,19209666,Request for Proposals,Open Competition,RFP - Quantity Surveying Services for Stonefields School Stage 3 at Stonefields School,CW17233,20171109,20171205,20171218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking Request for Proposals (RFP) for Quantity Services Services for a roll growth project (Stage 3) at Stonefields School. The project will encompass a new two storey fourteen teaching space block and minor refurbishment work on the existing school under a design and build setting. Please refer to the RFP for full information. Background: Stonefields School is a decile 9 full primary school based in South Auckland at 81 Tihi Street. The school is co-educational. Stonefields is a developing area with a new residential development in close proximity to the school. In result, Stonefields School are experiencing roll growth with the number of new entrant students increasing. The school roll has been steadily growing since opening in 2011 and this growth is forecast to continue to grow. The demographic report recommends the provision of 12 additional teaching spaces initially to cater for a roll of 816 students.",Awarded,,20201117 Ministry of Education - School Infrastructure,19217231,Request for Tenders,Closed Competition,Main Contractor for Redevelopment Works at Te Kura Kaupapa Maori o Taumarere,CW17053,20171113,20171213,20180406,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The redevelopment works will include the construction of a new teaching block, additional administration space, additional specialist / resource space (conversion of existing buildings), a new multi-purpose building and new food-tech facilities. These works will require site works comprising site stripping and flood control, foundations and Ribraft. The buildings will generally comprise of light timber framing with ???Stria??? cladding over 20mm cavity with Endura Trimline roofing. The joinery is to be powder coated aluminium. The Multi-Purpose building is a steel portal frame building, constructed to ensure maximum utilisation of space and using modular construction to enable ease of future extension. The existing buildings will be retrofitted with fire sprinklers. Refurbishment of existing classrooms and existing administration building, modifications to Te Ihi o Te Ra building, demolition or removal of block 4 Pokapu / Hall, Block 6 Dental Clinic and Block 19 temporary relocatable buildings. Relocation of the Caretakers shed. New Site infrastructure works will be required, including replacement of the septic tanks, new transformer and a new pump house. The buildings are to be linked by additional covered walkways.",Awarded,,20201117 Ministry of Education - School Infrastructure,19217267,Request for Tenders,Closed Competition,Main Building Contractors for C Block Upgrade at Mt Maunganui Primary School (RFT),5584,20171115,20171205,20180403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: C Block: Renovation and upgrade of hall and associated ancillary rooms and toilets. Upgrade internal finishes and acoustic and upgrade Classroom 4 access. Start: ASAP but to be agreed between parties. Work to Classroom 4 to be completed during Christmas holiday period. Other work can be done during term time. Construction Period: 8 weeks Contract: MOE Medium Works Contract DLP: 6 months",Awarded,Contract awarded and all parties notified by email.,20201117 Ministry of Education - School Infrastructure,19217848,Request for Tenders,Closed Competition,Main Contractor for Capital Maintenance & ILE Upgrade at Te Hapara School,16-2692-03,20171115,20171220,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main Contractor for site wide capital maintenance and ILE upgrade works: New floorcoverings New Autex wall linings New suspended ceiling and insulation Opening walls, new bracing Replacing windows with aluminium inserts",Awarded,,20201117 Ministry of Education - School Infrastructure,19220007,Request for Tenders,Open Competition,Remediation of Onehunga Primary School Hall,150384,20171113,20171207,20171219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,"3C Whetu Place, Rosedale, North Shore City","This RFT is an invitation to building contractors who are experienced in weathertightness remediation. Repairs are required to the Onehunga Primary School Hall including areas of cladding, membrane gutters and outlets. Works are to commence on 26 January 2018.",Awarded,"Contract awarded to contractor with lowest price submission, with minor tags only and a realistic programme. No material changes to the contract or Ministry requirements. Minor final negotiations required.",20201117 Ministry of Education - School Infrastructure,19220624,Request for Tenders,Open Competition,Seismic Strengthening - Auckland Grammar School,Seismic,20171115,20171208,20180119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Background: Opus limited were contracted by Auckland Grammar School to undertake a Detailed Seismic Assessment (DSA) of various buildings within the school grounds and to make recommendations of how to bring any existing buildings / structures found to be below 67% of the New Building Standard (NBS) to above 67%. In May and July 2015 Opus submitted DSA reports to the school containing recommendations that several buildings needed to be upgraded to meet the 67% NBS Envivo Ltd have undertaken detailed design services to undertake the strengthening of the bell towers in Block 9 and the Library in Block 5. The Contract Works required are: Seismic Strengthening requirements The four bell towers all require seismic strengthening. The required works to the bell towers will involve the following i. Tie the inner and outer brick layers of the bell towers together with metal rods so that the two layers would act as one structure. ii. Replace the under sized parts of the existing steel frames. iii. Extend out the existing concrete mases of the frames to tie into the inner walls of the towers. iv. Spray gunite to the inside of the towers which will serve two purposes ??? firstly to a form a continuous strengthening layer to the inside of the towers and secondly to tie the upgraded pre-existing steel frames to the towers (and thus utilising the strength of the previous seismic upgrading works). ??? Library Parapet ??? The seismic strengthening works to the external library parapet wall requires a fabricated steel frame to be fixed to the rear of the parapet. ??? Heritage Room Ceiling ???. The seismic strengthening works will involve the retro-fitting of cross bracing to the existing trusses of the extension. ??? Opening in Staff Room Wall ???. Form a new opening in existing timber framed staff room braced wall.",Awarded,"The evaluation team and matrix had Seitech winning every category, price and intangible items included. It was a simple selection.",20201117 Ministry of Education - School Infrastructure,19220825,Request for Tenders,Open Competition,Block 9 and 10 Refurbishment Project at May Road School,CW17209,20171114,20171212,20180122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Reclad and refurbishment project at May Road School,Awarded,,20201117 Ministry of Education - School Infrastructure,19224028,Request for Tenders,Closed Competition,Waitakere College A Block Roofing,44-18,20171115,20171205,20180108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Overview of the programme of which this project is a part is too overlay the existing roof with a new roof and ensure the pitch enable water to run off the roof into spouting???s. This project will need to be undertaken during the longer Christmas term break as the location of the Block would mean an unacceptable amount of the college would be closed for use by staff and students, if undertaken during term time.",Awarded,This project has been processed and approved.,20201117 Ministry of Education - School Infrastructure,19224609,Request for Tenders,Open Competition,Avondale Primary - Main contractor for 5ya Modernisation developments,,20171115,20171208,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Project includes. Replacement of roof structure to 4 classroom block. Interior modernisation and re-roofing of 5 classroom block. Internal modernisation of 2 classroom block,Awarded,,20201117 Ministry of Education - School Infrastructure,19225809,Request for Tenders,Open Competition,Main Building Contractor for Auditorium and Hall at Palmertson North Boys High School,CW2017-52B,20171115,20171212,20180327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"There are weathertightness failures allowing water ingress to the Palmerston North Boys High School (PNBHS), Auditorium and Hall, including decay to the structural framing members. The construction works requires remediation works which will be undertaken during term time. Deadline to register for a sit visit: 23 November 2017 Date of site visits (week starting) 27 November 2017",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19225948,Request for Tenders,Open Competition,Group 21 Special Need Modication RFT,CW17104,20171117,20171219,20180328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Group 21 Special Need Modification Project at Everglade, Otahuhu Intermediate and Waiuku Primary School.",Not Awarded,No Submission received.,20201117 Ministry of Education - School Infrastructure,19229920,Request for Tenders,Closed Competition,Otonga Primary School - School Hall Remedial Works RFT,CW2017-57,20171117,20171208,20180829,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Otonga Primary School ??? Re-Cladding & Remedial Works to the school hall and associated damage RFT.,Not Awarded,No responses were received within the budget available and it is the Ministry's intention to re-tender this project at a later date.,20201117 Ministry of Education - School Infrastructure,19230616,Request for Tenders,Open Competition,"Main building contractor for remediation works at Gulf Harbour School, Blocks 2 and 5",CW17208,20171116,20171212,20180727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,"PO Box 31119, Milford","The Ministry are seeking a main contractor to carry out weathertightness remediation works to Blocks 2 and 5 at Gulf Harbour School. This involves a reclad of certain elevations, along with associated works to the roof and joinery. Work is to commence by 5 February 2018, and be carried out in 2 consecutive separable portions, as detailed in the tender documents. Tendering contractors must be able to meet insurance and health and safety requirements, and provide detailed programming and methodology to satisfy the Ministry's requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,19236012,Request for Tenders,Closed Competition,RFT Main Building Contractor for the Hall Strengthening at Pukekohe High School,,20171120,20171208,20180601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Pukekohe High School requires structural strengthening to the existing School Hall ??? The works include installation of bracing system, removing internal layer of brick, installing columns and portal framing to elevate load from the existing structure and associated refurbishment works. ??? The outcome sought is to establish a contract with a main building contractor to undertake the works within the required timeframe, quality, budget requirements. ??? It is anticipated that most of the works will be undertaken to coincide with the School end of year break. ??? Of high priority is to have demolition works completed in the term break.",Awarded,,20201117 Ministry of Education - School Infrastructure,19237047,Request for Tenders,Closed Competition,RFT - Main Contractor for Fire Alarm Upgrade at Pukekohe High School,,20171121,20171212,20190225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Pukekohe High School Board of Trustees require upgrade of the existing Fire Alarm system. The outcome sort is to establish a contract with a main building contractor to undertake the works within the required time-frame, quality, and budget requirements of the BoT & Ministry of Education.",Awarded,,20201117 Ministry of Education - School Infrastructure,19237195,Request for Tenders,Open Competition,Main Construction Contractors for the Hall Re-roof and internal upgrade and Block 2B re-roof at Opononi Area School,MoE Project ID: 170320,20171123,20171220,20181023,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Construction Contractors for the Hall Re-roof and internal upgrade and Block 2B re-roof at Opononi Area School. This project comprises the complete re-roofing, partial re-pitching and re-cladding of the Hall/Gym and block 2B at Opononi Area School along with internal upgrade work to changing rooms, showers and toilets in the Hall/Gym. The re-roofing and re-cladding components and detailing will meet the Ministry of Education Weather-tightness Standards, and these have set off a sequence of work that must be included in order to meet those standards including new windows and gymnasium floor. The outcome of this project will see a largely rebuilt hall at Opononi Area School after some years of neglect and exposure to a marine environment. The buildings current roofs are all in a serious state of decay, and water egress is evident in many areas. There is also evidence that water has entered the wall cavities in places. The final outcome of this project will be a Hall/Gym facility for Opononi Area School that meets all Building Regulations at 2017 and specific Ministry of Education Weather-tightness regulations and specific Health and Safety requirements as they apply to education buildings. The Contract Works for this project will require: ??? Extensive scaffolding in order to carry out the work. ??? Removal of all materials containing asbestos from building. ??? Removal and replacement of roofing materials to a new pitch. ??? Removal and replacement of water damaged materials to ceilings, walls. ??? Removal and replacement of external claddings. ??? Replacement of skylights. ??? Removal and replacement of existing aluminium windows with new. ??? Refurbishment of external doors. ??? External and internal painting of new materials. ??? Replacement of shower cubicles and plumbing fittings. ??? Upgrade of Electrical systems. ??? Alteration of IT cabling. ??? Upgrade of Fire Protection systems ??? Replacement of some floor coverings.",Awarded,Contract awarded for Block 2B re-roof only.,20201117 Ministry of Education - School Infrastructure,19237275,Request for Tenders,Open Competition,Main Contractor for the Roof Replacement at Otahuhu College,,20171120,20171213,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Remove existing roofing material and dispose of. Once roofing materials are removed the structure is to be inspected to ensure it is in a good serviceable condition. Any repairs needed will be recorded and conducted to industry standard. New roofing iron 0.55 gauge is to be installed along with new gutters and down pipes to meet industry standards. Roof to be insulated if required.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,19237660,Request for Proposals,Open Competition,Taihape Area School - Lead Design RFP,CW2017-44,20171120,20171214,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking to engage a suitably qualified and experienced design consultant to provide design services for Taihape Area School located within the Ministry???s Central South Region. In general the scope of services includes: 1. Preliminary design 2. Developed design 3. Detailed design and documentation 4. Construction observation.",Awarded,,20201117 Ministry of Education - School Infrastructure,19238438,Request for Tenders,Closed Competition,Main contractor Transpace doors Upper Harbour School,6955-07-09-10-11,20171120,20171208,20180108,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,"??? Overview of the programme of which this project is a part, is too provide more open connection between teaching spaces to allow the students to work in a larger group and for cross teaching by teachers ??? Nature of the Works Remove a portion of the non-load bearing wall between the classrooms and install an acoustic transpace door. The Transpace door will have glass panels to allow, when closed visual connection and auditory separation. Power points and data service will be relocated.",Awarded,This project has been approved,20201117 Ministry of Education - School Infrastructure,19238798,Request for Tenders,Open Competition,Request for Tenders - Ngati Toa School - Main Contractor for Administration Block Remediation,,20171117,20171213,20180202,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Administration Block Remediation at Ngati Toa School.,Awarded,The contract was awarded to Construct Wellington Ltd and will start on 8th January 2018. The term of this contract is for the duration of the required services.,20201117 Ministry of Education - School Infrastructure,19239003,Request for Tenders,Closed Competition,Whangaparoa College Preforming Arts Centre project,6763-8,20171120,20171211,20180108,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,,Awarded,This project has been approved,20201117 Ministry of Education - School Infrastructure,19239367,Request for Tenders,Open Competition,"Main Building Contractor for Special Needs Modifications at Pomaria Primary, Sherwood School & Wesley School",CW17244,20171123,20171218,20180118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Group 23 Special Needs Property Modifications at Pomaria, Sherwood & Wesley Schools. Works at All three schools are to be completed by one contractor with the aim to have works completed before the start of term 1 2018. Works are to be completed simultaneously across all three Sites with no plan of staging Required works do not require building consent",Awarded,,20201117 Ministry of Education - School Infrastructure,19240208,Request for Tenders,Open Competition,"RFT - Main Building Contractor Block S - Refurbish Classrooms at Papakowhai School, Porirua",4642,20171121,20171220,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Papakowhai School is comprised of timber and fibre cement sheet clad single storey buildings created in early 1970???s. The work proposed alters the plan layout to achieve four teaching spaces and refurbishes the classrooms including development of breakout spaces. The work will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes and new services associated with the works and replace timber windows with aluminium. The work is interior in the majority though the proposed window replacement effects the exterior. An asbestos report has been commissioned which has confirmed areas of the exterior cladding to be asbestos. Accordingly, this information will be shared with tenderers for them to include for its removal in their offer, along with an Asbestos Management Plan. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. The Ministry of Education Major Works Contract will be added as an NTT once complete.",Awarded,"Contract awarded to Freear Philip Limited, start date 26.01.18, completion 30.04.18",20201117 Ministry of Education - School Infrastructure,19240596,Request for Tenders,Open Competition,Forest Lake School - Removal of asbestos contaminated soil and remedial work,,20171120,20171213,20180115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Removal of asbestos contaminated soil and remedial work at Forest Lake School in Hamilton.,Awarded,The contract was awarded to ATL Group Ltd and will start on 22 December 2017. The term of this contract is for approximately one month.,20201117 Ministry of Education - School Infrastructure,19240746,Request for Tenders,Open Competition,Main Building Contractor for the Roof replacement & Building Envelope Repairs at South Wellington Intermediate School,,20171121,20171214,20180424,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project is the implementation and delivery of a new roofing system including remedial works to the building envelope at South Wellington Intermediate School. It is noted that the low level roofs have been previously replaced and made good in part through a Ministry of Education project conducted in 2014. This project focuses on the high level roofs at the school. In order to minimise disruption to the school, these works are to be conducted during the upcoming Term 4 school holidays.",Not Awarded,The tender process was cancelled prior to awarding a contract.,20201117 Ministry of Education - School Infrastructure,19242353,Request for Tenders,Open Competition,"RFT - Main Siteworks Contractor, Site - Replace Section of Stormwater Drainage at Tawa School, Tawa, Wellington",4729,20171122,20171215,20180207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tawa School is located adjacent the Porirua Stream and has over recent years incurred an increasing frequency of surface flooding. Investigations have found sections of the existing drainage systems to be blocked or damaged due to ground movements/settlement. Investigations have been carried out utilising video cameras, the findings of this form the basis of the extent of work of this project. This procurement looks for a professional siteworks contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. Please note: Ministry of Education Medium Works Contract will be loaded as an NTT.",Awarded,"Dewes Construction Ltd awarded contract, start 08.01.18, completion 27.04.18.",20201117 Ministry of Education - School Infrastructure,19244367,Request for Tenders,Closed Competition,Main Building Contractor for Block A High Needs Bathroom Addition at Balfour School,206176,20171129,20180117,20180213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Contractor required to construct a new high needs bathroom facility at Balfour School for a high needs student currently enrolled at the school.,Awarded,,20201117 Ministry of Education - School Infrastructure,19248729,Request for Tenders,Closed Competition,Main Building Contractor Closed tender for the refurbishment and extension of the school hall at Campbells bay school,1242-04,20171123,20171213,20180216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Building Contractor Closed Tender for the refurbishment and extension of the school hall at Campbells bay school,Awarded,The Contract was awarded to Construction Management Group (Building) Ltd. The term on the contract is for 8 Months,20201117 Ministry of Education - School Infrastructure,19251798,Request for Tenders,Open Competition,Main Building Contractor for Gymnasium Recladding Works at Te Kura Taumata o Panguru,CW17210,20171124,20171220,20180430,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Gymnasium Recladding Works at Te Kura Taumata o Panguru. The project is to remove and replace existing external claddings, flashings and other deficient building elements identified as substandard; and which pose a risk to building structural integrity and health and safety for users through weather-tightness deficiencies. Also included is repainting all roofs & installing a fire alarm and emergency lighting to the building. ??? The outcome sought is to bring the building up to current day building code requirements and to preserve whole of life building integrity ??? The building deficiencies were identified by Prendos New Zealand Ltd by way of a destructive building condition survey carried out under the Ministry BIP programme ??? The project is part of the Ministry???s redevelopment programme ??? The building will be isolated from the school and conducted as a single phase project and handed back to the school for full use at completion Refer attached RFT Documents for further details.",Awarded,,20201117 Ministry of Education - School Infrastructure,19252097,Request for Tenders,Open Competition,Request for Tenders - School Weather-tightness Remediation at Wadestown School,,20171123,20171218,20180227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Weather-tightness Remediation Block C at Wadestown School.,Not Awarded,No responses were received to this Request for Tenders.,20201117 Ministry of Education - School Infrastructure,19252256,Request for Tenders,Open Competition,Main Contractor for Modernisation Project Chaucer School,17-021,20171124,20171219,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main contractors for the modernisation of the administration block and block 2,Awarded,,20201117 Ministry of Education - School Infrastructure,19254377,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Develop RTLB at Rewa Rewa School, Newlands, Wellington",4621,20171207,20180202,20180713,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The RTLB Wellington Cluster has been without a permanent base that can accommodate all the current 20 personnel and have room to expand in the future. Whilst searching for such facility Rewa Rewa School was identified with five unused classrooms. An agreement was reached for RTLB and Rewa Rewa School to co-exist on the site. To reduce the impact of vehicles accessing the school a new on-site car park is included in the development. The work will redevelop part of Rewa Rewa School to house the RTLB Wellington Cluster and undertake the refurbishment of the remaining school teaching spaces for the school. The work will be carried out in two stages. Stage I will refurbish five teaching spaces and staff facilities over Term 1 of 2018, Stage II will follow with the redevelopment of the remaining classrooms to accommodate RTLB comprising of office space, meeting rooms, staff room, conference space and resource storage. An asbestos survey has not been undertaken as most of the work areas have been previously refurbished and the remaining areas are internal with no ACM???s noted in a table search of the original documentation. Demolition and alteration work will though have to be methodical and any suspicious material encountered will be further tested if found necessary. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Ministry of Education producing full construction documentation.",Awarded,"The contract was awarded to Peryer Construction Wgtn Ltd, start date 24.07.18, expected finish date 31.03.19.",20201117 Ministry of Education - School Infrastructure,19255720,Request for Tenders,Closed Competition,Main Building Contractor for Gymnasium Lighting & Change Room Upgrade at Tamatea High School,17-0218-05,20171127,20171218,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main Contractor sought for the upgrade of Tamatea High School gym lighting and change rooms. Works include but not limited to: New lighting New floor, wall, ceiling linings New Insulation, New HVAC ventilation systems New Shower/privacy partitions New suspended ceilings",Awarded,,20201117 Ministry of Education - School Infrastructure,19257532,Request for Tenders,Closed Competition,Parawai School Junior Block ILE,1106,20171128,20171219,20180209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT.,Not Awarded,"Due to the Christmas rush producing inaccurate or non-existent pricing for some if not most trades, the project procurement process is being started again.",20201117 Ministry of Education - School Infrastructure,19257603,Request for Tenders,Open Competition,Main Building Contractor for Multiple Projects at TKKM O Te Waiu O Ngati Porou,"1,712,173,815,231,650",20171204,20180124,20190125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Kura Kaupapa Maori O Te Waiu O Ngati Porou is located in Ruatoria, 130km from Gisborne City on the east coast of New Zealand. Generally the project involves the following:- ??? Removal, replacement and repair of decayed cladding and timber on the exterior of classroom blocks ??? New plumbing, drainage, electrical and data ??? Roof Repair and replacement ??? New exterior cladding ??? Full internal upgrade of existing classrooms, with some exterior work to windows/cladding. ??? Construction of new Kauta between two existing Classroom Blocks ??? Internal alterations to existing toilet block to create Special Needs Toilet/Bathroom and Therapy Room. The Project is to be broken into 7 separate sections. These are to be priced separately as funding comes from different sources.",Awarded,,20201117 Ministry of Education - School Infrastructure,19263939,Request for Tenders,Open Competition,Main Contractor for ILE Upgrade of Block 2 (Matai) at Blockhouse Bay Intermediate,,20171128,20180119,20180529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Blockhouse Bay Intermediate (the Buyer) is seeking a Main Building Contractor for the Innovative Learning Environment (ILE) Upgrade of Block 2 (Matai) at Blockhouse Bay Intermediate (the School). The project includes an ILE upgrade of the central core of 4 classrooms. The Scope of Works includes: ??? Structural changes to facilitate openings between classrooms ??? Demolition of existing interior walls and ceilings ??? New interior wall linings and finishes ??? New power/data/lighting Procurement will be conducted through a single stage open tender and the contract will be the Ministry of Education Medium Works Contract.",Awarded,"Following a detailed evaluation process, Construction Building Solutions Ltd offered the best value compliant tender offer.",20201117 Ministry of Education - School Infrastructure,19267712,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Rationalisation - Block 1 Classrooms at Porirua East School, Porirua",4805,20171128,20171221,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Porirua East School and the Ministry of Education have agreed on a rationalisation plan which will reduce the number of teaching spaces and this project sees the demolition of three classrooms and a set of student toilets. The project incorporates alterations to existing specialist services (fire alarm, security and data), the modifications of the hot water heating system as well as disconnection of sewer and stormwater drains. An asbestos survey has been completed and found ACM in the building soffits as well as material fragments in the subfloor area. Removal and clean up processes will have to be carried out under an approved asbestos Management Plan. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,"The contract was awarded to RDL and will start on 09.04.18, anticipated finish date 01.08.18.",20201117 Ministry of Education - School Infrastructure,19269339,Request for Tenders,Closed Competition,RFT - Main Contractor for the Hall Extension Project at Omanu School,,20171207,20180124,20180705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,Project scope deleted.,20201117 Ministry of Education - School Infrastructure,19272532,Request for Tenders,Open Competition,Elm Park School - Main Contractor for Modernisation Blocks 3&4,,20171129,20180116,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Internal modernisation of 4 classrooms. Roof replacement 4 classrooms, demolition of existing toilets and construct new toilet block.",Awarded,,20201117 Ministry of Education - School Infrastructure,19277655,Request for Tenders,Open Competition,RFT Main Building Contractor for the Special Needs Project at Blue Mountain College,391.16.03,20171201,20180108,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Special Needs Project,Awarded,"Ajax Building Contractors Ltd have been awarded the Tender for this project. Thanks to all of those who submitted a tender. Kind Regards, Kelvin Lewis, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,19279059,Request for Tenders,Closed Competition,Manurewa East School Supply and Construction of Security Fencing,,20171201,20171221,20181101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Manurewa East School is seeking to engage a contractor for the supply and construction of Security Fencing as detailed in the attached RFT and specifications.,Awarded,,20201117 Ministry of Education - School Infrastructure,19291775,Request for Tenders,Open Competition,Main Contractor for the Blocks C9 & C10 Rationalisation at Edgewater College,,20171206,20180112,20180316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"These blocks have been identified for rationalisation to make better use of the space and improve flow throughout the school site: ??? Block C9 ??? Block C10 Works required are: i. Demolition works for blocks C9 and C10 ii. Making good of hallway ??? to wall-up the entrance to room C10 from hallway similar to existing design/specification externally and internally iii. Reinstatement of demolished area with turf iv. Salvage of glass awning and aluminium of blocks C9 and C10 to a secured area in the school v. Keep existing services (water, ICT and electricity) that runs across blocks C9 and C10 to maintain. Should there be any services be part of the blocks, provide new permanent connections vi. Make provision for compliant asbestos removal: ??? Air quality monitoring and clearance assessment ??? Disposal of asbestos waste ??? Health and Safety compliance ??? Security fencing ??? Site set-up ??? Asbestos removal monitoring",Awarded,,20201117 Ministry of Education - School Infrastructure,19294912,Request for Proposals,Open Competition,"RFP - Architectural Design and Engineering Services, Block A Refurbish Science Laboratories at Wellington Girls' College, Wellington",4833,20171207,20180116,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wellington Girls' College requires a professional architectural design consultant to receive the brief and prepare conceptual ideas, provide developed design documentation services and assist the design team to provide a robust, innovative and feasible solution to the project to refurbish the science laboratories and replace the metal roof of Block A at Wellington Girls??? College. Proposed Service Engineers are required as part of the Architectural presentation. The key timing for the college is to have construction occurring between October and January. It is preferable for a contractor to be sourced who has the capacity and resources to complete the entire extent of work in one phase. If this is not able to be done then the work will be actioned in up to three phases over consecutive years beginning October 2018, 2019 and 2020. Currently there are eight science laboratories over three levels in Block A. It is proposed to develop a ninth lab utilising the Maori studies classroom which in turn will be relocated to an alternate space in the college. This work will seek to replace all joinery, fittings and fixtures in the spaces and propose new layouts to better suit delivery of the current curriculum. ILE aspects of the spaces will be addressed including double glazed windows, acoustic ceilings and wall construction along with new linings and finishes. The existing metal roof is to be replaced including gutter linings. This work will also fit anchor points/restraint systems to allow ongoing maintenance access. As Wellington Girls??? College is unable to offer temporary space on site for the classes to relocate to whilst the laboratories are refurbished one of the key design outcomes of the accepted architectural solutions will be the minimalizing of on site work. This may be achieved through prefabrication or clever sequencing of the construction phase. The project budget is $1,700,000.00",Awarded,"The contract was awarded to McKenzie Higham Ltd, start date 09.04.18, anticipated finish date 30.04.19.",20201117 Ministry of Education - School Infrastructure,19297650,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Accessibility Improvements (Stage II) at Raumati Beach School, Kapiti Coast",4777,20171207,20180125,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Raumati Beach School and the Ministry of Education need to introduce accessibility improvements around the site providing improved pathways to some of the main school buildings and to areas of the pedestrian thoroughfares. The project incorporates improvements to ramped pathways, modifications to the frontage of the junior classroom block and changes to internal corridor doors. Some new boundary fencing and gates are also needed. Work extends to some changes to external door access points, the associated structures are reasonably modern and it is unlikely that asbestos products will be encountered. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,The contract awarded to DS O'Leary Building Ltd start 07.05.18. Expected completion date 28.09.18.,20201117 Ministry of Education - School Infrastructure,19299441,Request for Tenders,Open Competition,Request for Tenders - Wadestown School - Emergency Vehicle Access,,20171208,20180123,20180501,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Emergency Vehicle Access at CW 2017-55 Wadestown School.,Awarded,"The contract was awarded to Halverson Civil Limited and will start on 16 April 2018. The term of this contract is until appropriate completion of the services, expected 6 August 2018.",20201117 Ministry of Education - School Infrastructure,19300791,Request for Tenders,Open Competition,CW2017-09 Wairarapa College Boiler Replacement & Gym Remediation,,20171208,20180126,20180226,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Request for Tender for gym remediation and boiler replacement works at Wairarapa College.,Awarded,,20201117 Ministry of Education - School Infrastructure,19306278,Request for Tenders,Open Competition,RFT: Design and Build New Wood Fuel Boiler. Halfway Bush School Dunedin,,20171218,20180124,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"RFT: Design and Build New Wood Fuel Boiler. Halway Bush School Dunedin. Options to be provided. Complete all tender forms and pricing schedules.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19308680,Request for Tenders,Open Competition,Orewa College Middle School Upgrade,,20171214,20180202,20180320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A,"Renovation to 6 classrooms, and associated toilets, changing rooms and breakout rooms. Alter to internal layout, replace interior linings, replace windows and doors.",Awarded,,20201117 Ministry of Education - School Infrastructure,19308732,Request for Tenders,Closed Competition,Main Building Contractors for 4D Roofing Replacement at Melville High School (RFT),5734,20171213,20180215,20181128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Replace all roofing and guttering. This includes the removal and disposal of supersix roofing which contains asbestos. Start: Term 1 school holiday period (16 April 2018). Asbestos removal to be done in holiday period. Other work can be done during term time. Timeframe: 5 weeks Contract: MOE Medium Works Contract DLP: 6 months",Awarded,Contract awarded and all recipients notified via email.,20201117 Ministry of Education - School Infrastructure,19322455,Request for Tenders,Closed Competition,Ascot Community School Boiler Replacement & Block D Alterations,1625-17 UF-02,20171218,20180123,20180213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19322792,Request for Tenders,Open Competition,Taieri College - Main Contractor Construction Services RFT,CW2017-60,20171213,20180131,20180327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education are seeking the services of a suitably qualified and experienced main contractor to undertake the construction of Taieri College's new Hall and complete the accessibility and ILE upgrades proposed for Block C,Awarded,,20201117 Ministry of Education - School Infrastructure,19322958,Request for Tenders,Open Competition,Fruitvale School - New Teaching Block & Accessway,171356,20171213,20180126,20190515,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"??? The project includes the design of a learning block as well as providing a new main entrance to the school. The increase in school roll results in increased parking demand, thus 20 new parking spaces will be provided along the new access way via Fruitvale Road. The existing Croydon Road entrance will become a pedestrian only route. ??? Fruitvale School is located on 9 Croydon Road in New Lynn, Auckland. It is a growth area for the Auckland region with the Unitary Plan supporting further residential intensification of the area. Currently the school has eight classrooms within six blocks, however the recent roll projection shows that Fruitvale is eligible for eight additional teaching spaces by year 2021. ??? Construction is deemed to start in March 2018 with the first stage, the new access and carpark, once this stage is completed which is expected to be late-April 2018. Once stage one is complete works will start on the new building this allows the staff to use the new entrance and carpark while the construction is underway, and the second school entrance used by the contractors only. Construction of the new classroom block is expected to be completed by the end of December 2018. ??? requirements for phasing and / or staged handover of the project",Awarded,"Focus Construction Group were the successful contractor and were selected to complete this contract taking into account the following factors at time of tender evaluation: - Correct project methodology. - Compliant programme timeframes. - Competitive pricing. - MoE H&S accreditation. Thank you for your time in submitting your tenders and we look forward to having more tender opportunities available in the near future.",20201117 Ministry of Education - School Infrastructure,19328131,Request for Tenders,Open Competition,Main Building Contractor for Rationalisation Demolition & Reinstatement Works at Horowhenua College.,,20171220,20180202,20180307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project will include the demolition of the old gymnasium, adjacent changing rooms, weights room, offices and storage areas. Existing ground will be reinstated to grass playing field and carpark edges reinstated. Pool fence will be extended to fully enclose the existing swimming pool which was bounded by the demolished building. The remaining Toilet Block is to have its end wall fully reconstructed once the Gym has been demolished. A two Classroom Block is also to be demolished and existing ground reinstated to lawn. The Contractor will be engaged through a Medium Works Contract.",Awarded,Contract awarded to Alaska 2/3/18.,20201117 Ministry of Education - School Infrastructure,19329460,Request for Tenders,Open Competition,Main Construction Contractor for the Special Needs Modification (major works) at Rosehill College,#174000,20171218,20180213,20180719,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the Special Needs Modifications (major works) at Rosehill College, Papakura, Auckland. The works required is the construction of a new covered raised walkway structure linking two existing ???Nelson type??? Classroom buildings (C block & S Block), and the construction of a two story extension to the end of the North-West wing of S Block comprising a new passenger lift, and a lift lobby area at both levels. This will provide an accessible link up to, and between, the upper level classrooms of both blocks which are currently accessed via stairwells only. Some associated exterior paving modifications are required at the lower level including the construction of a replacement accessible ramp at C Block and relocation work to the existing C Block Canopy structure (to allow space for the new raised walkway structure). Additionally, there are some electrical and fire safety system modification / upgrade works required to both of the Existing C & S Block buildings, and both buildings have asbestos exterior cladding panels that are required to be removed in some areas, and modified in other areas as part of this work section. The specific scope of the works will include typical alteration & new build trades including demolition, excavation, foundation work, masonry, concrete work, metalwork, Aluminium joinery, Roofing, Carpentry, Drainage, Electrical, and Fire Safety etc. The works will also require some speciality areas of work including the installation of a new Lift, installation of large steelwork, installation of a precast concrete floor system and asbestos product modification & removal.",Awarded,,20201117 Ministry of Education - School Infrastructure,19329549,Request for Tenders,Open Competition,AWATAPU COLLEGE - Boiler Replacements,17/017,20180129,20180222,20180831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not Applicable (all responses must be submitted electronically via GETS),"The Board of Trustees of Awatapu College (the Buyer) is seeking Main Building Contractors for Boiler Replacements at Awatapu College in Palmerston North (the School). The Scope of Works include: - Decommission and removal of existing 800kW Vekos boiler, and San Gorgio boiler including associated boiler plant - Supply and installation of new Rendamax R606 EVO floor mounted gas condensing boilers (2 off) and Rendamax R40 EVO 60 wall mounted condensing gas boiler (1 off) complete with Metaloterm flues, gas piping, condensate drains and pumps, low loss headers, and all other plant associated with installing the new boilers - Removal of existing boiler flue tower including steel tower framing and unused piping and ducting - Installation of new Dektite flue flashings, aluminium soaker flashings, flue supports, and existing trough section metal roof cladding - Making good existing concrete floor slab where flue tower base and redundant gas pipes are removed. The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Awatapu College Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Justice Building Services of Palmerston North. The start date of this contract is 16th April 2018 with a completion date of 30th November 2018.,20201117 Ministry of Education - School Infrastructure,19329557,Request for Tenders,Open Competition,Main Contractor for Block C Re-Roof at Greytown School,17/015,20180214,20180321,20181023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable (all responses must be submitted electronically via GETS,"The Board of Trustees of Greytown School (the Buyer) is seeking Main Building Contractors for the Block C Re-Roof at Greytown School (the School). The Scope of Works include: - Removal of existing corrugated metal short run roofing, flat tray metal roofing, translucent roofing and all associated fixings and flashings - Removal of existing timber weatherboard claddings to allow for the installation of new apron flashings - Supply and installation of new timber purlins for new corrugated roof cladding, along with timber furring, plywood substrate and timber edge fillets for new membrane roofing - Supply and installation of new Roofing Industries Ltd ColorCote Zinacore ???Corrugate??? long run roof cladding over new roofing underlay and wire netting, including all associated fixings, foam cell profile closers, etc. - Supply and installation of new Waterproofing Systems Ltd ???duroTUF??? TPO membrane roofing with ???Crystal Glaze??? sealant over, including all associated moisture vents and accessories - Supply and installation of new Ampelite ???SL Group 3 Fire Retardant' translucent roofing over wire netting and Ampelite ???Purlin Protective Strips???, including all associated fixings - Supply and installation of new Roofing Industries Ltd ColorCote Zinacore ???RI 125 Box Gutter??? with internal brackets - Supply and installation of new powdercoated aluminium roof flashings (ridge, barge, apron, soaker and eaves flashings), Dektite flashings, sealants, accessories, etc. required to complete the full installation of all new roof claddings as specified - Painting of existing barge and fascia boards, and new timber weatherboards as affected by this contract. The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Greytown School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Holmes Construction Group Ltd of Greytown. The start date of this contract was 3rd September 2018 with a completion date of 2nd November 2018.,20201117 Ministry of Education - School Infrastructure,19329948,Request for Tenders,Open Competition,MARTINBOROUGH SCHOOL - Block C (Library) Re-Roof,17/012,20180110,20180205,20180831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not Applicable (all responses must be submitted electronically via GETS),"The Board of Trustees of Martinborough School (the Buyer) is seeking Main Building Contractors for the Block C (Library) Re-Roof at Martinborough School (the School). The Scope of Works include: - the removal of existing metal corrugated roof cladding; - supply and installation of new Colorcote 'Corrugate' long run roofing and associated underlays, wire netting; - supply and installation of Colorcote box spouting, powdercoated aluminium flashings, Dektite flashings, and associated accessories; - supply and installation of new timber purlins, and timber ceiling framing; - supply and installation of new ceiling insulation; - supply and installation of new Gib ceiling linings, acoustic ceiling tiles, cornices and associated interior painting; - the installation of a new Type 4 Automatic Analogue Addressable fire alarm system and associated detectors, and updated fire alarm indicator panel The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Martinborough School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Not Awarded,This contract was awarded to Rigg-Zschokke Ltd of Greytown. The start date of this contract was 16th April 2018 with a completion date of 18th May 2018.,20201117 Ministry of Education - School Infrastructure,19332523,Request for Tenders,Open Competition,Forest Lake School - Matai1 Classroom Extension,17050,20171220,20180130,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees (The Buyer) requires a suitably experienced main contractor to carry out a classroom extension at Forest Lake School in Hamilton. The Contract Works required are a 40m?? extension to Block B Matai 1 classroom. The extension is a single storey light timber framed structure with a steel portal frame to support the roof members. The floor structure is timber with concrete block foundation walls. Exterior wall cladding is timber bevel back weatherboards and the roof cladding is longrun profiled metal. Siteworks include alterations to existing sanitary and stormwater drainage lines, extending a concrete slab on concrete block foundation wall terrace and alterations to existing concrete paving and steps.",Not Awarded,"The successful respondent was Lobell Construction Ltd. Five tenders were received, in the range of $198,000 - $345,00 excluding GST.",20201117 Ministry of Education - School Infrastructure,19335180,Request for Tenders,Open Competition,Main Contractor for Block 1 & 5 Drainage Upgrade at Owairaka District School,1412-104-Drain,20171221,20180202,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school is looking for a Main Contractor to remediate the current flooding occurring around and under buildings. This build up may cause undermining of building footings, pathways and asphalt, in addition to the aforesaid the areas are damp under the classrooms in Block 5 and the corridors of Block 1. This remediation may include but not limited to: ??? Additional soak holes to allow for waterflow to be managed in high rainfall periods. ??? Other works include applying for an engineering consent, removing and reinstating asphalt and connecting soak holes to private drainage.",Awarded,,20201117 Ministry of Education - School Infrastructure,19336893,Request for Proposals,Closed Competition,Mt Hutt College Blk B Science Lab Upgrade & Toilet Blk Upgrade,348/23/11/2016,20171220,20180222,20180917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Board of Trustees at Mount Hutt College we are now looking for suitably qualified contractors to submit a Tender for Block B Science Lab Upgrade & Toilet Block Modifications at Mount Hutt College. Works required: Life cycle replacement such as floor coverings, power and plumbing and upgraded interior environment items such as acoustic treatments and lighting. The classroom teacher would like to address issues with the storage of chemicals and teaching resources within the classrooms, and storage of student bags and learning resources within the classrooms. The school also propose to convert an existing computer lab (B3) into a new science lab and break into the corridor circulation spaces to convert them to usable classroom spaces. The Science lab B4 will also be converted to accommodate a new fume cupboard with access from all classroom and teachers resource room. The toilets to be upgraded are in the schools 1955 teaching block. The toilets have not been remodelled in over 20 years. The school has issues with the current toilets ability to be cleaned and kept free from smells. This project will include work to two separate toilet areas that have more than 12 boys and girls toilets.",Awarded,,20201117 Ministry of Education - School Infrastructure,19338449,Request for Tenders,Open Competition,Main Building Contractor for ILE Teaching Refurbishment at Te Kura Taumata o Panguru,,20180312,20180406,20180628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for an ILE Teaching Refurbishment at Te Kura Taumata o Panguru. The project involves - remove internal walls & install new steel portal; full interior refurbishment to create Innovative Learning Environment including new aluminium internal joinery; refurbish & alter existing toilets; external cladding repairs & re-flashing roofing; full repaint of exterior; & install a fire alarm and emergency lighting to the building. The building being worked on will be isolated from the school and conducted as a single phase project and handed back to the school for full use at completion. Refer attached RFT Documents for further details. The draft contract will be made available in due course as a NTT.",Awarded,,20201117 Ministry of Education - School Infrastructure,19340951,Request for Proposals,Open Competition,Mayfield School School Transport Services,,20171221,20180125,20180302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,14 Lismore Mayfield Road RD5 Ashburton,Mayfield School (Mid-Canterbury) is a Direct Resourced by the Ministry of Education for school transport. The procurement is for three bus routes in the Mayfield School area. The contract is for three years beginning on 30th April 2018 until 31st December 2021.,Awarded,,20201117 Ministry of Education - School Infrastructure,19346494,Request for Tenders,Open Competition,Ruawai Primary School,170510,20171221,20180130,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Work comprises: Reroofing main block and extend verandah and pathway. New external steps Internal improvements to classrooms including forming new openings between classrooms and hallway. New carpets and wall finishes Hot water to staff toilet RCDs and covers to MSB",Awarded,,20201117 Ministry of Education - School Infrastructure,19346569,Request for Quotations,Closed Competition,Rapaura special needs fencing,17-2971-27,20180116,20180207,20180415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This is the first of three related fencing projects in the Marlborough area. The background to this project is that the Ministry of Education and the School Board of Trustees have identified this project based on Priority one Health & Safety. The project work will consist of a number of elements and site improvements to the site in general. The works generally consist of provision of new fence, remedial works to existing fencing to the boundary, and potentially the removal of trees and vegetation to the boundary. The primary outcome for this project is to address the recommended property modifications as identified by the report from the Ministry of Education Occupational Therapist.",Awarded,,20201117 Ministry of Education - School Infrastructure,19347599,Request for Tenders,Open Competition,Pasadena Intermediate re-roof and ILE upgrade,CW17274,20171221,20180302,20181023,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Pasadena Intermediate are looking to re-roof the complete school minus the administration wing, the Hall and the first floor of Block 1 (already complete). They are also looking to convert the 10 existing classrooms and one library within the main wing of Block 1 into ILE spaces with adjoining breakout spaces and a library (reconfigured). Pasadena Intermediate???s buildings date back to the 1940s and timber framed with weatherboards and concrete tile roofs. Most of the buildings are in their original configuration and as such do not meet the modern flexible learning environment requirements. The existing roof has ongoing weather-tightness issues therefore contract works are to include remediation to associated internal damages.",Awarded,,20201117 Ministry of Education - School Infrastructure,19349050,Request for Tenders,Open Competition,Request for Tenders - Asbestos Roof Removal and Re-Roof at Putaruru College,,20171221,20180130,20180403,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Asbestos roof removal and re-roofing of the Hall for the Ministry of Education at Putaruru College.,Awarded,The contract was awarded to Jack Thorburn Builders Limited and is intended to start on 9 April 2018. The due date for completion is intended for 3 May 2018.,20201117 Ministry of Education - School Infrastructure,19362497,Request for Tenders,Closed Competition,Cobden School - Special Education Fencing RFT,17-3322-09,20180112,20180209,20181024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"The work consists of the supply and installation of a new 1.8m high, powder coated steel section fence and gates and includes the removal of existing fencing. Provide the School with a robust, long lasting fencing solution to withstand harsh coastal environment with high rain fall.",Awarded,,20201117 Ministry of Education - School Infrastructure,19362865,Request for Tenders,Closed Competition,Main Contractor - Pirongia School - Classroom Replacement RFT,1129,20180115,20180207,20180323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of two-part procurement process.,Awarded,,20201117 Ministry of Education - School Infrastructure,19363439,Request for Tenders,Open Competition,Kamo Primary Access Upgrade Project,#205304,20180112,20180214,20180917,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The school has identified the requirement to upgrade their senior block and construct new decking, ramps and stairs to allow all students including special needs and mobility challenged students to gain access to all areas safely and efficiently. This tender is for the construction and execution of access upgrades, fire system and emergency lighting upgrades as outlined in the attached scope.",Awarded,,20201117 Ministry of Education - School Infrastructure,19368508,Request for Tenders,Open Competition,Main Contractor for the Quad Redevelopment at Glendowie College,,20180117,20180213,20180406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not Applicable (all responses must be submitted electronically via GETS),"The Board of Trustees are seeking a main contractor to upgrade and redevelop the quad area at Glendowie College. The works are to increase the usability of the space, provide new and additional seating and to provide a new function to the quad area as a ""performance space"". The gardens and general landscaping of the area are to be improved, along with the provision of new drinking fountains and environmentally sustainable waste systems.",Awarded,,20201117 Ministry of Education - School Infrastructure,19368913,Request for Quotations,Open Competition,Boiler House Rationalisation at Ashburton Borough School,,20180130,20180227,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Ashburton Borough School (ABS) has approximately 460 pupils??? and 16 teaching spaces. It is situated in Ashburton. The school buildings are primarily fibre cement and weatherboard timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1969-2016. The school stopped using the boiler system in 2011 when they switched over to heat pumps in the classrooms. ABS are looking to remove the boiler house, asbestos containing materials inside. Disconnect the services , back fill the site and seal it so it becomes part of the sealed playing surfaces throughout the school. The contractor will provide a comprehensive programme outlining the order that they will approach the works, allowing for internal and external works. It is expected that the asbestos will be removed and the site deemed clear over the term 1 holidays in 2018. Demolition will occur in term one holidays 2018, landscaping may occur in the first week of term two 2018.",Not Awarded,"Winning contract was submitted via email as per one of the tender options. Complaint tenders were: Ashburton Contracting Ltd $65,572.85 Greg Donaldson Contracting Ltd $49,509.90 Waghorn Builders Ltd $53,460.00",20201117 Ministry of Education - School Infrastructure,19372580,Request for Tenders,Closed Competition,Main Contractor - Te Awamutu College - Special Needs Modifications: RFT,1087,20180122,20180213,20180327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Stage 2 - RFT.,Awarded,,20201117 Ministry of Education - School Infrastructure,19373709,Request for Tenders,Open Competition,Main Contractor for Heating System Upgrade at Dannevirke High School,,20180118,20180214,20180319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Part of Dannevirke High School???s approved 10 Year Property Plan (10YPP) is to upgrade the boiler system. The 10YPP specialist report indicated that several parts of the current boiler system were close to reaching their end of life. As part of the decision making process, a heating options report was commissioned and using this as supporting evidence, the decision was made to upgrade the heating from a coal fire system to a gas system. The following project was identified as part of the 10YPP and has been prioritized as a project to be completed in the current 5 Year Agreement (5YA).",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19375070,Request for Tenders,Open Competition,"Main Contractor for Rationalisation at Waiopehu College, Levin",204884,20180119,20180214,20181024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A main contractor is sought to carry out the Demolition of Block M & Part Block SP, Alterations to Block U and Siteworks at Waiopehu College, Levin",Not Awarded,The tender process was cancelled prior to awarding a contract,20201117 Ministry of Education - School Infrastructure,19385453,Request for Tenders,Open Competition,Queens High School - B Block and Hall Modernisation,384-2018,20180124,20180220,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Queens High School Board of Trustees are seeking the services of a suitably qualified and experienced main contractor to deliver the planned modernisation of the school Hall and two classrooms in B Block.,Awarded,The contract has been awarded to Cook Brothers construction and will commence on 18 June 2018. The term of this contract is four months.,20201117 Ministry of Education - School Infrastructure,19393672,Request for Tenders,Open Competition,Westport South School - Modernise Classroom RFT,17-3236-45,20180126,20180223,20181024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Due to a lack of responses to the ROI in mid December 2017, we have closed off that process and are beginning a new open tender process. This project includes the modernization of the classroom. The ILE standard including a new roof, new double-glazed windows, insulation, acoustic treatment, new lighting, new floor coverings, painting and a new timber deck. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document and the attached drawings as well as compliant with all MOE Policy and Requirements. All respondents must fill in the attached Suppliers Response Template Part B, Works Price Schedule and Tender Submission Letter and submit with their registration via the GETS website. Please make sure these documents have been completed and uploaded to enable your submission to be evaluated. Failure to fill out these documents will make your submission non-compliant.",Awarded,,20201117 Ministry of Education - School Infrastructure,19395946,Request for Tenders,Open Competition,School Sports Field Consolidation and Civil Works Oteha Valley School Auckland,6946-14,20180129,20180223,20180504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Site stabilization and consolidatiion work was not provided for when the School was built. All outdoor activity areas are sub standard and the fields provide an unacceptable H & S risk The Fields require drainage and forming to a usable profile. Preparation and placement of top soil to retain grassed areas capable of day to day management by the School The Contract Works required are: Civil works to reform and stabalise the site, provide drainage and irrigation services. Establish playing fields to ministry standards. ??? Nature of the Works: site works, drainage and landscaping ??? 6000sqm approximately ??? Opertional requirement is to minimize School disruption during School hours ??? Good access is available but protection required. Plant movements outside School hours only The Contractor will be engaged through a Medium Works Works Contract (Construction contracts for professional services and works).",Awarded,,20201117 Ministry of Education - School Infrastructure,19396877,Request for Tenders,Open Competition,"RFT - Main Building Contractor, New Replacement Classrooms at Waikanae School, Kapiti Coast",4767,20180129,20180222,20180625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Waikanae School is currently in the process of replacing older classroom building stock on the site. This project sets out to construct two new teaching spaces on the northern side of the school in an area where older buildings have been demolished in recent years. The new building will be approximately 150 square metres in size and will incorporate a covered deck area to the frontage. The new building will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,"The contract was awarded to DS O'Leary Building Ltd, start date 09.07.18, anticipated completion 28.12.18. Note: This tender had a hiccup with not accepting the new closing date, suppliers were requested to send tenders directly to APM main email address by the new date/time.",20201117 Ministry of Education - School Infrastructure,19401266,Request for Tenders,Open Competition,Fire Alarm Upgrade Avonhead School,3287,20180201,20180301,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Avonhead School, Christchurch. Over the last 10 years the Ministry of Education upgraded over 500 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Avonhead School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19403340,Request for Tenders,Closed Competition,East Gore Primary School Boiler house & new fuel store,16/02/3946,20180131,20180221,20180326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: i. To replace current coal boiler with new wood chip boiler. Demolition: the project will include a portion of demolition works affecting the boiler room, chimney and heating plant. External Scope: This will include construction of new precast panel chip storage room. Upgrade delivery access from State Highway 1 Internal Scope: This will include the removal of Asbestos, reline boiler room and the installation of new heat pumps in Block A. ii. Access to Boiler Room from State Highway 1 iii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. (Construction contracts for professional services and works). The Principal prefers there to be no drawings and specification related Tags. iv. See Tender Documents for further information All Documents must be fully completed failure to complete all documents could result in tender to be rejected",Awarded,,20201117 Ministry of Education - School Infrastructure,19405472,Request for Tenders,Open Competition,"RFT - Main Drainage and Siteworks Contractor, Site - Rectify Flooding Issues at Kenakena School, Kapiti Coast",4855,20180202,20180301,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kenakena School and the Ministry of Education have agreed on an allocation of funding to improve surface water collection, on site retention and improvements to eventual off site disposal in the event of high rainfall events. The project incorporates infrastructure improvements to general stormwater drainage on the site. This procurement looks for a professional drainage and siteworks contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kenakena School Board of Trustees producing full construction documentation.",Not Awarded,Within the evaluation process the only respondent did not score sufficiently well to be awarded the contract.,20201117 Ministry of Education - School Infrastructure,19406828,Request for Tenders,Open Competition,Heating Contractor for Willowbank Primary,SCH-A-1284F,20180201,20180227,20180613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT is seeking a heating contractor to install a VRF heating system in Blocks 1, 2, 3, 4, 5, 6, and 7. Works required include: calculate size, supply, and install appropriate heat pumps in each space with associated external condensers. Intended program is for works to commence prior to and over the April 2018 school holiday period.",Awarded,The contract was awarded to Air Concepts with a start date of 05 June. The term of this contract is 39 working days.,20201117 Ministry of Education - School Infrastructure,19407070,Request for Tenders,Open Competition,Electrical Contractor for Willowbank Primary,SCH-A-1284E,20180201,20180227,20181025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees is seeking an electrical contractor to carry out an electrical mains upgrade. Works required include replacement of electrical mains including trenching and lines to the street, installation of RCDs on classroom power outlets, installation of additional power points in areas where multiboxes are currently being used, install covers over tube light fittings, and upgrading the UPS in the switchboard room. Intended program is for works to commence prior to the April 2018 school holiday period.",Awarded,,20201117 Ministry of Education - School Infrastructure,19410969,Request for Proposals,Open Competition,Waimea College Lite Master Planning and Lead Design Services,CW2018-12,20180202,20180301,20180418,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Principal is seeking lead design services for Master Planning and Lead Design at Waimea College (the Services) which will involve two parallel services: 1. Lite Master Planning Design Services and Deliverable's 2. Immediate Roll Growth, and weather tightness Design involving: a. Design one specialist Horticulture Classroom attached to existing ???Jblock??? b. Design one new standalone 2 storey 7 teaching space block. Investigate costings for increasing to an 8TS block within existing project budget. c. Design Weather tightness Remediation on Admin, M Block and Gym 1",Awarded,,20201117 Ministry of Education - School Infrastructure,19417322,Request for Tenders,Open Competition,Main Contractor for 4 Class Refurbishment and Breakout Spaces at Manurewa West School,,20180207,20180307,20180315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Manurewa West Primary School are seeking qualified trades people to carry out the refurbishment of block 2 (4 classrooms) and the creation of outdoor breakout spaces as well as the refurbishment of a small resource room attached to block 2,Awarded,After reviewing all responses from this project Wilkran Construction Ltd was deemed the most suitable contractor. The scope of works was followed accurately and they responded with the lowest price,20201117 Ministry of Education - School Infrastructure,19417555,Request for Tenders,Open Competition,South Otago High School - Music and Drama Suite Remodel - Open RFT,393.16.01,20180205,20180302,20180308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Music and Drama (E Block) Remodel,Awarded,Jones and Cooper 1995 Ltd have been successfully awarded the contract for the South Otago High School Music and Drama Suite Remodel Project.,20201117 Ministry of Education - School Infrastructure,19417926,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Block M - Replace Classrooms at Te Horo School, Otaki",4768,20180205,20180301,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Horo School has had MoE approval to remove one classroom and construct two new teaching spaces with 5YA funding. The new spaces will be constructed and adjoin Block O which was built in 2014. All three rooms will be connected internally by glazed sliding connecting doors. The new building will be approximately 150 square metres in size and will incorporate a covered deck area to the frontage. The new building will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance.",Awarded,"Contract awarded to D S O'Leary Building Ltd, start date 01.10.18, expected finish date 01.03.19.",20201117 Ministry of Education - School Infrastructure,19417986,Request for Tenders,Open Competition,Main Contractor for Refurbishment of rooms 5&6 and indoor breakout space at Kedgley Intermediate School,,20180209,20180306,20180312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BoT at Kedgley Intermediate require the services of experienced trades people to carry out and internal refurbishment of rooms 5&6 and the creation of new indoor breakout spaces.,Awarded,preferred tenderer due to lowest price and great deal of experience working in a school environment,20201117 Ministry of Education - School Infrastructure,19422180,Request for Proposals,Open Competition,CW 2018-13 Kaikorai Primary MPLD RFP,,20180205,20180302,20180525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this Request for Proposals (???RFP???) is for the Ministry to invite consultants to submit a Fixed Fee Quotation for Master Planning Services and Preliminary Design. The successful consultant will be responsible for the delivery of the Master Plans and a Preliminary Design to a Delivery Manager assigned by the Ministry to meet the school programme and budget as outlined in the Project Background Section. Respondents are also requested to provide a proposed percentage (%) of Construction Value to complete Lead Design (remaining design phases post preliminary design to project closeout).",Awarded,,20201117 Ministry of Education - School Infrastructure,19422472,Request for Tenders,Open Competition,Main Building Contractor for ILE Modifications to Classrooms 9 through 12 at Torbay School,1538-1,20180208,20180306,20180405,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"1.1 The Torbay Board of Trustees are wanting to contract a Main Building Contractor to carry out ILE modifications to classrooms 9 through 12. ??? Torbay School is an established school on the North Shore in Auckland. The classroom block that the BOT are wanting to modernised is a four classroom block with toilets attached and was originally built late 1960???s early 1970???s ??? The ILE or modernisation of the block is part of the schools vision to introduce flexible learning spaces and to modernise the toilet blocks and cloakrooms ??? The school is at capacity in regards to student occupation so the project will have to be staged in a way that accommodates the schools operational requirements. This means that two classrooms and a toilet block and cloakroom will need to be modernised and completed while the other two classrooms toilet block and cloakrooms are in use. Once one side of the block is complete then the other side of the block will need to be completed. Please use the GETs question and answer to arrange for a site visit.",Awarded,The contract has been awarded to Astley Construction,20201117 Ministry of Education - School Infrastructure,19424848,Request for Tenders,Closed Competition,CW2017-61 Awapuni Sensory Resource Centre Main Contractor RFT,,20180208,20180301,20190116,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Conversion of existing classroom and toilet spaces to provide the new Sensory Resource Centre. Including (but not limited to) a shared communal area, two separate working areas for Deaf and Vision, meeting rooms, kitchen, staff toilets and storage. There is no new building extension. The project is to convert existing spaces, approximately 285m2 refer to attached plans & specifications.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,19429783,Request for Tenders,Closed Competition,Main Building Contractor for Block S Two New Classrooms at Donovan Primary School,K2/206609,20180207,20180228,20180413,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This is a closed Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Block S: Two New Classrooms at Donovan Primary School.,Awarded,"The contract was awarded to Amalgamated Builders Limited and started on 9th April 2018. The term of this contract is until appropriate completion of the Works, intended to be 20th July 2018.",20201117 Ministry of Education - School Infrastructure,19434092,Request for Tenders,Open Competition,"Main Contractor for Block 2 & 4 Alterations at Monrad Intermediate, Palmerston North",,20180212,20180316,20180416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Monrad Intermediate - Alterations to Block 2 & 4 internal and external works.,Awarded,The contract has been awarded to Gibson & Oliver Builders. Thank you for taking the time to submit an offer for this contract. We look forward to receiving your offers for other projects that may be offered in the future.,20201117 Ministry of Education - School Infrastructure,19435187,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block F - Refurbish Hard Material Workshop at Levin Intermediate School, Levin",4553,20180213,20180309,20180613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Levin Intermediate School has 5YA funding in place to alter and modernise its manual and machines workshop facilities. The project sets out to create an open plan technology teaching space with teacher office, design space and the relocation of the welding bay. The intention is to create a more usable, transparent and modern workshop facility. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The new building will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. The scheme will be traditionally executed with a full design team employed by the Levin Intermediate School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Crowe Construction Associates Ltd, starting late June 2018 with expected finish date of late December 2018.",20201117 Ministry of Education - School Infrastructure,19435859,Request for Tenders,Closed Competition,Flexible Space & Multimedia Room at South Featherston School,,20180213,20180308,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"To arrange a suitable time to visit to view the school, please contact the school office.",Not Awarded,"Not awarded as yet, waiting for BOT approval",20201117 Ministry of Education - School Infrastructure,19437078,Request for Tenders,Open Competition,"RFT - Main Building Contractor Special Needs Modifications - Site Access Improvements and New Accessible Bathroom at Fraser Crescent School, Upper Hutt",4778,20180213,20180309,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Fraser Crescent School is comprised of timber clad single storey buildings created in early 1960???s. The work proposed develops an accessible bathroom and multiple deck/steps/ramps to provide disabled access to all buildings. The work will include replacement of interior linings including new finishes, new storage joinery, new floor finishes and new services associated with the works and timber decks. The work is exterior by nature typically apart from the bathroom. An asbestos report has been commissioned which has confirmed no asbestos in the areas of work. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Peryer Construction Wgtn Ltd, start 23.04.18. Expected completion date 13.10.18.",20201117 Ministry of Education - School Infrastructure,19437190,Request for Tenders,Open Competition,Building Contractor for Block 1 Refurbishment and outdoor breakout space at Stanhope Road School,,20180213,20180316,20180326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Stanhope Road school are seeking the services of a suitable qualified building contractor to refurbish a 3 classroom block and outdoor breakout space at Stanhope Road School. Works will include: Refurbishment of 3 classrooms and a new breakout space to Block 1 including all building work as per council plans The scope is as follows but please always refer to the council approved plans when submitting a tender: (a) Demolition work to the existing block including removing window joinery, outdoor seating, wall openings to allow for ???street???, removal of existing fittings, fixtures, wall lining and floor coverings in the toilet areas, wall openings to outdoor breakout space (b) New aluminium door and window joinery to access breakout spaces etc (c) New bathroom fittings, fixtures and wall linings and new framing to girls and boys toilets (d) 2 x new 3.6 fixed whiteboard units (e) New carpet tiles in classrooms ??? please refer to Finishing schedule on floorplan (f) New vinyl tiles to form vinyl street -please refer to Finishing schedule on Floorplan (g) New canopy above covered walkway (h) New exterior seating to outside edge of canopy (i) New astroturf exterior matting on hardfill to form exterior breakout court (j) All walls to be lined with AUTEX wall linings - ??? please refer to Finishing schedule on floorplan (k) Make good all and repaint all ceiling tiles and linings if required (l) All wet areas to have K-standard board with aluminium jointers to walls and green aqua gib board to ceiling. All surfaces to have 3 coats of aqua enamel as per plans state",Awarded,,20201117 Ministry of Education - School Infrastructure,19437206,Request for Tenders,Open Competition,Main Contractor for the Block 2 Cloak Bay Conversion to MLE at Kaikohe West School,,20180214,20180312,20180413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of rooms 10 & 11, 12 & 13 to upgrade to DQLS standard. Remove any redundant boiler pipework in spaces, dispose of and make good any damage to surfaces. Reline walls with autex and floors with carpet.",Awarded,,20201117 Ministry of Education - School Infrastructure,19441251,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms and Convert Library at Maungaraki School, Lower Hutt",4847,20180215,20180314,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Maungaraki School has MoE approval to make alterations to an existing space currently being used to accommodate the library. The project will convert the space at the far end of Block A into two separate teaching spaces connected internally by way of a glazed slider/stacker door unit. The two rooms will be upgraded with new floor and wall finishes, acoustic treatment of the ceiling, new lighting and creation of separate cloak areas. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Maungaraki School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Construct Wellington Ltd, start 16.05.18. Expected completion date 02.11.18.",20201117 Ministry of Education - School Infrastructure,19442351,Request for Proposals,Open Competition,Light Master Planning & Lead Design for Prebbleton School,,20180213,20180309,20180606,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Light Master Planning and Lead Design Services for Roll-Growth Classrooms at Prebbleton School Contract opportunity.,Awarded,"The contract was awarded to GHD Limited and will start on 21 May 2018. The term of this contract is until the completion of the Required Services, within one month of the date of Practical Completion.",20201117 Ministry of Education - School Infrastructure,19443831,Request for Proposals,Open Competition,Lead Design Services for the Construction of a New Special Needs High Dependency Building at Lytton High School,Project 205114,20180213,20180309,20180413,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services for the Construction of a New Special Needs High Dependency Building at Lytton High School, Gisborne Contract opportunity.",Awarded,"The contract was awarded to Darrington Slater Architecture 2012 Limited and will start on 28th March 2018. The term of this contract is until appropriate completion of the services, with the delivery of the final project close out report, including as-built drawings, within one month of the date of practical completion.",20201117 Ministry of Education - School Infrastructure,19444759,Request for Tenders,Open Competition,Main Contractors for Learning Support Fence at Koromatua School (RFT),OSS5776,20180216,20180313,20180817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: New perimeter fence to entire school site. Fence consists of two types; type 1 is a powder-coated pool type fence; type 2 is a galvanised pool type fence. Work includes various pedestrian and vehicle gates. Site works and paving to front entrance. Contract: MOE Medium Works Contract Start: ASAP Timeframe: 8 weeks",Awarded,Contract awarded and all recipients notified by email,20201117 Ministry of Education - School Infrastructure,19446924,Request for Tenders,Closed Competition,Main Contractor - Ngutunui School - Breakout Room,1058,20180216,20180309,20180910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of two-part procurement.,Not Awarded,The project came in over budget and has been reassessed in terms of value for money. A new tender will be called with a complete new set of documents.,20201117 Ministry of Education - School Infrastructure,19448795,Request for Tenders,Closed Competition,RFT - Main Contractor for Stonefields School Stage 3 at Stonefields,CW17228,20180215,20180329,20180612,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This RFT is seeking for Design and Build Main Contract services for a roll growth project at Stonefields School (the School) to the short-listed Tenderer's following the initial ROI (GETS RFx ID:19209118). Overview: Since the ROI tender, please be advised that the RFT contains an increase of scope. Please refer to the RFT document and supporting documents for full information of our required services. General Background: Stonefields School is a decile 9 full primary school based in Central Auckland at 81 Tihi Street. The school is co-educational. As of March 2017, the roll of the school was 574 students and the campus is situated on 3.2 hectares of land. Stonefields School are experiencing roll growth with the number of new entrant students increasing. The school roll has been steadily growing since opening in 2011 and this growth is forecast to continue to grow. The school has the site area to grow its roll from the current 574 to 816 students by 2019. The demographic report recommends the provision of additional teaching spaces initially to cater for a roll of 816 students. Stonefields is a developing area with a new residential development in close proximity to the school. The Ministry are supporting the school to grow as this school is required in the network to cater for 400 surplus student spaces within the network. The school has an enrolment scheme to allow the school to manage the growth. The school currently has 24 teaching spaces and this project (Stage 3) will grow the School to 39 teaching spaces. The school is likely to require additional teaching space in the future due to high growth in the Stonefields community. A fourth stage is to be designed adjoining the Stage 3 block. Other Project consultants are: o Project Manager: Greenstone Group Ltd o Quantity Surveyor: RLB (Rider Levett Bucknall)",Awarded,,20201117 Ministry of Education - School Infrastructure,19450351,Request for Tenders,Closed Competition,Whangaparoa College GYM linings project,6763-8,20180216,20180309,20180414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19454947,Request for Proposals,Closed Competition,Architectural Design Services for a Two-storey 4-Classroom Block and associated site works at Onehunga Primary School,MoE 201291; 1-46221.00,20180221,20180313,20180424,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation from the Ministry of Education (the Ministry/the Buyer) to selected potential qualified and experience suppliers to submit a Proposal for the provision of full design services including but not limited to architectural, structural, civil, mechanical, electrical, fire, acoustic, hydraulic ??? for a two-storey 4-classroom block and associated site works at Onehunga Primary School in Auckland.",Awarded,,20201117 Ministry of Education - School Infrastructure,19457192,Request for Tenders,Open Competition,RFT Main Building Contractor for the Senior Block ILE at Milton Primary School,3772.16.01,20180220,20180316,20180417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Senior Block ILE Upgrade,Not Awarded,"The project has still come in far too high for the school. The school will now look at breaking the project down into smaller projects. Hawkins were the only tenderers, but have declined to be involved in the smaller projects. Regards, Kelvin Lewis Property Consultant | Project Manager",20201117 Ministry of Education - School Infrastructure,19457347,Request for Tenders,Closed Competition,Waihao Downs School Block 1 Classroom Modification to Create an Outdoor Learning Space,3567-17-01,20180220,20180409,20181025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees at Waihao Downs School we are now looking for tenders for the Block 1 Classroom Modification to Create an Outdoor Learning Space project. This work will include Demolition/Slab/Ramp & Path/Exterior windows & doors/Carpentry/Roof Wall Coverings/Plumbing Drainage/Floor Coverings.,Awarded,,20201117 Ministry of Education - School Infrastructure,19458111,Request for Tenders,Open Competition,"RFT - Main Contractor, Seismic Repairs at Wellington Girls' College, Wellington",4686,20180221,20180319,20180328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Wellington Girls??? College is comprised of concrete and steel structured single and multi storey buildings constructed over a period of time. The work proposed rectifies damage which occurred during the November 2016 seismic event. The work requires plaster repairs to fractures in concrete beams, columns and wall panels, plastering/painting of walls and ceilings, replacing fractured glass, replacing localised areas of deformed external flashings and cladding along with any scaffold access systems.",Not Awarded,No Tenders Received.,20201117 Ministry of Education - School Infrastructure,19462235,Request for Tenders,Open Competition,Building Contractor for the junior block upgrade and outdoor breakout spaces at Parnell District School,,20180220,20180322,20180416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Parnell District School seek the services of a building contractor for the upgrade of the junior block including the creation of outdoor breakout spaces Please note: there is as revised floorplan and services plan that has been included in the attachments. 1) Refurbishment of 4 classrooms and new breakout spaces including all building work as per council plans; 2) Demolition work to the existing block includes removal of some walls to allow for wider openings and to allow for an outdoor breakout space; removal of some existing sinks and benches (refer to demolition plan); removal of bathroom fittings and capping of services where required; removal and relocation of existing drinking fountains as required; check existing ceilings to new breakout space to ensure framing will support new beams; 3) New accessible concrete ramp built to engineers design and compliant with correct NZBC Accessible ramp standards; 4) New bench tops and stoves for a cooking space, the sinks in both classroom 1 and the breakout kitchen space will be reused; 5) 4 x new 4.8 fixed whiteboard units including TV; 6) New Irvine carpet tiles in classrooms; 7) New vinyl tiles to be Armstrong Imperial in 3 colours; 8) Install carpet dado where there is not T&G at the same height as the T&G; 9) Installation of new hardwood decking on outdoor breakout spaces, removal of old timber French doors and installation of new timber French doors as per plans; 10) New Beams to outdoor breakout space accessible from classroom 1; 11) Breakout space walls to be lined with AUTEX to 600mm high to form dado and autex wall covering from 600 high to ceiling; 12) Make good all and repaint all classroom ceiling and any new ceiling required for new outdoor breakout space; make good existing trim and paint new and existing white; 13) Allow to repaint all existing windows white, install tinted film to existing classrooms above existing terrace roof; 14) Allow to install new LED light fittings to replace fluorescent, refer to services specifications on plan; allow to replace existing single power and data points with double units including installation of new double power and data points in new breakout spaces and R.C.D for computer protection; 15) Electrical contractor to check existing distribution and switch boards and upgrade as required.",Awarded,Contractor provided the most cost effective proposal for the school,20201117 Ministry of Education - School Infrastructure,19462699,Request for Tenders,Open Competition,Ashhurst School Block 9 ILE Upgrade,,20180220,20180316,20180319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the Main Building Contractor for Block 9 ILE Upgrade (Re-line classrooms, upgrade toilets and turn existing resource rooms into breakout spaces) at Ashhurst Primary School.",Not Awarded,No Responses received,20201117 Ministry of Education - School Infrastructure,19463768,Request for Tenders,Open Competition,GREYTOWN SCHOOL - Block A Roofing Upgrade,18/003,20180226,20180321,20181023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable (all responses must be submitted electronically via GETS,"The Board of Trustees of Greytown School (the Buyer) is seeking Main Building Contractors for the Block A Re-Roof at Greytown School (the School). The Scope of Works include: - Installation of fully encapsulated weatherproof scaffold system over Block A - Removal of existing corrugated metal roofing, underlay and wire netting, and all associated fixings and flashings - Removal of existing membrane lined hidden and valley gutter linings over plywood, including high level timber weatherboard claddings, to allow for the installation of gutter linings - Removal of existing spouting and spouting brackets - Supply and installation of new Roofing Industries Ltd ColorCote Zinacore ???Corrugate??? long run roof cladding over new roofing underlay and wire netting, including all associated fixings, foam cell profile closers, etc. - Supply and installation of new 1.2mm thick stainless steel hidden and valley gutter linings over new 17mm H3.2 Ecoply CD Grade plywood substrate - Supply and installation of new Roofing Industries Ltd ColorCote Zinacore ???RI 125 Box Gutter??? with internal brackets and timber overflow packers - Supply and installation of new powdercoated aluminium roof flashings (ridge, barge and soaker flashings), Dektite flashings, sealants, accessories, etc. required to complete the full installation of all new roof claddings as specified - Refer to all documentation as outlined in Clause 1.8 of the Request for Tender document for the full scope of works. The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Greytown School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Holmes Construction Group Ltd of Greytown. The start date of this contract was 3rd September 2018 with a completion date of 2nd November 2018.,20201117 Ministry of Education - School Infrastructure,19465237,Request for Tenders,Open Competition,Main Contractor Petone Central School Block 1 Roof & High Wall Cladding Replacement,,20180309,20180406,20181008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Petone Central School are seeking the services of a main contractor to undertake the replacement of cladding on the roofs and high levels walls and windows on Block 1 as described in the tender documents prepared by IR Group Ltd and involves the following works ??? Replacement of all existing painted corrugated galvanised roof cladding and underlay with new .55 gauge Colorsteel roofing over new underlay ??? The replacement of existing direct fix ???Hardiflex??? clerestory wall cladding with a new Hardies Titan Board cavity system over new hardies RAB. ??? Replacement of existing high level clerestory timber windows with new aluminium windows in control gear ??? Extra work to form rolled edges eaves details as per existing roof ??? Replacement of existing spouting with new continuous steel spouting ??? Repair water damaged framing and linings Project consultants are: Project Manager : Ian Rattray Lead Designer: IR Group Ltd The school is able to fully vacate the building so the works can be done during term time in early 2018. The Contractor will be engaged through a MOE medium works contract (Construction contracts for professional services and works).",Awarded,Contract awarded to the only responder to the RFT. The response was valid and within our budget,20201117 Ministry of Education - School Infrastructure,19466041,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Special Needs Modifications - Access at Maungaraki School, Lower Hutt",4834,20180222,20180321,20180601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A student has had his right leg amputated below the knee. He currently uses a wheelchair for mobility however, he is in the process of getting a prosthesis. He is due to start school in Term 3 and will be initially using his self-propelled wheelchair for his main mobility around the school. In order to participate in regular school activities, he will require ramp access to classrooms and modifications to bathrooms to support transfers. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Maungaraki School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Peryer Construction Wgtn Ltd and will start Oct 2018. Expected completion date Nov 2018.,20201117 Ministry of Education - School Infrastructure,19466125,Request for Tenders,Open Competition,Main Building Contractor for Refurbishment of Block 3 and Dental Clinic at Titahi Bay North School,Project 3044,20180220,20180323,20180801,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Refurbishment of Block 3 and Dental Clinic at Titahi Bay North School, Project 3044.",Awarded,The contract was awarded to Peryer Construction Wgtn Limited and will start on 3 September 2018. Practical completion of these services is expected to be 31 January 2019.,20201117 Ministry of Education - School Infrastructure,19466327,Request for Tenders,Open Competition,Main Contractor for Block 1 ILE Upgrade at Churchill Park School,,20180223,20180323,20180626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Churchill Park School is looking for a main contractor for the ILE upgrade of Block 1 classrooms. The nature of the work includes refurbishment of classrooms and toilet blocks into Integrated Learning Environment.,Awarded,Assessed to have met all the requirements of the procurement and presented cost effective solution,20201117 Ministry of Education - School Infrastructure,19470104,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks A, B, D & E - Replace Roofing/Spouting at Karori West Normal School, Wellington",4688,20180223,20180320,20180328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The solution will include the replacement of metal roofing and spouting to a number of buildings. In addition to the aforementioned, the installation of insulation where practical will be required. The contractor will allow for all access systems. The roofing works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. The scheme will be traditionally executed with a full design team employed by the Karori West Normal School Board of Trustees producing full construction documentation.",Not Awarded,No Tenders Received.,20201117 Ministry of Education - School Infrastructure,19470276,Request for Tenders,Closed Competition,Roofing Contractor - Te Awamutu Primary School - RFT,1130,20180228,20180314,20180608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Te Awamutu Primary School are seeking suitably qualified roofing contractors to carry out a large re-roofing project to the school's main classroom block. Please read the TAPS A Block Re-roofing RFT.pdf document for detailed instructions on the tender process. Please submit the following: - TAPS A Block Re-roofing Schedule of Prices.xlsx : fill out all five pages as appropriate and submit in PDF format - TAPS A Block Re-roofing Form of Tender Part A.docx - fill out all blue highlighted fields, delete highlighting once completed and submit in PDF format. - TAPS A Block Re-roofing Form of Tender Part B.docx - fill out all blue highlighted fields, delete highlighting once completed and submit in PDF format. - Any supporting documentation required in Parts A or B above (such as project programme). PDF files from a scanned copy is fine.",Not Awarded,The project is now to be deferred until the next Christmas holidays and will have its scope increase to include several other blocks.,20201117 Ministry of Education - School Infrastructure,19472023,Request for Tenders,Open Competition,"Main Building Contractor for The Special Needs Modifications, Toilet Refurbishment & Site Works at Manunui School",,20180301,20180326,20181023,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education are wanting to contract a Main Building Contractor to carry out, Special Needs Modifications, Toilet Refurbishments & Site Works at Manunui School. Manunui School is located 8km from Taumarunui. The outcome sought includes modifying the existing ablution facilities to include a special needs toilet & changing facilities, wheelchair/walker accessibility about the school grounds and access to the swimming pool. The project includes: ??? Construction of a purpose made Accessible Toilet/Special Needs Toilet and Changing Facilities which requires alterations to the existing ablution block. ??? Construction of new Ramps and Decks to allow the student access to all areas of the School. ??? Supply and installation of a Pool Hoist to allow the student the opportunity to access the pool. Please use the GETs question and answer to arrange for a site visit.",Awarded,,20201117 Ministry of Education - School Infrastructure,19472675,Request for Tenders,Closed Competition,RFT for Main Contractor for Creating Innovative Learning Spaces at Kamo Primary School,,20180228,20180320,20180420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kamo Primary is located at 6 Three Mile Bush Road, Whangarei. The school plans to create innovative learning spaces therefore building alterations are required to various blocks/classrooms.",Awarded,,20201117 Ministry of Education - School Infrastructure,19476265,Request for Proposals,Closed Competition,Construction of Sports Pavilion & Changing Rooms at Macleans College,,20180228,20180320,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract has been awarded to Aztec Builders Auckland Ltd,20201117 Ministry of Education - School Infrastructure,19476583,Request for Tenders,Open Competition,Fitzroy School Staffroom Deck Replacement and Fire Safety Upgrades,3050.05,20180305,20180329,20180704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The condition assessment undertaken in preparation of the school???s 10 Year Property Plan identified works required to the Staffroom Deck and School Hall to improve fire safety. This projects seeks to address these two areas under one contract. The Contract Works required are divided into the following two areas: (a) Staffroom Deck Replacement ??? Remove existing deck, balustrade, and aluminium windows and doors. Install new TPO roofing on new substrate and firring strips over existing structure. Install new timber deck and frame on nurajacks over TPO. Install new balustrade, raise sills, and install new doors and windows. New framing required to fire escape access route. It is strongly preferred that this work is completed over the term one holidays. (b) Hall Fire Safety Upgrades ??? Upgrade existing Type 2 fire alarm to a Type 4 system analogue addressable system, and install new emergency lighting. Install new fire escape doors. Where new doors are to be installed, remove existing direct fixed cement sheet cladding (suspected asbestos) and replace with Titan Fa??ade Panel on CLD cavity battens and RAB board. Remove section of same on adjacent wall and replace with vertical timber weatherboards on cavity and RAB. Construct new entrance decks and canopy, and minor relocation of existing ramp. This work may be begun after the completion",Awarded,,20201117 Ministry of Education - School Infrastructure,19477663,Request for Tenders,Closed Competition,Main Contractor for New Toilet Block and ILE Refurbishment at Bay of Islands International Academy,,20180302,20180410,20180605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"At the School 935 Purerua Road, Kerikeri","Tenders are requested from experienced contractors for two projects - a new toilet block and an ILE makeover of Block 1 A Project Summary summarizing the project and tender process is attached.",Awarded,Eastside's tender was in line with cost estimates. Eastside are a good/reliable local contractor.,20201117 Ministry of Education - School Infrastructure,19479455,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block D - Refurbish Classrooms at Fairfield School, Levin",4799,20180228,20180326,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Fairfield School has MoE approval to make alterations and improvements to three teaching spaces. The project sets out to introduce better connection between the classrooms, provide small withdrawal spaces and relocate the cloak areas to the porches and introduce weather screens to these spaces. The rooms will be upgraded with new floor and wall finishes, acoustic treatment of the ceiling, new lighting and window renewal. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Fairfield School Board of Trustees producing full construction documentation.",Not Awarded,Project cancelled - project deferred to 2019 for re-tender.,20201117 Ministry of Education - School Infrastructure,19480815,Request for Tenders,Open Competition,"Main Building Contractor for ILE Upgrade at College Street Normal School, Palmerston North",College Street Normal School,20180301,20180326,20180623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for College Street Normal School, Palmerston North are seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to create ILE (Innovative Learning Environment) to Block 2 The Contract Works required are: The proposal is for extensive alterations and refurbishment to create a flexible, innovative and collaborative learning spaces. The alterations will allow for 3 x teaching spaces, breakout area (Think Tank Room), Learning street, performance area, access/linking corridor, library, new pupils toilet facilities including accessible toilets and out teaching areas. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be completed between Mid April - End of July 2018. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,19485354,Request for Tenders,Closed Competition,Oamaru Intermediate School - Block 2 Classrooms I.L.E Upgrade,,20180228,20180321,20190305,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Oamaru Intermediate School are seeking a MAain Building Contractor for the Block 2 Classrooms I.L.E Upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,19486243,Request for Tenders,Closed Competition,Main Contractor - Te Awamutu College - 5YA Projects 17/18,1113,20180307,20180404,20180608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of two-stage procurement.,Awarded,"Mitchell Construction have been awarded the contract on the basis of their evaluation score: - Capability: 9/10 - Capacity: 4/5 - Proposed Solution: 15/15 - Price: 67.4/70 - TOTAL: 95.40",20201117 Ministry of Education - School Infrastructure,19493220,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - Refurbish Classrooms and Replace Roof Coverings at Kapiti Primary School, Paraparaumu, Kapiti Coast",4780,20180305,20180328,20180329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kapiti Primary School has MoE approval to make alterations and improvements to two teaching spaces. The project sets out to introduce better connection between the classrooms, provide small withdrawal spaces and relocate the cloak areas to the porches and introduce weather screens to these spaces. The rooms will be upgraded with new floor and wall finishes, acoustic treatment of the ceiling, new lighting and improvements to electrical and data services. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kapiti Primary School Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,20201117 Ministry of Education - School Infrastructure,19493266,Request for Tenders,Open Competition,Te Aho o Te Kura Pounamu,CW2018-24,20180305,20180329,20180711,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Roof Repair Works and various Internal lining repairs for the main building at Te Aho o Te Kura Pounamu School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19493271,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Access and Change Room (Stage II) at Avalon Intermediate School, Lower Hutt",4747,20180302,20180411,20181128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The solution will include development of an accessible entrance and deck, ramps and steps to provide access to all buildings in the school. The new entrance will include a platform lift for which necessary alterations are proposed to glazed walls/doors. The decking will be timber in the main, including the ramps and steps, metal handrails and step nosings. Some specialist hardware is required for automatic door opening. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Avalon Intermediate School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Peryer Construction Wgtn Limited, start date 26.11.18, expected completion date 28.02.19.",20201117 Ministry of Education - School Infrastructure,19494978,Request for Proposals,Open Competition,Lead Design Services at Omokoroa Point School for a Three Roll-Growth Classroom Project,,20180301,20180327,20180510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design services for a three roll-growth classroom project at Omokoroa Point School Contract opportunity.,Awarded,"The contract was awarded to Chow:Hill Architects and will start on 7 May 2018. The term of this contract is until appropriate completion of the required services, within one month of the date of practical completion for the construction element of this project.",20201117 Ministry of Education - School Infrastructure,19497377,Request for Proposals,Closed Competition,Design and Build Services of the Teaching Block at CW 2017-56 Pirongia School,,20180302,20180329,20180522,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified contractors to submit a Proposal for Design and Build Services of the Teaching Block at CW 2017-56 Pirongia School (the School).,Awarded,"The contract was awarded to Livingstone Building NZ Limited and will start on 14 May 2018. The term of this contract is until appropriate completion of the required services, with the due date for Completion anticipated to be 24 Weeks from the date the Contractor is given Possession of the Site.",20201117 Ministry of Education - School Infrastructure,19500351,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 4-6 - Refurbish Technology Facilities at Tawa Intermediate, Tawa, Wellington",4711,20180307,20180417,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tawa Intermediate School has MoE approval to make alterations and modernise areas of technology teaching facilities across three buildings. This project sets out to refurbish and improve classrooms that accommodate music and food subjects together with minor alterations to the hard materials and machines workshop. The scheme may extend to siteworks development to provide improved pedestrian access between the buildings. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawa Intermediate School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Peryer Construction Wgtn Limited, start date 03.09.18, expected finish date 01.04.19.",20201117 Ministry of Education - School Infrastructure,19505882,Request for Proposals,Open Competition,"Registration of Interest for Multi-disciplinary Consultancy or Team, Swimming Pool Facility Redevelopment for BLENNZ, Auckland",,20180308,20180326,20180620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BLENNZ swimming pool facility was constructed during the 1960s. The building now requires structural upgrading to comply with the Building Act, particularly relating to seismic strengthening. The building has also deteriorated over time and is dated in relation to layout and facilities. This project is to redevelop comprehensively the facility to a modern standard along with structurally strengthen the building to the latest seismic standards. Major area of work include (but not limited to): seismic upgrading and other structural works, replacement roofing, internal reconfiguration of existing walls and structure to a new internal layout, removing asbestos ceiling tiles and exterior cladding (and any other asbestos not already detected), and general upgrading and refurbishment of plant, fittings and facilities. BLENNZ is looking to engage either a multi-disciplinary consultancy or team to assist in delivering the project. The consultancy or team will be headed by a lead designer (architect) and include the following professional services; structural engineering, services engineering, fire engineering, Quantity Surveying, resource planning (if required) and possibly security consultancy services.",Awarded,"The following consultancies are shortlisted to submit an RFP for the project: Maguire and Harford Architects and Beca GHD Woodhead Creativespaces Create Limited Pacific Environments Stephenson & Turner (S&T) DLM Architects Limited",20201117 Ministry of Education - School Infrastructure,19506836,Request for Tenders,Closed Competition,Main Contractor - Parawai School - Junior Block ILE,1106,20180308,20180416,20181023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of procurement.,Awarded,,20201117 Ministry of Education - School Infrastructure,19516566,Request for Tenders,Closed Competition,5380 RFT Main Contractor for site wide fire alarm upgrade at Feilding High Schol,5380,20180312,20180403,20180627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main contractor required for the Feilding High School site wide fire alarm upgrade to a type 4 fire alarm with manual call points, sounders and smoke detectors. The existing fire alarm is to be decommissioned and removed with the existing smoke detectors being removed from the security system. The scope of work will also include upgrades to the buildings accessible entrances, ramps, fire separations, fire doors and emergency lighting. The school is to remain fully functioning throughout the construction period and there is expected to an amount of after hours work needed to facilitate this.",Not Awarded,Contract awarded to Colspec Construction 27/6/18,20201117 Ministry of Education - School Infrastructure,19518555,Request for Tenders,Open Competition,RFT for Main Contractor for Roofing Project at Glenbervie School,,20180312,20180416,20180620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19523708,Request for Tenders,Open Competition,Main Contractor for Fire System Upgrade at Kohimarama (the School),,20180313,20180409,20180815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Kohimarama School recently had an Independent Security Review completed by Groves Consultants Ltd to identify specific weaknesses in the Physical and Operational Security and where appropriate recommend solutions to minimise or better manage these risks.,Awarded,Met the requirements of the RFT and provided better value for money.,20201117 Ministry of Education - School Infrastructure,19529386,Request for Tenders,Open Competition,RFT Mt Albert Grammar Special Needs Property Modification Access Ramp 201552 - S2B,201552 - S2B,20180313,20180409,20181210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This RFT is to source a suitability qualified main contractor with capacity to construct access ramps at Mt Albert Grammar.,Awarded,,20201117 Ministry of Education - School Infrastructure,19532135,Request for Tenders,Open Competition,AWATAPU COLLEGE - 300 & N Block Re-Roof,18/005,20180426,20180521,20180815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Awatapu College (the Buyer) is seeking Main Building Contractors for the 300 & N Block Re-Roof project at Awatapu College (the School). The Scope of Works include: - Removal of existing metal trapezoidal roof cladding and underlay - Removal of existing box spouting and brackets - Supply and installation of new 12mm thick Ecoply CD Grade H3.2 plywood sub-linings - Supply and installation of new timber batten framing, timber roof edge fillets - Supply and installation of new 17mm thick Ecoply CD Grade H3.2 plywood substrate and upstands - Supply and installation of new Waterproofing Systems Ltd ???ecoTUFF??? TPO Membrane roofing (by manufacturer approved installer) - Supply and installation of various powdercoated aluminium flashings - Supply and installation of new Roofing Industries Ltd 175 Box Gutter with external brackets - Supply and installation of new downpipes and stormwater pipes (including excavation and making good concrete weedbands) - Minor interior painting works - Removal of existing call points and detectors connected to existing security system - Supply and installation of new Type 4 Automatic Analogue Addressable fire alarm system, included associated call points, detectors, Exit lights and all associated works, to both the 300 and N Blocks in accordance with NZS4512:2010 ??? Fire Detection and Alarm Systems in Buildings. The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Awatapu College Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded on 15th August 2018 to Maycroft Construction Ltd of Palmerston North. The start date of this contract is Monday 27th August with an anticipated completion date of Friday 23rd November 2018.,20201117 Ministry of Education - School Infrastructure,19532512,Request for Tenders,Closed Competition,Main Contractor for Block A Capital Maintenance & Infrastructure Upgrade at TKK o Mangatuna,17-2600-02,20180315,20180405,20180510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block A Capital Maintenance & Infrastructure Upgrade Remove one toilet block Upgrade one toilet block Upgrade water storage systems Upgrade access Interior upgrade to admin office Upgrade fire alarm system",Awarded,,20201117 Ministry of Education - School Infrastructure,19532669,Request for Proposals,Closed Competition,"New Food Technology Centre at One Tree Hill College, Auckland",19219770,20180319,20180410,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract was awarded to Vivian Construction Limited.,20201117 Ministry of Education - School Infrastructure,19535008,Request for Tenders,Open Competition,Fire Alarm Upgrade Appleby School,3180,20180319,20180430,20190326,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Appleby School, Nelson. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Appleby School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19536153,Request for Tenders,Open Competition,Fire Alarm Upgrade Mosston School,2403,20180319,20180430,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mosston School, Nelson. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Mosston School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19536369,Request for Proposals,Closed Competition,"Block 1 ILE Redevelopment at Blockhouse Bay School, Auckland",19226260,20180319,20180418,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract was awarded to Vivian Construction Limited.,20201117 Ministry of Education - School Infrastructure,19537869,Request for Tenders,Closed Competition,5351 RFT Main Contractor for Roof replacements and various repairs at Freyberg High School,5351,20180316,20180410,20180621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works includes a like for like reroof of Block B, roof replacement with new pitched roof on Block J and various downpipe and gutter replacements/modifications The school will remain operational during the works and hoardings and weather protection to be provided as necessary.",Not Awarded,Contract awarded to Colspec Construction June 2018,20201117 Ministry of Education - School Infrastructure,19537897,Request for Tenders,Open Competition,Main Contractor for the Block 1 Technology & Science Rooms Roof Replacement at Royal Oak Intermediate,,20180319,20180413,20180514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works involve the replacement of the roofs of the Science and Technology Blocks. The works could involve the re-fixing, re-flashing or replacement of parts as identified by contractors asked to quote. Contractors will conduct a visual inspection of the roof and inform themselves of all correct dimensions. The price will include all roofing, any correction of roof falls, all gutters, down pipes, flashings and installation of insulation to meet Ministry of Education guidelines. If upon a site inspection it is established that the gutters and downpipes can be retained, i.e. they are in good condition and the capacity is sufficient, they will be kept.",Awarded,,20201117 Ministry of Education - School Infrastructure,19541666,Request for Proposals,Closed Competition,"Block 2 ILE Redevelopment and Gymnasium Alterations at Marina View School, Auckland",19220702,20180320,20180411,20180706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,20201117 Ministry of Education - School Infrastructure,19542961,Request for Tenders,Closed Competition,West Gore Primary School Special needs Modifications,4050-17-SP1,20180320,20180412,20180530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19559629,Request for Proposals,Open Competition,CW2018-02 Taihape Area School - Quantity Surveying Services,,20180322,20180418,20180704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Quotations are being sought for Quantity Surveying consultants for this redevelopment project. The successful consultants will be expected to work collaboratively with the Ministry of Education and the assigned Project Manager/Delivery Manager to provide QS services for the design, procurement and construction of Taihape Area School. Taihape Area School is a Decile 4 coeducational composite school located in Taihape in the Rangitikei district. The school caters for students in Years 1 to 13, and has a roll of 250 students as of July 2017. The School has teaching spaces available to cater for approximately 893 students.",Awarded,,20201117 Ministry of Education - School Infrastructure,19560288,Request for Tenders,Open Competition,Sports Field Drainage and New Astro Turf,,20180322,20180419,20180521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: ??? Supply and install new 36 x 32 m Astro turf. This will include excavation of soil up to 150mm depth ??? Trenching for subsoil drains at 6m centres with novacoil connected with the existing netball drainage system ??? Supply and installation of specific drainage rock, supply load and laser grading of upper base course to maintain 1% consistent levels ??? Supply and application of Tigerbond (or equivalent) ??? Price to include a three-year maintenance programme and warranty Please see attached map for desired positioning of the turf",Awarded,,20201117 Ministry of Education - School Infrastructure,19560559,Request for Tenders,Closed Competition,RFT for Main Contractor for Special Needs Modifications - Boundary Fencing at Glenbervie and Hukerenui Schools,207439 & 207324,20180322,20180413,20180514,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Tender for Main Contractor for Special Needs Modifications ??? Boundary Fencing at Glenbervie and Hukerenui School,Awarded,,20201117 Ministry of Education - School Infrastructure,19561598,Request for Tenders,Closed Competition,Main Contractor for Block A New Multipurpose Room and Fire Alarm Upgrade at Hauroko Valley School,3938-17-01,20180323,20180417,20180531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,19563433,Request for Tenders,Closed Competition,Main Building Contractors for 2x New Classrooms at Hukanui Primary School (RFT),5800,20180327,20180418,20180528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Construct a two-storey classroom block to replace 2x relocatables on site. The block will create two new teaching spaces with breakout spaces and the new area built will cover a total area of 200m2. Timeframe: Anticipated start date early to mid-May. Construction timeframe is 20 weeks. Contract: MOE Major Works Contract DLP: 12 months",Awarded,Contract awarded and all recipients notified via email.,20201117 Ministry of Education - School Infrastructure,19567744,Request for Quotations,Closed Competition,Special needs boundary fencing for Whitney Street School,17-3071-25,20180327,20180427,20180608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The background to this project is that the Ministry of Education and the School Board of Trustees have identified this project based on Priority one Health & Safety. The project work will consist of a number of elements and site improvements to the site in general. The works generally consist of provision of new fence, remedial works to existing fencing to the boundary, and potentially the removal of trees and vegetation to the boundary. The primary outcome for this project is to address the recommended property modifications as identified by the report from the Ministry of Education Occupational Therapist.",Awarded,See attached letter. Thanks Peter Tolan Project Manager,20201117 Ministry of Education - School Infrastructure,19579505,Request for Tenders,Open Competition,Main Building Contractor for London House Roof & Weather Board Replacement - RFT,6116.18.02,20180403,20180427,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Roof and Weather Board Replacement: The works required: a) The roof and spouting are rusting through and the roof is leaking in some areas and needs a full replacement b) Some weatherboards need replacing",Awarded,,20201117 Ministry of Education - School Infrastructure,19579528,Request for Tenders,Closed Competition,Tinwald School Block 1 Library & Classroom Alternations,3561/19/09/2017,20180405,20180426,20180717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are now seeking Requests for Tenders from main contractors for the Block 1 Library and Classroom Alterations at Tinwald Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19585435,Request for Proposals,Open Competition,Lead Design Services for the Masterplanning and Lead Design Services for Roll Growth Classrooms at Torbay School and Oteha Valley School,207520/ 203439,20180329,20180427,20180620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Torbay School and Oteha Valley School Contract opportunity. IMPORTANT: Your responses should be considered in conjunction with the information provided in Section 3: Evaluation of Proposals where the Principal has specified evaluation criteria that must be met. There are a number of items that will require demonstration i.e. examples or confirmation from Tenderers.",Awarded,"The contract was awarded to GHD Limited and will start on 11 June 2018. The term of this contract is until completion (all deliverables are met) of the services, expected to be 31 December 2021.",20201117 Ministry of Education - School Infrastructure,19585557,Request for Tenders,Open Competition,"RFT - Main Specialist Lift Installer, Block A - Replace Lift at Wellington High School, Wellington",4809,20180404,20180430,20180828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,"The contract was awarded to Schindler Lifts NZ Ltd start date late November 2018, expected completion date May 2019.",20201117 Ministry of Education - School Infrastructure,19591259,Request for Tenders,Open Competition,CW 2018-23 Irongate Primary Main Contractor,,20180404,20180502,20180726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Refurbishment and Remediation Works to Blocks F & D at Irongate School. The Contract Works required are detailed within the drawings, but the scope includes: o demolition, o recladding, o new joinery and re-use of some where possible, o roof extension, o flashing and new gutters and roof replacement (in parts), o removal of skylights, o replacement of internal ceiling tiles and wall linings, o upgrading fire signage, o upgrading accessible bathroom, and o relocation of Air Conditioning units",Awarded,"The contract was awarded to Waipukurau Construction 2002 Limited and will start on 30 July 2018. The term of this contract is until completion of the Required Works, expected 21 March 2019.",20201117 Ministry of Education - School Infrastructure,19591408,Request for Tenders,Closed Competition,Macleans College - Mansfield House (Construction),,20180404,20180516,20181004,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Design and Build Services for Mansfield House - Macleans College,Awarded,,20201117 Ministry of Education - School Infrastructure,19591695,Request for Tenders,Open Competition,Main Building Contract for Kings High School Special Needs Modifications,383.17.05,20180405,20180501,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Vision Impaired Special Needs Modifications - Paint bollards/handrails, apply metal art replas to end of seating, new rain drainage system, heel stop grates, paint posts and gates, apply ecoglow contrast strips, put in new door closers.",Awarded,,20201117 Ministry of Education - School Infrastructure,19592519,Request for Tenders,Open Competition,Main Contractor for the Block 1 Timber Joinery Replacement at Royal Oak Intermediate,,20180406,20180502,20180720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Replacement of the Block 1 window and door joinery as described in the project brief at Royal Oak Intermediate,Awarded,,20201117 Ministry of Education - School Infrastructure,19592627,Request for Tenders,Open Competition,Main Contractor for the Roofing Works at Onehunga Primary School,,20180406,20180502,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Removal of the existing roofing material on Blocks 1, 2, 4, 8, 13 and the pool sheds. Once the roofing materials are removed the structure is to be inspected to ensure it is in a good serviceable condition. Any repairs needed will be recorded and conducted to industry standard. New roofing iron .55 gauge is to be installed along with new gutters and down pipes to meet industry standards.",Awarded,,20201117 Ministry of Education - School Infrastructure,19592722,Request for Tenders,Open Competition,Main Contractor for the Roofing and Window Joinery Replacement at Sir Edmund Hillary Collegiate,,20180406,20180502,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Window Joinery Replacement ??? Junior and Middle School Gym ??? The existing high level window joinery in the Junior and Middle School Gym is to be removed and replaced with heavy duty commercial grade 40mm aluminium joinery. ??? Replacements are to match the existing profile of the windows as close as possible. ??? All hardware will be included and priced to match the existing units (closers, latches, locks, etc.) ??? The proposed products and materials must be rated for this use and application, as well as being fit for purpose. Roofing Works Block H ??? Room 20 ??? The roof and all gutters/downpipes are to be replaced ??? Roof are to be insulated ??? contractors are to inform themselves if required Junior Block JB ??? Rooms 1 ??? 18 ??? All clearlite sheeting is to be replaced (including all fixings) including safety mesh as per MoE guidelines Technology Block ??? Senior School ??? Upper cliplok roof is to be replaced with new roofing iron ??? Lower membrane roofing is to be re-pitched and fitted with new roofing iron ??? Rain heads and gutters are to be replaced ??? Roof are to be insulated ??? contractors are to inform themselves if required Music Room ??? Senior School ??? The existing skylights are to be removed ??? The roof and all gutters/downpipes are to be replaced ??? Roof are to be insulated ??? contractors are to inform themselves if required Marae/Whare ??? New roofing iron is to be fit on low pitch roof area, all flashings are to be replaced ??? Roof are to be insulated ??? contractors are to inform themselves if required Junior and Middle School Gym ??? The whole roof is to be replaced including all flashings and gutters ??? This work needs to be carried out in conjunction with the window joinery replacement ??? Roof are to be insulated ??? contractors are to inform themselves if required Middle School M3-M11 ??? All fibrolite sheets and fixings are to be replaced, the contractors are to recommend the best fitting solution for the area",Awarded,,20201117 Ministry of Education - School Infrastructure,19592783,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1, 2 and 3 Roof Replacement at Viscount School",,20180405,20180502,20180914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the approved 5YA, multiple roofs were identified as being in need of replacement. Replacement must be 0.55 gauge steel of a similar profile, and insulation must be installed where possible. The roofs requiring works are as follows: ??? Block 1 Admin ??? Roof Replacement of the Administration Block and Library ??? Block 1 Archgola ??? Clearlite Replacement on Archgola between Hall and Classrooms ??? Block 2 Classrooms ??? Roof Replacement on Classrooms ??? Block 3 Staffroom ??? Roof Replacement on the Staffroom, Stairwells and section of corridor between Staffroom and Classrooms ??? Block 3 Deck ??? Clearlite Replacement on deck archgola outside Staffroom",Awarded,,20201117 Ministry of Education - School Infrastructure,19594138,Request for Tenders,Open Competition,Main Contractor for the Block 3 Carpet and Vinyl Replacement at Viscount School,,20180406,20180502,20180522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Requires replacement of existing carpet in all classrooms with carpet tile, and Replacement of toilet and corridor vinyl with a combination of carpet tile and vinyl.",Awarded,,20201117 Ministry of Education - School Infrastructure,19594594,Request for Tenders,Open Competition,Main Roofing Contractor for Replacement Roofing at Bucklands Beach Primary School,,20180409,20180508,20190326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders is an invitation to suitably qualified contractors to submit a Tender for Main Roofing Contractor for Replacement Roofing at Bucklands Beach Primary School The Contract Works required are: i. Supply and install new .55 gauge Colour Steel roofing iron (colours to match existing) to blocks 1,3,4,6(lower Roofs), 7, 9(verandas). ii. Price must include the removal from site and disposal of old roofing iii. Edge protection must be included in price iv. This will be a live school environment. All staff must be police vetted or chaperoned at all times by a vetted member of staff i. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. See Tender Documents for further information.",Not Awarded,School budget exceeded,20201117 Ministry of Education - School Infrastructure,19597729,Request for Proposals,Open Competition,"Lead Design & Engineering Services for Construction of a 2 Classroom Block, Structural Strengthening & Weathertightness Remediation at Long Bay College",201873,20180406,20180504,20180803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Lead Design and Engineering services are required for the construction of a 2 classroom block, structural strengthening and wethertightness remediation works at Long Bay College in Torbay, Auckland. - A 2 classroom technology room in Block C was destroyed by fire and is to be reconstructed. Structural elements will be designed to allow for a second level to be added in the future if required. - Block A required the roof to be re-pitched and re-roofed due to weathertightness issues. - Block C has weathertightness issues which need to be addressed in order for CCC to be issues - Block S has a second level science lab which requires structural strengthening as there is evidence of movement in the structure. Temporary propping has been installed to make the room safe however a long term solution is necessary.",Awarded,Following non-price and price evaluation. GHD were awarded the contract for Lead Design and Engineering Service for Long Bay College.,20201117 Ministry of Education - School Infrastructure,19597752,Request for Tenders,Closed Competition,"Main Contractor - Construction of Library, Multipurpose Room at Ruakaka School",01.08.2013,20180409,20180504,20190416,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The project is to provide a new library / multipurpose room at Ruakaka Primary School located adjacent to the existing swimming pool. The new Library and Multipurpose Room will have an interconnecting glass door between spaces and be fit out to accommodate the function of each space ??? fixed wall shelving to the library and kitchen facilities and workstations to the multipurpose. Building complete with verandah and deck with fully compliant accessible concrete ramp. Due to a rapid increase in roll growth, the school???s previous library and multipurpose room (block2) were converted to teaching spaces in 2017. This project reinstates the 2 spaces lost to create permanent classrooms 10 and 11.",Awarded,,20201117 Ministry of Education - School Infrastructure,19598742,Request for Tenders,Open Competition,Churton Park School - Construction Services Major Redevelopment,CW2018-25,20180409,20180524,20190116,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Churton Park School is located in Wellington and is a decile 10, year 1 to 8 primary school. In 2014 the school was found to have serious weather tightness issues throughout the school. The extent and scale of the condition issues means the school needs to be redeveloped. The scope of services covers a master plan to accommodate a design roll of 383 students and a total gross property area of 2,470m2 which includes an existing hall which will be retained. The Ministry has approved funding to complete the first stage. The project???s overall scope includes: ??? Providing six new teaching spaces and a library. ??? Providing a new administration building. ??? Provide a one classroom extension to current new entrants block. ??? Remediating the existing hall. ??? Rationalising surplus property. ??? Relocation of Block W to Block SS location ??? Upgrading the infrastructure and completing associated site works including providing a new courtyard. It is anticipated that the programme will see the project completed within 18 months against the proposed staging plan. However it is encouraged for the Main Contractor to consider alternative staging options to reduce this timeframe during the tender process. Contractors are instructed to submit a programme that is realistic and achievable. Any alternative staging options need to ensure that key infrastructure are removed from the current library and admin areas first, and maintain 16 teaching spaces throughout the project. The intent with the current staging plan was to maintain the current teaching spaces while the new block is built, once the new block is built there will be adequate spaces to take out existing spaces progressively. While the new block (Block C) is built, the Hall can be used for 2 teaching spaces",Awarded,,20201117 Ministry of Education - School Infrastructure,19599539,Request for Tenders,Open Competition,Property Modifications Eastern Hutt School,,20180409,20180503,20180619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,Awarded to Peryer Construction Wgtn Ltd,20201117 Ministry of Education - School Infrastructure,19607100,Request for Tenders,Open Competition,Main Contractor for the Block R DQLS Refurbishment at Otahuhu College,,20180411,20180507,20180928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Refurbish the interior of the music suite to address the required life-cycle replacements and to meet DQLS requirements.,Not Awarded,The school has put this project on hold,20201117 Ministry of Education - School Infrastructure,19607222,Request for Tenders,Open Competition,Main Contractor for the Asbestos Spouting Replacement at Otahuhu College,,20180411,20180507,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Replace all asbestos spouting on T Block to ensure the presence of asbestos is minimised.,Awarded,,20201117 Ministry of Education - School Infrastructure,19607949,Request for Tenders,Closed Competition,Rakaia School Block 1 Verandah & New Workroom,3480-20170524,20180412,20180504,20180917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"We now invite tenderers to submit a price of this work, as per the attached plans and specifications",Awarded,,20201117 Ministry of Education - School Infrastructure,19608659,Request for Tenders,Open Competition,Rotorua Lakes High School - ILE Upgrade - Blocks A & S,9577-10,20180411,20180507,20180828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Require Main contractors only to price alteration works at Rotorua Lakes High School. The works involve creating a new science teaching room, upgrading science preparation rooms. Creating a new resource room, upgrading a teachers office area, upgrading single sex toilets to unisex.",Awarded,The contract was awarded to Burton Construction & Maintenance Ltd.,20201117 Ministry of Education - School Infrastructure,19612711,Request for Tenders,Open Competition,Main Contractor for Block 1 refurbishment and covered outdoor breakout space at Robertson Road School,,20180412,20180510,20180611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Robertson Road School seek the services of a building contractor to refurbish a 4 classroom block and build a covered outdoor breakout space,Awarded,,20201117 Ministry of Education - School Infrastructure,19617204,Request for Tenders,Closed Competition,Main Building Contractors for LSM Bathroom and Admin Block at Tahuna School (RFT),5820,20180417,20180509,20181123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Relocation to site 1x existing building (from relocator???s yard, Drury) for conversion to Administration Building, including conversion works for same. Relocation to site 1x existing Learning Support Bathroom Unit (from Tirohia School), including minor amendments to adapt to new location. Provision/reticulation of services to relocated buildings ??? electricity, water, storm-water and waste/sewer ??? and access decks, steps and ramps. Start: End of May/early June 2018 Timeframe: 10 weeks Contract: MOE Medium Works Contract DLP: 6 months",Not Awarded,The tender validity period expired and this was not awarded.,20201117 Ministry of Education - School Infrastructure,19623687,Request for Tenders,Closed Competition,"Papatoetoe Intermediate School: Main Contractor for the construction of new technology block, and demolition of music room/ hall",,20180417,20180518,20190516,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Second stage closed tender for the construction of a 4 classroom technology block and demolition of a hall/music block at Papatoetoe Intermediate School, Auckland.",Awarded,Accent Construction Interiors Ltd was the successful tender and was awarded the contract on 1st October 2018,20201117 Ministry of Education - School Infrastructure,19627013,Request for Tenders,Open Competition,"Main Building Contractor for the Roof Replacement,Asbestos Removal and Drainage Work at Castlecliff School",,20180417,20180511,20181112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Castlecliff School Board of Trustees are wanting to contract a Main Building Contractor to carry out, Roof Replacement, Asbestos Removal and Drainage Work at Castlecliff School The project includes: ??? Removal and re-pitching of the Roof of an Existing Classroom Block ??? Removal and Disposal of Asbestos Cladding around an Existing Classroom Block ??? Replacement of the water mains and associated site works ??? Stormwater separation and associated site works ??? Sanitary sewer modification and associated site works Please use the GETs question and answer to arrange for a site visit.",Awarded,"We are pleased to announce that Shane Stone Builders were the successful tenderer for the Roof Replacement,Asbestos Removal and Drainage Work at Castlecliff School. Their successful tender price was $199,665.65",20201117 Ministry of Education - School Infrastructure,19628326,Request for Tenders,Open Competition,Main Building Contractor for Waikouaiti School Special Needs Projects - RFT,3852.17.02,20180417,20180515,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Install Boundary Fencing to the property,Awarded,,20201117 Ministry of Education - School Infrastructure,19629140,Request for Proposals,Open Competition,Integrated Design Services for Three Roll Growth Teaching Spaces at Wainui School,,20180417,20180511,20180727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Integrated Design Services for the construction of 3 roll growth classrooms at Wainui School (the Services) which will involve: General/overall Services and deliverables: ??? client relationship and stakeholder management ??? design related risk identification and management ??? assisting with financial management of the project ??? provision and management of all required design services to provide the desired outcome including but not limited to: Architectural Design Structural Engineering Civil Engineering Fire Engineerin Electrical Engineering (incl. lighting design) Buildings Services Engineering (i.e. Mechanical, HVAC, Data, Security, Water, Drainage, etc) Hydraulic Engineering Acoustic Engineering Geotechnical Engineering Traffic Engineering Resource Management and Planning Services Landscape Architecture ??? The Services must be provided in compliance with Design Standards for School Property",Awarded,The contract has been awarded to DLM Architects,20201117 Ministry of Education - School Infrastructure,19634153,Request for Tenders,Open Competition,Tolaga Bay Area School Lead Design Services,CW2018-33,20180418,20180515,20180706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"For design services to continue from preliminary design through to construction including construction observation services for Tolaga Bay Area School. The scope of services in this contract include: ??? Peer reviewing and/or preparing parallel developed and detailed design estimates (30 Oct 2018) ??? Managing the procurement of the construction phase including preparing all documentation (Construction start Dec 2018 - end 2019) ??? Fulfilling the engineer to contract roll",Awarded,,20201117 Ministry of Education - School Infrastructure,19635374,Request for Tenders,Closed Competition,Main Building Contractors for D Block ILE & DQLS upgrade at Glenview Primary School,5775,20180420,20180515,20180628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: - Remove walls between the classrooms to create a common wet area/break out space between them. - Reconfigure the bag bay area. - Additional verandah to create an outdoor learning environment. - Stacker door internally to one teaching space and to both spaces access outdoor learning environment. - Lifecycle replacement of wall and floor coverings and cabinetry. - Replacement of lighting with LED fittings. - Removal or part or all of the toilet areas to create breakout space. Timeframe: Start ASAP (but to be agreed); Finish 8 weeks from the date of site possession DLP: 6 months Contract: MOE Medium Works",Awarded,Tender has been awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,19636425,Request for Tenders,Open Competition,New Driveway Access at TKKM Matangi,CW2018-26,20180418,20180514,20181127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The MoE purchased a property ???32 D???arcy Street??? to allow a pedestrian and vehicle access to be constructed for the new school. Currently the school are using a leased accessway through the adjacent church. There is no other way to access the school which is essentially landlocked. This project is to construct construct the driveway access including stormwater and new data and power supplies to the school. It is requested that the work occur and be fully completed by the end of July 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,19636547,Request for Tenders,Open Competition,Moerewa School Fencing Project,208264,20180418,20180516,20180917,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This tender is an invitation for suitably qualified contractors to tender for a fencing project at Moerewa School in Northland.,Awarded,,20201117 Ministry of Education - School Infrastructure,19636631,Request for Tenders,Open Competition,Kamo Intermediate Fencing Project,208588,20180418,20180516,20180917,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This is an invitation for suitably qualified contractors to submit a tender for the Kamo Intermediate Fencing Project in Northland.,Awarded,,20201117 Ministry of Education - School Infrastructure,19637174,Request for Tenders,Closed Competition,RFT Main Building Contractor for the Port Chalmers School ILE Upgrade,3803.16.01,20180420,20180515,20180615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,ILE Upgrade as per description in attachments,Not Awarded,"Tender Contract Awarded to Keith Mitchell Builder Dunedin Ltd. Thanks to all those who submitted a tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,19644102,Request for Proposals,Open Competition,Rototuna Primary School Design Services for Roll Growth Project,CW 2018-30,20180423,20180517,20180706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"An invitation to suitably qualified Consultants to submit a Proposal for the Design Services for the Roll Growth Project at Rototuna Primary School Contract opportunity. The school is experiencing rapid roll growth. This is a consequence of the rapid growth of the northern suburbs of Hamilton and, specifically, the area within the Enrolment Zone. As a consequence of the Roll growth the school has a deficit of some 10 Teaching Spaces. This project is to provide those 10 Teaching spaces in stages as Funds are made available. The current requirement is for three spaces with an Instruction for a further seven being anticipated in the next three months. A Bulk and Location plan has been prepared which locates the areas for development. The 10 teaching spaces will be delivered in 3 stages: Stage 1 Provision of 3 teaching spaces as extensions to existing buildings Stage 2 Provision of 1 teaching space as extension of existing building Stage 3 Provision of 6 teaching spaces in a 2 storey block of 3 spaces Relocation of existing storm water attenuation scheme The consultant scope of services comprises: ??? Review of the Masterplan and Concept Design ??? Preparation of the Outline Plan ??? Preliminary Design ??? Developed and Detailed Design ??? Construction Observation",Awarded,,20201117 Ministry of Education - School Infrastructure,19647266,Request for Tenders,Closed Competition,Specialist Contractor for Design Build Solutions for Fire System Based Warning System at Nothcote College,,20180427,20180521,20180703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Design, supply, installation and commissioning of the Fire, associated systems and interfaces in accordance with relevant NZ Standards with the installation requirement to meet industry and site specific guidelines.",Not Awarded,No prices received,20201117 Ministry of Education - School Infrastructure,19647403,Request for Tenders,Closed Competition,Specialist Contractor for Design Build Solutions for PA System Based Warning System at Northcote College,,20180427,20180521,20180703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Design, supply, installation and commissioning of the Public Address System, associated systems and interfaces in accordance with relevant NZ Standards with the installation requirement to meet industry and site specific guidelines.",Not Awarded,No prices received,20201117 Ministry of Education - School Infrastructure,19660356,Request for Tenders,Open Competition,Main Contractor for the Drainage Remediation at Onehunga Primary School,,20180430,20180523,20180914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project is to undertake the site wide replacement of failing pipework, failing soak holes, and cess pits, and the making good of areas damaged by flooding and drainage works as identified as part of the specialist reporting completed for the schools 10YPP.",Awarded,,20201117 Ministry of Education - School Infrastructure,19660489,Request for Tenders,Open Competition,Flanshaw Road School - New Arohanui Unit,K2 174882,20180430,20180525,20180713,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of the project is to address significant weather tightness issues and subsequent failure of the Arohanui School satellite unit at Flanshaw School which has caused the existing building to fall into significant disrepair. After thorough inspection of the existing building, it was assessed as being in such a dilapidated condition that it is no longer fit for purpose as a teaching space. Furthermore, the structure has been assessed to be in a condition that makes the building beyond economic repair and therefore remediation of the premises is not an economically viable option. This building also could not be relocated and as such was recommended for demolition and for erection of a new building to replace the demolished building. The new building will be on the same location and footprint as the previous building, providing Arohanui School a gross floor area of 305m2 (excluding external play areas). The existing building has been demolished under separate contract. There are no special phasing requirements. The students have been rehoused at the Arohanui Main Unit. o Project Manager: Synergine Group Ltd ??? Peter Jordan o Quantity Surveyor: Jacobs Ltd ??? James Channell o Lead Designer: GHD Woodhead ??? Petar Milivojevic",Awarded,,20201117 Ministry of Education - School Infrastructure,19661244,Request for Tenders,Closed Competition,Ministry Of Education SNM Waitakere College,200021,20180426,20180524,20180528,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry has identified numerous areas within the College that require attention by way of new buildings or upgrades to current access ways to enable the staff and students to function within the College as required to undertake teaching. The Ministry has selected suitably qualified Contractors via GETS and has completed the procurement process to shortlist a number of main Contractors for the purpose of requesting a tender.,Not Awarded,This RFX was replaced by an MOE loaded RFx,20201117 Ministry of Education - School Infrastructure,19662512,Request for Tenders,Closed Competition,Mount Albert Grammar School - Construction of a Science Block,,20180427,20180525,20180808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking a Main Contractor for a Roll Growth project at Mount Albert Grammar School. The scope of this project is to construct a two storey twelve specialist classroom block. This project delivers a Gross Floor area of 1646m2, this includes 10 specialist (laboratories), 2 general teaching spaces and teachers??? resource areas. It is anticipated that the construction period will be approximately 12 months from appointment with defects period of 12 months. Anticipated commencement date : June 2018",Awarded,,20201117 Ministry of Education - School Infrastructure,19663186,Request for Tenders,Open Competition,Clinton Primary School Senior & Junior Block Weather tightness repairs,CW2018-37,20180430,20180524,20180704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education are seeking the services of a suitably qualified and experienced main contractor to undertake the Weather-tightness repairs of both the senior & the junior Block. The Contract Works required are: ??? For the Senior Block (1): The plan is to remove the existing conservatory style structure and replace it with a standard timber framing and roof as per NZ 3604 and having the right detailing to make the structure Weather-tight . ??? For the Junior Block (2): The plan is to replace the whole roof with a new colour steal cladding, improving the slope of one of the roofs , replacing all the flashings, fascia and gutter system, also the replacement of the high levels aluminium joinery into double glazed windows with opening actuators. The contractor will also need to expose the internal lining of some of the ceilings and walls in localized areas where the leakage used to take place to assess the integrity of the framing and would allow for replacing the members that have rotted or have created mould after mould testings gets done if needed. ??? The extent of framing to be replaced in either the walls or roof can only be estimated once the internal lining gets exposed in effected areas. ??? Some stucco cladding (around replaced windows) will need to be replaced and direct fixed (like for like). The repair work will have to be staged on two phases to allow for the day to day school operation. Time frames are: ??? Preferred Start date: 9th of July 2018 ??? Preferred: Stage one (Senior Block) repairs due date to complete by: 10th of August 18 ??? Preferred: Stage two (Junior Block) repairs due date for completion: 28th of September 18",Awarded,,20201117 Ministry of Education - School Infrastructure,19664046,Request for Tenders,Open Competition,Main Building Contractor for the Roof Replacement and Building Envelope Repairs at South Wellington Intermediate School,,20180426,20180522,20180725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The project is the implementation and delivery of a new roofing system including remedial works to the building envelope at South Wellington Intermediate School. It is noted that the low level roofs have been previously replaced and made good in part through a Ministry of Education project conducted in 2014. This project focuses on the high level roofs at the school. These works are to be conducted in a manner that minimises disruption to the School during operation hours. This is to be considered within the Main Contractor???s proposed methodology.,Not Awarded,The tender process was cancelled prior to awarding a contract.,20201117 Ministry of Education - School Infrastructure,19665334,Request for Tenders,Closed Competition,Main Contractor for the Block D ILE & DQLS at Mangere College,,20180427,20180518,20180921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This RFT is an invitation to selected suitably qualified contractors to submit a tender for the Main Contractor for the Block D ILE & DQLS following the recent ROI.,Awarded,Aspec Construction Ltd came back with the lowest price.,20201117 Ministry of Education - School Infrastructure,19668138,Request for Tenders,Open Competition,"Main Contractor for ILE Upgrading of Blocks E, G, G2 & H at Grey Main School (RFT)",204981,20180430,20180529,20180712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of Grey Main School Board of Trustees we are seeking Tenders from suitably qualified Main Contractors for the ILE Upgrading of Blocks E, G, G2 & H at Grey Main School. Grey Main School is located at 12 Joyce Crescent, Greymouth 7805. Grey Main School wish to refurbish and create innovate learning environments (ILE) in Blocks E, G, G2 & H (Classrooms 13, 14, 15, 16 & 17). This project comprises of internal alterations, refurbishment, demolition of internal walls to create open plan spaces (ILE) and also replacing the roof above classroom 17. Refer to attached tender documents as listed in section 1.8 of attached RFT for further information. Construction to be staged: Stage 1 (Blocks G, G2 & H) to commence following contract award and stage 2 (Block E) to commence following completion of stage 1. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. Appointed Main Contractor will be engaged through the Ministry of Education???s Medium Works Contract. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,19671138,Request for Quotations,Closed Competition,School Transport Daily Bus and Technology Bus Routes In Wellington and the Hutt Valley,,20180427,20180511,20180613,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking Responses from suitable suppliers that have the capacity to deliver School Transport Services. The Ministry has a strong preference that there be a single supplier for all the routes, however providers will only be considered for delivery of part of the requirement if no provider has the capacity or is interested in providing the full requirement.",Awarded,This Tender has been awarded to Tranzit Group Ltd,20201117 Ministry of Education - School Infrastructure,19671621,Request for Tenders,Open Competition,Roofing Contractor for Nayland Primary School Roofing Refurbishment,,20180501,20180525,20180621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of Nayland Primary School Board of Trustees we are seeking Tenders from suitably qualified Roofing Contractors for the Nayland Primary School Blocks A, C, D & E Roofing Refurbishment Project. Nayland Primary School is located at 225 Nayland Road, Stoke, Nelson 7011 Nayland Primary School wish to replace and refurbish the existing roofing to Blocks A, C, D & E. Refer to attached tender documents as listed in section 1.8 of attached RFT for further information. Construction to be staged: Construction commencement on the 9th of July 2018, with the works staged where possible over the school holidays; 9th-20th July 2018 and 1st-12th October 2018, working during the school term to be agreed prior to contract signing. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. The appointed Roofing Contractor will be engaged through the Ministry of Education???s Medium Works Contract. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,19671665,Request for Tenders,Open Competition,Main Building Contractors for Learning Support Modifications at Whenuakite School (RFT),5784,20180509,20180606,20180807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Scope: Provide stair and ramp accessibility to existing classroom blocks A, B, C, D, E, K and L. Work is also to include renovating and making compliant an accessible WC with shower in Block L. The work is to be sequenced according to Key Notes 1.00.01 ??? 4.00.10 on the Existing Site Plan Sheet 101. Contract: MOE Medium Works DLP: 6 months Start: ASAP but to be agreed between the parties. Construction period: 12 weeks",Awarded,Tender awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,19672766,Request for Proposals,Open Competition,Design & Engineering Services for Science & Technology Blocks at Macleans College,,20180430,20180525,20180924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Design and Engineering services for the Science and Technology Blocks at Macleans College.,Awarded,,20201117 Ministry of Education - School Infrastructure,19675028,Request for Proposals,Open Competition,"Lead Design Services for Sensory Resource Hub (Riselaw St, Dunedin)",CW2018-36,20180501,20180525,20180628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for Lead Design Services to develop a Sensory Resource Hub at a closed school facility (ex-Calton Hill School) located at 38 Riselaw Road, Dunedin. The closed school facilities at 38 Riselaw Road, Dunedin is to be redeveloped into a Sensory Resource Hub for Van Asch Deaf Education Centre (VADEC), Blind and Low Vision Education Network NZ (BLENNZ), and Resource Teachers: Learning and Behaviour (RTLB). It is proposed the three services will occupy the building on the lower portion of the site. The proposal for the Sensory Resource Hub will incorporate shared facilities and resources that can be utilised by the occupants as well as providing opportunities for each occupant to expand and improve services to their local communities. This project scope is for the lower site development. The facilities on the upper site is currently being considered to house other interested service providers. This is under discussion and we reserve the right to negotiate an extension to the scope of the current contract to incorporate the upper site redevelopment. Timeframes are: - Completion of detailed design (estimated): October 2018 - Construction completion (estimated): December 2018 ??? November 2019",Awarded,,20201117 Ministry of Education - School Infrastructure,19679245,Request for Tenders,Closed Competition,Waitakere College Buiding Extension and Internal Modifications,SNM 200021,20180502,20180528,20190522,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education has identified numerous areas within Waitakere College that require attention by way of a new building extension and special needs modifications to current access ways to enable the staff and students to function within the College as required to undertake teaching.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,19684293,Request for Tenders,Open Competition,Services for Building and Asset modifications at Otonga Road Primary School,,20180503,20180612,20180725,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"Otonga Road School is a year 0 ??? 6 primary school located in Springfield, Rotorua. The school has been modifying the student toilet areas to uni-sex facilities over a number of years in various blocks of the school. This has allowed additional breakout space to be created for use by groups of students. The School BOT wish to engage a suitable main contractor to undertake the next group of projects in the 5YA programme. These include: ??? Block B, rooms 1-4. The Modifications to Block B include refurbishment of the two ablution areas, the Assistant principals??? office and reading recovery space to remain as AP office and 2 CRT spaces. ??? The refurbishment of the former dental clinic (1875-6) to allow the relocation of the ESOL room functions. ??? Supply and installation of covered walkways (canopies) in 3 areas of the school. ??? There is also a requirement to complete a number of replacements in respect to; -heating in 3 classrooms, -water supply (section of pipe replacement and replacement drinking fountains) -removal of hard wired smoke alarms -replace manhole lid and frame - hard landscaping (paving)",Awarded,,20201117 Ministry of Education - School Infrastructure,19685020,Request for Tenders,Open Competition,CW2018-31 Main Contractor(s) for Roll Growth Classrooms and Hall Project at Goldfields and Cromwell Schools,CW2018-31,20180502,20180605,20181205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2018-31 Roll Growth Classrooms and Hall Project at Goldfields and Cromwell Schools.,Awarded,"The contract for the Roll Growth Classrooms was awarded to Cook Brothers Construction and started on 17 September 2018. Final practical completion is anticipated to be 25 March 2019. Please note that the procurement process for the Hall Project remains ongoing and an update will be provided when possible.",20201117 Ministry of Education - School Infrastructure,19685631,Request for Proposals,Open Competition,RFP for Special Needs Modifications (SNM) - Cost Management Services,CW17222,20180503,20180608,20190520,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified independent Quantity Surveyors/Cost Consultants to submit a Proposal for the SNM Cost Management Services. The overall outcome sought is that the special needs projects are completed in a cost efficient and timely manner so the pupil can integrate into the School environment as quickly as possible. The SNM Cost Management Services will cover Auckland and Northland regions, it is anticipated that the Contract will commence by early August 2018. The duration of the Contract will be for 1 year from commencement with the potential for 3 extensions (1+1+2+2). Briefing and Presentation for RFP on 14/5/17 at 10am. Attendance of a briefing session is important for those who intend to bid. Please see registration information details in Section 1.3 (d) & (e) of the RFP.",Awarded,,20201117 Ministry of Education - School Infrastructure,19686701,Request for Tenders,Open Competition,Main Contractor Kapiti College New Student Toilet Block,,20180504,20180529,20180625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kapiti College BOT seek the services of a Main Building Contractor to undertake the construction of the New Student Toilet Block on the college site. The work involves the construction of a new building on an undeveloped part of the college site, the main features of the project are as follows ??? Construction of a new single storey light framed timber building on a concrete floor slab approx. 65 m2 in size ??? The building is a dedicated student toilet block containing 10 unisex cubicles a common foyer and entry porches at both ends. ??? It is envisaged that the work will take place over terms 2& part term 3 2018 and be ready for school use in term 3 2018. An indicative program shall be requested with the tender response. The works will be operated under a CPU. ??? The project will be a complete turnkey project where a completed building ready for school use will be handed over on completion.",Awarded,We received two valid responses from the Market from two reputable construction companies. There were both considered to be equal in terms of non priced attributes for this scale and type of work. We therefore awarded the contract based on price. The successful tenderer is Multibuild Ltd,20201117 Ministry of Education - School Infrastructure,19687794,Request for Proposals,Open Competition,Hauraki School - Roll Growth Project - Lead Design Services,,20180503,20180528,20180716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Hauraki School Contract opportunity. Hauraki Primary School is a Decile 10 contributing primary school located in Hauraki, North Shore, Auckland. The school caters for students in Years 1 to 6, and has a roll of 527 students as of October 2017. There are currently 19 teaching spaces on site, and 2 temporary leased classrooms on the field. The school is on a compact site of 2 hectares. The build roll is 568 (24 teaching spaces). The Master Plan roll is 700 (30 teaching spaces). The scope of the project is Stage 1 of the attached Masterplan. That is, to build a two-storey, 10-classroom block in the southwestern part of the site after demolishing Block 2 (four teaching spaces) and Block 6 (resource areas). This results in a net increase of six teaching spaces, taking the school???s total to 25. Given the site configuration and the need to build multi-storey, it is easier to add six classrooms rather than five. The Principal is seeking Lead Design Services for construction of a 2-storey 10 teaching space classroom block at Hauraki School (the Services) which will involve: ??? client relationship and stakeholder management ??? design related risk identification and management ??? assisting with financial management of the project ??? working collaboratively in an ECI environment ??? provision and management of the following sub-consultancy services: - Design Manager - Architectural Design - Structural Engineering ??? including the design of seismic ceilings and partitions - Civil Engineering - Fire Engineering - Electrical Engineering (incl. lighting design) - Buildings Services Engineering (i.e. Mechanical, HVAC, Data, Security, Water, Drainage, etc) ??? Vertical Transportation/Lift Specification required - Hydraulic Engineering - Acoustic Engineering - Geotechnical Engineering - Traffic Engineering - Resource Management and Planning Services - Landscape Architecture - DRP Documentation, Attendance & Review",Awarded,,20201117 Ministry of Education - School Infrastructure,19697771,Request for Tenders,Closed Competition,MoE Construction of New Lift Shaft & Lift at Waiheke High School,P2169,20180516,20180606,20180719,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The project is for the construction of a replacement lift shaft and car to the exterior of block B at Waiheke High School which is located in a marine environment. The Contract Works required are; Demolition and removal from site of existing lift car and shaft, cutting back the existing building to allow compliant shaft in the same location. Construction of new concrete block lift pit, steel and timber farmed lift shaft with profiled metal roofing and installation and commissioning of new lift car. The new car will service 3 levels and be 1400mm x 1600mm internal dimensions as per the NZBC requirements for an accessible lift.",Awarded,,20201117 Ministry of Education - School Infrastructure,19707127,Request for Tenders,Closed Competition,CW2018-41 Request for Tenders for Remedial Works at Pahoia School,,20180509,20180530,20180726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Remedial Works at CW2018-41 Pahoia School.,Awarded,"The contract was awarded to Hawes Building Solutions Limited and will start on 30 July 2018. The term of this contract is until completion of the Required Works, expected 12 November 2018.",20201117 Ministry of Education - School Infrastructure,19707634,Request for Tenders,Open Competition,Homai School classroom Block 1 upgrade,1314 12042018,20180514,20180608,20180628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Project forms part of the current 5 YA program for this School. The scope is to replace the North facing glazed wall with new double glazing, including adjoining hardware and finishing to meet current compliance and Ministry ILE standards for Light, Ventilation and Acoustics. Additionally, the provision of indoor / outdoor flow and access to multi use covered takeout spaces (Payola). Replacement of end of life doors and Joinery, as shown in the schedule, to the Southern face of the Building.",Awarded,,20201117 Ministry of Education - School Infrastructure,19711111,Request for Tenders,Open Competition,Contract Works for Expansion of Hot Water Heating at West End School,,20180511,20180607,20180708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,West End School Board of Trustees are seeking a main contractor to supply and install new radiators and expansion of the associated hot water reticulation system affecting 7 Blocks at West End Te Kura O Morere,Awarded,"The contract was awarded to Flow Industries Ltd with a start date of 7 July 2018 and the due date for completion, 22 July 2018.",20201117 Ministry of Education - School Infrastructure,19712268,Request for Tenders,Open Competition,Fire Alarm Upgrade New Plymouth Boys High School,171,20180514,20180618,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at New Plymouth Boys High School, New Plymouth. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and New Plymouth Boys High School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19715130,Request for Tenders,Open Competition,Fire Alarm Upgrade Kamo Intermediate,1029,20180516,20180618,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Kamo Intermediate, Whangarei. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Kamo Intermediate is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19715801,Request for Tenders,Open Competition,CW2018-20 Main Contractor for Redevelopment at Brooklyn School,,20180511,20180618,20181017,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor services for a Redevelopment Project at CW2018-20 Brooklyn School in Wellington.,Awarded,"The contract was awarded to Southbase Construction and will start on 17th October 2018. The term of this contract is until completion of the redevelopment, expected to be 22 June 2020.",20201117 Ministry of Education - School Infrastructure,19717030,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block F - Replace Spalling/Replace Stairs at Wellington High School, Wellington",4854,20180515,20180614,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The work includes the repair of spalling to the concrete walls of Block F (hall) especially about window openings and the replacement of exterior egress stairs. Over many years water has got into the concrete walls and corroded the reinforcing blowing the concrete. The concrete is to be repaired and the entire fa??ade painted. Steel windows cast into openings have created similar issues and are to be removed and replaced with new double glazed aluminium units. The existing external egress stairs are non compliant in respect of pitch, are in poor condition and one of them has been assessed by an engineer as being dangerously degraded. Both stairs are to be replaced. Further three brick chimneys are to be removed and the roof repaired where affected. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance.",Not Awarded,No Tenders received.,20201117 Ministry of Education - School Infrastructure,19717295,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block X - Reclad Internal Ceilings/Walls at Hutt Valley High School, Lower Hutt",4863,20180515,20180614,20181126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The solution will include replacing damaged wall and ceiling linings in the gymnasiums. Wall and ceiling linings have been damaged by ball impact. It is proposed for the ceiling to fit a new suspended ceiling system which has been tested as fit for purpose. To the walls impact resistant panels will be fitted. Both systems will provide improved acoustic performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Hutt Valley High School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Freear Philip Limited, starting 14.11.18, finishing 31.01.19.",20201117 Ministry of Education - School Infrastructure,19717780,Request for Tenders,Open Competition,"RFT Main Building Contractor for the George Street Normal School Girls Toilet, Male Staff Toilet & Maker Space Upgrade",3740.17.02,20180515,20180608,20180629,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Reconfiguration/upgrade of Girls Toilet, Male Staff Toilet and Maker Space",Awarded,"The George Street Normal School Toilet and Makers Space Project has been awarded to Stewart Construction Ltd. Thanks to all contractors who submitted a tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,19718000,Request for Tenders,Open Competition,"Roof replacement Works - Rodney College, Wellsford",G661,20180516,20180611,20180712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"??? The roofing on a large majority of the school buildings requires replacement or significant repair. To enable this to be completed whilst maintaining efficient operation of the school this project will need to be staged. This will be worked through with the school once a Main contractor has been appointed. ??? The work are part of the schools 5YA ??? Asbestos has been identified on the roof of the School hall, so this will need removal in a compliant manner by a certified removal specialist. The Contract Works required are: ??? Replacement or Repair of the school roofs as per the attached site plan ??? Staging of work will be required to enable school to continue Operation ??? Some work will need to be completed in the School holidays Please contact the Project Manager to arrange a site visit",Awarded,,20201117 Ministry of Education - School Infrastructure,19718339,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Block B, B1, Walkways - Replace Roofing, Spouting at Hutt Valley High School, Lower Hutt",4500,20180515,20180614,20180618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The solution will include replacement of metal and membrane roofing over a number of buildings at Hutt Valley High School. Metal roofing will be replaced in localised areas on a like for like basis, two layer torch on membrane roofing will replace butynol under a building consent. One area of metal roofing is being re-pitched for which new timber framing is required. This work is also covered by a building consent. Metal spouting sections are to be replaced. This procurement looks for a professional Roofing contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Hutt Valley High School Board of Trustees producing full construction documentation.",Not Awarded,No Tenders Received.,20201117 Ministry of Education - School Infrastructure,19720065,Request for Tenders,Open Competition,"Re-Roofing Work to Block AX, C, H, P1 and a Covered Walkway at Glenfield College",30-Mar,20180515,20180608,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project, which is part of this procurement, involves the re-roofing and addition of insulation to the lower roof on Block C, a complete re-roof of AX Block, the replacement of roof flashings of Block P1, the replacement of the internal gutter, flashings between high level walls, and the roof, as well as the rotten high-level wall cladding on H Block. The complete re-roofing of sections of the covered walkways. The roofs of Block C, AX and the covered walkways have reached the end of their life, and need to be replaced as a result. The ceilings of Block P1 have shown signs of water damage along the ridge line, as a result, the apron flashings to this block will be replaced. The H Block has visible signs of leaks at the roof and high-level wall junction, so the remediation of the roof flashings, and damaged wall cladding will also be undertaken as part of the project. There will be a requirement for phasing and/or staged handover of the project.",Not Awarded,A late tender was accepted from Pacific Roofing Ltd. After evaluation Pacific Roofing was awarded the contract.,20201117 Ministry of Education - School Infrastructure,19720844,Request for Tenders,Open Competition,Fire Alarm Upgrade Lynfield College,75,20180516,20180618,20190313,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Lynfield College, Auckland Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Lynfield College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19722708,Request for Tenders,Open Competition,Roofing Contractor for Roof Replacement at Tawhero School,"Tawhero School, Wanganui",20180515,20180608,20180914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees for Tawhero School, Wanganui are seeking suitably qualified Roofing Contractors to carry out Roof Replacements to Blocks 1, 4 and 5. The contract works required are: The proposal is for part Roof Replacement to Block 1, including removal of existing iron and spouting and replacing with new coloursteel spouting and flashings & fixings. New underlay and safety netting installed prior to new roofing being installed. Removal of existing clearlite sheets and replaced with new Alsynite, Topglass GC Ultrasafe reinforced sheets. Membrane roofing to be replaced to various areas on Block 1 (Kitchen, toilet and office areas). To Blocks 4 & 5 ??? entire existing roofing removed and replaced with new .55g coloursteel. Scaffold and edge protection and safety harness equipment will be required. All roofing to comply with the Ministry of Education weathertightness and durability design for school buildings. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS Ideally dependent on funding approval this work is to be completed as soon as funding confirmation approved by the Ministry of Education. Anticipated July/August 2018. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,19724326,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - New Accessible Bathroom at Newlands Intermediate School, Newlands, Wellington",4883,20180516,20180618,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Newlands Intermediate School has a need to create a new space to better accommodate students with a variety of special needs. The proposal is to convert an existing teaching area and adjacent storage facility and create a withdrawal space and new fully compliant ???universal??? bathroom. The work will include minor building alterations to create the new spaces, together with electrical, plumbing and drainage work. All upgraded space will have new flooring, wall finishes and decoration. The work is interior in the majority though the proposed window and door alterations effects the exterior. An asbestos report has been commissioned which will confirm areas of the exterior cladding to be asbestos. Accordingly, this information will be shared with tenderers for them to include for its removal in their offer, along with an Asbestos Management Plan. The scheme will be traditionally executed with a full design team employed by the Newlands Intermediate School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Construct Wellington Ltd and will start on 17.12.18 with expected completion date of 31.07.19.,20201117 Ministry of Education - School Infrastructure,19724648,Request for Tenders,Open Competition,Main Building Contractor for Carisbrook School Hometech ILE Upgrade - RFT,648.17.01,20180516,20180611,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Create a toilet with wash hand basin, hand drying and ventilation. Also create a hometech space for various curriculum activities. Install kitchen sinks, cupboards, resource storage, new vinyl, upgrade heating.",Awarded,,20201117 Ministry of Education - School Infrastructure,19724851,Request for Tenders,Open Competition,(114) WAIHI COLLEGE - MAIN CONTRACTORS - Blk A Replacment Roofing,,20180515,20180612,20180904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees are inviting Main Contractors to supply a tender to undertake Re-pitching of roofing profiles, and Replacement Roofing works to Blk A. It is envisaged that the successful Main Contractor will be given access to the works at a timeframe negotiated between the School, Board of Trustees and successful Tenderer, in order to commence construction as soon as possible, providing the School with a completed project as per the agreed Construction Schedule.",Awarded,,20201117 Ministry of Education - School Infrastructure,19728127,Request for Tenders,Closed Competition,Main building contractor for block b upgrade at Wyndham school,4054-18-01,20180517,20180612,20180806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Upgrade toilets to meet ILE standard. Replace floor coverings throughout the block and upgrade acoustics, lighting and accessibility.",Awarded,,20201117 Ministry of Education - School Infrastructure,19730336,Request for Tenders,Open Competition,RFT Main Building Contractor for the Warepa School Special Needs Quiet Space & Toilet Modification,3861.17.02,20180518,20180614,20180716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Special Needs Quiet Space conversion and Toilet Modifications,Not Awarded,"No tenders were submitted for this project. Regards",20201117 Ministry of Education - School Infrastructure,19730484,Request for Tenders,Closed Competition,NBHS Boiler House RFT,,20180523,20180620,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The existing boiler house is to be converted to a multipurpose teaching space. This will entail:- a. Removing the old boiler and associated pipework. b. Construct a new floor c. Replace old windows with new aluminium windows d. Replace flat roof with pitched truss roof. e. Make good interior walls f. New suspended ceiling g. New electrics throughout building Boiler redundant, so convert space to teaching area",Awarded,,20201117 Ministry of Education - School Infrastructure,19730737,Request for Tenders,Open Competition,"Main Building Contractor for the Classroom Block Remedials incl Asbestos Removal at Strath Taieri School, Middlemarch",6-EMOE5.45,20180518,20180614,20180727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Boards of Trustees at Strath Taieri School (the Buyer) is seeking Building Construction Services for 5YA and BoT commissioned Projects. Strath Taieri School is subject to classroom block remedials (Block 1, 2, 3 & 4) due to deterioration. Repairs to deteriorated subfloor timbers, removal of asbestos debris and wall linings, improvement to roof flashings. This Procurement will be a single stage open tender on GETS. All tender documentation and necessary information attached are as below : ??? RFT (pdf) ??? Form of Tender Part A [in word document] ??? Form of Tender Part B [in word document] ??? MoE Medium Works Contract: [Draft Template] ??? Tender Submission Form ??? Tender Works Price Schedule [in excel spreadsheet] ??? Tender set of Architectural Plans and Specification (WSP-Opus) (incl Asbestos Report from Southern Insulation) ??? Strath Taieri School ??? Fire Safety Design Report (WSP-Opus) Please make sure that the Suppliers Response Templates and the Pricing Schedule are completed. Failure to fill out these documents will result in your submission being declined. Contractors that submit a proposal will be evaluated using the following criteria (weighted as indicated). Proposed Solution 15% Capability 10% Capacity 15% Price 60% All communications must take place through the GETS Question & Answer function.",Awarded,Acceptance of Tender sent to Stewart Construction Ltd on 17.07.2018.,20201117 Ministry of Education - School Infrastructure,19733444,Request for Tenders,Closed Competition,5314 RFT Main Contractor Whakarongo School Open up classrooms and fire alarm upgrade,5314,20180521,20180611,20180814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Whakarongo School School Board of Trustees is seeking a main contractor to open up classrooms, compliance items, fire alarm upgrade",Awarded,The contract was awarded to Maycroft 10/8/18,20201117 Ministry of Education - School Infrastructure,19735613,Request for Tenders,Open Competition,Fire Alarm Upgrade Pakuranga College,80,20180521,20180620,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pakuranga College, Auckland Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Pakuranga College is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19738951,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - Refurbish Classrooms 4 and 5 at Titahi Bay Intermediate School, Porirua, Wellington",4875,20180522,20180622,20180918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Titahi Bay Intermediate School continue with classroom modernisation and this project looks to refurbish two more spaces in Block B. The upgrade will look to remove the original cloak room, improve access at the front of the spaces, renew floor, wall and ceiling finishes and improve lighting, power and data services. The work will include minor building alterations to modernise the spaces creating warmer and more efficient teaching spaces. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Titahi Bay Intermediate School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Construct Wellington, starting 17.01.18 with expected finish date 28.12.18.",20201117 Ministry of Education - School Infrastructure,19744303,Request for Tenders,Open Competition,CW2018-44 Main Contractor for Pool Remediation and Changing Shed Construction at South Hornby School,,20180524,20180621,20180829,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor Services for Pool Remediation and Changing Shed Construction at South Hornby School.,Awarded,The contract was awarded to HRS Construction Limited and is looking to start on 27 August 2018. This contract's practical completion is expected to be 21 November 2018.,20201117 Ministry of Education - School Infrastructure,19747167,Request for Tenders,Open Competition,Fire Alarm Upgrade Pillans Point School,1894,20180524,20180622,20190516,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pillans Point School, Tauranga. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 17 of the program and Pillans Point School is the next school to qualify under the program.",Awarded,,20201117 Ministry of Education - School Infrastructure,19751106,Request for Proposals,Open Competition,Quantity Surveying and Cost Management Services for Science & Technology Blocks at Macleans College,,20180524,20180619,20180918,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Quantity Surveying and Cost Management Services for Science & Technology Blocks at Macleans College,Awarded,,20201117 Ministry of Education - School Infrastructure,19753044,Request for Proposals,Open Competition,CW2018-45 Lead Design Services at Boulcott School,,20180524,20180619,20180727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services for Weather tightness Remediation of Main Block (Block A) at Boulcott School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19758837,Request for Tenders,Open Competition,Design and Build contract for the installation of four tennis courts and relocation of three temporary classrooms at Glendowie College,,20180531,20180702,20180920,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Design and Build contract for: - the installation of four tennis courts/ three Netball courts, asphalt surface - relocation of three temporary classrooms buildings",Awarded,,20201117 Ministry of Education - School Infrastructure,19761387,Request for Tenders,Open Competition,Riverdale School - Block 1 Middle Block Alterations,,20180528,20180622,20180723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The work includes alteration work to three classrooms at Riverdale School,PN creating a new addition with internal and external alterations.",Awarded,This contract has been awarded to Paul Robertson Builders.,20201117 Ministry of Education - School Infrastructure,19763872,Request for Tenders,Closed Competition,Kerikeri Primary School New Junior Block,,20180529,20180703,20180910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kerikeri Primary School is seeking a main contractor for the construction works of a new Junior Classroom Block, 334 m2.",Awarded,,20201117 Ministry of Education - School Infrastructure,19767990,Request for Tenders,Open Competition,Main Contractor for Toilet Block Upgrade at Tangaroa College,,20180531,20180626,20181017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Tangaroa College (the Buyer) is seeking a Main Building Contractor for Toilet Upgrade for Block B (Boys and Girls). The main contractor will be responsible for upgrading the toilet facilities for blocks B (Boys & Girls) based on the design done by the Architect.,Awarded,Extensive experience with projects of a similar nature with the Ministry of Education and pricing was competitive.,20201117 Ministry of Education - School Infrastructure,19770349,Request for Tenders,Open Competition,RFT Main Contractor for the Totara School Special Needs Project,3847.17.01,20180601,20180627,20180629,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Special Needs Project: Conversion of resource room into quiet teaching space, conversion of toilet and adjacent space to wheel chair accessible bathroom area. Please see attached Drawings and Specifications.",Awarded,"The Totara School Special Needs Project has been awarded to Bank's Building Services. Thank you to all those who submitted a tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd.",20201117 Ministry of Education - School Infrastructure,19773228,Request for Tenders,Open Competition,Main contractor for the Design Build of the Fire Alarm System at Kelston Boys High School,,20180531,20180626,20181119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Kelston Boys High School is looking for a main contractor for the design and build of the fire system upgrade as specified in the documents by Groves Consultants.,Awarded,assessed to provide best value for money; conformed to the requirements and specifications,20201117 Ministry of Education - School Infrastructure,19777558,Request for Tenders,Open Competition,Main Building Contractor for Special Needs Fencing at Te Mahoe School,2.82108,20180607,20180702,20180726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All Tenders Must be submitted through the GETS Website,The Te Mahoe School Board of Trustees is looking for a main building contractor to compete the special needs fencing modifications to the boundary fencing at Te Mahoe School. Included are 2x pedestrian and 2x vehicle gates.,Awarded,The contract was awarded to Fencemaster Industries. Start date TBC.,20201117 Ministry of Education - School Infrastructure,19778907,Request for Proposals,Open Competition,Quantity Surveying Services for Pakuranga College,CW18106,20180601,20180628,20180803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Quantity Surveying Services for the Construction of a 12-classroom block and demolition of 12 existing relocatable classrooms at Pakuranga College,Awarded,The contract has been awarded to Maltbys Ltd.,20201117 Ministry of Education - School Infrastructure,19781337,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Blocks 1 and 3 Refurbish Classrooms/Provide Warm Water at Tui Glen School, Stokes Valley, Lower Hutt",4919,20180606,20180629,20181001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tui Glen School has areas of work that have not had any investment for many years. The work is to refurbish three classrooms in Block 1 as a stage one of two approach to modernise the teaching spaces for ILE. The student toilets in Blocks 1 and 3 have original fixtures, they will have warm water provided along with replacement of sanitary fixtures and fittings. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tui Glen School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Carrara Holding Ltd, start date 26.09.18, anticipated finish date 30.11.18.",20201117 Ministry of Education - School Infrastructure,19781513,Request for Tenders,Open Competition,"Glenfield College Supply and Install New Boilers in Block A, Block H and Block G",30-Jul,20180605,20180629,20180730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders to be submitted through the GETS website,"The school???s existing central in ground boiler pipes have become corroded, and no longer service the school. The project proposes to replace the redundant, centralised boiler system, with new boilers, new gas supply and new boiler enclosure and connections for Block A, Block H and Block G. There are no requirements for staging or phasing of this project.",Awarded,,20201117 Ministry of Education - School Infrastructure,19783580,Request for Tenders,Open Competition,"5275 RFT Lakeview School CR3,4,5,6 upgrade",5275,20180606,20180629,20190125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders to be uploaded through the GETS website,"Lakeview School BOT are looking for a main contractor to undertake a 4 classroom modernization project, including forming some breakout spaces, opening up some classrooms, with associated finishes.",Awarded,Contract awarded to Tararua Builders Dec 2018.,20201117 Ministry of Education - School Infrastructure,19792446,Request for Proposals,Open Competition,Lead Design Services for a 12-Classroom Two-Storey Block at Pakuranga College,CW18107,20180608,20180704,20180803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,This RFP is to appoint a suitably experienced and resourced Lead Design Consultant to provide design services for the construction of a 12-classroom block and demolition of 12 existing relocatable classrooms at Pakuranga College,Awarded,The contract has been awarded to Brewer Davidson Ltd.,20201117 Ministry of Education - School Infrastructure,19794435,Request for Proposals,Open Competition,Land Advisory Services for Treaty Settlements,,20180608,20180703,20181009,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking the services of a LINZ accredited supplier to provide land information and specialist property advice and services to support the transfer of school sites (land only) from Crown ownership in to iwi ownership as part of the process of resolving Treaty of Waitangi claims. This procurement consist of 2 main services: Service A: Administering the formal land documentation required to transfer school land into iwi ownership. Service B: As an addition to the services above and as a standalone project, the Ministry requires a full list of Education land parcels listed in all Treaty of Waitangi Deeds of Settlement including settlement legislation and Education land included in Deeds yet to be enacted.",Awarded,,20201117 Ministry of Education - School Infrastructure,19799519,Request for Tenders,Open Competition,Construction Works For The Remediation of School Playing Field & Supporting Slope & Orewa Primary School,205481,20180611,20180706,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETS website,"The slope supporting the schools playing field has suffered a slip resulting in damage to the playing field and some areas of neighbouring subdivisions. This slip appears to have been caused by the subdivision works recently constructed outside the school???s boundary and the retaining wall construction being inadequate to maintain the slope above. We require the slope and filed to be remediated to:- ??? Restore the playing field and its drainage system to the correct condition as before the slip. ??? Restore the slope drains, replace the retaining wall and boundary fences to repair the damage and prevent further slippage.",Not Awarded,This tender has been administratively awarded.,20201117 Ministry of Education - School Infrastructure,19799532,Request for Proposals,Open Competition,Shirley Boys' & Avonside Girls' High Schools - ICT Infrastructure & Support Services - Request for Proposals,2205-3172,20180611,20180709,20181010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be uploaded via the GETS system,"Shirley Boys??? High School and Avonside Girls??? High School (???the Schools???) are due to relocate and co-locate to a common site at QEII in the east of Christchurch, with effect from early 2019. The Ministry of Education has contracted ShapEd Consortium to design, build and operate the school under a PPP model. The Schools??? have identified opportunities for efficiencies and a cohesive approach from the sharing ICT resources on the new co-located site at QEII as well as providing seamless service and support to the students, teachers and parent communities of all schools. The expectation is that when the staff and students move into the new building ICT technologies ???just work???. Torque IP and the Buyer are seeking proposals from highly qualified, capable, and experienced system integrators to initially design, build and deploy a new server and network infrastructure for the two schools which are to be co-located onto a new campus from April 2019. The successful integrator is also expected to provide maintenance and support on a day to day basis once the schools are operational.",Awarded,,20201117 Ministry of Education - School Infrastructure,19804971,Request for Tenders,Closed Competition,Special Education Property Modifications & Accessible Bathroom at Lincoln High School,347-18-02,20180612,20180703,20180906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,On behalf of the Board of Trustees at Lincoln High School we are now looking for tenders for the Special Education Property Modifications & Accessible Bathroom project.,Awarded,,20201117 Ministry of Education - School Infrastructure,19806009,Request for Tenders,Open Competition,Main Building Contractor for Roof Alteration Projects at Motueka High School,209141,20180613,20180706,20180828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be uploaded via the GETS website,The Board of Trustees of Motueka High School (the Buyer) is seeking a MAIN CONTRACTOR for ROOF ALTERATION PROJECTS at Motueka High School.,Awarded,The contract was awarded to Ultraspec 2013 Ltd and will start on 10 August 2018 with a duration of 3 months.,20201117 Ministry of Education - School Infrastructure,19825417,Request for Tenders,Open Competition,"Main Contractor for New Toilet & block 1, 6 & library upgrade at Hobsonville School",,20180619,20180712,20180801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,"This request for tender is an invite for suitably qualified contractors to submit a fully completed tender for a new toilet addition to existing changing sheds and upgrades to block 1 (4 Classroom), block 6 (2 classrooms) & the library (1 classroom), at Hobsonville School",Awarded,,20201117 Ministry of Education - School Infrastructure,19825623,Request for Tenders,Closed Competition,Main head Contractor for Tautoro School Construction works,,20180620,20180719,20180929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Request for tender for the construction works for the internal upgrade of Block 1 ( relocating toilets, creating break out space from old toilets, new acoustic ceiling in the hallway) and upgrading the swimming pool change shed facilitates including a new toilet facility.",Awarded,,20201117 Ministry of Education - School Infrastructure,19827717,Request for Tenders,Closed Competition,Lumsden Primary School boiler replacement,3980-17-02,20180622,20180711,20180813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"NOTICE TO TENDERS Please Contact The Following Contractors have expressed their interest in the supply and installation of the new pellet boiler, at Lumsden Primary School. All main contractors are to contact the suppliers below Sandy Black ]McKenzie Heating Design 0274735538 info@mckenzieheating.co.nz eduard ebbinge director 03 428 2992 | 021 766 110 Spark Energy John Faul C H Faul and Company Limited 032189593 leah@chfaul.co.nz Taylor Coal taylorcoal@taylorcoal.co.nz 033478800 Taylors Manufacturing Ltd 033897149 geoff.paynter@taymac.co.nz",Awarded,,20201117 Ministry of Education - School Infrastructure,19830094,Request for Tenders,Open Competition,CW2018-47 Main Contractor for a Roll Growth Classroom at Houghton Valley School,,20180620,20180716,20180903,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Construction of a New Roll Growth Classroom at Houghton Valley School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19835377,Request for Proposals,Open Competition,CW 2018-28 Maniototo Master Planning & Lead Design Services RFP,,20180621,20180720,20181127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Master Planning & Lead Design Consultancy for site redevelopment at Maniototo Area School (the Services) which will be involved with the delivery of the Master Plans to the independent project manager, The Building Intelligence Group, who will work with a Delivery Manager assigned by the Ministry to meet the school programme and budget as outlined below",Awarded,,20201117 Ministry of Education - School Infrastructure,19841488,Request for Tenders,Open Competition,"RFT FOR DESIGN, SUPPLY, INSTALL/BUILD FOR VARIOUS 5YA PROJECTS AT WESTMERE SCHOOL",01; 05; 09,20180626,20180719,20180822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Westmere School board of trustees are seeking to engage a main building contractor to carry out various 5YA projects on a design and build contract/delivery model.,Awarded,"After evaluation/moderation by the Evaluation Team, it has been agreed that ASPEC Construction is the preferred contractor, based on the outcome of the evaluation. Submission was superior on both non-price and price items.",20201117 Ministry of Education - School Infrastructure,19845157,Request for Tenders,Open Competition,Main Contractor for Block 1 Roof Replacement at Mt Eden Normal Primary School,,20180627,20180723,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,This RFT is an invitation to suitable qualified contractors to submit a tender for the Main Contractor for the Block 1 Roof Replacement at Mt Eden Normal Primary School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19845448,Request for Tenders,Open Competition,"Main Contractor for Block 1, 2, and 3 Roof Replacement at Westbridge Residential School",,20180627,20180723,20180914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Tender Submissions to be made through GETS website,"This RFT is an invitation to suitably qualified contractors to submit a tender for the Main Contractor for the Block 1, 2, and 3 Roof Replacement at Westbridge Residential School.",Awarded,,20201117 Ministry of Education - School Infrastructure,19846246,Request for Tenders,Closed Competition,Opotiki College New Food Room,4723,20180627,20180718,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Board of Trustees of Opotiki College is seeking the services of a main building contractor for the conversion of a Dance Studio to a Food Technology Room due to high demand at Opotiki College.,Not Awarded,Contract awarded to GF Builders Ltd,20201117 Ministry of Education - School Infrastructure,19849275,Request for Tenders,Open Competition,RFT - Main Building Contractor for Two Replacement Classrooms at Pakuranga Heights School,1416-05,20180629,20180802,20180925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"Tender for Main Contractor for Two Replacement Classrooms at Pakuranga Heights School - ??? This classroom replacement project includes the demolition of two 1960s relocatable asbestos clad classrooms and associated ground clearance. Construction of a new on slab, concrete block, metal profile mono pitch roofed building containing two classrooms, breakout space, timber deck and high dependency universal bathroom",Awarded,,20201117 Ministry of Education - School Infrastructure,19855706,Request for Tenders,Closed Competition,Toilet Alterations and Paving work for Sommerville Special School,15/31,20180629,20180725,20190401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,The project involves conversion and alterations to two existing toilet areas in the main block of the school including creation of a safe room and store plus refurbished toilet areas to meet current needs. Paving work is included which involves artificial turf over existing concrete paving to a covered area.,Awarded,,20201117 Ministry of Education - School Infrastructure,19861844,Request for Tenders,Open Competition,"Main Contractor for the Refurbishment of Classrooms 9, 10, 11 and 12 in Block 3 and Classrooms 7 and 8 in Block 1 in Bairds Mainfreight School",,20180629,20180725,20180827,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to me made via the GETs Website,"The interior wall, floor and ceiling linings in the teaching spaces, as well as the related toilet areas in both Block 3 and Block 1 have reached the end of their life, and need replacing. The toilet fittings, including the taps, wash basins, toilets and partitions are at the end of their life and need to be replaced. The existing toilets in Block 3 and Block 1 also do not have hot water. As part of this project hot water will be extended to all new basins. The existing ceilings have been damaged. As part of this project, a new suspended ceiling will be installed, over the existing ceiling tiles.",Awarded,,20201117 Ministry of Education - School Infrastructure,19864864,Request for Tenders,Closed Competition,RFT Design and Build Contract for a new teaching block and Library at St Thomas school,,20180702,20180816,20181018,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All tenders to be submitted via the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Fixed price lump sum Tender for a Design and Build Contract for a new teaching block and library at St Thomas School on a Fixed price Lump sum NZS 3916:2013 contract.,Awarded,The contract was awarded to A-Line Construction and had a start date of 2nd of October 2018 . The term of this contract is for 18 Months.,20201117 Ministry of Education - School Infrastructure,19865683,Request for Tenders,Open Competition,Main Building Contractor for Alterations to Rooms 15/16 and Rooms 20/21 at Manurewa Central School,,20180702,20180727,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT wish to alter Rooms15 & 16 and upgrade the interior fit out of Rooms 20 & 21. To that end they seek to engage a competent main contractor to build the works and through the procurement process to identify the contractor who is offering the best value for money The classrooms are over 40 years old. They are worn and need a major refit. The work is to be staged in 2 parts. Firstly Rooms 20/21 which are to be upgraded over the 2 week holiday period starting 1 October 2018. The second stage alterations to Rooms 15/16 is to take place over the Christmas holiday period (Dec 2018 ??? Jan 2019)",Awarded,,20201117 Ministry of Education - School Infrastructure,19868877,Request for Tenders,Closed Competition,Main Building Contractor for Special Needs Fencing Modifications at Bluff School,18-009,20180704,20180725,20180904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Bluff School Board of Trustees is looking for an experienced main building contractor to complete boundary fence modifications at Bluff School including new ""pool"" style fencing, as well as a number of pedestrian and vehicle access gates.",Awarded,"The Bluff School Board Of Trustees has accepted a compliant tender from Goble Building and Decorating Ltd. Three respondents were evaluated with evaluation points score range from 41.95 - 60. The Bluff BoT would like to thank all respondents for their time in providing Request For Tender submissions.",20201117 Ministry of Education - School Infrastructure,19869116,Request for Tenders,Open Competition,Main Contractor for Library to Classroom Conversion at Nawton School,,20180704,20180727,20180814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,Nawton School Board of Trustees are seeking a Main Contractor for Block D: Library to Classroom Conversion including a new Outdoor FLS space in the form of a covered deck.,Awarded,,20201117 Ministry of Education - School Infrastructure,19869598,Request for Tenders,Open Competition,"Vardon School Hamilton, New Changing Sheds",201217,20180704,20180731,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees requires a suitably experienced main contractor to carry out construction works at Vardon School in Hamilton. The Contract Works required are: Demolition of existing concrete block changing shed sheds and replacing with new changing sheds in the same site location. The structure is single storey concrete block with timber framed roof and profiled metal roofing. New concrete paving, concrete block boundary walls and wire mesh fencing to the pool compound.",Not Awarded,"Further to our communication of 19 September 2018, we advise that this project is on hold indefinitely pending confirmation of community based funding.",20201117 Ministry of Education - School Infrastructure,19870249,Request for Tenders,Open Competition,St Clair School - Universal Bathrooms,3835,20180705,20180808,20180913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The St Clair School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed universal toilet additions and interior alterations. The project involves the construction of a two level addition to house the new bathrooms and various modifications to the existing facilities within the main building.,Awarded,This contract was awarded to Keith Mitchell Builders and will start on 1 October 2018. The term of the contract s three months.,20201117 Ministry of Education - School Infrastructure,19872865,Request for Proposals,Open Competition,Quantity Surveying Services for the Roll Growth Classrooms at Torbay School and Oteha Valley School,,20180703,20180727,20180913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveying Services for Roll Growth Projects at Torbay and Oteha Valley Schools Contract opportunity.,Awarded,"The contract was awarded to Rawlinsons Limited and will start on 12 September 2018. The term of this contract is until all deliverables are met, expected to be 31 December 2021.",20201117 Ministry of Education - School Infrastructure,19873652,Request for Tenders,Closed Competition,Main Contractor - Thames High School G1 & G2 Upgrade - RFT,1125,20180706,20180730,20180912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,RFT stage of two-stage procurement process - closed tender.,Awarded,,20201117 Ministry of Education - School Infrastructure,19876011,Request for Tenders,Open Competition,(2048) WAIHI BEACH SCHOOL - MAIN CONTRACTORS - Blk FGHD upgrade,,20180720,20180824,20180914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be uploaded through the GETS website,"The Board of Trustees are inviting Main Contractors to supply a tender to undertake Construction alterations, and Replacement of Carpets, Wall coverings, Light fittings and associated works to Blk FGHD. It is envisaged that the successful Main Contractor will be given access to the works at a time frame negotiated between the School, Board of Trustees and successful Tenderer, in order to commence construction as soon as possible, providing the School with a completed project as per the agreed Construction Schedule.",Not Awarded,"This project will not proceed due to shortfall of funding. On behalf of the Board of Trustees, we thank you for your Tender Submission.",20201117 Ministry of Education - School Infrastructure,19876074,Request for Tenders,Open Competition,(2048) WAIHI BEACH SCHOOL - MAIN CONTRACTORS - Blk ACEIMOQ upgrade,,20180720,20180824,20181016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The Board of Trustees are inviting Main Contractors to supply a tender to undertake Construction alterations, and Replacement of Carpets, Wall coverings, Light fittings, Roofing works and associated works to Blk ACEIMOQ. It is envisaged that the successful Main Contractor will be given access to the works at a timeframe negotiated between the School, Board of Trustees and successful Tenderer, in order to commence construction as soon as possible, providing the School with a completed project as per the agreed Construction Schedule.",Awarded,,20201117 Ministry of Education - School Infrastructure,19876164,Request for Tenders,Open Competition,"CW2018-38 Palmerston North Boys High School Main Building Contractor, Hall and Auditorium",CW2018-38,20180706,20180801,20180924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Please submit tender responses via the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Weather tightness repairs on the Auditorium and Hall at Palmerston North Boys High School. The Contract Works required are: To the Hall ??? Remove and replace cladding on a drained and vented cavity, including removal of decayed timber framing, removal and reinstatement of windows, and other associated works. Lift metal roof to install flashings and re-instate. All associated work required to the outlets, downpipes and membrane gutters. All associated painting, services, and landscaping. To the Auditorium - Remove and replace cladding on a drained and vented cavity, including removal of decayed timber framing, removal and reinstatement of windows, and other associated works. Lift metal roof to carry out work including installation of flashings. Create new overflow outlets in existing rainwater heads. Supply and install roof vents in membrane roof, and complete localised repairs to membrane laps and outlets. All associated works including painting, services, making good internal surfaces, and landscaping. Works will be undertaken during term time. Estimated start date of end of August 2018 - with completion 16 December 2018 (or earlier)",Awarded,,20201117 Ministry of Education - School Infrastructure,19877962,Request for Tenders,Closed Competition,Main Contractor for Alterations and Additions at Randwick Park School (the School),19687617,20180709,20180730,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders submissions to be made through the GETS website,"The Board of Trustees is looking for a main contractor for works at Randwick Park School. The contract works at the school will consist of four different areas of alterations to existing rooms within the school. The four works areas are labelled as follows: Toilet 1, Toilet 2, Breakout 1, Breakout 2 and Toilet 3. All works will include fully refurbishing the various spaces with new linings, fittings and fixtures, lighting, and door etc as necessary to ensure new quality spaces. The contractor is to provide design & build of sprinkler extension. Mechanical works to be undertaken by nominated subcontractor Flocon Mechanical Ltd. Toilet 1 ??? Existing toilets refurbished to new unisex toilets Toilet 2 ??? Existing toilets refurbished to new unisex toilets Breakout 1 ??? Existing toilets refurbished to new breakout spaces. Breakout 2 & Toilet 3 ??? Existing toilets and storage areas refurbished to new breakout spaces. New unisex toilets formed to exterior of building.",Awarded,,20201117 Ministry of Education - School Infrastructure,19878785,Request for Tenders,Open Competition,2018/19 Cyclical Maintenance at Gore High School,19878785,20180710,20180807,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be made through the GETS website,"History Gore High School (GHS) has 480 pupils??? and 33 teaching spaces. It is situated in Gore The school buildings are insitu concrete with a colorsteel roof. This building being maintained was opened in 1953. It is a two story structure. Outcome sought GHS are looking to modernise and protect their built assets by carrying out cyclical maintenance on exterior. The works have been identified as cyclical maintenance in the school???s current 5YA. The painting and maintenance contractors will be expected to prepare fixed price itemised quotes for the work. This tender is for exterior painting including the coloursteel roof to Blocks A1, A2 & part of B. Procurement overview This RFT will detail the purpose of the cyclical maintenance and requirements of providers. In response, each tenderer will need to demonstrate suitable capability and capacity, as well as offering a complete and competent team to carry out the works. Hourly rates for staff, margin and P&G costs which will be evaluated against market rates. Each proposal will be evaluated and ranked in accordance with the evaluation methodology, and from this, a contractor will be selected to undertake the work. Requirement for Phasing. The contractor will provide a comprehensive programme outlining the order that they will approach each block.",Not Awarded,The project was cancelled due to a possible capital works redevelopment of the school,20201117 Ministry of Education - School Infrastructure,19879663,Request for Proposals,Open Competition,Lead Design & Observation Services for Roofing & Cladding Replacement Project at Opunake High School,3034.18,20180710,20180802,20180907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders to be submitted via the GETS website,"The cladding and roofing of a number of buildings at Opunake High School are deteriorating, and certain buildings are also showing signs of subfloor dampness, spalling of concrete foundations, and corrosion of structural elements. The purpose of this RFP is to procure Lead Design and Construction Observation Services for the following scope of works: ??? Block A ??? Cladding replacement and subfloor ventilation works. ??? Block B ??? Replace decramastic tiled roofing with long-run aluminium roofing and install new PVC spouting and eaves flashing to existing aluminium roofing. ??? Block C: Roofing: Roofing repairs including overflashing selected roofing sheets, back flashings to penetrations, spouting and skylight replacements Cladding: Partial or full reclad of block dependent on final funding ??? Block E Roofing: Roof repitch and replacement, partial cladding replacements as required for roofing work. Cladding: Partial cladding replacement to Western Elevation, repair concrete spalling. ??? Block G ??? Cladding: Replace all profiled metal wall cladding and old translucent cladding (one side new). Install additional flashing to roof ridge ventilator to block water egress during extreme northerly winds. Structural: Repair concrete spalling, portal leg corrosion, provide sufficient pile/bearer connections and subfloor steel connections, and undertake perimeter concrete foundation maintenance. Engineer to advise regarding corrosion of internal steel members. ??? Block J ??? Targeted cladding and spouting repairs. Repaint. ??? Covered Ways ??? The final scope of work is still to be determined and will be influenced by how much contingency funding is remaining once all other work areas are complete. The minimum scope will be the repair of splits and laps in the membrane, however consideration is to be given to other options, including repitching, reroofing, or removing the services and rerouting them via other means. Please refer to the Property Brief for further details regarding scope. It is envisaged that the project will be delivered in three consecutive stages during 2019 and early 2020, with each stage being a separate section of the contract works.",Awarded,,20201117 Ministry of Education - School Infrastructure,19880239,Request for Tenders,Open Competition,"A, M, B, K, Q, H, CW, O, P, G - Roofing Replacement at James Cook High School",,20180706,20180731,20180924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,"The Board of Trustees is seeking a main building contractor to undertake roofing works on Blocks A, M, B, K, Q, H, CW, O, P, G at James Cook High School.",Awarded,,20201117 Ministry of Education - School Infrastructure,19882174,Request for Tenders,Closed Competition,Matamata College Science Refurbishment (RFT),Matc2,20180709,20180830,20181023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,Closed RFT for the Matamata College Science Faculty relocation and refurbishment,Awarded,,20201117 Ministry of Education - School Infrastructure,19883907,Request for Tenders,Open Competition,Main Contractor for Flexible Learning Space Refurbishment of Blocks 11 & 16 at Ashburton Borough School,3281-2017/18-08-11,20180717,20180814,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Ashburton Borough School (ABS) has approximately 460 pupils??? and 16 teaching spaces. It is situated in Ashburton. The school buildings are primarily fibre cement and weatherboard timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1969-2016. Block 11 & 16 are single-story fibre cement relocatable building???s similar to CEBUS buildings, each contain two classrooms, a resource office, cloak rooms and male and female toilets. Block 16 contains an accessible bathroom and toilet. They were constructed in 1970. It is believed that the exterior fibre cement cladding is an ACM (Asbestos Containing Material) Each block has existing accessible access ramps and in 2016/17 the school created timber decking to the side of each classroom in preparation for the ILE upgrades. Outcome sought: ABS are looking to modernise and protect Block 11 by carrying out a full refurbishment on the interior, including: ??? Opening the wall between rooms 5 & 6 to create a shared ILE teaching space. ??? Replacement of floor coverings. ??? Replacement of wall linings. ??? New LED lighting. ??? Removing the resource area in room 6. ??? Removing the toilets. ??? Removing the cloak bay and converting into a break out space. ??? New sound reducing linings to the ceiling and ceiling insulation. ??? New double-glazed joinery to the proposed doors between the teaching spaces and deck. ??? New double-glazed window joinery to existing windows. (If funds allow) ??? Replacement to exterior fibre cement cladding where directly affected by the works. ??? New exterior concrete patio to be used as a teaching space. ABS are looking to modernise and protect Block 16 by: ??? New double-glazed joinery to the proposed doors between the two teaching spaces and deck. These are the same width as the existing windows in each teaching space. ??? Replacement to exterior fibre cement cladding where directly affected by the works. Requirement for Phasing. The contractor will provide a comprehensive programme outlining the order that they will approach the works, allowing for internal and external works. It is anticipated that the project will begin in September 2018. At this stage the school can relocate affected classrooms in Block 11 to allow the work to proceed. It is anticipated that the work will be staged with Block 11 first and Block 16 following. The scope of works in Block 16 is greatly reduced over Block 11.",Not Awarded,Project re tendered and re advertised as part of GETS tender 2074348,20201117 Ministry of Education - School Infrastructure,19884796,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Accessibility at Birchville School, Upper Hutt",4840,20180711,20180813,20181126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,"Birchville School requires major modifications to the playground to eliminate all changes in surface levels. Other building related issues also require attention. The work proposed works will include the development of multiple deck/steps/ramps to provide disabled access to all buildings. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust project. The scheme will be traditionally executed with a full design team employed by the Birchville School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Peryer Construction Wgtn Limited, starting 12.11.18 finishing 31.05.19.",20201117 Ministry of Education - School Infrastructure,19885368,Request for Tenders,Open Competition,Moerewa Primary School Swimming Pool Facility Upgrade Project,2103-02,20180710,20180802,20180929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Moerewa Primary School is a Northland school. The project is to refurbish the existing chlorinated school pool and facilities. To include the lining of the school pool, replacing filters and pipes and reconditioning pumps to facilitate a salt water system. The existing store room, pump shed, girls and boys changing rooms are also to be refurbished. The existing pool fence is to be demolished and replaced with a compliant pool fence. This will be a design and build contract.",Awarded,,20201117 Ministry of Education - School Infrastructure,19890850,Request for Tenders,Open Competition,Main Contractor for Cyclical Maintenance Interior and Exterior Painting at Maungawhau School,,20180712,20180806,20181105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of Maungawhau School is looking to modernise and protect their building assets by carrying out cyclical maintenance on exterior and interior painting in selected blocks of the school. The painting contractor will be expected to prepare a fixed price itemised quote.,Awarded,"conformed to requirements of the contract, best value",20201117 Ministry of Education - School Infrastructure,19891625,Request for Tenders,Open Competition,Main Contractor for Classroom Refurbishments & School at Paihia School,,20180713,20180808,20181029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Please use the GETS website to upload your submissions,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Classroom Refurbishments & Re-cladding works & School at Paihia School. Refurbishment of nine classrooms, Library & Wharekai. Minor internal alterations, and re-cladding.",Awarded,,20201117 Ministry of Education - School Infrastructure,19893480,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Roof Vandalism Remediation at Randwick School, Moera, Lower Hutt",4943,20180712,20180808,20181001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A significant amount of roof coverings and downpipes at Randwick School has been damaged by unauthorised persons who gained access to the site outside of operational hours. Roofing has been creased, broken or has come away at joints and junctions. A professional specialist roofing contractor is required to carry out the reinstatement of all areas, the work will be completed in the fourth school term. This procurement looks for a professional Roofing contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,"Contract awarded to JB Re-Roofing, start date 01.10.18, anticipated finish date 01.03.19.",20201117 Ministry of Education - School Infrastructure,19894786,Request for Proposals,Open Competition,CW2018-39 Karamea Area School Lead Design Services,CW2018-39,20180711,20180809,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All tenders to be uploaded via the GETS website,"Karamea Area School is located at the remote northern limit of the West Coast, in the Buller district. Karamea is the last town on the road north from Westport and the area is surrounded by conservation estate. The school is located adjacent to the Karamea River on flat land surrounded by residential and farming properties. Concern lies with the existing site infrastructure as they are near their end of life (50 years). There are 7 septic tanks on site. There is no council water supply in Karamea and the school sources and treats water on site. This project aims to rationalise the existing school assets, and totally refurbish all remaining teaching spaces, including the administration, and other facilities on site. Due to the low numbers and geographic location of the Karamea Area School, the school will remain above the current School Property Guidelines (SPG) area entitlement. The project scope is likely to include; ??? Demolition of multiple school blocks & buildings including; Block G & H, Boiler/pump house, existing wastewater (7 Septic tanks) facilities and water treatment facility. ??? New construction and upgrade of site infrastructure including; o Secure water supply (likely to be a new artesian aquifer well/bore), o Water treatment facility and site reticulation, o Wastewater reticulation & treatment facility (rationalisation of existing septic system), ??? Refurbishment & modernisation of the existing Admin Building and Block A and B. ??? Replacement of Library Building. Existing library has severe weather tightness issues, alternatives to demolition should be explored. ??? Weathertightness repairs and refurbishment to existing Tech block and Hall Detailed Design is expected to be completed by April 2019, a contractor appointed by July 2019 and Construction completed by June 2020",Awarded,,20201117 Ministry of Education - School Infrastructure,19896451,Request for Tenders,Open Competition,Sutton Park School - Block 1 Internal Alterations,,20180713,20180807,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Please upload via the GETS website,This project is to reconfigure the existing IT and Library spaces in Block 1 to form 3 additional teaching spaces as a temporary measure until permanent roll growth classrooms can be provided.,Awarded,,20201117 Ministry of Education - School Infrastructure,19898852,Request for Proposals,Open Competition,CW2018-49 Opihi College Lead Design,CW2018-49/201665,20180712,20180809,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,"Opihi College is a full Secondary School located in Temuka, South Canterbury. A Masterplan report has been completed for the redevelopment of the college, with the final agreed scope for this project as follows: i. Completion of Option 4a as per the Masterplan Report & Project brief attached to this RFP (a) Build New 1428m2 14 Teaching space block which includes a Wharenui/Multipurpose Cultural Space and 2 Specialist Science spaces. (b) Demolition of Maths and Science Block (C) and Drama Block (F). ii. Refurbishment & Modernisation of Administration Hall Block Scope to be defined Note: Demolition of Block 6 (Two storey Nelson Block) and other ancillary buildings has/ is to be completed by others. Detailed Design is expected to be completed by Jan 2019, a contractor appointed by March 2019 and Construction completed by December 2019",Awarded,The contract was awarded to Stufkens and Chambers and will start on September 2018. The term of this contract is 1.5 years,20201117 Ministry of Education - School Infrastructure,19900883,Request for Tenders,Open Competition,Lynfield College Temporary Repair Work,,20180713,20180806,20180907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETS website,Temporary weathertightness repair work to existing building onsite.,Awarded,,20201117 Ministry of Education - School Infrastructure,19910291,Request for Tenders,Open Competition,RFT Main Contractor for the Stirling School Special Needs Staff Accessibility Project,3836.18.01,20180717,20180809,20180817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Create pathway leading from school buildings to tennis court areas. Create another access ramp at the front of the main block to allow easy access to the main block.,Not Awarded,No Tenders submitted.,20201117 Ministry of Education - School Infrastructure,19910660,Request for Tenders,Open Competition,Main Contractor for Room 9 & 10 Upgrade at Gleniti School,1083,20180718,20180810,20180919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The tender is for the refurbishment of Rooms 9 & 10 at Gleniti School, 22 Heath Street, Timaru, South Canterbury. The work includes the refurbishment of two classrooms (new doors, lights, autex, paint, flooring) forming breakout spaces and new wet area joinery.",Awarded,,20201117 Ministry of Education - School Infrastructure,19911003,Request for Tenders,Closed Competition,Main Contractor for Site Redevelopment & Special Needs Project at Fairhaven School,17-2558-SNP-BU,20180717,20180815,20181219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Fairhaven School Base Unit Site Redevelopment & Special Needs Project Site Redevelopment includes: Reconfigured entry/vehicle drop-off/pick-up area New fencing/bollards Relocation of playground/shade sail structure Special Needs includes: Reconfigure of existing WC/Laundry area Install new ceiling mounted gantry hoist",Awarded,,20201117 Ministry of Education - School Infrastructure,19911259,Request for Proposals,Open Competition,RFP - Lead Design Services for the Construction of Two Six-Classroom Blocks at Rowandale School and Clendon Park School,CW18115,20180716,20180813,20180911,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Project Background: This RFP is to appoint suitably experienced and resourced Design Consultants to provide design and construction monitoring services for a new 6-classroom block in Rowandale School and another new 6-classroom block in Clendon Park School. Rowandale School is a full primary school located at Rowandale Avenue, Manurewa in Auckland. The School currently has 21 Ministry-owned classrooms and 6 temporary classrooms. These temporary classrooms are to be replaced by a permanent 6 teaching space block and then removed from site. Clendon Park School, a Contributing School covering years 1-8, is also located at Rowandale Avenue, Manurewa in Auckland. The School currently has 21 Ministry-owned classrooms and 3 temporary classrooms on site. These temporary classrooms are to be replaced by a permanent 6 teaching space block and then removed from site. Due to similarities between the two projects (including geographical area, size and value) the Ministry wishes to streamline the design process by utilising one concept design across both Schools ??? which will be initially modelled at early design phase on a previously completed project of similar size and value. There will be potential duplication in details, specifications and general documentation while meeting all site-specific requirements (site/ground conditions, slight deviance in aesthetics and layout to meet each school???s requirements). Please refer to the RFP documents for full information. All enquiries in relation to this RFP must be directed through the GETS question/answer function.",Awarded,,20201117 Ministry of Education - School Infrastructure,19917324,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Special Needs Modifications - Access & Toilet at Paparangi School, Paparangi, Wellington",4725,20180719,20180815,20180816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The solution will include development of an accessible toilet and ramping and path systems to provide access throughout the school to all buildings. An existing student toilet will be stripped out and altered to provide for an accessible toilet. A combination of concrete paths/ramps and timber ramps are proposed to develop access ways including new metal handrails. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paparangi School Board of Trustees producing full construction documentation.",Not Awarded,No responses received.,20201117 Ministry of Education - School Infrastructure,19919248,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - Refurbish Classrooms (Stage I) at Hampton Hill School, Tawa, Wellington",4596,20180719,20180831,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project refurbishes Block B at Hampton Hill School as the Stage I redevelopment of the building towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Hampton Hill School Board of Trustees producing full construction documentation.",Not Awarded,"Exceeded client's budget, post tender negotiations did not achieve an improved result. School instructed to close project and repackage work.",20201117 Ministry of Education - School Infrastructure,19921019,Request for Proposals,Open Competition,Weathertightness Review Panel (WRP),MOE00103,20180718,20180814,20181106,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is setting up a Weathertightness Review Panel (WRP) to undertake independent reviews of building survey reports and design documentation associated with the remediation of existing identified buildings. Professional persons with architectural, engineering or building surveying qualifications and high levels of practical industry experience with diagnosing and addressing weathertightness failure are sought to form a resource pool of skilled practitioners. We are looking for professionals who can demonstrate a leadership role with the remediation of weathertightness failure in buildings, and have at least 10 years of weathertightness experience and are highly familiar with the NZ Building Code, its implementation and practice. We are not seeking corporate responses. The roles needed are based on the services of highly experienced individuals.",Not Awarded,"The Minsitry has appointed the following consultants to the Weathertightness Review Panel: 1. Christopher John Phayer, SolveIT Building Surveyors Ltd 2. Jake Woolgar, AS Jacobcs 3. Mark Ansell, Resolve It Architects 4. Natasha Cockerell, Prendos NZ Ltd 5. Peter Leslie, PDL Consultants Ltd 6. Ron Pynenberg, Pynenberg and Collins Architects Ltd 7. Trevor Jones, Maynard Marks The contract start date is 15 October 2018 for 2 years.",20201117 Ministry of Education - School Infrastructure,19923159,Request for Proposals,Open Competition,Geotechnical Expertise for the Design Review Panel (DRP),MOE00172,20180724,20180817,20181213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education???s Design Review Panel (DRP) was established in 2014 to provide independent quality assurance on the technical design aspects of major redevelopments and new school projects. Additional geotechnical engineer(s) with high levels of industry experience are sought to join our pool of skilled multi-disciplinary practitioners that form the DRP.",Not Awarded,"The Ministry has appointed the following consultants to the Design Review Panel: 1. Nick Traylen, Geotech Consulting (NZ) Ltd 2. Frederick Wentz, Wentz Pacific Ltd 3. Tony Fairclough, Tonkin & Taylor The contract start date is 15 November 2018 for 5 years.",20201117 Ministry of Education - School Infrastructure,19925396,Request for Tenders,Open Competition,RFT Cocklebay School Hall Extension & Classroom Decking Project,,20180720,20180820,20181001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Cockle Bay School Board of Trustees are seeking tenders for the Hall extension & Classroom Decking project. The project scope of works includes; extending the existing Hall building, removal of asbestos cladding, replacing aluminium joinery, interior refurbishment works, and classroom works; replacing aluminium joinery and construction of new ramps and decking structure. ??? The outcome sought is to enter into a construction contract with a main building contractor, who will undertake the works within the time, cost and quality requirements of the Cockle Bay School Board of Trustees. ??? The anticipated program is for construction works to start over the October term break with demolition works being undertaken during the term break.",Awarded,,20201117 Ministry of Education - School Infrastructure,19930581,Request for Proposals,Open Competition,RFP - Quantity Surveying services at Rowandale School and Clendon Park School,CW18116,20180723,20180816,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Project Background: This RFP is to appoint suitably experienced and resourced Quantity Surveyor s to provide Quantity Surveying services for a new 6-classroom block in Rowandale School and another new 6-classroom block in Clendon Park School. Rowandale School is a full primary school located at Rowandale Avenue, Manurewa in Auckland. The School currently has 21 Ministry-owned classrooms and 6 temporary classrooms. These temporary classrooms are to be replaced by a permanent 6 teaching space block and then removed from site. Clendon Park School, a Contributing School covering years 1-8, is also located at Rowandale Avenue, Manurewa in Auckland. The School currently has 21 Ministry-owned classrooms and 3 temporary classrooms on site. These temporary classrooms are to be replaced by a permanent 6 teaching space block and then removed from site. Due to similarities between the two projects (including geographical area, size and value) the Ministry wishes to streamline the design process by utilising one concept design across both Schools ??? which will be initially modelled at early design phase on a previously completed project of similar size and value. There will be potential duplication in details, specifications and general documentation while meeting all site-specific requirements (site/ground conditions, slight deviance in aesthetics and layout to meet each school???s requirements). Please refer to the RFP documents for full information. All enquiries in relation to this RFP must be directed through the GETS question/answer function.",Awarded,,20201117 Ministry of Education - School Infrastructure,19931513,Request for Tenders,Open Competition,Main Contractor for Refurbishment of Block 2 and 6 at Kelston Intermediate School,,20180723,20180816,20181026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,The Board of Trustees of Kelston Intermediate School is looking for a main contractor for the refurbishment of Blocks 2 and 6.,Awarded,evaluated to provide best value for money,20201117 Ministry of Education - School Infrastructure,19938407,Request for Tenders,Closed Competition,RFT - Selwyn College - A Block ILE Project,,20180727,20180829,20181008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Demolition of existing wall and roof structure over four existing teaching spaces and toilet block. The construction of four ILE teaching spaces with adjoining breakout spaces and toilet block over existing floor slab. The works are generally located in the ground floor level of a two-storey operational teaching block. Allowance in construction methodology for the first-floor level teaching spaces to remain in operation, or a staged handover methodology with achievement of applicable producer statements and certificate of public use (CPU) is required.",Awarded,,20201117 Ministry of Education - School Infrastructure,19940433,Request for Tenders,Open Competition,"RFT - Main Building Contract, Special Needs Modifications - New Bathroom Facilities at Kahutara School, Featherston, Wairarapa",4861,20180726,20180906,20190417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kahutara School needs to reconfigure and enlarge the administration area to incorporate a new bathroom facility and small withdrawal space. The restricted existing floor area makes for a complicated and complex project. The school is keen to take advantage of the building work and to also increase the size and improve the efficiencies of the reception and administrative space. The works will be completed during operational school hours and a demarcated construction site will need to be formed with emphasis given to safe pedestrian access onto the school site. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kahutara School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Tararua Builders Ltd with start date of April 2019 with anticipated finish late September 2019.,20201117 Ministry of Education - School Infrastructure,19945284,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block E - Toilet and Bathroom Improvements at Titahi Bay Intermediate School, Titahi Bay, Porirua",4911,20180730,20180823,20181128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project sets out to improve existing toilet and bathroom facilities and create a new fully accessible ???universal bathroom??? together with a separate unisex student toilet cubicle and improved bag storage adjacent to the existing art room. The works will be completed during operational school hours and a demarcated construction site will need to be formed with temporary student access to the teaching spaces gained from other exterior entrances to the rear of the block. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Titahi Bay Intermediate School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to DS O'Leary Building Ltd, start date 26.11.18, expected completion date 31.05.19.",20201117 Ministry of Education - School Infrastructure,19946009,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms/Create Multi-Purpose Space at Owhiro Bay School, Owhiro Bay, Wellington",4357,20180801,20180827,20181211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project sets out to create a multi purpose space between two existing classrooms which includes a small footprint increase on the northern elevation of Block A. Work incorporates a new entrance lobby and modernisation of interior finishes and services to the classroom nearest to the administration block. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Owhiro Bay School Board of Trustees producing full construction documentation.",Not Awarded,"School has cancelled procurement, project not proceeding in current format.",20201117 Ministry of Education - School Infrastructure,19947330,Request for Tenders,Closed Competition,Hauraki School - ECI Main Contractor,,20180726,20180824,20180925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Hauraki School is located at 82 Jutland Road, Hauraki, Auckland 0622. In October 2016, Investments Board approved roll growth funding to provide four additional teaching spaces at Hauraki School by 2021, taking its total capacity to 23 classrooms. The school has grown faster than the previous projections and in July 2017 Network team in Auckland updated its recommendation to provide the school with five additional teaching spaces by 2021. This would provide total capacity of 24 classrooms. Network team recommend master planning for 30 classrooms and 700 students. The proposed solution is to continue with a masterplan for the site, as shown below, that has been reviewed and approved by the Design Review Panel. It would build a two-storey, 10-classroom block (Stage 1) in the southwestern part of the site after demolishing Block 2 (four teaching spaces) and Block 6 (resource areas). A number of issues became evident during planning for the project. The proposed solution is to have built the new block in a cramped space between two buildings. There were health and safety concerns with the construction methodology due to the constrained site, the difficult site access, the proximity of the new block to other classrooms, asbestos removal and requirement for the school to remain operational during the construction phase, bar during school holidays. Hence, due to the complexities identified, the Ministry is seeking to engage a suitable contractor during the design phase of the project in order to get early advice and involvement from a contractor into the buildability and optimisation of design. The collaborative contracting is required so that the most significant and complex construction issues, such as above, could have been identified, resolved or mitigated. Note this RFT is the next procurement stage following shortlist ROI process.",Awarded,,20201117 Ministry of Education - School Infrastructure,19950616,Request for Tenders,Open Competition,CW2018-63 Maidstone Intermediate - Main Contractor Hall & Admin Block,CW2018-63,20180726,20180831,20181217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This project is generally described as a weather tightness remediation project. Temporary repairs have only been partially successful and there are still active leaks into the administration area over the main entrance and hall.,Awarded,,20201117 Ministry of Education - School Infrastructure,19954726,Request for Tenders,Open Competition,Main Contractor for Classroom Refurbishment at Wilford School,,20180730,20180822,20190527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,,Awarded,,20201117 Ministry of Education - School Infrastructure,19961389,Request for Tenders,Closed Competition,54-15 Science Laboratory Refurbishment- Stage 1,54-15 Science Labs,20180806,20180827,20181010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope of Work The extent and scope of work is as generally shown on the attached drawings. The work will be carried out in 2 stages to meet funding availability and to enable the work to be carried out in term holiday periods. Stage One Works, as identified on the attached drawings, will involve work in the existing Specialist Block East Wing and will include: - Internal demolition on 2 levels - Forming 3 new laboratory spaces and a new staff office - Forming a new resource space on level 2 and refurbishments to the existing resource spaces on Level 3 - Running new power, data, water and gas supplies for new lab benches - Supply and installation of new lab benches - Provision of new services (this will involve some drilling through the concrete frame of the existing building) that will be connected to existing services routes - Installation of new HVAC and lighting services - General internal refurbishments including new flooring and suspended ceilings and general painting and decorating",Awarded,,20201117 Ministry of Education - School Infrastructure,19962389,Request for Tenders,Open Competition,CW2018-67 Titahi Bay Intermediate School Internal Refurbishment Block F,CW2018-67,20180731,20180824,20181002,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is looking at extending operational space for staff at Titahi Bay Intermediate School and propose to extend present facilities in Block F at the school. * The project will convert a classroom and adjacent toilets into office space connecting to the existing spaces currently used. Start date: 16 October 2018 (or earlier) Due Date for Completion: 20 December 2018 Limitations ??? construction to happen within operational school year with limited vehicular access",Awarded,,20201117 Ministry of Education - School Infrastructure,19962814,Request for Tenders,Open Competition,Main Contractor for Block JB-New Gym Floor at James Cook High School,,20180801,20180824,20180924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Board of Trustees for James Cook High School are seeking a main building contractor for the replacement of the Block JB - Gym Floor.,Awarded,,20201117 Ministry of Education - School Infrastructure,19968976,Request for Tenders,Closed Competition,5426 RFT for Main Contractor for modernisation of Block 1 North Wing at Winchester School,208181,20180803,20180827,20190125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Winchester School Board of Trustees is seeking tenders from main contractors for main building modernization of Block 1 North Wing.,Awarded,Contract awarded to Isles Construction Dec 2018,20201117 Ministry of Education - School Infrastructure,19971769,Request for Tenders,Open Competition,"Main Contractor for Electrical Upgrade, Distribution Boards, Heating and Lighting Works at James Cook High School",,20180803,20180828,20180924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Please Upload All Responses Via The GETS Website,"The Board of Trustees is seeking a main contractor for the Electrical Upgrade, Distribution Boards, heating and Lighting Works at James Cook High School.",Awarded,,20201117 Ministry of Education - School Infrastructure,19979244,Request for Tenders,Open Competition,RFT - Main Building Contractor for Block 2 Partial Upgrade at Glen Taylor School,1289-05,20180803,20180906,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This is a partial upgrade of teaching block 2 in the Junior School. Main works include Interior and exterior demolition of the toilet block areas. Replacement cladding and windows to exterior facades, Interior alterations to reduce number of toilets and form new boys and girls toilets, New with draw spaces, new wet areas, new insulation, wall linings and coverings, new floor coverings. Opening of the doorways between toilets and both classrooms. Electrical work to allow hot water supply and heat pumps for better climate control.",Awarded,,20201117 Ministry of Education - School Infrastructure,19982103,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Massey Block Roofing & window Replacement Project at Pukekohe High School,,20180808,20180830,20181115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Pukekohe High School Board of Trustees require a main building contractor to undertake the construction work for the Massey Block Roofing & Window Replacement Project. The works include re-pitching the existing roof structure to the Massey Block and replacement of roofing materials, replacement of existing joinery, and associated construction works. Outcome sought is to establish a contract with a main building contractor to undertake the works within the required timeframe, quality, budget requirements. It is anticipated the project works will commence 1/10/18 utilising term break in the construction program with construction completion 31/1/19.",Awarded,,20201117 Ministry of Education - School Infrastructure,19982444,Request for Tenders,Closed Competition,RFT - Main Contractor for the Essential Works and ILEs Project at Whau Valley School,1131-03,20180803,20180823,20190218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Essential Works and ILEs Project to include: Flooring and ceiling replacements, create ILE space, and toilet upgrades. Library roof repitching and replacement as well as associated internal works includng heating and electrical upgrades.",Awarded,,20201117 Ministry of Education - School Infrastructure,19984348,Request for Tenders,Closed Competition,Hillcrest High School Math Block RFT,Hil10,20180806,20180829,20181001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BoT of Hillcrest High School is seeking a Main Building contractor for the supply of all labour and materials and sub contractors for the removal of old prefab classrooms and the construction of a new 8 Teaching Space block,Awarded,"Thank you to all tenders who submitted a price for these work, the tender review was very difficult as all tenders provided very competitive pricing and a high level of methodologies.",20201117 Ministry of Education - School Infrastructure,19995385,Request for Tenders,Open Competition,Main Building Contractor for the Demolition of an Existing and New Build of High Dependency Special Needs Unit at Lytton High School,,20180807,20180903,20181127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Please upload all submissions via the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Demolition of an Existing and New Build of High Dependency Special Needs Unit at Lytton High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,19997152,Request for Tenders,Open Competition,Main Contractor Gladstone Primary School for Block 1 classroom and Corridor Refurbishment,,20180810,20180906,20181106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Please upload all tender responses via the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main contractor for the refurbishment of classrooms 9,10,14,15,22,23,24,25 GTV Studio, Office & Corridors at Gladstone Primary School The Refurbishment of classrooms 9,10,14,15,22,23,24,25, GTV Studio, Office & corridors at Gladstone Primary School. The refurbishment involves: ??? the replacement wall linings ??? replacement of existing floor coverings ??? the replacement existing lights with LED lights ??? repainting ??? the installation of new interior aluminium sliding doors ??? Relocation and replacement of existing radiators The Proposed Contract is based on the Ministry of Education???s (The Ministry???s)Major Works Contract (NZS3910:2013)].",Awarded,"The contract was awarded to Focus Interiors Ltd. They were the : ??? Highest ranked tender based on price and non price attributes ??? Lowest conforming price, top equal non price attributes ??? Completion date very good ??? Can start on time",20201117 Ministry of Education - School Infrastructure,20003727,Request for Proposals,Open Competition,Masterplanning and Lead Design Services for Roll Growth Classrooms at Beachlands and Maraetai Beach Schools,,20180810,20180925,20181122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Masterplanning and Lead Design Services for Roll Growth Classrooms at Beachlands and Maraetai Beach Schools Contract opportunity. Please note that all documents/attachments for this RFP are attached in Addendum 2. A site visit for Maraetai Beach School is being offered, please refer to Addendum 4 of this GETS notice for further details.",Awarded,"The contract was awarded to Ignite Architects and started on 6 November 2018. The term of this contract is until the completion of all deliverables, expected December 2021.",20201117 Ministry of Education - School Infrastructure,20004284,Request for Proposals,Closed Competition,Request for Proposals (RFP) for Lead Design Services for Redevelopment Project at Kamo High School,,20180810,20180905,20190327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,This Request for Proposals (RFP) follows an earlier ROI and is an invitation to the short-listed Consultants to submit a Proposal for the Provision of Lead Design Services at Kamo High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,20007295,Request for Proposals,Closed Competition,Lead Design Services for Roll Growth 4 Classroom Block at Oranga Primary School,,20180810,20180831,20181212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services for Roll Growth 4 Classroom Block at Oranga Primary School Contract opportunity.,Awarded,,20201117 Ministry of Education - School Infrastructure,20008589,Request for Tenders,Open Competition,Main Heating Contractors for Stratford High School,Stratford High School,20180814,20180906,20181219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Stratford High School, Stratford, Taranaki are seeking suitably qualified Heating/Boiler Specialists to carry out a Boiler Upgrade to various Blocks. The contract works required are: The proposal is for a Boiler Upgrade to various Blocks at Stratford High School. The existing boiler is near the end of its life and is to be replaced. The new boilers will be condensing type (as these are more efficient). Underground piping will be abandoned in the upgrade (as it is difficult to assess condition and detect leaks in underground piping) except the relatively new and small underground line to Block R1 will be retained. The heating system will be broken up into four independent systems with local condensing boilers. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS Ideally dependent on funding approval this work is to be undertaken during the December2018/January 2019 School holidays. The system must be tested and fully operational prior to April 2019. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Relisted on GETS. New GETS ID is 20559586,20201117 Ministry of Education - School Infrastructure,20017345,Request for Proposals,Open Competition,CW2018-10 Karori West Normal School,CW2018-10,20180814,20180912,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,"Lead Design services are required for the provision of four roll growth classrooms at Karori West Normal and a technology block on the school???s upper field which utilises relocatable buildings. ??? A modular classroom solution has been investigated and found not to be acceptable because a stream and the main WCC Karori wastewater drain run through the site, limiting the available building platform. Wellington Water has been approached and the wastewater drainage cannot be rerouted. ??? Accordingly a bespoke solution is required. The School has four existing 1970s relocatable classrooms (original cladding ??? likely asbestos), housing 4 out of 5 classrooms called the technology centre. It is proposed that this group of buildings be demolished and a technology centre be provided on the school???s elevated playing field with a separate vehicle entrance and pedestrian access from the school. ??? The technology centre is the priority, and design services for the roll growth classrooms should be run concurrently. The design solution for the roll growth classrooms should be focused on provision in the current location of the to-be-demolished technology buildings. The technology block is to be designed for the top field on the site. The Lead Designer will be required to sub-contract accordingly to provide an appropriate design solution to the above within a reasonable construction budget.",Awarded,,20201117 Ministry of Education - School Infrastructure,20020722,Request for Tenders,Open Competition,Russell St School Contract Works Classroom Upgrade and Toilet Refurbishment,,20180816,20180910,20181112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome - The refurbishment of Block 7 toilets will improve the amenity due to current conditions not being up to Ministry of Education standards and poses health and safety risks for students. Conversion of Block 5 classrooms 6 & 7 to a ILE space will conform with MoE space upgrade requirements and by creating a healthier work environment for both students and staff. History - Russell Street School located within Palmerston North and is currently undergoing some of their 5 Year agreement (5YA) projects at their school. As the school was required to undergo some condition assessments (as part of their 5YA), the specialist condition assessment revealed some issues. Mostly, these issues concerned teaching spaces and internal environment within several blocks of Russell Street School. Block 7 was the only one that also needed a complete renovation of the current lavatory station due to current conditions being inadequate for student use. The proposed works are planned to run over the December/January school holidays to minimise disruption to the school. No staged work is proposed.",Awarded,,20201117 Ministry of Education - School Infrastructure,20022463,Request for Tenders,Closed Competition,Dominion Road School 6 New Classrooms & CASS expansion,207517,20180815,20180907,20181212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"Tender for Main Contractor Design and Build for 6 Classroom Block and Satellite Unit Expansion at Dominion Road School. The scope of the project is made up of the following Separable portions: Separable Portion 1: Design and build a new 6 classroom ILE teaching block to accommodate 4 roll growth classrooms and 2 replacement classrooms, 600m2 GFA and the design for expansion of the existing satellite unit to its entitlement at its current location, additional 95m2 approx. space to be taken from within the existing school footprint. Separable Portion 2: Construction of the expansion to the existing satellite unit. This procurement is to engage a suitably experienced main contractor under a Design and Build Contract to undertake professional design, management and construction services for the Design and Build for Six-Classroom Block and Satellite Unit Expansion with the portions set up as below: Separable Portion 1: Fixed price lump sum, Design and Build under NZS3916:2013 with Special Conditions Separable Portion 2: Fixed P&G and Margin with identified trade rates as per pricing schedule, final price to be converted to lump sum at the end of the design phase which is covered under Separable Portion 1, the Ministry will have visibility over sub-trade rates. This portion will also be engaged under the same NZS3916:2013 with Special Conditions",Awarded,,20201117 Ministry of Education - School Infrastructure,20023098,Request for Tenders,Closed Competition,5409 RFT Main Contractors Hokowhitu School Capital Works,208236,20180816,20180918,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Hokowhitu School Board of Trustees is seeking tenders from main contractors for construction capital works project.,Not Awarded,Project was re-scoped and retendered as an open RFT,20201117 Ministry of Education - School Infrastructure,20026649,Request for Tenders,Open Competition,Main Building Contractors for B Block Toilet Upgrade at Otorohanga South School,OSS5840,20180820,20180912,20181122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: B Block - Upgrade and alterations of 4x toilet blocks. Contract: MOE Medium Works Staging: 2x stages. 1 set of girls and boys toilets, followed by the other set of girls and boys toilets. Start: Tentative date 1 October 2018 Timeframe: 4 weeks for each stage.",Awarded,Contract has been awarded and all recipients notified via email.,20201117 Ministry of Education - School Infrastructure,20026738,Request for Tenders,Open Competition,"Main Contractor for Block 1, 2, 6, 7, 9, B Roofing Works at Auckland Normal Intermediate School",,20180816,20180910,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Auckland Normal Intermediate School are seeking a Main contractor for the Block 1, 2, 6, 7, 9, B Roofing Works.",Awarded,,20201117 Ministry of Education - School Infrastructure,20027216,Request for Proposals,Open Competition,CW2018-53QS Ridgway School Quantity Surveyor Services,CW2018-53QS,20180816,20180910,20181018,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Ridgway school is a coeducational primary school located in Brooklyn, Wellington. The school caters for years 1 to 8, and has a roll of 197 at March 2018. The school currently has 9 teaching spaces. There are a total of 3 defective buildings on the school site which have been identified as requiring remediation or replacement due to weathertightness failure and general end of life. These defective buildings include the Main Block A (4 TS); Block C relocatable (2 TS), and Block F (3 TS). This redevelopment project proposes weathertightness remediation and internal redevelopment/refurbishment of Main Block A incorporating ILE; as well as the construction of a new teaching Block which will replace defective buildings C & F to be demolished. This project scope requires building to 9 teaching spaces in accordance with the schools current roll entitlement areas, with a Master Plan roll of 300. An option for a staged approach may be requested, if desired by the school, to allow acceleration of both the design and construction of Block A works. It is expected that the Ministry will provide temporary classroom accommodation for decant of Blocks C and F, as the replacement teaching block is likely to be positioned in a similar location. Quotations are being sought for Quantity Surveying for Ridgway School. The successful consultant will be expected to work collaboratively with the Ministry and the assigned Project Manager / Delivery Manager to provide QS services for the design, procurement and construction of each school.",Awarded,,20201117 Ministry of Education - School Infrastructure,20030577,Request for Tenders,Open Competition,"Request for Tenders (RFT) Main Building Contractor for Refurbishment of Two Classroom at Parklands School, Motueka.",,20180820,20180920,20190420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The projects consist of the ILE upgrade of two classrooms 5 & 6 in the main block at Parklands School. The scope of works is detailed in the attached drawing and specification and includes the redeveloping the existing classroom layouts. Which include but not limited to the following works. Removal of existing internal linings, structural and forming of opening in the external walls, insulation, new floor, wall covering, suspended ceiling and external deck areas for break out areas for the pupils.",Awarded,,20201117 Ministry of Education - School Infrastructure,20032955,Request for Tenders,Open Competition,"ROSLYN SCHOOL - Blocks 2, 4, 6 & 8 Re-Roof",18/016,20180827,20180919,20190107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be through the GETS website,"The Board of Trustees of Roslyn School (the Buyer) is seeking Main Building Contractors for the Blocks 2, 4, 6 & 8 Re-Roof project at Roslyn School (the School) in Palmerston North. The Scope of Works include - The removal of existing metal corrugate and translucent roofing - Supply and installation of new ColorCote roof cladding and Ampelite translucent roof cladding including all fixings and flashings, etc. - Preparation of existing torch-on membrane roofs - Supply and installation of new roof membrane, upstands, fillets, flashings, etc. - Supply and installation of new downpipes, spouting, and stormwater services - Removal of existing exterior fibre cement (asbestos based) and Hardiflex wall claddings - Supply and installation of new Titan Facade Panel exterior cladding over CLD Structural Cavity Battens over underlay, including associated fixings, flashings, etc. - Exterior painting to new exterior cladding and timber work. - Supply and installation of new roof insulation. (Refer to all documentation as outlined in Clause 1.8 of the Request for Tender and architectural drawings and specification). The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Roslyn School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Alexander Construction Central Ltd of Palmerston North. The start date of this contract is February 2019 with completion date by May 2019 (final dates to be confirmed).,20201117 Ministry of Education - School Infrastructure,20033336,Request for Tenders,Open Competition,Kimi Ora Community Design & Construction,CW 2018-35,20180817,20180920,20181213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"Kimi Ora Community School is located at 1 Boston Crescent, Flaxmere, Hastings and is slate for a Design and Construction delivery method starting at the completed Preliminary Design. It is a full primary school with a March 2018 roll of 131 students. Due to extensive weathertightness issues, funding was approved to replace all school buildings except the hall. The funding provides for six new teaching spaces, reconfiguring the existing hall and building a new multi-purpose space, a total gross property area of 1,201m2.",Awarded,,20201117 Ministry of Education - School Infrastructure,20035266,Request for Tenders,Open Competition,"Main Contractor for Cyclical Maintenance (Repainting) of Blocks A, B and F at Kelston Boys High School",,20180820,20180912,20180927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Kelston Boys High School is looking to protect their building assets by carrying out cyclical maintenance on several blocks this year, 2018. These blocks are Blocks A, B and F. The painting contractor will be expected to prepare a fixed price itemised quote. Prices must include but not limited to labour, material, site fence and any required scaffolding.",Awarded,assessed best value; met all requirements of the tender,20201117 Ministry of Education - School Infrastructure,20035710,Request for Tenders,Open Competition,Design and Construction of Stage 4 at Golden Sands School,CW 2018-07,20180817,20180925,20181213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"Golden Sands School is located at 26 Golden Sands Drive, Papamoa. It is a contributing primary school which opened in February 2011 with a roll of 83 students. Continued residential growth resulted in school???s capacity being increased to 417 students during 2013 (Stage 2). A further increase (stage 3) of 150 students to a total capacity of 567 students was successfully completed during October 2017. An additional stage (4) has been approved to increase the school???s capacity to 720 students, an increase of 153 students. The approval provides for an additional seven new teaching spaces and supporting non-teaching space, a total gross area of 851m2.",Awarded,,20201117 Ministry of Education - School Infrastructure,20036265,Request for Tenders,Open Competition,One Tree Point School - Block 2 Upgrade,,20180821,20180919,20181017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project includes creating classroom breakout spaces, installation of new large glazed aluminium doors and windows, new internal openings, installation of Autex Composition Board, creation of a new Kitchen and Art area with sink benches, carpet and vinyl replacements. All queries via GETS Q&A function only please",Awarded,,20201117 Ministry of Education - School Infrastructure,20038043,Request for Tenders,Closed Competition,Main Building Contractor for Room 7 & 8 ILE Upgrade at Haumoana School,,20180821,20180911,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Board of Trustees at Haumoana School (the Principle) is seeking a Main Building Contractor for an ILE upgrade to existing Rooms 7 & 8 at the School through a closed RFQ.,Awarded,,20201117 Ministry of Education - School Infrastructure,20058416,Request for Tenders,Open Competition,"RFT - Amisfield School, Sickbay Alterations, Deck Replacement, and DB Upgrades",,20181017,20181112,20190607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"RFT - Amisfield School, Sickbay Alterations, Deck Replacement, and DB Upgrades",Not Awarded,,20201117 Ministry of Education - School Infrastructure,20058420,Request for Tenders,Open Competition,"RFT - Tahatai Coast School, Main Building Contractor for the K Block ILE Classroom Upgrade, Toilet Access, and Hall Lights",,20181011,20181107,20181210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"RFT - K Block ILE Classroom Upgrade, Toilet Access, and Hall Lights at Tahatai Coast School",Awarded,,20201117 Ministry of Education - School Infrastructure,20058423,Request for Tenders,Open Competition,"RFT - Otakiri School, Main Building Contractor for Toilet Works Project",,20180824,20180919,20190222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Otakiri School are seeking tenders for the Toilet Refurbishment Works Project. The works include the demolition of an existing toilet block and construction of a new toilet block as outlined in the RFT. It is anticipated the demolition works will comment over the October term break and building works completed within 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,20067415,Request for Tenders,Open Competition,Design and Build Contractor for the Demolition of 6 Buildings and Relocation of 2 Buildings at Te Hihi School,,20180827,20180924,20181219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"Design and Build Contractor services for the demolition of 5 classrooms and 1 toilet block, and relocation of 2 existing classrooms onto a new location on the same school site.",Awarded,,20201117 Ministry of Education - School Infrastructure,20070934,Request for Tenders,Open Competition,301-18-01 Buller High Replace G Block Windows,301-18-01,20180829,20180927,20181031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable - all responses must be submitted electronically via GETS,"This project seeks to replace the existing external windows in G Block at Buller High School with aluminium powder coated windows and double-glazed tinted glass, within the existing external window frames. Some high-level opening sashes are to be fitted with electric opening gear, and some painting and finishing will be required where the windows are to be installed. All lower level opening sashes are to have restrictor stays fitted.",Awarded,TRT Builders Ltd have been selected by the school as the preferred tender for this work,20201117 Ministry of Education - School Infrastructure,20071157,Request for Tenders,Open Competition,Rosebank School - Verandah and Deck Extensions,,20180903,20180927,20181029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made via he GETS website,The Rosebank School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed verandah and deck extensions.,Not Awarded,This project has been postponed/deferred due to funding restrictions.,20201117 Ministry of Education - School Infrastructure,20074348,Request for Tenders,Open Competition,Main Contractor for Flexible Learning Space Refurbishment of Blocks 11 & 16 at Ashburton Borough School,20074348,20180828,20180921,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Ashburton Borough School (ABS) has approximately 460 pupils??? and 16 teaching spaces. The school buildings are primarily fibre cement and weatherboard timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1969-2016. This is a re-tender of GETS ID 1983907. Block 11 & 16 are single-story fibre cement relocatable building???s similar to CEBUS buildings, each contain two classrooms, a resource office, cloak rooms and male and female toilets. Block 16 contains an accessible bathroom and toilet. They were constructed in 1970. It is believed that the exterior fibre cement cladding is an ACM (Asbestos Containing Material) Each block has existing accessible access ramps and in 2016/17 the school created timber decking to the side of each classroom in preparation for the ILE upgrades. Outcome sought: ABS are looking to modernise and protect Block 11 by carrying out a full refurbishment on the interior, including: ??? Opening the wall between rooms 5 & 6 to create a shared ILE teaching space. ??? Replacement of floor coverings. ??? Replacement of wall linings. ??? New LED lighting. ??? Removing the resource area in room 6. ??? Removing the toilets. ??? Removing the cloak bay and converting into a break out space. ??? New sound reducing linings to the ceiling and ceiling insulation. ??? New double-glazed joinery to the proposed doors between the teaching spaces and deck. ??? New double-glazed window joinery to existing windows. (If funds allow) ??? Replacement to exterior fibre cement cladding where directly affected by the works. ??? New exterior concrete patio to be used as a teaching space. ABS are looking to modernise and protect Block 16 by: ??? New double-glazed joinery to the proposed doors between the two teaching spaces and deck. These are the same width as the existing windows in each teaching space. ??? Replacement to exterior fibre cement cladding where directly affected by the works. Requirement for Phasing. The contractor will provide a comprehensive programme outlining the order that they will approach the works, allowing for internal and external works. It is anticipated that the project will begin in September 2018. At this stage the school can relocate affected classrooms in Block 11 to allow the work to proceed. It is anticipated that the work will be staged with Block 11 first and Block 16 following. The scope of works in Block 16 is greatly reduced over Block 11.",Awarded,Awarded to Farrell Construction Ltd. All Unsuccessful tenders notified via email 28/11/2018,20201117 Ministry of Education - School Infrastructure,20074947,Request for Tenders,Closed Competition,Main Contractor for Site Capital Maintenance of Essential Infrastructure at Hastings Intermediate School,2570-18-04,20180830,20180921,20181219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Main Contractor sought for: Capital maintenance of various essential infrastructure items around the school Upgrade of Block B toilets Replace Block B classroom floor coverings Install air conditioning units to Block B classrooms",Awarded,,20201117 Ministry of Education - School Infrastructure,20082239,Request for Tenders,Open Competition,RFT Main Contractor for the Playground Redevelopment at Balclutha School,3710.17.02,20180903,20180926,20181114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"Level concrete, fill holes/cracks and resurface with an all weather synthetic playing surface.",Awarded,,20201117 Ministry of Education - School Infrastructure,20083301,Request for Tenders,Closed Competition,"Stanley Ave School, Te Aroha Room 1 & 2 Refurbishment RFT",Stan1,20180831,20180925,20181105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the refurbishment of Rooms 1 & 2 at Stanley Ave School,Awarded,,20201117 Ministry of Education - School Infrastructure,20090502,Request for Tenders,Open Competition,Main Building Contractors for Roof Repitch at James Cook School,James Cook School,20180905,20181001,20181219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for James Cook School, Marton are seeking suitably qualified Main Building Contractors to carry out Roof Repitch and Interior Refurbishment to Hall The Contract Works required are: Build a new wall on higher side of hall with 6 reused windows and insulation to walls. Repitch roof and cover with coloursteel. Install new insulation to roof cavity where practical. For lean-to roofs, pack or fit new purlins to achieve 5 degree pitch. New spouting to all areas. Interior ceiling to be fitted with Autex Acoustic sound panels. Fit new specifically designed bracket for projector to be mounted on. Fit 2 new heat pumps. Fit new lights, power points and switches. Fit new Autex Wall linings. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdfThe contract works required are: The proposal is for a Boiler Upgrade to various Blocks at Stratford High School. The existing boiler is near the end of its life and is to be replaced. The new boilers will be condensing type (as these are more efficient). Underground piping will be abandoned in the upgrade (as it is difficult to assess condition and detect leaks in underground piping) except the relatively new and small underground line to Block R1 will be retained. The heating system will be broken up into four independent systems with local condensing boilers. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS Ideally dependent on funding approval this work is to be undertaken during the December2018/January 2019 School holidays. The system must be tested and fully operational prior to April 2019. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,20090796,Request for Proposals,Open Competition,CW2018 ??? 77 Te Hapara School Lead Design Services,,20180831,20180925,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified potential Consultants (Tenderers) to submit a Proposal for CW2018 ??? 77 Te Hapara Lead Design Services RFP.,Awarded,,20201117 Ministry of Education - School Infrastructure,20091332,Request for Tenders,Open Competition,MARTINBOROUGH SCHOOL - Block A (Admin) Re-Roof,17/013,20180905,20180928,20181206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Board of Trustees of Martinborough School (the Buyer) is seeking Main Building Contractors for the Block A (Library) Re-Roof at Martinborough School (the School). The Scope of Works include: - the removal of existing metal and translucent corrugated roof cladding and flashings; - supply and installation of new Colorcote 'Corrugate' long run roofing and associated underlays, wire netting, purlin battens, etc; - supply and installation of Colorcote box spouting, powdercoated aluminium flashings, Dektite flashings, and associated accessories; - supply and installation of new timber purlins, and timber ceiling framing; - supply and installation of new ceiling insulation; - supply and installation of new Gib ceiling linings, cornices; - associated interior and exterior painting; - installation of a new Type 4 Automatic Analogue Addressable fire alarm system and associated detectors, and updated fire alarm indicator panel. (Refer to Architectural Drawings, Specification, Fire Safety Analysis and Means of Escape Plan for full scope of works). The Board of Trustees seeks tenders for the above works through this single-stage, open Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Martinborough School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Holmes Construction Group Ltd of Greytown. The start date of this contract is 10th December 2018 with completion by 1st March 2019.,20201117 Ministry of Education - School Infrastructure,20094583,Request for Tenders,Open Competition,Main Building Contractors for Rooms 14-17 Upgrade at Fairfield Intermediate (ORFT),OSS5849,20180911,20181004,20190212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope; Internal alterations and upgrade of four teaching spaces. Contract: MOE Medium Works Staging: 2x stages. Rooms 14 and 15 first, followed by rooms 16 and 17. Start: Tentative date 15 October 2018 Timeframe: 3 weeks for each stage.",Awarded,Contract awarded and all recipients notified via email.,20201117 Ministry of Education - School Infrastructure,20099929,Request for Proposals,Open Competition,CW2018-53 Ridgway School Master Planning and Lead Design Services,CW2018-53,20180904,20180928,20181105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Please make sure all submissions are made through the GETS website,"Ridgway School is a coeducational primary school located in Wellington. The school caters for years 1 to 8, and has a roll of 197 at March 2018. The school currently has 9 teaching spaces. There are a total of 3 defective buildings on the school site which have been identified as requiring remediation or replacement due to weather tightness failure and general end of life. These defective buildings include the Main Block A (4 TS); Block C relocatable (2 TS), and Block F (3 TS). This redevelopment project proposes internal redevelopment/refurbishment of Main Block A incorporating ILE along with some exterior remedial works; and the construction of a new teaching Block which will replace defective buildings C & F to be demolished The projects construction cost budget is around $6.16M.",Awarded,,20201117 Ministry of Education - School Infrastructure,20101263,Request for Tenders,Open Competition,Main Roofing Contractor for Replacement Roofing and Spouting at Rosehill College,,20180904,20180928,20181008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,"Rosehill College seek the services of a roofing contractor to replace the roofing and spouting at Rosehill College in Blocks A,B,C,L, S and G. There are decramastic tiles to be removed in Block A",Awarded,,20201117 Ministry of Education - School Infrastructure,20101505,Request for Tenders,Open Competition,Main Roofing Contractor for Replacement Roofing at Glenfield Primary,,20180904,20180928,20181029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Seek the services of a roofing contractor for replacement roofing at Glenfield Primary in Blocks 1,2 and 7",Awarded,,20201117 Ministry of Education - School Infrastructure,20105556,Request for Tenders,Open Competition,"Main Building Contractor for redesign of Block 1, admin and staff room area at Mount Albert Primary School",,20180906,20181005,20181018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Mt Albert Primary School seek the services of a main building contractor to redesign Block 1 which is the admin and staff-room area of the school,Awarded,,20201117 Ministry of Education - School Infrastructure,20111915,Request for Proposals,Open Competition,RFP- Managed Network Services At Mount Albert Grammar School,,20180905,20181019,20190118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The Board of Trustees for Mount Albert Grammar School (the Buyer) is seeking managed network services at Mount Albert Grammar School (the School). We require the support of an IT provider to ensure the efficient running and appropriate development of our school IT infrastructure. The successful company must be very experienced with school networks, while cognizant of the fact that the school is so large that we need to ensure an Enterprise solution.",Not Awarded,This tender has been awarded to TTS- Telco technology Services,20201117 Ministry of Education - School Infrastructure,20114167,Request for Tenders,Closed Competition,RFT - Main Contractor for Special Needs Modifications at Okaihau College,,20180905,20180926,20181029,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Site improvements are required at Okaihau College to provide access for a student with mobility isies. Addition of two major ramps with handrails, lower thresholds, provide ceiling hoist in bathroom along with change table.",Awarded,,20201117 Ministry of Education - School Infrastructure,20121075,Request for Tenders,Open Competition,"Main Building Contractor for Special Needs Modifications at Porritt School, Napier",18-2647-02,20180913,20181011,20190524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Porritt School Board of Trustees is seeking a main building Contractor to build a new special needs bathroom facility. It is intended to build this as an extension to the Schools existing toilet block. This new build extension is approx 11.7m2 in area. It is intended that the works will be completed during the 2018/19 Christmas School holidays, and potentially also during operational school hours and a demarcated construction site will need to be formed with emphasis given to safe pedestrian access onto the school site. This procurement ls seeking a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust project.",Awarded,Successful respondent was judged to provide great value for money due to a lower price. Total weighted score on the Evaluation summary was 90/100. Unsuccessful respondents score was 79.25/100.,20201117 Ministry of Education - School Infrastructure,20127869,Request for Tenders,Closed Competition,Kelston Girls'College 5ya Projects,,20180912,20181004,20181122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The circumstances leading to the project: KGC wish to complete renovations to Block D which were partly completed approx 2 years ago, and also carry out Infrastructure Works which have been identified. Renovations to Block D classrooms will primarily be internal works with some new walls and external joinery, new floor coverings throughout, new Acoustic linings to walls and ceilings, upgrades to services, new interior joinery for vision and access between classrooms, partial re-roof. Infrastructure Works will require drainage works to upgrade existing lines, roofing replacement to Block T and some gutters, replacement gas main pipes. Renovations will be to Block D which will remain in occupation for the non affected areas as will the balance of the site classrooms, access will be clearly defined, Toilet renovations to Block E will proceed in tandem with Block D classrooms, Infrastructure works will occur to meet programme and weather conditions",Awarded,"wide spread of pricing, Shakthi both lowest and selected from ROI as suitable for this project",20201117 Ministry of Education - School Infrastructure,20130786,Request for Tenders,Open Competition,Napier Boys High School - Enabling works for Armour Block replacement & asbestos removal,CW2018-89,20181018,20181114,20190304,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Napier Boys High School is the oldest State Secondary School in Hawke's Bay, offering students both day and boarding facilities. This project is seeking tender responses from qualified and experienced contractors to deliver enabling works for the replacement of the Armour Block at Napier Boys High School. The contract works required are: o The enabling works include partial demolition of the Armour Block (circa 830m??). The remainder of the building is to be retained as teaching space during the first phase of construction. o Complete asbestos removal from the Armour Block. o This will require relocation and temporary works to allow the building services to continue functioning during delivery of the first construction phase. o The school infrastructure supplies will be upgraded with the provision of a central services route which will cater for the ongoing development of the school and allow for supply to the new Armour Block. o It is intended that these works are completed during the school summer 18/19 holidays to provide a clean handover to the Main contractor commencing works on site in March 2019 The contractor awarded this project will be engaged through a Medium Works contract.",Awarded,,20201117 Ministry of Education - School Infrastructure,20131801,Request for Tenders,Open Competition,Block 1: Internal Refurbishment of Three Classrooms at Harrisville Primary school,,20180914,20181012,20181023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Harrisville Primary School Board of Trustees (BoT) require the services of suitably qualified contractors to carry out the Internal refurbishment of three classrooms in the oldest block of the school (Block 1) The works will include (please always refer to RFT documents and uploaded documents for precise info)... Replacement wall linings with Autex composition wall lings, Replacement floor coverings with new solution dyed nylon carpet tiles and 3.2mm vinyl/tiles in wet areas, Remove existing heaters and replace with new heat-pumps x 3, Upgrade fluorescent lighting to LED lighting + RCD protection, 3 x 4.8m Fixed whiteboard units, Paint all new surfaces and make good all existing surfaces, Ensure all existing window and door joinery is in full working order, Please note: The works outlined above will be carried out in the three classrooms ONLY. Please do not price any work in the attached cloak bays and corridors. An asbestos survey has been commissioned and will be available the week of the 17th Sep 18",Awarded,,20201117 Ministry of Education - School Infrastructure,20131898,Request for Tenders,Open Competition,Main Contractor for the Rationalisation of 5 Classrooms at Mangere East Primary School,,20180910,20181004,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,The Board of Trustees for Mangere East Primary School are seeking a main contractor for the Rationalisation of 5 classrooms.,Awarded,,20201117 Ministry of Education - School Infrastructure,20137946,Request for Tenders,Closed Competition,"Main Building Contractor for ILE, Roofing plus Fire and Security Works at Takapuna Primary School, Takapuna, Auckland.",,20180911,20181002,20190107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,"The proposal is to open the walls between Classrooms 5,6+7 to create collaborative learning areas as was done in the last stage, just leaving the braced sections of the walls upgraded as part of an earlier seismic upgrade project. The walls to the corridor will also be removed to incorporate this area into the learning area and for a new shared resource area with associated staff facility, breakout space and wet area. A small increase of 7.2m2 net will be required which essentially fills in and makes good use of an alcove area that currently exists. It is proposed that work will include upgrading of the classrooms to meet DQLS standards for acoustics, ventilation, insulation, flooring, pinboard, lighting, data, electrics etc. along with a reduced ceiling height where practicable and budget allows. Roofing replacement on the lower profile roof sections as shown on the plans is also proposed. Fire + Security Services are being tendered separately and nominated sub-contractors will be appointed for these aspects of the work, subject to agreement of the selected main contractor.",Awarded,,20201117 Ministry of Education - School Infrastructure,20138097,Request for Proposals,Open Competition,School bus services - Garston School,,20180910,20181005,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Garston School welcomes proposals for the provision of school bus services.,Awarded,,20201117 Ministry of Education - School Infrastructure,20138571,Request for Proposals,Open Competition,School bus services - Dome Network (Lumsden),,20180910,20181005,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,The Dome School Transport Network welcomes proposals for the provision of school bus services in the Lumsden district.,Awarded,,20201117 Ministry of Education - School Infrastructure,20139453,Request for Proposals,Open Competition,Quantity Surveying Services for the Construction of an 8 Classroom Block and Infrastructure Upgrade at Pokeno School,CW2018-60,20180911,20181005,20181203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,Quantity Surveying Services for the Construction of an 8 Classroom Block and Infrastructure Upgrade at Pokeno School,Awarded,"Thanks to all unsuccessful respondants, for providing dilligent and high quality responses. Your time and efforts are appreciated.",20201117 Ministry of Education - School Infrastructure,20144762,Request for Tenders,Open Competition,"Main Building Contractors for ILE Upgrade at Eltham Primary School, Taranaki",Eltham Primary School,20180913,20181009,20181219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Internal alteration and remodelling of the existing classroom Block C to provide 4 classrooms plus breakout spaces modelled on the Ministry of Educations Innovative Learning Environment (ILE). Refurbishment to altered areas including electrical. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS Ideally dependent on funding approval this work is to be started during the December2018/January 2019 School holidays, however this is dependent on funding and consent approvals. The system must be tested and fully operational prior to April 2019. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,20145028,Request for Tenders,Open Competition,"Main Contractor for Roofing, RWG???s & External Fa??ade Works at Greymouth Cluster Schools (RFT)",,20180914,20181009,20190319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"On behalf of the Greymouth School Cluster we are seeking Tenders from suitably qualified Main Contractors for this cluster roofing project. This involves the refurbishment or replacement of roofs, rain water goods, external doors and external wall claddings at Karoro School, Paparoa Range School (both Dobson & Blackball Sites) and Runanga School. This project is part of the Greymouth Cluster Schools initiative. The methodology for this cluster project is centred around aggregating project types/ trades and locations to achieve best efficiencies for all parties involved. The intention is to appoint one Contractor to deliver all of the contract works across these schools. The appointed contractor will enter into a separate contract with each school (Ministry of Education???s Medium Works Contract). Refer to attached tender documents as listed in section 1.8 of attached RFT for further information. Construction to be staged and is able to commence immediately following contract award. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,20145814,Request for Tenders,Open Competition,"Main Contractor for Removal and replacement of Carpet Tiles in 4 Teaching Blocks, and Installation of New Autex at Te Totara Primary School",,20180919,20181017,20181126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The Board of Trustees at Te Totara Primary School, Hamilton, seeks a Contractor to remove existing carpet tile floor coverings in 4 Teaching Blocks (Blocks B,C,D,E and Staffroom (Block F), and supply and install replacement Carpet Tiles in these blocks. Project also includes replacement loose carpet squares in each of the four Blocks, as well as the supply and installation of new matching Autex pinboard.on vertical wall surfaces above existing Autex pinboard, in the same teaching blocks. Work to be completed during Dec 2018/January 2019",Awarded,,20201117 Ministry of Education - School Infrastructure,20149293,Request for Tenders,Closed Competition,Main Building Contractor for the Refurbishment of the Performing Arts Centre (PAC) and Daycare at Southern Cross Campus,,20180912,20181008,20181212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to contractors shortlisted from the Construction Directory to submit a Tender for Main Building Contractor for the Refurbishment of the Performing Arts Centre (PAC) and Daycare at Southern Cross Campus (the Contract Works)",Awarded,,20201117 Ministry of Education - School Infrastructure,20151508,Request for Proposals,Open Competition,School bus services - Waikaia School,,20180913,20181010,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Waikaia School welcomes proposals for the provision of daily school and charter bus services.,Awarded,,20201117 Ministry of Education - School Infrastructure,20152186,Request for Tenders,Open Competition,Kuratau School - Main Contractor for Block C Conversion,,20180913,20181012,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The School wishes to convert Block C currently a resource storage room into a reading room and outdoor learning space. The project has also triggered the requirement for installation of a school wide fire alarm system and upgrade of emergency exit signage",Awarded,,20201117 Ministry of Education - School Infrastructure,20152809,Request for Tenders,Open Competition,"Main Contractor for Blocks 1,2,3,5,7,and 8 Roofing at Waiau Pa School",,20180913,20181010,20181211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,20201117 Ministry of Education - School Infrastructure,20154456,Request for Tenders,Open Competition,Turua School - Combined 5YA Works,,20180917,20181015,20181119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are but not limited to; ???Total refurbishment of Toilets (Male and Female) Lifecycle replacement of floor vinyl, wall linings to be repaired and painted throughout. Hot water system to basins as per MOE requirements, partitions to be repaired and painted throughout. Ceiling to be painted in both male and female and repaired in Female toilet. Hardware to be replaced on partitions as needed. All joinery and trims to be painted. Skylight in male toilet to be replaced ???Classroom 6 Refurbishment, lifecycle replacement of carpet tiles, wall linings ??? autex. New suspended ceilings. Replace sliding glass pane windows. Remove decommissioned radiator pipes. Replace syklight ???Classroom 7 Refurbishment, lifecycle replacement of carpet tiles, wall linings ??? autex. New suspended ceilings. Remove existing sink and move to new location. Remove decommissioned radiator pipes. Replace sliding glass pane windows. Replace Heat pump. Replace skylight. ???Break Out Room between Classroom 6 and 7, new carpet tiles, wall lining, suspended ceiling. Install power points. Break out room doors are to be removed and the area to be made open plan and accessible to both classrooms. ???Classroom 8 Refurbishment, new carpet tile, wall linings ??? autex. New suspended ceilings. Remove shelving adjacent to existing sink Remove existing sink and move to new location. Remove decommissioned radiator pipes. Replace sliding glass pane windows ???Exterior of Block B, Replace clearlite on the exterior of the building and replace with new",Not Awarded,Project is no longer going ahead,20201117 Ministry of Education - School Infrastructure,20156179,Request for Tenders,Open Competition,"Main Contractor for Block 4 Alterations at Monrad Intermediate, Palmerston North",,20180917,20181012,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Alterations to two classrooms on Block 4 at Monrad Intermediate, Palmerston North.",Not Awarded,"The contract was awarded to Paul Robertson Builders. The price range was $159,200 to $295,716",20201117 Ministry of Education - School Infrastructure,20157283,Request for Tenders,Open Competition,18-496-01 Reefton Area School Blk A & D Window Replacement,18-496-01,20180919,20181017,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"This project seeks to replace the existing external windows in Block D and the South side of Block A at Reefton Area School with powder coated aluminium windows, fitted with double glazed tinted glass. Some high-level opening sashes are to be fitted with electric opening gear, and some painting and finishing will be required where the windows are to be installed. All lower level opening sashes will be fitted with restrictor stays.",Awarded,,20201117 Ministry of Education - School Infrastructure,20161390,Request for Tenders,Closed Competition,Otago Boys' High School - Boiler Replacement,377,20180918,20181019,20190426,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This opportunity is for the replacement of the boiler system at Otago Boys' High School (following the previous ROI process).,Awarded,"Following the evaluation and negotiation process, this opportunity was awarded to Pioneer Energy.",20201117 Ministry of Education - School Infrastructure,20162281,Request for Tenders,Open Competition,RFT- Daily Bus Services for Te Kura Kaupapa Maori o Wairarapa,,20180914,20181031,20190508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified suppliers to submit a Tender for Daily Bus Services for Te Kura Kaupapa Maori o Wairarapa. Daily Bus Services (the Services) and the safe transportation of students between the School and each student???s designated pick-up/drop-off point. The Services required are the safe transportation of students between the School (or other predetermined location) and each student???s designated pick-up/drop-off point in the Wairarapa area, generally up to within 20 km of the school on school days.",Not Awarded,This tender has been administratively awarded.,20201117 Ministry of Education - School Infrastructure,20162881,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - New Breakout Space & Refurbish Student Toilets at Clifton Terrace Model School",4433,20180920,20181016,20190424,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project sets out to reconfigure and improve the student toilets located on the ground floor of Block A. Works will also incorporate the demolition of a small teaching space currently accommodated in a storage container and the construction of an extension to create a new breakout space. The site is small and restricted and the contract will have to be carried out in two distinct stages. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Clifton Terrace Model School Board of Trustees producing full construction documentation. NOTE: MOE Medium Works Contract will be loaded as a NTT no later than 26.09.18.",Awarded,The contract has been awarded to Construct Wellington Ltd start date May 2019 with anticipated completion Dec 2019.,20201117 Ministry of Education - School Infrastructure,20169639,Request for Tenders,Open Competition,Main Building Contractors for Various Works to 4 x School Houses in Raetihi for Raetihi Primary School Board of Trustees,Raetihi School Houses,20180919,20181012,20190208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Various Works to 4 x Raetihi School Houses (18 Grey Street, Raetihi, 5A and 5B George Street, Raetihi, and 9 George Street, Raetihi). Includes Roof Replacement to one property, Exterior Painting to two properties and Partial Internal Refurbishment to three properties. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. All tender documentation and necessary information attached. A site visit must be undertaken and the school will need to be informed prior to your visit so that they can advise the tenants of each property. Ideally dependent on funding approval this work is to be started during the December2018/January 2019 School holidays, however this is dependent on funding and consent approvals. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Horne Bros Builders,20201117 Ministry of Education - School Infrastructure,20170584,Request for Tenders,Open Competition,Demolition contractor for R Block and Room C6 at Waiuku College,,20180920,20181017,20181024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The board of trustees at Waiuku College seek the services of a demolition contractor to remove R Block and room C6 from the school site,Awarded,,20201117 Ministry of Education - School Infrastructure,20176646,Request for Tenders,Open Competition,Replacement Field Grandstand at Rotorua Boys High School,,20180919,20181017,20190625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees for Rotorua Boys High School seeks a main contractor for the construction of a field grandstand adjacent to the main playing field. The grandstand will generally be of contoured earth, concrete and concrete block construction Note that Hickey Contractors (andrew@hickeycontractors.co.nz) are offering to price to subcontract to prospective suppliers for civil related works associated with this project",Not Awarded,"Ronayne Construction were the sole respondent by the closing date, but subsequently withdrew their tender bid. A late and compliant tender was received from CH Construction Ltd, Rotorua. CH Construction have been awarded the Contract",20201117 Ministry of Education - School Infrastructure,20179431,Request for Proposals,Open Competition,Paparoa School Classroom Upgrades,G720,20180924,20181019,20181220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project includes creating , Replacement and installation of new large glazed aluminium doors and windows, Electrical and Lighting upgrades, carpet and vinyl replacements and toilet upgrade.",Awarded,,20201117 Ministry of Education - School Infrastructure,20184905,Request for Tenders,Closed Competition,Main Contractor for Construction of Walkway Canopies at Macleans College,,20180921,20181016,20181128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Tenders (RFT) is an invitation to contractors shortlisted from the Construction Directory to submit a Tender for Construction of Walkway Canopies at Macleans College (the Contract Works) Construction of approximately 700m of walkway canopies and building services ??? This Request for Tender is to find a suitably experienced and resourced Contractor to carry out construction of the walkway canopies which are no longer weathertight and structurally deteriorating. This work is critical as the Schools building services are reticulated inside the canopies and are at risk of failing. ??? There is approximately 700lm of walkway canopies to be constructed, using the existing steel portal frame. ??? There is approximately 8lm of walkway canopies to be completely demolished and not reinstated. ??? This project will be required to be constructed in multiple stages as the school must remain operational during construction. ??? The project is to be delivered as a NZS3910:2013 Lump Sum Contract.",Awarded,,20201117 Ministry of Education - School Infrastructure,20186424,Request for Tenders,Closed Competition,Main Contractor for Block B Refurbishment at Eastern Hutt School,,20180924,20181024,20190516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are an internal refurbishment of an existing teaching block at Eastern Hutt School. This procurement will be for work to part of the block which will include new aluminium window / door joinery, floor coverings, composition board, acoustic ceiling linings, internal fixed joinery fittings, improvement of heating, ventilation, lighting, fire systems, etc along with visual transparency and connection between the teaching spaces. External works, if budget allows may include for covered decks, steps and ramps.",Awarded,,20201117 Ministry of Education - School Infrastructure,20191424,Request for Tenders,Closed Competition,"Main Building Contractor for Replacement of Toilet Facilities, Roofing Replacement Works, Floor Coverings Replacement Works and Electrical Works at Whangaroa College",,20180926,20181030,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A suitable contractor is being sought to deliver the following projects; o Replacement of Toilet Facilities o Roofing Replacement Works o Electrical Works o Floor Coverings Replacement Works",Not Awarded,Only one supplier responded and the project costs were outside the project budget.,20201117 Ministry of Education - School Infrastructure,20191901,Request for Tenders,Open Competition,"Main Contractor for Special Needs Fencing at Tauhara School, Taupo",,20180925,20181019,20181205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"Tauhara Primary School has a requirement for a Main Contractor to provide for secure perimeter fencing, vehicle and pedestrian gates to safely contain students within the school grounds. The works are to be carried out in the school holiday period Dec 2018-Jan 2019.",Awarded,"Contract awarded 29/11/18, commencement date 14/12/18 with intended completion date of 31/1/19.",20201117 Ministry of Education - School Infrastructure,20194106,Request for Proposals,Open Competition,School bus services - ASTN,,20180924,20181019,20190524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Aoraki Schools Transport Network welcomes proposals for the provision of school bus services in South Canterbury.,Awarded,"With regard to the award of this tender we would like to provide the below clarity: In the award notice for this tender it stated ""Ritchies Response to RFP for ASTN Bus Services from Salamander Ventures Limited"" was the successful company To avoid any confusion this tender has been award to Ritchies and not Salamander Ventures LTD.",20201117 Ministry of Education - School Infrastructure,20194302,Request for Tenders,Closed Competition,Main Contractor for Site A Roofing Works and Ceiling Repairs at Moerewa School,,20180926,20181022,20190518,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project will see a delivery of Roofing works and ceiling repairs to the Site A at Moerewa School.,Not Awarded,The contract has been awarded to the lowest bidder.,20201117 Ministry of Education - School Infrastructure,20194634,Request for Proposals,Open Competition,CW2018-97 Te Ranga School Design Services,CW2018-97,20180924,20181019,20181123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"The Principal is seeking lead design services to demolish and rebuild Block L & move Library building at Te Ranga School Block L (Kahikatea) located in Te Ranga School is an ageing building nearing the end of usable life. The building was relocated from Mangakino School in 2007. The building has a low-pitched roof of approximately 2 degrees, no soffits and has direct fixed cladding. Taking into consideration the age of the building, the construction defects, and the extent of the remedial work that would be required for a practical and weathertight repair solution, it was recommended to demolish and replace the building. There is also a Library that needs to be moved from the sports field to a nominated area next to the new build. ??? The designing is expected to start in 16/11/18 and the construction by 02/2019. ??? The estimated construction budget is $831,311.00 ??? The Concept / Preliminary Design has been completed by Respond Architects in March 2018 The Project consultants are: ??? Project Manager: WSP Opus",Awarded,,20201117 Ministry of Education - School Infrastructure,20194920,Request for Tenders,Closed Competition,"RFT for Main Contractor for Partial Block Remodel, Minor Roofing and Cladding Replacements at Manuka School",,20180925,20181015,20181101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Partial Block Remodel, Minor Roofing and Cladding Replacements at Manuka School",Awarded,,20201117 Ministry of Education - School Infrastructure,20195103,Request for Tenders,Closed Competition,RFT for Main Contractor for Block 1: Hall Roof and Internal Works at Kamo Intermediate School,,20180925,20181015,20181217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The scope of the works are as follows: Hall o Replace lower areas of roof and minor cladding replacements o Replace old lighting with new energy efficient LED lights o Repair ceilings due to damage o Replace old pin board with Autex Composition Board o Carpet Replacement Block 1 ??? Staffroom Weather Tightness Remediation: o Replace partial asbestos cladding, windows and replace with new o New canopy over library doors and windows o Remove asbestos cladding and reclad half of building to allow for the new windows, include cladding to have air barrier Block 1 ??? Staff toilets o Works to staff toilets including new vinyl, hardware, toilet units, sinks, and wall linings ??? life cycle replacement",Awarded,,20201117 Ministry of Education - School Infrastructure,20196159,Request for Tenders,Open Competition,Alfriston College - Main Contractor for Walkway and Stair seismic improvements at Alfriston College,,20180924,20181017,20190327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The stairs and walkways will be repaired shortly as this is a simple repair and comparatively affordable. ??? Outcome sought is the removal of the earthquake prone designation on the stairs and walkways by structurally upgrading them. ??? The programme of works Is Capital Works redevelopments ??? phasing and handover will be immediately upon completion of works The Contract Works required are: ??? Proposed work is installing seismic joints, and associated structure, to secure the structural element that is free floated, for improved seismic performance. ??? Is all the main elevated walkways in the school ??? Phasing is one closed at a time, unless agreed with the school or done out of hours ??? The site is an enclose forecourt with truck access ??? The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works).",Not Awarded,,20201117 Ministry of Education - School Infrastructure,20196287,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1, 2, and 7 Roofing at Edendale Primary School",,20180925,20181023,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees is seeking a main contractor for the Blocks 1, 2, and 7 Roofing Works at Edendale Primary School.",Awarded,,20201117 Ministry of Education - School Infrastructure,20197014,Request for Tenders,Open Competition,RFT Main/Roofing Contractor for Roofing Replacement at Riverhills School,1465-02,20181010,20181106,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replacement of existing long run metal profile roofing, flashings and gutters, installation of new underlay, insulation (if possible) and then new colour steel 0.55 gauge roof sheeting, gutters and downpipes. Replacement will be to Two main teaching blocks and two smaller auxillary buildings ideally during term breaks as school high in Special Needs students. Main Contractors and Roofing contractors capable of acting as Main Contractor under a MOE Medium Works Contract may submit tenders.",Awarded,,20201117 Ministry of Education - School Infrastructure,20199520,Request for Tenders,Closed Competition,Main Building Contract for Major Redevelopment at Balmoral School,,20180926,20181108,20190521,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This is the second stage procurement for a major redevelopment at Balmoral School in Mt Eden. It relates to the demolition of 25 existing classrooms and the construction of two new two-storey learning blocks, single storey special needs unit, multipurpose gym and associated site works.",Awarded,,20201117 Ministry of Education - School Infrastructure,20200599,Request for Tenders,Open Competition,Maungaturoto Primary School - Classroom Upgrade,G756,20181001,20181026,20181119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"This project includes creating classroom breakout spaces, installation of new large glazed aluminium doors and windows, new internal openings, installation of Autex Composition Board, creation of a new Kitchen and Art area with sink benches, carpet and vinyl replacements. A Building Consent has been applied for and obtained by the architect prior to the proposed start.",Awarded,,20201117 Ministry of Education - School Infrastructure,20201419,Request for Proposals,Open Competition,Master Planning and Lead Design Services at Owairaka District School,,20180927,20181024,20181220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Master Planning and Lead Design Services at Owairaka District School Contract opportunity.,Awarded,"The contract was awarded to Ignite Architects and will start on 29 November 2018. The term of this contract is until completion of all deliverables, expected December 2021.",20201117 Ministry of Education - School Infrastructure,20201533,Request for Proposals,Open Competition,Quantity Surveyor Services at 3 Bundles of 2 New Auckland Primary Schools Each,,20180925,20181018,20181220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveyor Services at 3 Bundles of 2 New Primary Schools Each Contract opportunity. Please note that the draft contract for these services will be released via a Notice to Tenderers using the Addendum function on GETS.",Awarded,"These contracts were awarded to the below suppliers and will start on 26 November 2018, and the term of the contract is until completion of the services, expected January 2022 for all schools, except Hingaia South in January 2023. Bundle 1: Barnes Beagley Doherr Bundle 2: White Associates Bundle 3: Rider Levett Bucknall",20201117 Ministry of Education - School Infrastructure,20201579,Request for Proposals,Open Competition,Wellington East Girls College Block 8 Refurbishment Design Services,CW2018-90,20180925,20181018,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Wellington East Girls College (WEGC) Master plan was established during the main building replacement between 2016 and 2018. This project is for one double storey classroom block, which is to be refurbished through seismic strengthening and a new weathertight envelope. The opportunity is for the second of two blocks planned for seismic strengthening and weathertightness refurbishment in line with the Master plan. The school capacity will remain at 1071 and the network master plan role of 1450 is not affected. Block 8 is the double storey block requiring the following: ??? seismic strengthening to at least 67% New Building Standard (NBS) ??? replace the building envelope to make weathertight (excluding the roof and internal gutter replacement which will have been completed at an earlier date by others) ??? refurbish the classrooms into general teaching spaces.",Awarded,,20201117 Ministry of Education - School Infrastructure,20204627,Request for Tenders,Closed Competition,Main Contractor for Construction Works ILE Upgrade at Mahana School RFT,17-3201-04,20181001,20181029,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses are to be made through the GETS website,Responders to ROI are now invited to tender for this work at Mahana School.,Awarded,,20201117 Ministry of Education - School Infrastructure,20207150,Request for Tenders,Closed Competition,Main Building Contractors for Learning Support Modification at Mt Maunganui Primary School (RFT),5861,20180928,20181018,20190110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: B Block: Minor demolition and a new-build of universal bathroom and withdrawal space. Site: Remediation of various surface drains. Contract: MOE Medium Works Start: ASAP once formal approval granted Timeframe: 6 weeks",Awarded,Tender awarded and all recipients notified via email.,20201117 Ministry of Education - School Infrastructure,20213266,Request for Tenders,Open Competition,(3115) 206314 TE WHAREKURA o TE RAU AROHA - MAIN CONTRACTORS - NEW 4 CLASSROOM BLOCK,,20180928,20181024,20181026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees are inviting Main Contractors to supply a tender to undertake construction of a new 4 x Classroom Block. It is envisaged that the successful Main Contractor will be given access to the works as soon as practicble in order to commence construction immediately, providing the School with a completed project for occupancy for the commencement of Term 2 22/4/2019.",Not Awarded,"A NEW TENDER REQUEST REFERENCE 20336387 HAS BEEN PUBLISHED WHICH REPLACES THIS TENDER ADVERTISED REFERENCE #20213266 WHICH IS NOW SHOWING AS CLOSED. THIS TENDER IS STILL AN OPEN TENDER PROCESS AND WILL CLOSE ON 9/11/2018 AT 5:00PM AND HAS BEEN GENERATED UNDER THE NEW REFERENCE TO COMPLY WITH THE GETs ADVERTISING POLICY TO REFLECT THE EXTENSION OF DATE/TIME. ALL REVISED PLANS, SPECIFICATIONS, SCOPE OF WORKS, NTT, AND ADDENDA PREVIOUSLY ADVERTISED HAVE BEEN COPIED TO THE NEW TENDER REQUEST.",20201117 Ministry of Education - School Infrastructure,20213411,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 3 - Refurbish Classrooms (Stage I) at Tairangi School, Waitangirua, Porirua East",4975,20180928,20181024,20181214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project refurbishes Block 3 at Tairangi School as the Stage I redevelopment of the building towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning. The school currently has the ability to decant classes into the hall allowing work to be actioned during term time as a single stage. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tairangi School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Carrara Holdings Ltd with a start date of 17.12.18, expected completion date 31.03.19.",20201117 Ministry of Education - School Infrastructure,20216615,Request for Tenders,Open Competition,Main Building Contractor for Block B Rooms 11 & 12 Break out Spaces - PLUS - Refurbishment of Senior Toilet Block - Renwick School,2978-04 and 2978-06,20180928,20181025,20181218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The Board of Trustees for Renwick School are seeking a main contractor for Block B creation of Break out Spaces and Modernisation of Rooms 11 and 12, along with the refurbishment of the senior Toilet Block. It is expected these two projects will be undertaken at the same time",Awarded,"The contract was awarded to T & D Construction 2010 Ltd and will start preliminary work on site on 18 December 2018, with the main work beginning on 7th January 2018.",20201117 Ministry of Education - School Infrastructure,20217998,Request for Tenders,Open Competition,Hamilton East School Contract Works for a Special Needs Toilet/Shower Project,CW2018-86,20181005,20181105,20190304,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Hamilton East School is a state, co-educational primary school (Year 0-6) with a role sitting between 410 and 460. In recent years they???ve experienced roll growth attributed by the increased population in Hamilton. Their pupils come from a wide ethnic base and varied socio-economic background. The Principal has been working with the school and is seeking to engage a main contractor to successfully deliver a suitable accessible ablution solution of a high-quality structure capable of coping with the requirements of students and staff. The Contract Works required are: - Partial demolition of an existing structure and construction of new building. - Re-routing of an existing sanitary sewer line around new foundation footings. - Approx. 4m2 of existing building demotion, then addition of approx. 14m2 of new accessible shower/toilet building and 4m2 of accessible ramp. - The new build adjoins an existing administration block. - The Contractor will be engaged through a Medium Works Contract. The timeframe for this work are: Start date: 12th December 2018 Preferred completion date: 18th January 2019 (end of the school holidays)",Awarded,,20201117 Ministry of Education - School Infrastructure,20219085,Request for Tenders,Closed Competition,Main Contractor ??? Design & Build for the Swimming Pool Facilities Project and Library Translucent Roofing Replacement at Maromaku Primary School,,20181001,20181024,20181206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"As per the RFI, this project will see a delivery of the following works onsite: ??? Swimming Pool Facility Project ??? Swimming Pool Liner Replacement ??? Library Translucent Roofing Replacement",Not Awarded,No responses were received.,20201117 Ministry of Education - School Infrastructure,20221423,Request for Tenders,Open Competition,Main Contractor for Block R DQLS Refurbishment at Otahuhu College,,20181002,20181026,20181123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Board of Trustees for Otahuhu College are seeking a Main Contractor for the Block R DQLS Upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,20222291,Request for Tenders,Closed Competition,Main Contractor for Special Needs Fencing Modifications at Waverley Park School,211074,20181002,20181024,20181218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Waverley Park Board Of Trustees would like to invite the selected respondents to submit Request For Tender (RFT) proposals for the supply and installation of various fencing and gates for special needs modifications at Waverley Park School.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,20223232,Request for Tenders,Open Competition,Main Contractor For A Block SNM Bathroom Additions Wainuiomata Intermediate School,,20181002,20181030,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Wainuiomata Intermediate School are seeking the services of a main contractor to undertake the construction of a new bathroom, a new special needs bathroom and a covered deck area on Block A as described in the tender documents prepared by IR Group Ltd and involves the following works ??? Demolition or removal of the existing dental clinic building. ??? New addition to A Block (27 sqm) and all associated site and services work extending the existing building to in incorporate two student new bathroom areas ??? Install new partitions to suit new layout ??? Install all in wall and ceiling services to suit new layout ??? Reline walls and ceilings with specified systems ??? Install new windows and doors ??? Paint all appropriate new surfaces ??? Install new floor coverings ??? Fit out with new electrical and plumbing fittings. ??? The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. ??? Project consultants are: o Project Manager: Frank Bourke o Lead Designer: IR Group Ltd ??? The school and Block A building area needs to be able to operate as normal for a large part of the construction phase of the project. ??? The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works).",Awarded,We received 2 valid responses to the RFT and from two firms that where deemed to have the same attributes for this scale and type of work so we awarded based on the best price. The contract was awarded to Cararra Holdings Ltd,20201117 Ministry of Education - School Infrastructure,20225166,Request for Tenders,Closed Competition,Darfield High School: Block B-E Science Lab & Classroom Modifications,346-18-01,20181003,20181023,20181128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be through the GETS system,"On behalf of the Board of Trustees at Darfield High School we are now looking for tenders for the Block B-E Science Lab & Classroom Modifications at Darfield High School. The Contract Works required are: - Create a larger Physics rooms with perimeter benches. - Altered cleaners??? space & staff toilet to provide space for a separate storage room. - Lockers and corridor removed to provide space for a teacher work room. - Generally new Autex, floor coverings and paint.",Awarded,,20201117 Ministry of Education - School Infrastructure,20226876,Request for Tenders,Open Competition,Main Contractor for Roof Replacements at Tuakau College,,20181004,20181031,20181211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Removal of the existing roofing material as required. Once the roofing materials are removed the structure is to be inspected to ensure it is in a good serviceable condition. Any repairs needed will be recorded and conducted to industry standard. New roofing iron .55 gauge is to be installed along with new gutters and down pipes to meet industry standards. The works could involve the re-fixing, re-flashing or replacement of parts as identified by contractors asked to quote. Contractors will conduct a visual inspection of the roof and inform themselves of all correct dimensions. The price will include all roofing, any correction of roof falls, all gutters, down pipes, flashings and installation of insulation to meet Ministry of Education guidelines. If upon a site inspection it is established that the gutters and down pipes can be retained, i.e. they are in good condition and the capacity is sufficient, they will be kept. Where there are air conditioning units, roofing contractors are responsible for their removal, safe storage and reinstatement and confirmation of operation before and after works. Penetrations into the new roofing material must be kept to a minimum and made waterproof. The methodology and proposed solution will be included with the price proposal and will be compliant with MoE requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,20226890,Request for Proposals,Open Competition,School bus services - Katikati Transport Network,,20181003,20181030,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The Katikati Transport Network welcomes proposals for the provision of school bus services.,Awarded,,20201117 Ministry of Education - School Infrastructure,20228186,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Access and Change Room at Maoribank School, Upper Hutt",5014,20181003,20181029,20181128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school has a student who has difficulty accessing all areas of the school due to steps and ground level changes, further, they require specialist bathroom facilities. This project will provide disabled access to the school buildings and about the campus along with developing a disabled bathroom. The school will manage students allowing work to be actioned during term time as a single stage. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Maoribank School Board of Trustees producing full construction documentation.",Not Awarded,No responses received.,20201117 Ministry of Education - School Infrastructure,20231033,Request for Tenders,Open Competition,CW2018-87 Hastings Central Upgrade of Block G,CW2018-87,20181002,20181029,20181217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Main contractor will be responsible for the construction and completion of the Block G ??? Capital Works and ILE Upgrade. The work includes one new flexible classroom area- Classroom 4 & 5 (approx.179sqm) and Classroom 6 (approx. 89sqm): - New floor and wall linings; Removal of existing walls; Cladding Upgrades; Suspended ceiling (acoustic); and new aluminium joinery. - The site is flat and adjacent to the playing field but surrounded by other classrooms. - The work is to be completed as much as possible within the School Term Break (over Christmas) Project consultants are: - Project Manager: Strata Group Consulting Engineers Limited - Lead Designer / Fire & Acoustic: Studio 26 Architects Limited",Awarded,,20201117 Ministry of Education - School Infrastructure,20233675,Request for Tenders,Open Competition,CW2018-85 Hillcrest Normal School pitched roof replacement,CW2018-85,20181003,20181030,20181217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for removal of existing low pitch roofing and the building of a new pitched roofing replacement with associated ground works at Hillcrest Normal School. The nature if the Work is the demolition of old low pitch roofing and the fitting of a new pitched roofing replacement (including additional engineered support structure) with associated ground works. - Approx. 250m2 of roofing and low-pitched trusses to be removed then the rebuilding of approx. 330m2 (including 25o pitch) of new roof. Also, the laying of approx. 30m2 of new concrete pathway. - There are no requirements for phasing and/or staged handover of the project - The site is located toward the front of the school, by the carpark, and is in close proximity (approx. 8 metres) from other buildings, which include teaching spaces.The Contractor will be engaged through a Medium Works Contract. The Principal prefers there to be no drawings and specification related Tags.There are no significant non-standard terms and conditions to this Contract. See Tender Documents for further information. Timeframes are: i. Indicative Start date: Thursday 20th Dec 2018 (or earlier) ii. Indicative milestone: Roof wrap in place Monday 7th January 2019 iii. Required Due Date for Completion: Friday 1st February 2019 (or earlier) iv. Limitations: Work must be completed by the end of 2018-2019 summer school holidays Project consultants are: Project Manager: Eco-Logical Architecture Quantity Surveyor: Kingston Partners, Hamilton Lead Designer: Eco-Logical Architecture Consulting Engineers: Airey Consultants Limited",Awarded,,20201117 Ministry of Education - School Infrastructure,20237708,Request for Tenders,Open Competition,Main Contractor for E Block ILE Upgrade at Kapiti College,,20181005,20181101,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Kapiti College are seeking the services of a main contractor to undertake the construction of alterations and upgrades to E Block as described in the tender documents prepared by IR Group Ltd. This involves the following works ??? Demolition of the existing student toilets and associated partitions and roof framing ??? Demolition of parts of the internal walls and linings to create opening between spaces and allow access to the wall and ceiling framing. ??? Install new raised roof over the old toilet areas ??? Install new partitions to suit new layout ??? Replace all in wall and ceiling services to suit new layout ??? Install insulation into all cavities ??? Reline walls and ceilings with new Gib systems ??? Install new acoustic ceilings ??? Install new windows and doors ??? Install new joinery pin-board and paint all affected areas ??? Install new floor coverings ??? Fit out with new electrical and plumbing fittings. ??? The project will be a complete turnkey project where a completed building ready for school use will be handed over on completion.",Not Awarded,We have received no responses to this RFT. and will look to negotiate direct with a supplier for this work,20201117 Ministry of Education - School Infrastructure,20239077,Request for Tenders,Open Competition,Main Building Contractors for Parkland School ILE Upgrade and New Toilets,Parkland School,20181015,20181113,20181214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Remove pupil???s toilets to allow the space to be opened up to create a breakout area and teachers work spaces & resource. Install new aluminium stacker doors between classrooms allowing vision and flexibility. New breakout and teacher???s workroom/resource to be lined with Autex Composition Acoustic wall linings, commercial carpet coverings, lighting, heating and acoustic ceilings. Refurbishment of the existing classrooms with replacement fabric wall linings and replace with Autex Composition Acoustic absorbent wall linings. Replace floor coverings with commercial carpet tiles. Upgrade lighting. New fixed whiteboard units. Interior redecorating to remaining surfaces. Construction of a new stand-alone toilet block comprising of 5 x self-contained w/c???s, 1 x accessible toilet and cleaners area. Layout to follow the Ministry of Education recommendations and reference design for school toilets. Including access during wet weather, convenient for students and visibility to lobby space. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. A site visit must be undertaken. Please make enquiries through GETS TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,This has been readvertised on GETS,20201117 Ministry of Education - School Infrastructure,20239674,Request for Tenders,Closed Competition,Main Building Contractor for ILE Upgrade to D Block at Motueka High School,,20181005,20181029,20181130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must take place through the GETS website,"D block is an existing six classroom block consisting of 3x social sciences and 1x drama classroom along the North edge of the block, and 2x science labs on the south edge, with a 50m long hallway between. The block also has a locker room and female toilet block which are proposed to be removed. No break out spaces are currently provided to the block. This project is for the ILE upgrade of the 4x northern classrooms to increase classroom sizes and remove inefficient circulation spaces in place of new break out areas. Primary circulation will be shifted to the north of the block as an external covered walkway and outdoor collaboration space. Roof alterations to the block are already underway as part of a separate project to minimise project timeline and allow for the work to target completion in Term 1, 2019. Phasing of the works will ensure the circulation spaces affecting the rest of the school are completed during the summer holidays, with 3x of the 6x classrooms within the block (2x labs + drama room) to be fully functional from the start of Term 1, 2019. The 3x social sciences classrooms must be completed by the end of Term 1, with preference given to tenderers capable of delivering the classrooms with a tighter programme. Project consultants are: ??? Project Manager / Architect: Redbox Architects ??? Structural Engineer: AMK",Awarded,The contract was awarded to Ultraspec Building Systems and will start on 28/11/2018. The construction works is expected to take 5 months to practical completion.,20201117 Ministry of Education - School Infrastructure,20239871,Request for Tenders,Open Competition,(1917) TE WHAREKURA o RAKAUMANGAMANGA - MAIN CONTRACTORS - BLK A REPLACEMENT TOILET BLOCK & NEW POOL CHANGING ROOMS,,20181005,20181031,20181127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,20201117 Ministry of Education - School Infrastructure,20242030,Request for Tenders,Closed Competition,RFT - Main Contractor for the Design Supply & Installation of the New Hockey Artificial Turf Surfaces at Hamilton Boys High School,13167.5,20181005,20181031,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In 2014, Hamilton Boys??? High School (HBHS) undertook the development of a master plan for the provision of sports and community facilities that could be located on the site. An outcome of the master plan was to determine potential synergies and partnerships between the existing sports and education activities currently on the site, and those opportunities to foster better relationships with local community groups and other neighbouring schools. The first stage (Stage 1) of the master plan (2015) was the refurbishment of the existing outdoor swimming pool, and the development of a pool pavilion and changing rooms to service that activity. The next stage (Stage 1a) of the master plan is the construction of new artificial sports and community turf surfaces for hockey, tennis, rugby, and football. The first delivery component of the new artificial sports surfaces (to be known as ???Stage 1a | Phase 1???) is the construction of the new artificial hockey field and training area, planned to take place between the 4th quarter of 2018 and the 2nd quarter of 2019, to be available for commencement of winter sports competition. Hamilton Boys' High School Board of Trustees are seeking a Main Contractor for the Design, Supply & Installation of the New Hockey Artificial Turf Surfaces at the school.",Awarded,The contract was awarded to TigerTurf NZ and will start on 05/12/2018. The Date for Practical Completion is 14/06/19.,20201117 Ministry of Education - School Infrastructure,20247913,Request for Tenders,Closed Competition,Main Building Contractors - Block 1 & 11 Alterations - Kirwee Model School - Canterbury,,20181017,20181107,20190318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"This Request For Tender (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractors for Block 1 & 11 Alterations at Kirwee Model School - Canterbury Block 11 has space that is underutilised to the central area of the building which the school wish to alter to consolidate the two toilet areas in to one unisex toilet facility. The current girl???s toilet can then be altered to become a small breakout space, and the cloak area altered to become a larger breakout space, and the store room altered to as required to be used as a small storage / teacher work room. The building is over 10 years old and the classrooms are also needing floor coverings and wall linings to be replaced as they are worn and faded. Block 1 has been altered in recent years to be two classrooms with a central toilet and breakout space connecting the two spaces with no separation between. The school have found that there is no area for individual or small group learning within the spaces and no acoustic separation between the two classroom spaces. The school wish to create a new central enclosed breakout space separated from the existing classrooms. Sliding doors are planned to be installed within the existing structural openings out to each classroom, and a partition wall with double glazed viewing window to be built separating the toilet access / central work area from the proposed breakout space. An existing window bay is to be removed for a new sliding door is to be installed between structural posts out to the south side of one classroom. New acoustic ceiling tiles are to be installed to address acoustic issues in the two classrooms. The intention is to complete the work over the Christmas school holiday period.",Awarded,The contract was awarded to Contract Construction and will start on 8th April 2019. The term of the contract is four weeks.,20201117 Ministry of Education - School Infrastructure,20248222,Request for Tenders,Open Competition,"Main Roofing Contractor for Blocks A,B,C,D Roof REplacements at Te Anau School",4026-02,20181009,20181105,20181206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Te Anau School Board of Trustees is looking for a suitably qualified main roofing contractor to complete the roof cladding and underlay replacements to classroom blocks A,B,C,D at Te Anau School.",Awarded,,20201117 Ministry of Education - School Infrastructure,20248588,Request for Tenders,Open Competition,Main Contractor for Cromwell College Boiler Replacement - RFT,373.17.04,20181008,20181101,20190520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replace the old boiler with a new wood chip boiler. Some alterations to the building are required so, the external walls will be extended straight up and a new roof installed.",Not Awarded,The MOE has decided to postpone the project; the tender will not be awarded at this time.,20201117 Ministry of Education - School Infrastructure,20249481,Request for Tenders,Open Competition,Refurbishment projects and breakout spaces at Waiheke High School,,20181011,20181106,20181109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Waiheke High School wish to procure the services of suitably qualified contractors to carry out various refurbishment projects and the creation of indoor and outdoor breakout spaces within the school. The works are to take place in Blocks B, E, D and F. Block B - Refurbishment and reconfiguration of staff room Block D - Refurbishment of hospitality area (convert into science lab) Black E - Convert art room into food technology room and create a new canteen Block F - Refurbishment of art room and the creation of new breakout spaces Each block has a separate funding allocation so as outlined in the RFT document, please submit each blocks price separately. However each tender will be judged on the overall price for the entire project. ****Please note**** A fire report has been commissioned and will be uploaded as an addendum. For full project details, please only refer to specification drawings provided by Catalyst consulting.",Awarded,,20201117 Ministry of Education - School Infrastructure,20251633,Request for Tenders,Closed Competition,"Main Building Contractor for the Block 1,9 and 2 Toilet Demolition/Upgrade Works and Roofing Works at Kawakawa Primary School",,20181009,20181101,20181206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"the following projects are to be delivered at the school; o Block 1 and Block 9 toilet demolition and construction o Site wide roofing replacement o Safety handrails o Opening between Rooms 5 and 6",Not Awarded,No responses were received.,20201117 Ministry of Education - School Infrastructure,20255671,Request for Tenders,Closed Competition,Blue Mountain College Special needs modifications,391-18-SN01,20181010,20181105,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Please complete all RFT documents, failing to provide any of the information requested could reflect the final scoring.",Awarded,,20201117 Ministry of Education - School Infrastructure,20256283,Request for Tenders,Open Competition,Main Contractor for Block 1 ILE & DQLS Upgrade at Weymouth Primary School,,20181010,20181109,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The Board of Trustees for Weymouth Primary School are seeking a main contractor for the Block 1 ILE and DQLS Upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,20257383,Request for Tenders,Open Competition,"Otamatea High School Heating,Lighting,Electrical Upgrade and Tech Renovation",209621,20181009,20181105,20181109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Otamatea High School (the School) is seeking tenders for a Main Contractor for the supply and installation of a range of space heating, lighting, and electrical system upgrades for its Energy Upgrades Project, and Recladding and Interior Renovations in its Tech Block. The school is situated on Bickerstaffe Road, in Maungaturoto, Northland. The tenders are for the supply and installation of space heating heat pumps, LED lights, showers water heater, electric system upgrades, and removal of diesel boiler, tank, and system. Otamatea High School completed electrical compliance reports in August 2016 and June 2017 and an energy audit in December 2017. These highlighted a number of safety, compliance, and energy efficiency improvement options for the School. This programme is designed to replace old light fittings throughout the school and its diesel boiler with energy efficient and no or low emission alternative measures. The Heating, Lighting and Electrical Upgrades, and Tech Block Renovation at the School is part of the school???s long-term energy efficiency objectives as set out in its 10 Year Plan documentation to the MoE.",Not Awarded,No conforming tenders received.,20201117 Ministry of Education - School Infrastructure,20257439,Request for Tenders,Open Competition,Main Building Contractor for the Fitzroy School A Block ILE Project,3050.04,20181010,20181105,20181119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Fitzroy School Board of Trustees is seeking to undertake alterations to the western wing of A Block in order to create an innovative learning environment. The Contract Works required are: Reconfiguration of existing library, two classrooms, and support spaces into three classrooms, two ILE spaces, teachers??? office, and staff workroom including: o Demolition of existing walls, mezzanine, cloak bay structure, and limited areas of cladding o New wall framing and beams, cladding, wall linings, bracing, and wall finishes o New ceilings including acoustic treatment o New insulation o Alterations to plumbing, electrical, data, fire, and security services o New internal doors including glazed sliding doors between spaces o Alterations to exterior windows and doors including replacing doors with windows and vice versa, and replacing timber joinery with aluminium joinery. o New cabinetry",Awarded,Awarded to Livingstone Building NZ Ltd based on achieving highest total evaluation score,20201117 Ministry of Education - School Infrastructure,20258436,Request for Tenders,Open Competition,Rodney College Block D Upgrade,G321,20181010,20181105,20181119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: - Demolition of existing Interior - Construction of new toilets and Breakout space - Upgrade of Science Laboratory Please use question and answer facility for all queries",Awarded,,20201117 Ministry of Education - School Infrastructure,20259001,Request for Tenders,Open Competition,Main Contractor for Classroom Refurbishments at Pamapuria School,,20181012,20181112,20190129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must take place through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Classroom Refurbishments & Re-roofing works & School at Pamapuria School. Works include refurbishment of 1 classroom & Staff Workroom; re-roofing of 1 classroom, construction of small external covered bag store. Expected construction Dec 2018 - Jan 19 (school holidays)",Awarded,,20201117 Ministry of Education - School Infrastructure,20260388,Request for Tenders,Open Competition,Main Building Contractor for ILE Upgrade at Lytton Street School,,20181010,20181107,20181212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Lytton Street School located within Feilding and is currently undergoing some of their 5-year agreement (5YA) projects at their school. As the school was required to undergo some condition assessments (as part of their 5YA), the specialist condition assessment revealed some issues. Mostly, these issues concerned teaching spaces and internal environment within several blocks of Lytton Street School. Block 3 & 4 also required renovation of the current lavatory station due to existing conditions being poor.",Awarded,The contract was awarded to Lee Builders and will start on 28 January 2019. The term of this contract is approx. 6 months.,20201117 Ministry of Education - School Infrastructure,20261278,Request for Tenders,Open Competition,Main Contractor for the Rationalisation of R6-R12 at Papatoetoe High School,,20181011,20181106,20181211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Papatoetoe High School are seeking a Main Contractor for the Rationalisation of R6-R12.,Awarded,,20201117 Ministry of Education - School Infrastructure,20261473,Request for Tenders,Open Competition,"Main Contractor for Classroom Refurbishments at Mangonui School, Far North",,20181015,20181108,20181210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Classroom Refurbishments & Re-roofing works & School at Mangonui School. Works include refurbishment of four classrooms. Construction of three decks. Remove windows & replace with sliding doors. Two ablution block refurbishments. Expected construction Dec 2018 - Jan 19 (school holidays) School will consider an alternative programme if these dates are not achievable.",Awarded,,20201117 Ministry of Education - School Infrastructure,20262598,Request for Proposals,Open Competition,Manukura School Lead Design Services for Campus Development,CW2018-91,20181019,20181115,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Manukura School is a designated special character secondary school (Year 9-13) with a roll of 185 students. The school is operating from a leased site where the owner (landlord) have decided to develop the site for other purposes. The Principal and the school have decided to relocate & establish a new school to a site within the Massey University campus. o Establishment of 16 x new teaching spaces and associated non-teaching space with a total gross floor area of 3,541m2. o Establishment of an ablutions block with toilets and showers. o Communal dining room that can also be used as a teaching space. o Main entrance to accommodate large gatherings in an open space. o Sports facilities including gymnasium, netball courts and rugby playing fields with car parking facilities. o Landscaping. The lease arrangement with Massey University is currently being established with an estimated completion time of Dec 2018. Tenderers should consider the potential for delays if the lease arrangement is delayed.",Awarded,The contract was awarded to Designgroup Stapleton Elliott (DGSE) and started February 2019.,20201117 Ministry of Education - School Infrastructure,20263043,Request for Tenders,Closed Competition,Site Fencing Works at Kaitao Intermediate School RFT,4812,20181011,20181102,20190110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Kaitao Intermediate School Board of Trustees is seeking the services of a fencing contractor to install approximately 769m of 2m high perimeter fencing and 70m of car park fencing.,Awarded,,20201117 Ministry of Education - School Infrastructure,20264377,Request for Tenders,Open Competition,Roxburgh Area School - Science Lab Upgrades,RAS - 18,20181011,20181116,20190213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Roxburgh Area School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed upgrades to the existing Science Block. The project involves joinery replacements, floor coverings, acoustic treatments, painting, electrical/mechanical/gas services and carpentry works.",Awarded,"Following the evaluation process, this contract has been awarded to Breen Construction.",20201117 Ministry of Education - School Infrastructure,20268026,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 6 & 8 - Refurbish Classrooms at Tawhai School, Stokes Valley, Lower Hutt",5000,20181015,20181116,20190201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"This project refurbishes Blocks 6 and 8 at Tawhai School as the redevelopment of the buildings towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning, they were originally prefabricated transportable buildings. The work will replace floor and wall finishes, fit new acoustic ceilings, replace windows and fit new internal sliding doors and windows. Some repositioning of spaces is involved to create common breakout space. All associated services will be replaced including LED lighting, new wet areas etc. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawhai School Board of Trustees producing full construction documentation.",Awarded,"The Contract was awarded to Carrara Holdings Ltd, starts 04.02.19 with anticipated completion date of 30.05.19.",20201117 Ministry of Education - School Infrastructure,20268587,Request for Tenders,Closed Competition,Main Building Contractor for ILE and Roofing Works to Block 1 at Hauraki School.,,20181011,20181102,20190221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for ILE and Roofing Works to Block 1 at Hauraki School, Takapuna, Auckland. ??? Block 1 being a building constructed in 1954 containing 4 classrooms and toilets- Work involves some internal alterations of existing partitions and ILE upgrading along with a small footprint extension of approximately 12m2. Upgrading work includes glazed partitions, insulation, floor coverings, pinboard, lighting electrical etc. to the classrooms. Work in the toilets involves replacement of pans, urinals, taps, plumbing and installation of warm water for hand washing and hot air hand dryers. i. There is an element of asbestos cladding present that will require an approved plan for removal, handling and disposal. ii. Roofing work details are shown on the attached plan.",Awarded,,20201117 Ministry of Education - School Infrastructure,20280923,Request for Tenders,Open Competition,Main Contractor for Rationalisation at Kawakawa Primary School,,20181015,20181121,20190510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rationalisation of Block 9 Toilet Block, Ancillary A toilet block and old Whare.",Awarded,,20201117 Ministry of Education - School Infrastructure,20281089,Request for Tenders,Closed Competition,"Main Building Contractor for the ILE Project Blocks 4,5,6 & 11 and Site Electrical Upgrades at Kohukohu Primary School",,20181017,20181113,20181206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Project Blocks 4,5,6 & 11 and Site Electrical Upgrades",Not Awarded,No responses were received.,20201117 Ministry of Education - School Infrastructure,20282443,Request for Tenders,Closed Competition,Main Building Contractor for Remedial Works at Otonga Primary School Hall,CW2018-104,20181012,20181102,20181219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Building Contractor for Remedial Works at Otonga Primary School Hall (???the Contract Works??? at ???the School???).,Awarded,"The contract was awarded to Ronayne Construction (NZ) Limited and will start on 18 December 2018. The term of this contract is until full and final completion, where practical completion is expected on 12 July 2019.",20201117 Ministry of Education - School Infrastructure,20283286,Request for Tenders,Open Competition,Fraser High School Art Block & H Block Refurbishment Project,,20181015,20181112,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fraser High School Board of Trustees want the Art Block & Block H Refurbishment Project to create smart, supporting learning areas, geared to versatility and longevity. The area must be versatile and practical for day to day purposes, whilst providing a variety of quality resources and learning settings to meet the needs of the school. Extensive demolition and re-build works to the Art Block and an upgrade of building materials and toilet block to Block H.",Awarded,,20201117 Ministry of Education - School Infrastructure,20291188,Request for Tenders,Closed Competition,Main Contractor for the Block E ILE Conversion at Edgewater College,,20181017,20181113,20190409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Edgewater College are seeking a main Contractor for the Block E ILE Conversion.,Awarded,,20201117 Ministry of Education - School Infrastructure,20291706,Request for Tenders,Closed Competition,Main Building Contractor for Replacement Classroom Project at Mellons Bay School,,20181016,20181114,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This RFT is the second part of a two staged process seeking tenderers from shortlisted tenderers. Following an investigative report being undertaken, the Ministry of Education has identified the need for four replacement classrooms to be constructed at Mellons Bay School. The project works include the staged demolishing of 4x existing classrooms and the construction of a new two-storey classroom block. The outcome sought is to identify and enter into a construction contract with a main building contractor for the required building works who will undertake the works within the required timeframe, quality, and budget requirements of the Ministry of Education. A design phase has been undertaken overseen by a project control group including members from the School, Ministry of Education and consultants. Works are to commence December 2018 and to be completed as soon as practicable.",Awarded,,20201117 Ministry of Education - School Infrastructure,20293458,Request for Tenders,Closed Competition,"CW2018-96 Rangiruru School remediation of Block 5, 7 & H",CW2018-96 [A1],20181105,20181127,20181217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This closed tender is to the Construction Directory for Rangiuru School. Rangiuru School Built in 1921 ??? Weather tightness remedial works on Block 5, 7 and H. Re-clad and reroof of some areas. New roof structure to be designed for Block H (Covered Link between the classrooms. Replacements of gutters. Painting of affected areas. Project consultants ??? Project Management: Frequency ??? Designer: DLA Start date: mid-December Length of project: 8 months or sooner Potential additional requirements that may be included in the Requirement are: i. Must start during Christmas holiday period. ii. Include building wrap for Block 2&4 (H)",Awarded,,20201117 Ministry of Education - School Infrastructure,20296728,Request for Tenders,Open Competition,Main Contractor for Site Wide Fire Alarm Upgrade at Stratford High School,206510,20181018,20181114,20190423,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works and co-ordinate the site wide fire alarm upgrade project at Stratford High School. The project comprises a site wide fire upgrade and associated construction works.",Awarded,,20201117 Ministry of Education - School Infrastructure,20300440,Request for Tenders,Open Competition,Morrinsville Primary School Block D Refurbishment Project,,20181017,20181114,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Combined 5YA Refurbishment project to Block D to create smart and supporting learning areas geared for longevitiy.,Awarded,,20201117 Ministry of Education - School Infrastructure,20302475,Request for Tenders,Closed Competition,Essential Infrastructure upgrade stage 1 roof replacement At Waiau Area School,209900,20181019,20181109,20181127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remove existing short run iron roofs on Blocks B , C, F and covered walkways and replace with long run Colorsteel roofing. This project is like for like and no building consent is required.",Awarded,,20201117 Ministry of Education - School Infrastructure,20306429,Request for Tenders,Open Competition,Main Building Contractor for Cambridge Primary School 5YA Works 2018,201809,20181024,20181116,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website,"The Board of Trustees requires a suitably experienced main contractor to carry out internal alterations at Cambridge Primary School in Cambridge. The Contract Works required are: Installation of new toilet facilities in Block C and internal alterations to existing Block K toilet block into a new teaching space. Existing structures are of single storey timber framed buildings with profile metal roofing",Awarded,"Mitchell Construction Ltd was the awarded tenderer for this project. Mitchell Construction scored well in non-priced attributes during procurement evaluation. Contract was awarded to Mitchell Construction Ltd on 29 April 2019.",20201117 Ministry of Education - School Infrastructure,20306855,Request for Tenders,Open Competition,Main Building Contractor for Hamilton Boys' High School Roof Replacement,201819,20181024,20181123,20181205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees requires a suitably experienced main contractor to carry out roof replacement projects for Blocks B and C for Hamilton Boys' High School in Hamilton. The Contract Works required are: Removal of existing roofing to Blocks B and C. Installation of new roof insulation, with new plywood substrate and install new roofing. Existing buildings are of two storey timber framed buildings with profile metal roofing and clerestory windows.",Not Awarded,School B.O.T. evaluation team reviewed received tender. Only one tender was received. School B.O.T. and MoE property advisor agreed that effective tender evaluation was not possible and best value for the project could not be established. School B.O.T. and MoE property advisor agreed to cancel current tender until 2019.,20201117 Ministry of Education - School Infrastructure,20307111,Request for Tenders,Closed Competition,"Main contractor for asbestos roofs replacement at Western Heights High School, Rotorua",4796,20181022,20181112,20181120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The work includes asbestos roof removal from 5 existing blocks with an approximate combined area of 1,826 m2. Existing roofs are clad in 'super six' roofing which is approximately 50 years old and requires replacement. New roofs & spouting will be profiled metal. There are some items of carpentry works including replacement of some areas of wall cladding and installation of new roof ventilation. Works are to be carried out in stages. Work on each stage is to be completed largely during school holidays only. It is anticipated works will begin in late 2018.",Not Awarded,Thank you for your time in preparing your tender. Unfortunately note enough responses were received to establish if good value is being obtained. As a result the client has decided to go to a second ROI and second RFT. You are welcome to re-apply.,20201117 Ministry of Education - School Infrastructure,20308472,Request for Tenders,Open Competition,"RFT - Specialist Fire and Safety Contractor, Block 1 - Replace Fire Alarm System at Discovery School, Whitby, Porirua, Wellington",4701,20181024,20181116,20190418,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The engagement of a specialist contractor to carry out the proposed work. The school has a number of separate fire and security systems which do not work cohesively to announce on alarm. It is proposed to replace the existing detectors with new analogue addressable units, along with manual call points and sounders as a single fire alarm system operating through the school. Any smoke detection on the security will be removed so that the security will function solely as intended i.e. intruder detection. The school currently has the ability to decant classes into the hall allowing work to be actioned during term time as a single stage. The scheme will be traditionally executed with a design team employed by the Discovery School Board of Trustees producing construction documentation.",Not Awarded,No compliant tenders received.,20201117 Ministry of Education - School Infrastructure,20311409,Request for Tenders,Open Competition,"Main Contractor for the Refurbishment of Students Toilets in Block A, Staff Toilets in Bock O and Floor Covering Replacements in Blocks E, H, J & Z at Mahurangi College",SCH-A-1446-05,20181023,20181120,20190214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BoT of Mahurangi College seeks to engage a main contractor to implement its property projects relating to replacement of floor coverings to some classrooms blocks and existing student toilets,Awarded,"??? Based on the tender, Goshen Construction was the most advantageous for the school because: 1. they have the capacity 2. the experience 3. they were the lowest of all the four",20201117 Ministry of Education - School Infrastructure,20312474,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement at Ferguson Intermediate School,,20181024,20181115,20190225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Several blocks at Ferguson Intermediate School have issues with their roofing and require remedial works. The roofing contract works includes work to Blocks 1, 12, covered ways and Boiler room, Block 3 roof works have also been included in the scope as it will be undergoing an ILE upgrade in early 2019 and is showing evidence of roof leaks from corrosion on numerous roof sheets, spouting and barge flashings.",Not Awarded,No submissions - retendered in February 2019.,20201117 Ministry of Education - School Infrastructure,20315785,Request for Tenders,Closed Competition,Sheffield Contributing School: Block 1 Roof Re-Pitch & ILE Classroom Modifications,3502-18-01,20181025,20181122,20181205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Board of Trustees at Sheffield Contributing School we are now looking for tenders for the Block 1 Roof Re-pitch & ILE Classroom Modifications project. The contract works required are: ??? Remove flat butynol roof, re-pitch and replace with long-run iron. Due to a new pitch, new smaller windows (aluminium double glazing) are required. ??? Replace rotten timber cladding with new timber, paint to match. ??? Replace threadbare carpet with new carpet tiles, improve acoustics with Autex wall linings as needed and paint interior walls.",Awarded,The contract was awarded to Reynolds Construction Ltd and will start in December 2018.,20201117 Ministry of Education - School Infrastructure,20316754,Request for Tenders,Open Competition,Wellsford Primary School - Resource Room Upgrade,G800,20181025,20181119,20181220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"??? Wellsford School has recognised a need for additional teaching space to facilitate the expected roll growth of the school. The current space is used as a storage and resource room for learning aids, equipment and resources. The School has identified this space for possible refurbishment with the expected outcome to bring this space up to the standards expected of a teaching and learning environment. ??? The building is in need of significant works to reach this outcome. The scope of works will require re-cladding of existing asbestos linings as well as a full refurbishment of the internal space. ??? The programme of works will require work to be completed during the Christmas school holidays ??? The Tenderer shall include in their tender a programme proposal for review and consideration and discussion with the school and PM.",Awarded,,20201117 Ministry of Education - School Infrastructure,20317454,Request for Tenders,Open Competition,Main Contractor Blk A Classroom & Toilet Alterations and Additions at Dalefield School (Carterton),,20181105,20181129,20190331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Dalefield School are seeking the services of a main contractor to undertake the roofing work, toilet access upgrade and universal bathroom additions as described in the tender documents prepared by IR Group Ltd and involves the following works ??? Minor relocation of the existing toilet block building. ??? Addition of a new universal bathroom space (13.5 sqm) and all associated site and services work ??? Install new aluminium windows and doors in the classrooms ??? Build new decks (24 sqm) ??? Re-pitch and replace lean to roofing with new membrane roofing system ??? Project consultants are: o Project Manager: Ian Rattray o Lead Designer: IR Group Ltd ??? The school and Block A building area needs to be able to operate as normal for a large part of the construction phase of the project. ??? The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works).",Awarded,We received one valid quote and then entered into post tender negotiations to add in some additional scope of work to meet the project budget and have now accepted the revised tender from MB Brown,20201117 Ministry of Education - School Infrastructure,20317587,Request for Tenders,Open Competition,Main Contractor A Block Classroom ILE Upgrade Wainuioru School (Masterton),,20181025,20181122,20190422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Wainuioru School are seeking the services of a main contractor to undertake the construction of upgrading three classrooms as described in the tender documents prepared by IR Group Ltd and involves the following works ??? Internal demolition and disconnections to remove unwanted items ??? Install new framing and beams to suit new floor plan ??? New in wall services and insulation ??? Install new insulation in all wall and ceiling cavities ??? Install new wall and ceiling linings and acoustic ceiling tiles ??? New wall ceiling and floor finishes ??? New joinery ??? New windows ??? New Roof Cladding ??? New decking ??? The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. ??? Project consultants are: o Project Manager: Ian Rattray o Lead Designer: IR Group Ltd ??? Where possible the school needs to be able to operate as normal for a large part of the construction phase of the project. ??? The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works",Awarded,We received 2 valid tenders for the RFT and awarded the contract to Waddell Building based on the weighted attributes temple and their pricing.,20201117 Ministry of Education - School Infrastructure,20317934,Request for Tenders,Open Competition,Main Contractor for Block 4 Classroom ILE Upgrade at St Heliers School (the School),,20181026,20181120,20190219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees is looking for a main contractor for the classroom ILE upgrade of Block 4. This includes replacing joinery, replacing wall and floor coverings, new cabinetries, expansion of learning shared spaces, breaking down portions of walls for open learning space, replace ceiling tiles, electrical upgrade.",Awarded,assessed to have provided best value,20201117 Ministry of Education - School Infrastructure,20318092,Request for Tenders,Closed Competition,Kaikoura Primary School: HDU & Ramp Modifications,3391-18-01,20181025,20181122,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"On behalf of the Board of Trustees for Kaikoura Primary School, we are now looking for tenders for the Kaikoura Primary School HDU & Ramp Modifications project. The Contract Works required are: ??? Creating a High Dependency Unit. ??? New and modifying existing ramps, steps and decks.",Awarded,Awarded to LMC Building & Construction Ltd,20201117 Ministry of Education - School Infrastructure,20319009,Request for Tenders,Open Competition,Main Contractor for Block R Junior Technology at Stratford High School,02-044-008,20181025,20181120,20190604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Block R Junior Technology project at Stratford High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,20320646,Request for Tenders,Closed Competition,"Main Contractor for ""Language Street"" ILE Classroom Remodel at Southland Girls' High School",405-09,20181026,20181115,20181203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Southland Girls' High School BoT is looking for an experienced main building contractor to complete the remodelling of the south wing of the first floor to the main Block A building at Southland Girls' High School. The work will comprise remodelling of existing classroom teaching spaces into ILE spaces with break -out rooms and openings into the corridor as well as some toilet facility alterations to allow for better use of the existing areas. The main contractor will be required to engage experienced subcontractors, as well as work with nominated subcontractors to compete some items of work.",Awarded,,20201117 Ministry of Education - School Infrastructure,20320815,Request for Tenders,Open Competition,Meadowbank School Enabling Works,13561,20181024,20181116,20190515,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be submitted electronically via GETS,"On behalf of the Ministry of Education, we formally request for tender for the above Enabling Works to Meadowbank School. The Ministry of Education are proposing to build a new Administration Building and Teaching Block at the school in early 2019. For this to happen the following Enabling Works needs to take place prior to the Main Construction Contract taking place. ??? Disconnection of main power supply to the school Administration Building as per the GHD Enabling Works package. ??? Supply a new submain and switchboard to the Theo Lynds Building as per the GHD Enabling Works package. ??? Relocation of security, fire and communications services from the School administration building to the Theo Lynds Building as per the Torque IP ICT Enabling Works package. ??? Disconnection, relocation and reconnection of the school boiler into the new permanent location in the Theo Lynds Block as per the GHD Enabling Works package. ??? Asbestos Removal of Asbestos Contaminated Material from the Administration Building as per the Thomas Consultants Asbestos Register. ??? Demolition of the existing school Administration Building and building foundations. ??? Building construction works to the Theo Lynds Building as per the GHD Enabling Works package.",Awarded,"Palatine Construction were the successful contractor and were selected to complete this contract taking into account the following factors at time of tender evaluation: - Correct project methodology. - Compliant programme timeframes. - Competitive pricing. - MoE H&S accreditation. Thank you for your time in submitting your tenders and we look forward to having more tender opportunities available in the near future.",20201117 Ministry of Education - School Infrastructure,20322864,Request for Tenders,Open Competition,Daikin Installers for Cooling Upgrade at West Rolleston School,CSR2018-30,20181025,20181120,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified Daikin Installers to submit a Tender for CSR 2018-30 HVAC Cooling Upgrade at West Rolleston Primary,Awarded,The contract was awarded to Beattie Air Solutions and will start on 24 December. The term of this contract will be completed by 31 January 2019.,20201117 Ministry of Education - School Infrastructure,20324326,Request for Tenders,Open Competition,Reefton Area School Reline Gym Changing Rooms,18-496-02,20181027,20181122,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replace vinyl flooring, remove stainless steel urinal and replace with wall mounted unit, replace kitchen benchtop, repainting in kitchen, re-use other toilet pans, basins, taps, coat hooks etc",Awarded,,20201117 Ministry of Education - School Infrastructure,20324358,Request for Proposals,Closed Competition,Design & Build Services at 3 Bundles of 2 New Auckland Primary Schools Each,,20181030,20181210,20190308,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Design & Build Services at 3 Bundles of 2 New Auckland Primary Schools Each (???the Contract Works??? at ???the School???).,Awarded,"The multi-stage design & build contracts for Bundle 1 (Orewa North West and Scott Point Schools) were awarded to Decmil Construction NZ Limited and started on 4 March 2019. The contracts' date for practical completion is 29 January 2021. The multi-stage design & build contracts for Bundle 2 (Drury West and Hingaia South Schools) were not awarded. The multi-stage design & build contracts for Bundle 3 (Belmont-Pukekohe West and Paerata Schools) were awarded to Form Building & Developments Limited and started on 4 March 2019. The contracts' date for practical completion is 29 January 2021.",20201117 Ministry of Education - School Infrastructure,20325250,Request for Tenders,Open Competition,"(1942) HAMILTON JUNIOR HIGH - MAIN CONTRACTORS - Multipurpose Room, Library, & Toilet Block upgrade",,20181029,20181121,20181228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School and BOT have designed and are planning to Remove Asbestos, & unsound seating structures, and undertake an upgrade to the Multi Purpose Room, Library and Toilet Block by replacing wall and floor coverings, lifting the floor in the MP room, and painting, allowing for works to provide the School with a complete fit for purpose project.",Awarded,,20201117 Ministry of Education - School Infrastructure,20325656,Request for Tenders,Open Competition,"Main Building Contractor for Roofing & Cladding Replacement Projects at Marfell, Opunake Primary, Puketapu, & Spotswood Primary Schools",3087.6/3109.8/3260.1/3098.3,20181026,20181204,20190215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"A Main Building Contractor is required to carry out Roofing & Cladding Replacement works across four schools in the Taranaki region. The four projects are being advertised as a single RFT, however the successful contractor will enter into a separate contract with each school. The projects are to start in the new year, and are to be completed by the start of Term 2.",Awarded,,20201117 Ministry of Education - School Infrastructure,20327631,Request for Tenders,Closed Competition,Grantlea Downs School: Block 1 & Block 15 ILE Classroom Modifications,2111-17-01,20181026,20181123,20181214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Board of Trustees at Grantlea Downs School, we are now looking for tenders for the Block 1 & Block 15 ILE Classroom Modifications project at Grantlea Downs School. The Contract Works required are: ??? The school plans to upgrade Block 1 which currently has 6 teaching spaces with 3 cloak bay/toileting areas. ??? This project will include essential infrastructure upgrades including replacing the lighting, electrical switchboard, wall and floor coverings. ??? Additionally, this project will involve ILE and toilet upgrades replacing the older bathroom fixtures and fittings.",Awarded,Awarded to Timaru Construction,20201117 Ministry of Education - School Infrastructure,20330821,Request for Tenders,Closed Competition,Main Building Contractor Henderson Intermediate Roofing,19432153,20181026,20181122,20190107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for the following roofing work: Roofing + Flashings to Blks 1,2,3,10 + Ancillary Block A. Block A Ancillary. Old boiler shed now caretakers shed. Replace roof and flashings. Block 1. Roof area between Admin +ICT. Rubber membrane roof is lifting and substrate needs screws. It is proposed to repair substrate and install new membrane roofing with joint tape. Block 1 Hall Replace existing asbestos roof with new Color steel type metal roofing. Insulation to e be installed in roofing cavity as part of project. Insulation to be installed where practicable and required if cavity allows upon removal of existing roofing. Block 2 Toilet Block behind Classrooms 13+14 Replace roof. Block 2 Adjacent to Room 11 Replace rubber membrane roof. Boiler is mounted on roof and will require dismounting to access. Block 3 Toilet Block Cloak areas Reroofing and flashings required. (To be reviewed but likely be carried out in conjunction with proposed future ILE project) Block 3 Classrooms 7-10 Roof repairs as required Block 10 Classrooms 19+20 Replace ridge flashing and gutters.",Awarded,,20201117 Ministry of Education - School Infrastructure,20331299,Request for Proposals,Open Competition,Tauranga Intermediate for Design & Engineering Services for the construction of 8 classroom blocks,CW2018-17,20181026,20181121,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Tauranga Intermediate School is a large school in the Primary/Intermediate context. The school roll has grown rapidly over the last twenty years rising from 610 in 1994 to its current roll of approx. 1308 inclusive of out of zone students. Commensurate with this roll growth has been the expansion of buildings on site. Over the years the MOE has catered for this roll growth with the standard prefabs (26 in total). These prefabs have considerable deferred maintenance and in 2014 a strategic plan was implemented to phase out these 26 prefabs and to replace them in strategic stages with new teaching spaces. The ministry have proposed to provide the 8 x replacement classrooms for the older prefab rooms that include Block S, Block T, Block F and Block E Totara Units",Awarded,The contract was awarded to GHD Ltd and the contract started in February 2019.,20201117 Ministry of Education - School Infrastructure,20333001,Request for Tenders,Closed Competition,Main Building Contractors for Special needs Modifications at Makarewa School,3982-18-SN1,20181030,20181119,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Makarewa School requires upgrading to provide the following facilities for a student with special needs: ??? Improve fencing and gates to prevent egress onto busy SH6 (80 kph speed limit) and Flora Road East (70kph) ??? Upgrade access into classrooms and admin areas including door, steps, landing and handrail modifications ??? Upgrade toilet facilities ??? Upgrade access to school pool steps The project will also address other site wide compliance issues in order for the school buildings to meet current NZBC and ore MOE requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,20334549,Request for Tenders,Closed Competition,CW2018-43 Woodleigh School Remediation Block D,CW2018-43,20181029,20181123,20190211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Investigations carried out at Woodleigh School revealed wearther tightness issues concerning both the external wall and roof cladding that resulted in damage to the timber structure and related elements due to water ingress. Ageing building products are also resulting water ingress within this building. Asbestos contamination has also been identified at North and South Elevation certain percentage of West elevation and entrance soffit also. Subsequently a robust remedial solution has now been designed (recladding) and the Ministry is now in a position to begin the remediation process. The remediation scope of this building to be completed by early July 2019 Project consultants are: o Project Manager: Prendos New Zealand Limited o Engineer to the Contract: Chris Ross - Prendos New Zealand Limited o Quantity Surveyor: Prendos New Zealand Limited o Lead Designer: Prendos New Zealand Limited o Structural Engineers: Prendos New Zealand Limited / BCD Group Limited o Fire Engineers: Prendos New Zealand Limited The contract is single stage remediation works. The contractor is expected to complete the whole remediation with the time agreed time frame The construction site is closed to the other adjacent building blocks of the school. The entrance area is landscape with plant, kerbs with concrete surface and railing may create certain access restriction to the works. The School is to remain fully operational during the remedial works, accessible parking must be provided. Contractor parking and space is limited onsite. The Principal prefers there to be no drawings and specification related Tags.",Awarded,,20201117 Ministry of Education - School Infrastructure,20334623,Request for Tenders,Open Competition,Main Contractor for internal refurbishment at Waiheke High School,,20181030,20181123,20181227,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Waiheke High School are seeking the services of a contractor to refurbish C Block, a 1960's 2 storey block",Awarded,,20201117 Ministry of Education - School Infrastructure,20334890,Request for Tenders,Open Competition,Main Building Contractor for Classroom refurbishments in Block 3 at Royal Oak Primary School,,20181030,20181123,20181210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Royal Oak Primary School are seeking the services of a building contractor for an Interior Refurbishment of Block 3 and a smaller exterior breakout space with decking and seating accessible from 2 classrooms,Awarded,,20201117 Ministry of Education - School Infrastructure,20336387,Request for Tenders,Open Competition,(3115) 206314 TE WHAREKURA o TE RAU AROHA - MAIN CONTRACTOR - NEW 4 CLASSROOM BLOCK/VERSION 2,,20181029,20181109,20181228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"THIS TENDER REQUEST REPLACES THE PREVIOUS TENDER ADVERTISED REFERENCE #20213266 WHICH IS NOW SHOWING AS CLOSED. THIS TENDER IS STILL AN OPEN TENDER PROCESS AND WILL CLOSE ON 9/11/2018 AT 5:00PM AND HAS BEEN GENERATED TO COMPLY WITH THE GETs ADVERTISING POLICY TO REFLECT THE EXTENSION OF DATE/TIME. ALL REVISED PLANS, SPECIFICATIONS, SCOPE OF WORKS, NTT, AND ADDENDA PREVIOUSLY ADVERTISED HAVE BEEN COPIED TO THIS TENDER REQUEST. PLEASE NOTE THE UPDATED FIRE REPORT AND SCOPE IS NOT YET TO HAND AND WILL BE ADVERTISED AS NTT WHEN RECEIVED. PLEASE NOTE NTT2 : A requirement to extend the schools sprinkler system into the new block has arisen. We are currently defining the parameters of the existing systems capacity & will advise asap to allow pricing to continue. The installation of sprinklers will likely reduce the need for fire rating the Northern wall & change the type of fire alarm to be installed. NTT: The foundation detail 06 on A401 shows skirting, this should be ignored and referred to the floor finishes plan for any cove details. Where Autex Widetrack flooring is specified use a 60x10 skirting (no cove, as per Detail 05/A401). NTT: Due to the potential alterations to the Fire System, the closing date of this Tender will be extended. This Tender will close 5:00pm 9 November 2018.",Awarded,,20201117 Ministry of Education - School Infrastructure,20336732,Request for Tenders,Closed Competition,"Main Building Contractor Willow Park School Toilet, Roofing + Fire Alarm Works",,20181030,20181120,20190211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o Interior toilet upgrades to Block 5 existing Rooms 7+8 including new hot water supply. o Interior Toilet upgrades to Block 5 existing Rooms 19+20 including new hot water supply plus new decking to replace existing. o Interior toilet upgrades to Block 9 existing Rooms 22+23 including new hot water supply. o The upgrade of toilets includes provision of warm water along with replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions, flooring and wall linings etc. Work also includes the installation of electric hand dryers in accordance with MOE 2017 guidelines. The desired outcome is to achieve toilets clean with impervious surfaces, well ventilated and free from smells. o Block 26- New unisex toilets, new withdrawal area, new suspended ceiling, pinboards and LED light fittings to Room 26, room 27 and new Withdrawal area. o Block 4- new pre-finished (to both sides) profile metal roofing + roof flashings to replace existing. o Pool Changing- new pre-finished (to both sides) profile metal roofing + roof flashings to replace existing. o Hall- new pre-finished (to both sides) profile metal roofing + roof flashings to replace existing. o The Roofing work addresses issues to Blocks 3, 4, 5, 9 & 10 - and includes installation of new coloursteel roofing, flashings and spouting to Blocks 3, 4 & 10. Also includes replacing clear roofing panels in Block 5 & 9 with new clear panels with correct mesh installed under for safety. Upgrade & Extend Fire Alarm System ??? Work includes the installation of smoke detection in the Administration Block as a matter of urgency. Also extend the Administration Block Fire Alarm System to all buildings, removing the standalone Fire Panels, call points connected to the Bell system and the smoke detection connected to the security system providing the school with a single evacuation, detection and lock down system. ??? Fire + Security Services are being tendered separately and nominated sub-contractors will be appointed for these aspects of the work, subject to agreement of the selected main contractor).",Awarded,,20201117 Ministry of Education - School Infrastructure,20340413,Request for Proposals,Open Competition,Lead Design Services at Otumoetai College and Pillans Point School,,20181101,20181126,20190219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Otumoetai College and Pillans Point School Contract opportunity.,Awarded,"The contract was awarded to Brewer Davidson Limited and will start on 21 January 2019. The term of this contract is until completion of the services, expected June 2024 for Otumoetai College and December 2021 for Pillans Point School.",20201117 Ministry of Education - School Infrastructure,20340484,Request for Proposals,Open Competition,"Quantity Surveying Services at Otumoetai College, Pillans Point School and Tauranga Girls College",,20181101,20181126,20190219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveying Services at Otumoetai College, Pillans Point School and Tauranga Girls College Contract opportunity.",Awarded,"The contract was awarded to Maltbys Limited and will start on 4 February 2019. The term of this contract is until the completion of the services, expected for June 2024 for Otumoetai College, December 2021 for Pillans Point School and June 2021 for Tauranga Girls College.",20201117 Ministry of Education - School Infrastructure,20341782,Request for Tenders,Open Competition,Greenhithe School Field Upgrade Project,,20181030,20181127,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Upgrade of drainage system for existing play field and landscape of existing play spaces.,Awarded,,20201117 Ministry of Education - School Infrastructure,20342451,Request for Tenders,Open Competition,"RFT - Main Fencing Contractor, Special Needs Modifications - Fencing & Gates at Makara Model School, Karori, Wellington",4978,20181101,20181126,20190118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Makara Model School currently shares it boundaries with neighbouring driveways, a main country road and a stream. The existing school fence is climbable and does not provide a secure zone. In order to provide a safe environment for the student, the school requires its fencing to be replaced with new non-scalable fencing. This procurement looks for a professional fencing contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Makara Model School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Fenceworkz Kapiti Ltd, will start 22.01.19. Anticipated completion date 17.06.19.",20201117 Ministry of Education - School Infrastructure,20344250,Request for Tenders,Closed Competition,Main Building Contractor for B Block Refurbishment at Bankwood School,PTA 201813,20181101,20181120,20190109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for an internal refurbishment to a 4 classroom block, involving alterations to existing toilets and cloak bay to provide new toilets and shared spaces, providing openings between classrooms and new shared spaces, new floor and wall coverings and new suspended ceilings.",Awarded,The contract was awarded to Lobell Construction Ltd and commenced on 17th December 2018. The contract is due for completion on 22nd March 2019.,20201117 Ministry of Education - School Infrastructure,20347356,Request for Tenders,Open Competition,Construction Contract He Huarahi Tamariki Remediation and Upgrade,,20181109,20181207,20190224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project involves weather-tightness remediation of He Huarahi Tamariki (9 Matai Road) to provide a building envelope and structure which is weather-tight, compliant with the Building Code and maintainable for a 50 year life via an agreed long term maintenance programme. The works will include recladding of approximately 80% of the building in timber weatherboards on cavity batten; small areas of roof remediation, concrete nibs, and pathway remediation; review and repair of existing building elements exposed during the works as determined by Registered Building Surveyors; upgrade to services including fire alarms, lighting and HVAC; upgrade flooring; and provision of a new multipurpose maker/ wet/ lab space.",Awarded,,20201117 Ministry of Education - School Infrastructure,20351038,Request for Tenders,Open Competition,Main building Contractor for Building New Student and Community Well Being Center at Kedgley Intermediate School,,20181108,20181205,20190220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Kedgley Intermediate seek the services of qualified contractor to carry out the construction of a new ""Student and Community Well Being Center"" The works will include, The demolition and removal of old storage sheds, tree removal and surrounding garden bed (asbestos report to come) site establishment construction of the new Student and Community Well Being Center Note: As mentioned in the RFT document, heating has not been allowed for in the drawings. A provisional sum of $25,000 has been allowed for in the attached schedule of prices Please always refer to the consented plans attached. Any queries relating to this project must come through the GETs Q&A portal",Awarded,,20201117 Ministry of Education - School Infrastructure,20356681,Request for Tenders,Closed Competition,Main Building Contractors for Roof Upgrades at Bluestone School Timaru,,20181105,20181128,20181217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions through the GETS website,"Bluestone School Board of Trustees invite suitably qualified contractors to submit a Tender for Main Building Contractors for Roof Upgrades at Bluestone School - Timaru. The appointed main contractor will need to be familiar with and build to follow the Ministry of Education Weather-Tightness and Durability requirements for school property. The intention is to remove the short roofing bays between the portal frames and parapets and install new truss roof framing over top of the three rows of relocatable classrooms to create one large continuous roof over Pod 3. Pod 4 is to remove the short roofing bays between the portal frames and parapets, and have a new roof installed with new internal gutters to open up and widen the surface area, to increase fall and capacity. Skylights, penetrations and heat pumps are to be removed from all roofs wherever possible, with heat pumps relocated or replaced to suit the location. Other services are also to be modified where affected by the works. Timaru Technology Centre construction works include replacement of all roof fixings and flashings to the existing colorsteel roofing, replacement of gutter walkway, replacement of high level membrane roofing and reform falls to internal gutters. The intention is to complete the bulk of the work over the Christmas school holiday period, with completion in to Term 1 as required.",Awarded,The contract was awarded to Timaru Construction and will start on 17th December 2018. The term of the contract is six months.,20201117 Ministry of Education - School Infrastructure,20357095,Request for Tenders,Open Competition,CW2018-96 Mamaku School Weather-tightness repairs Main Contractor RFT,CW2018-96 [A2],20181105,20181217,20190222,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mamaku School Built in late 1800???s ??? Weather tightness repair works to the following blocks; A, B, E, G, F, C, I, Sports Shed, Toilet Block, Swimming Pool Changing Sheds/Caretakers tool storage. ??? Replacing of roofs, cladding and gutters. Project consultants ??? Project Management: EMP ??? Designer: IDS Start date: Jan 2019 Length of project: 6 months or sooner Potential additional requirements that may be included in the Requirement are: i. Connecting roof via 5YA funding",Awarded,,20201117 Ministry of Education - School Infrastructure,20357158,Request for Tenders,Open Competition,"CW2018-96 Matua, TKKM o Otepou, Pyes Pa Road Bundle",CW2018-96 [B],20181107,20181203,20190228,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main contractor for various remedial works at Matua, TKKM o Otepou, & Pyes Pa Road Schools ??? Due to similarities in their scope/size, and their proximity to each other, the ministry believes additional value can be had by grouping these three school projects together and coordinating them with a single delivery manager. ??? It is our intention to have a similar construction start and completion date for each project. ??? The outcome sought from these projects is to extend the expected lifespan of the buildings by remediating / repairing the issues identified at each site and return them to a reasonably maintainable state. ??? Bellow shows the estimated length of each project and the project consultants associated: School Length Designer Project Manager Matua School 5 months Creative Greenstone Pyes Pa Rd School 6 months ARTO WSP Opus TKKM O Otepou 5 months ARTO Greenstone",Awarded,,20201117 Ministry of Education - School Infrastructure,20357178,Request for Tenders,Open Competition,Tauriko School - Block A ILE Upgrade Project,,20181105,20181130,20190520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions need to be made through the GETS website,"This Request For Tender (The Tauriko School Board of Trustees (the Buyer) is seeking a Main Building Contractor with proven expertise, experience, skills for the Block A ILE Upgrade Project. The project involves, but is not limited to, the following: Block A comprises of Classroom 1 & 2, accompanying Toilets, corridors, lobby area, storage rooms, cupboards and bag bays. All areas will need to be addressed under this project. Lobby Area (leading from the main reception, admin office, staffroom) to be reconfigured to include two staff toilets. This reconfiguration will encapsulate the Reception and Admin area from the teaching spaces of Classroom 1 & 2. The decking outside the corresponding external double doors will be extended to allow access to the new exterior door leading into the new Administration area (principals office). Classroom 2 will be reconfigured to incorporate a new Administration area, to include new exterior doors and window. All surfaces will be addressed, walls, flooring and ceiling to meet ILE standards. As part of the reconfiguration, Classroom 2 will incorporate a larger opening through into Classroom 1, to meet the schools teaching pedagogy. Main corridor to be reconfigured into two break out spaces and a bag bay. The break out spaces will be accessible from both Classroom 1 & 2 Classroom 1 to be completely readdressed, flooring walls and ceiling, to meet ILE standards. The reconfiguration will include a large opening into the existing bag bay which will be completely readdressed. The existing toilets adjacent will be removed and replaced with an integrated kitchen and art room learning space. Toilets at the end of the corridor will remain, with new pans, flooring and wall treatments. The existing Accessible Toilet is to be reconfigured and brought up to current Building Code requirements.",Not Awarded,No Contractor Awarded,20201117 Ministry of Education - School Infrastructure,20359852,Request for Tenders,Open Competition,Otaua School Block 2 and Block 3 Alterations and Additions,,20181105,20181128,20181213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Alterations and Additions of Blocks 2 and 3 at Otaua School.,Not Awarded,One late tender. The decision is to open tenders again early in 2019,20201117 Ministry of Education - School Infrastructure,20360404,Request for Tenders,Open Competition,"Rationalisation of Blocks H, L and R at Mangakino Area School",,20181108,20181206,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions need to be made through the GETS website,The Board of Trustees is seeking a Main Contractor for rationalization of three blocks at Mangakino School and associated works.,Awarded,,20201117 Ministry of Education - School Infrastructure,20361309,Request for Proposals,Open Competition,Lead Design Services for Major Redevelopment Works at Sommerville Special School and Sir Keith Park School,CW18159,20181105,20181129,20190228,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is an invitation to suitably qualified, experienced and resourced Design Consultants to submit a Proposal for the lead design and construction monitoring services for Major Redevelopment Works at Sommerville Special School (SSS) and Sir Keith Park School (SKP). The project is made up of the following redevelopment components: i. Design and rebuild of SSS including master planning for the full Tamaki Site ii. Design and rebuild of SKP including master planning iii. Associated site works and infrastructure upgrades as required",Awarded,,20201117 Ministry of Education - School Infrastructure,20367001,Request for Tenders,Open Competition,Main Building Contractor for Special Needs Modifications at Waimea College,,20181106,20181129,20190107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made throughh the GETS website,"Modifications to existing classrooms, accessible toilets and outdoor space to accommodate requirements of OT report.",Awarded,"Contract awarded at the end of December 2018 to Ultraspec 2013 Ltd, with a staged programme aiming for practical completion on 01 March 2019.",20201117 Ministry of Education - School Infrastructure,20371844,Request for Tenders,Open Competition,Main Building Contractor for the Creation of a New Outdoor Breakout Space and Classroom Refurbishment at Bucklands Beach Primary,,20181108,20181205,20190220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school seek the services of qualified contractors to carry out the construction of a new outdoor canopy structure, new outdoor seating areas and part refurbishment of 5 classrooms, For detailed instructions of the proposed works please refer to the attached consent plans, **Please note** For interior finishing detail, please refer to document titled ""Revised Plans"" . The original plan states Autex ""Vertiface"" this is incorrect. Please allow for Autex ""composition"" wall linings For the construction of the new canopy, please refer to the MOE's weather tightness requirements attached",Not Awarded,,20201117 Ministry of Education - School Infrastructure,20372897,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 2 - Refurbish Classrooms & Toilets (Stage I) at Bellevue School, Newlands, Wellington",5024,20181108,20181204,20190417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"Bellevue School is looking to further develop and improve the condition and internal connection of the teaching spaces in Block 2. The project sets out to rationalise student toilets and convert the space into a shared breakout/withdrawal room that can be used by two classrooms. Work is also required to create internal openings and provide improved internal transparency and student flow between three teaching spaces. The contract requires the upgrade of two sets of student toilets, new floor finishes to the altered spaces, new outdoor cloak/bag storage facilities and the introduction of a new set of exterior doors (room 5). This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Bellevue School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Tracer Construction Ltd and will start 29.04.19 with anticipated finish date of 27.12.19.,20201117 Ministry of Education - School Infrastructure,20373111,Request for Tenders,Open Competition,Main building contractor for Junior Block Refurbishment and outdoor breakout space at Takanini School,,20181108,20181205,20190220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Takanini School are seeking the services of a building contractor to refurbish Block 2, consisting of 5 classrooms and the creation of an outdoor breakout space",Awarded,,20201117 Ministry of Education - School Infrastructure,20373589,Request for Proposals,Open Competition,RFP- IT Infrastructure Management Services For Northcote College,,20181106,20181129,20190205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Northcote College currently employs two full time IT staff (52 week support staff employees). The school is investigating outsourcing options such as an IT Infrastructure Support Agreement with a suitable IT provider experienced in dealing with a large secondary school to ensure that the school???s IT Infrastructure is managed at an optimum level on a known and fixed budget.,Awarded,This contract has been awarded to New Era IT Ltd,20201117 Ministry of Education - School Infrastructure,20378085,Request for Tenders,Open Competition,Main building contractor for a 3 classroom refurbishment and outdoor breakout space at Bucklands Beach Intermediate,,20181107,20181205,20190403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Bucklands Beach Intermediate request the services of a building contractor to refurbish 3 classrooms at the school and creation of an outdoor breakout space with decking and seating. There is also an addenda which includes a bathroom refurbishment which will need to be included,Awarded,Tenderer followed project scope well and priced accordingly,20201117 Ministry of Education - School Infrastructure,20378245,Request for Tenders,Closed Competition,Pyes Pa School Toilet and Classroom Mods RFP,PYES4,20181108,20181128,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Main Contractor for Building works to toilet and classroom modifications.,Awarded,,20201117 Ministry of Education - School Infrastructure,20378284,Request for Tenders,Open Competition,"Main Building Contractors for Block G Alterations at Tawhiti School, Hawera",Tawhiti Block G,20181108,20181203,20190208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block G Alterations & Refurbishment to Classroom 1 & 16. All tender documentation and necessary information attached. Timeframes for completion of this work will be discussed with successful contractor and the School dependent on MoE funding approval and Building Consent approval for this project. Ideally work will commence as soon as possible once confirmation of approval of funding/consent. Please provide timelines for indication of start and completion dates with your tenders. A site visit much be undertaken. Please make enquiries through GETS or ring the school office to arrange site visit. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Brian F Sullivan,20201117 Ministry of Education - School Infrastructure,20379644,Request for Tenders,Closed Competition,"Main Contractor for the Blocks 5,7,8 DQLS Refurbishment at Kia Aroha College",,20181108,20181203,20190308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kia Aroha College are seeking a main contractor for the Block 5,7,8 DQLS Refurbishment.",Not Awarded,"This ROI has been awarded retrospectively, the successful tenderers have been notified and taken through to the next stage please see below RFT ID. RFx: 20379644",20201117 Ministry of Education - School Infrastructure,20379991,Request for Tenders,Open Competition,"RFT- Main Building Contractor, Blocks AA & BA - Refurbish Classrooms at Rongotai College, Wellington",4941,20181108,20181203,20190215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rongotai College???s main teaching spaces are housed in a two storey building created in the 1970???s. The work proposed refurbishes three ground floor classrooms (A30-A32) including resource spaces and two upper floor classrooms (B21/B22) within which will be formed breakout spaces. The work will include replacement of interior linings including new acoustic finishes including suspended ceilings, new storage joinery, new floor and wall finishes and new services associated with the works and replace timber windows with aluminium. Some new interior walls to create breakout spaces are to be constructed. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Rongotai College Board of Trustees producing full construction documentation.",Not Awarded,"The contract was awarded to Field & Hall Ltd, start 11.02.19 with expected finish date of 31.07.19.",20201117 Ministry of Education - School Infrastructure,20381071,Request for Proposals,Closed Competition,CW2018-56 Contract Management Services Bundle 1: Waikato Projects,,20181108,20181128,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking engage suitably qualified and experienced consultants to provide contract management associated with the design and construction of a variety of projects located within the Ministry???s Central North Region. The projects are being tendered in five bundles: 1. Waikato Projects ??? three projects Cambridge High School, Ngaruawahia High School and Te Wharekura o Nga Purapura 2. Bay of Plenty Projects ??? Rotorua Boys High School, Greenpark School, Tauranga Intermediate School, Te Puke Primary School, Tauranga Girls High School and two projects at Pillans Point School 3. Gisborne Projects ??? Tolaga Bay Area School, Mangapapa School and Gisborne Girls High School 4. Hawkes Bay Projects ??? Heretaunga Intermediate, Kimi Ora Community School, Greenmeadows School and Port Ahuriri School 5. Regional Projects ??? Edgecumbe College, Otumoetai College and Flaxmere College This RFP is for Bundle 1 - Waikato Projects. The projects are described in the supporting project background documents attached to this RFP. Respondents: 1. Have been selected for each bundle from the Ministry???s relevant project management panels 2. Must submit a separate submission (Part A and Part B) for each bundle they are shortlisted for 3. May be awarded a maximum of two bundles. Respondents shortlisted for Bundle 5, Regional Projects may be awarded up to three bundles, Bundle 5 plus two others. The Ministry???s delivery manager is responsible for overall project delivery and management. This includes working collaboratively with the school and project team to: a. Lead the pre-engagement, project brief development, planning, design and construction delivery phases and obtaining the required approvals b. Monitor and report progress including: ??? Cost versus budget, cashflow and accruals ??? Identifying and addressing project risks including time slippage and scope creep ??? If required, preparing change requests c. Review the design documents to ensure they???re fit for purpose, reflect the project + education brief and comply with the Ministry???s technical requirements d. Ensure the completed project is handed over to the school and IAS.",Awarded,,20201117 Ministry of Education - School Infrastructure,20381413,Request for Tenders,Open Competition,Main Building Contractor for refurbishment and ILE modifications at Konini School Auckland,1335-19-01-09,20181109,20181203,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Konini BoT have bundled several 5YA projects which include refurbishment of classrooms and opening of a classroom onto itself. The work entails removal and replacment of pinboards to autex, floor coverings, Installation of sliding doors between classooms, upgrade electrical works. It is expected that the works will not require a building consent an the BOT would like Head Contractors to visit the site and submitt a proposal as a result of the site visit.",Awarded,,20201117 Ministry of Education - School Infrastructure,20381867,Request for Tenders,Closed Competition,Request for Tenders for Structural Upgrading works at Somerville Intermediate,,20181107,20181130,20190327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This project is only available to the Construction Directory selected suppliers. a. General background information on New Zealand???s school property portfolio is at: Information for Suppliers. b. Information about the School can be found at: www.somervilleintermediate.school.nz c. The Project (of which the Contract Works are a part) involves: ??? The projects main objective is the structural upgrading of the main building at Somerville Intermediate. The work consist of: o The addition of structural steel beams o Column strengthening o The addition of steel bracing structure o Improvement to strip footings o Improvements to pad foundations o Minor gutter relining and downpipe works o Minor cladding improvements ??? The outcome sought is a structure that performs to the current building code requirements for wind loadings, as the current structure is deficient. ??? Somerville Intermediates main building was constructed circa 1998-2004 and has 28 teaching spaces, an administration, hall and performing arts centre. It is steel framed and located in an exposed wind environment. Previously a high level window suffered a structural failure and the resultant investigation has necessitated structural improvements. ??? Project completion date 11th October 2019 ??? Project consultants are: o Project Manager: N-Compass o Engineer to the Contract: N-Compass o Quantity Surveyor: Kingstons o Lead Designer: GHD o Structural Engineer : Aurecon o Building Surveyor: Resolute d. A table outlining reporting lines is for the Project is included at Appendix 2: Project Information e. In the event that additional stages/work are required, the Ministry reserves the right to negotiate with the successful Contractor to deliver these projects.",Awarded,,20201117 Ministry of Education - School Infrastructure,20382058,Request for Tenders,Open Competition,Main Roofing Contractor for roof replacement and repairs Manurewa South School,1335-02,20181109,20181203,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT require a roofing contractor to carry out repair works on Rooms 9-10 Block 1A - Replace roofing iron to across the school buildings and replace spouting and downpipes. Replace Block 4, 1A,10 and Pool change rooms replace cler lite sheet with safety mesh under the clearlite.",Not Awarded,There was no responses through GETs,20201117 Ministry of Education - School Infrastructure,20383730,Request for Tenders,Closed Competition,"Design and Construct Contract for Three Special Needs Satellites at Glenfield Intermediate School, Target Road School and Whangaparaoa College",,20181108,20181219,20190617,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Wairau Valley Special School (the base school) provides specialist teaching and therapy services for children and young people who have high or very high learning and health care needs. Twelve satellite classes at surrounding mainstream schools provide specialist teaching and opportunities for students to integrate into a regular school environment. The Ministry has been working with Wairau Valley Special School to develop a network plan for the provision of purpose-designed satellite units to be located at three schools on the North Shore and Whangaparaoa. This will contribute towards an urgent need to expand and strengthen Wairau Valley School???s primary satellite network. Strategic objectives of the project include: ??? Identifying procurement initiatives that can provide cost and real-time delivery efficiencies. ??? Providing opportunity for innovation and best-practice methodologies. ??? Developing an exemplar new school design approach/template for green field sites. ??? Designing a model that can be easily replicated across other sites. ??? Delivering fit for purpose buildings that meet Ministry guidelines, industry regulation and best practice. The Ministry is looking for a suitably qualified Contractor to design, construct and commission three satellite units, delivered under a Design & Construct model, which have been bundled as follows: ??? Glenfield Intermediate ??? Target Road School ??? Whangaparaoa College The Contractor will be engaged through three separate Major Works Contracts (the Ministry???s Major Works Contract based on NZS 3916:2013), one for each site. Three separate bonds will be required.",Awarded,,20201117 Ministry of Education - School Infrastructure,20385403,Request for Tenders,Closed Competition,Main Contractor for the Block 2 and 3 DQLS (AMS) at Everglade School,,20181108,20181129,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The board of trustees for Everglade School are seeking a main contractor for the Block 2 and 3 DQLS refurbishment.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,20387443,Request for Proposals,Closed Competition,CW2018-56 Contract Management Services Bundle 2: Bay of Plenty Projects,,20181108,20181128,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking engage suitably qualified and experienced consultants to provide contract management associated with the design and construction of a variety of projects located within the Ministry???s Central North Region. The projects are being tendered in five bundles: 1. Waikato Projects ??? three projects Cambridge High School, Ngaruawahia High School and Te Wharekura o Nga Purapura 2. Bay of Plenty Projects ??? Rotorua Boys High School, Greenpark School, Tauranga Intermediate School, Te Puke Primary School, Tauranga Girls High School and two projects at Pillans Point School 3. Gisborne Projects ??? Tolaga Bay Area School, Mangapapa School and Gisborne Girls High School 4. Hawkes Bay Projects ??? Heretaunga Intermediate, Kimi Ora Community School, Greenmeadows School and Port Ahuriri School 5. Regional Projects ??? Edgecumbe College, Otumoetai College and Flaxmere College This RFP is for Bundle 2 - Bay of Plenty Projects. The projects are described in the supporting project background documents attached to this RFP. Respondents: 1. Have been selected for each bundle from the Ministry???s relevant project management panels 2. Must submit a separate submission (Part A and Part B) for each bundle they are shortlisted for 3. May be awarded a maximum of two bundles. Respondents shortlisted for Bundle 5, Regional Projects may be awarded up to three bundles, Bundle 5 plus two others. The Ministry???s delivery manager is responsible for overall project delivery and management. This includes working collaboratively with the school and project team to: a. Lead the pre-engagement, project brief development, planning, design and construction delivery phases and obtaining the required approvals b. Monitor and report progress including: ??? Cost versus budget, cashflow and accruals ??? Identifying and addressing project risks including time slippage and scope creep ??? If required, preparing change requests c. Review the design documents to ensure they???re fit for purpose, reflect the project + education brief and comply with the Ministry???s technical requirements d. Ensure the completed project is handed over to the school and IAS.",Awarded,,20201117 Ministry of Education - School Infrastructure,20387807,Request for Proposals,Closed Competition,CW2018-56 Contract Management Services Bundle 4: Hawkes Bay Projects,,20181108,20181128,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking engage suitably qualified and experienced consultants to provide contract management associated with the design and construction of a variety of projects located within the Ministry???s Central North Region. The projects are being tendered in five bundles: 1. Waikato Projects ??? three projects Cambridge High School, Ngaruawahia High School and Te Wharekura o Nga Purapura 2. Bay of Plenty Projects ??? Rotorua Boys High School, Greenpark School, Tauranga Intermediate School, Te Puke Primary School, Tauranga Girls High School and two projects at Pillans Point School 3. Gisborne Projects ??? Tolaga Bay Area School, Mangapapa School and Gisborne Girls High School 4. Hawkes Bay Projects ??? Heretaunga Intermediate, Kimi Ora Community School, Greenmeadows School and Port Ahuriri School 5. Regional Projects ??? Edgecumbe College, Otumoetai College and Flaxmere College This RFP is for Bundle 4 - Hawkes Bay Projects. The projects are described in the supporting project background documents attached to this RFP. Respondents: 1. Have been selected for each bundle from the Ministry???s relevant project management panels 2. Must submit a separate submission (Part A and Part B) for each bundle they are shortlisted for 3. May be awarded a maximum of two bundles. Respondents shortlisted for Bundle 5, Regional Projects may be awarded up to three bundles, Bundle 5 plus two others. The Ministry???s delivery manager is responsible for overall project delivery and management. This includes working collaboratively with the school and project team to: a. Lead the pre-engagement, project brief development, planning, design and construction delivery phases and obtaining the required approvals b. Monitor and report progress including: ??? Cost versus budget, cashflow and accruals ??? Identifying and addressing project risks including time slippage and scope creep ??? If required, preparing change requests c. Review the design documents to ensure they???re fit for purpose, reflect the project + education brief and comply with the Ministry???s technical requirements d. Ensure the completed project is handed over to the school and IAS.",Awarded,,20201117 Ministry of Education - School Infrastructure,20387851,Request for Proposals,Closed Competition,CW2018-56 Contract Management Services Bundle 5: Regional Projects,,20181108,20181128,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking engage suitably qualified and experienced consultants to provide contract management associated with the design and construction of a variety of projects located within the Ministry???s Central North Region. The projects are being tendered in five bundles: 1. Waikato Projects ??? three projects Cambridge High School, Ngaruawahia High School and Te Wharekura o Nga Purapura 2. Bay of Plenty Projects ??? Rotorua Boys High School, Greenpark School, Tauranga Intermediate School, Te Puke Primary School, Tauranga Girls High School and two projects at Pillans Point School 3. Gisborne Projects ??? Tolaga Bay Area School, Mangapapa School and Gisborne Girls High School 4. Hawkes Bay Projects ??? Heretaunga Intermediate, Kimi Ora Community School, Greenmeadows School and Port Ahuriri School 5. Regional Projects ??? Edgecumbe College, Otumoetai College and Flaxmere College This RFP is for Bundle 5 - Regional Projects. The projects are described in the supporting project background documents attached to this RFP. Respondents: 1. Have been selected for each bundle from the Ministry???s relevant project management panels 2. Must submit a separate submission (Part A and Part B) for each bundle they are shortlisted for 3. May be awarded a maximum of two bundles. Respondents shortlisted for Bundle 5, Regional Projects may be awarded up to three bundles, Bundle 5 plus two others. The Ministry???s delivery manager is responsible for overall project delivery and management. This includes working collaboratively with the school and project team to: a. Lead the pre-engagement, project brief development, planning, design and construction delivery phases and obtaining the required approvals b. Monitor and report progress including: ??? Cost versus budget, cashflow and accruals ??? Identifying and addressing project risks including time slippage and scope creep ??? If required, preparing change requests c. Review the design documents to ensure they???re fit for purpose, reflect the project + education brief and comply with the Ministry???s technical requirements d. Ensure the completed project is handed over to the school and IAS.",Awarded,,20201117 Ministry of Education - School Infrastructure,20388070,Request for Proposals,Open Competition,Lead Design Services for the Redevelopment at Onehunga High School,CW18129,20181108,20181204,20190222,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry intends to build a 3-storey 18 teaching and specialist teaching space block ,which will incorporate a new Marae and Special Needs facility. A new Gymnasium and Library to the Schools SPG entitlement will be constructed and a number of old teaching blocks containing asbestos and possible other contaminated materials will be removed/demolished. Once the new teaching block, Gymnasium and Library have been completed and the old existing buildings have been removed/demolished, extra car parking facilities and new landscaped ???green??? areas throughout the school will be carried out.",Awarded,,20201117 Ministry of Education - School Infrastructure,20390622,Request for Proposals,Closed Competition,CW2018-56 Contract Management Services Bundle 3: Gisborne Projects,,20181108,20181128,20190508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking engage suitably qualified and experienced consultants to provide contract management associated with the design and construction of a variety of projects located within the Ministry???s Central North Region. The projects are being tendered in five bundles: 1. Waikato Projects ??? three projects Cambridge High School, Ngaruawahia High School and Te Wharekura o Nga Purapura 2. Bay of Plenty Projects ??? Rotorua Boys High School, Greenpark School, Tauranga Intermediate School, Te Puke Primary School, Tauranga Girls High School and two projects at Pillans Point School 3. Gisborne Projects ??? Tolaga Bay Area School, Mangapapa School and Gisborne Girls High School 4. Hawkes Bay Projects ??? Heretaunga Intermediate, Kimi Ora Community School, Greenmeadows School and Port Ahuriri School 5. Regional Projects ??? Edgecumbe College, Otumoetai College and Flaxmere College This RFP is for Bundle 3 - Gisborne Projects. The projects are described in the supporting project background documents attached to this RFP. Respondents: 1. Have been selected for each bundle from the Ministry???s relevant project management panels 2. Must submit a separate submission (Part A and Part B) for each bundle they are shortlisted for 3. May be awarded a maximum of two bundles. Respondents shortlisted for Bundle 5, Regional Projects may be awarded up to three bundles, Bundle 5 plus two others. The Ministry???s delivery manager is responsible for overall project delivery and management. This includes working collaboratively with the school and project team to: a. Lead the pre-engagement, project brief development, planning, design and construction delivery phases and obtaining the required approvals b. Monitor and report progress including: ??? Cost versus budget, cashflow and accruals ??? Identifying and addressing project risks including time slippage and scope creep ??? If required, preparing change requests c. Review the design documents to ensure they???re fit for purpose, reflect the project + education brief and comply with the Ministry???s technical requirements d. Ensure the completed project is handed over to the school and IAS.",Awarded,,20201117 Ministry of Education - School Infrastructure,20392015,Request for Tenders,Closed Competition,Main Contractor Stairwell Upgrade at Naenae Primary School,,20181113,20181218,20190516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project comprises of re-roofing work to the first floor corridor and stairwell area along with internal refurbishment of the first floor corridor and stairwell. The fire alarm system throughout the entire school will also be required to be upgraded.,Awarded,,20201117 Ministry of Education - School Infrastructure,20392833,Request for Tenders,Closed Competition,"Main Contractor for Blocks M,E Toilet & Cloakbay Remodel at Windsor North School",3967-05,20181112,20181204,20181218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Windsor North School BoT is looking for a suitably qualified contractor to provide construction services for the remodelling of the Blocks M & E cloakbay and toilets at Windsor North School. Blocks M & E are two transportable prefab school classrooms that are co-joined by a common cloakbay, toilet and cleaners cupboard area. The plan is to remodel this existing space with new unisex toilets, an art bay and breakout space areas, with access into the shared space from each side classroom via sliding doors. Exterior works to increase street appeal and aesthetics will include new front entrance into the Block as well as extending the covered walkway and future proofing for glazed screens to be inserted at a future date when affordable.",Awarded,,20201117 Ministry of Education - School Infrastructure,20393145,Request for Tenders,Closed Competition,CW2018-111 Wadestown School Weathertightness Remediation to Administration Block (Block C),,20181108,20181127,20190403,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Weathertightness Remediation to Administration Block (Block C) at Wadestown School (???the Contract Works??? at ???the School???). Please note that Appendix 2, the Pricing Schedule, will be sent through tomorrow via a Notice to Tenderers.",Awarded,The contract was awarded to Field & Hall Ltd and will start on 15 April 2019. Practical completion for this contract is expected 16 August 2019.,20201117 Ministry of Education - School Infrastructure,20394032,Request for Tenders,Closed Competition,Main Building Contractor Kauri Park School Block 1 RFoofing = ILE Works,19953928,20181109,20181130,20190214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o ROOFING: o Block 1 Administration Block (Balance) Trough Section roofing replacement as shown on project drawings and specification. o BLOCK 1 ILE o ILE Works as described on project drawings and specification. o The upgrade of toilets includes provision of warm water. i. The removal of asbestos as identified in the Asbestos Survey report will require an approved plan for removal, handling and disposal with air monitoring clearance certificates required. This work to be carried out during School holidays. ii. Insulation is to be installed as shown on the plan. iii. Roofing work details are shown on the attached plan.",Awarded,,20201117 Ministry of Education - School Infrastructure,20394235,Request for Tenders,Closed Competition,CW2018-50 Northland School Main Contractor RFT,CW2018-50 RFT,20181109,20181213,20190514,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Northland School is a full primary school situated in the Wellington region, with a roll of 340 students. The school has experienced roll growth in recent years, with analysis indicating this growth is likely to continue for the foreseeable future. It has been recommended that permanent accommodation be provided for a base roll of 365 students. This is the follow on from the ROI, now releasing the RFT to the pre-selected Main Contractors. The objective of the works is to replace property that is not fit for purpose due to weathertightness, structural and other significant issues. The development also gives the Ministry the opportunity to create advanced Innovative Learning Environment (ILE) across the school to support the delivery of quality education. The general scope of the project is outlined below: ??? Demolition of Block 2 due to issues relating to weathertightness and age related issues. ??? The block comprises 8 of the schools 13 teaching spaces, the library and multi-use spaces. ??? Construction of a new three-storey 10 classroom intermediate school block. The replacement of the Block 2 in line with ILE requirements ??? Which will include 2 additional teaching spaces and non-teaching spaces in line with entitlement and demographic projections ??? Construction of a new multipurpose gymnasium ??? Construction of a new library ??? Associated site works, landscaping and infrastructure upgrades The Ministry are aiming to engage the Main Contractor for this project in February 2019 - to allow the selected contractor to start on site April 2019 - with the expectation that all contract works will be completed February 2021 excluding Defects Liability Period The project consultants are: o Ministry Project Manager: Trudie Ward o Project Manager: TBC o Engineer to the contract: TBC o Quantity Surveyor: Maltbys o Architect (Lead Designer): McKenzie Higham Architects o Structural/Civil Engineer: Clendon Burns & Park o Fire Engineer: WSP/OPUS o Geotechincal Engineer: Coffey o Hydraulic Engineer: WSP/OPUS o Electrical Engineer: Blackyard Electrical o Mechanical Engineer: COR Associates",Awarded,,20201117 Ministry of Education - School Infrastructure,20394639,Request for Tenders,Closed Competition,Waitakere College A & B Block MLE,44-14,20181109,20181129,20181207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nature of the Works; The project requires openings to be cut into block walls, installation of Transpace doors, new ceilings in corridors, new walls linings new floor coverings.",Awarded,,20201117 Ministry of Education - School Infrastructure,20395016,Request for Proposals,Open Competition,Lead Design Services for the Construction of an 8 Classroom Block at Pokeno School,CW2018-60,20181109,20181205,20190306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry of Education is seeking Lead Design services for the construction of an 8 classroom block at Pokeno School.,Awarded,"Congratulations to Brewer Davidson Architects for being selected for Pokeno School's new 8 classroom lock. Thank you to all unsuccessful respondants for your time and effort in putting together your submissions. We received consistently high quality responses from all respondants, and selection was based on both non-price and price attributes. We look forward to receiving future submissions from you.",20201117 Ministry of Education - School Infrastructure,20395267,Request for Tenders,Open Competition,Main Contractor for Roof Refurbishment Project,,20181113,20181206,20190213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,margot.koren@greenstonegroup.co.nz,Roof refurbishment project,Awarded,,20201117 Ministry of Education - School Infrastructure,20400136,Request for Tenders,Open Competition,Waikowhai Intermediate Classroom Modification and Deck Extension,,20181113,20181205,20181214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"the project includes; Demolition of the existing deck and veranda roof and replacement with a larger deck and roof. Installation of Aluminium glazing units, which will require adjusting the framing and reinstatement of the cladding Moving an internal wall Internal fit out works (carpet, Autex etc.)",Not Awarded,"Unfortunately all of the tenders received have come in over the school's budget. The project will be re-scoped in early 2019 and then re-tendered with the intention of carrying out the works over the 2019/20 school holidays. We appreciate all tender responses received and would encourage each to submit another response next year when we re-tender",20201117 Ministry of Education - School Infrastructure,20400243,Request for Tenders,Open Competition,Manukura School Quantity Surveyor for Campus Development,CW2018-91,20181109,20181205,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Manukura is a designated special character secondary school (Year 9-13) with a roll of 185 students. The designated character of the school fosters academic and high performance sporting excellence within a Maori context. The Ministry is currently establishing a lease arrangement with Massey University for a land parcel located adjacent to the University. The Principal has been working with the school to identify a permanent site. They investigated 11 options for Manukura with the preferred option being the relocation & establishment of a new school to a site within the Massey University campus. The preferred option will draw and build on the existing strong relationship between Manukura and Massey University. o Establishment of 21 x new teaching spaces and associated non-teaching space with a total gross floor area of 4,364m2. o Establishment of an ablutions block with toilets and showers. o Communal dining room that can also be used as a teaching space. o Main entrance to accommodate large gatherings in an open space. o Sports facilities including gymnasium, netball courts and rugby playing fields with car parking facilities. o Landscaping. The Principal is seeking Quantity Surveying Services for typical Quantity Surveying services at Manukura School",Awarded,This contract was awarded to Maltbys and commenced February 2019.,20201117 Ministry of Education - School Infrastructure,20401235,Request for Tenders,Closed Competition,Rangitoto College Library and D Block Remediation Lead Design Services,,20181112,20181130,20181221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,A Lead Designer is required to provide design solution for the Rangitoto College Library and D Block Remediation Project.,Awarded,,20201117 Ministry of Education - School Infrastructure,20405685,Request for Tenders,Open Competition,Demolition of Buildings - Westlake Boys High School,,20181114,20181207,20190111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"The demolition of several building at Westlake Boys High School, including ACM removal, in preparation for a new Language Block. The buildings include: Gymnasium x 1 Prefab Classrooms x 2 Caretaker Sheds x 4",Awarded,,20201117 Ministry of Education - School Infrastructure,20407670,Request for Tenders,Closed Competition,Highfield School: Block 1 HDU & ILE Classroom Modifications,3373-18-01,20181114,20181206,20181214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Board of Trustees at Highfield School we are now looking for tenders for the Block 1 HDU & ILE Classroom Modifications at Highfield School. The Contract Works required are: ??? To convert an existing toilet area into a High Dependency Unit. ??? The existing car park needs to be modified to create a drop-off zone. ??? The classrooms in Block 1 are to be upgraded to ILE & DQLS requirements.",Awarded,Contract awarded to Henderson Building 2006 Ltd,20201117 Ministry of Education - School Infrastructure,20409340,Request for Tenders,Open Competition,"Main Contractor Naenae Intermediate Admin Block, Including Roofing Upgrade",,20181120,20181213,20190204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Naenae Intermediate BOT seek the services of a Main Building Contractor to undertake the alterations to the Admin Block on the school site. The work involves the following alterations ??? Demolition of any required partition walls ??? Install new walls to suit new layout ??? Install all in wall and ceiling services to suit new layout ??? Install insulation into all cavities ??? Reline walls and ceilings with specified systems ??? Install new windows and doors ??? Re-pitch and re-clad roof, removing skylights ??? Removing large window and re-clad gable end wall on new cavity system ??? Paint all appropriate new surfaces ??? Install new floor and wall coverings ??? Fit out with new electrical and plumbing fittings The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Not Awarded,We had no responses to this RFT so we are reissuing this tender in a closed tender to 3 suppliers who have agreed to price the project.,20201117 Ministry of Education - School Infrastructure,20409767,Request for Tenders,Closed Competition,Main Contractor for Gymnasium Remediation at Rangitoto College,,20181113,20181217,20190322,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders is an invitation to contractors shortlisted from the Construction Directory to submit a Tender for Gymnasium Remediation at Rangitoto College.,Awarded,,20201117 Ministry of Education - School Infrastructure,20411654,Request for Tenders,Closed Competition,St Andrews Primary School: Block 1 HDU & ILE Classroom Modifications,3519-18-01,20181114,20181206,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Board of Trustees at St Andrews School (located in St Andrews, South Canterbury 7988), we are now looking for tenders for the Block 1 HDU & ILE Classroom Modifications project at St Andrews School. The Contract Works required are: ??? Create an outdoor learning space; install new aluminum doors to replace old timber doors. ??? Upgrade cloak bay to create a more usable space. Re-pitch and replace the roof to the dental clinic. This work will be undertaken with the new High Dependency Unit.",Not Awarded,"This tender has been superseded by RFx: 20988048 due to further information coming to hand. If you have any questions please contact eis.procurement@eduction.govt.nz",20201117 Ministry of Education - School Infrastructure,20415256,Request for Tenders,Closed Competition,CW2018-82 New Plymouth Boys High School Block Q Roof,CW2018-82,20181114,20181214,20181217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project (of which the Contract Works are a part) involves: Block Q roof replacement, structural strengthening and refurbishment, Block K like-for-like roof replacement and Block W re-clad and future upgrade at New Plymouth Boys High School. Project consultants are: i. Project Manager ??? WSP OPUS ii. Quantity Surveyor - Maltbys Lead Designers: i. Block K & W ??? Designgroup; Stapleton Elliot ii. Block Q ??? Boon Goldsmith; Bhaskar Brebner This RFT will be split into two separable portions, which will be: i. Blocks K and Q ii. Block W Changing rooms. Programming of the work will need to allow for the asbestos removal and tenting where required. The project will require no staging with Block Q as a priority and is requested that if possible to be completed for Term 2, 2019.",Not Awarded,"As a tenderer for the procurement of Main Contractor services at New Plymouth Boys High School, the Ministry would like to formally advise that this tender has been terminated, effective 5pm 17 Dec 2018. The Ministry has sort independent probity advice on this tender process, following communications from a number of tenderers. It is the view of the Ministry and its independent advisers, that the most fair and reasonable approach is to terminate this current tender process and re-release the tender in early 2019. It is anticipated that the new tender release date will 8 Jan 2019 and will encompass the same scope of works as previously tendered. The tender will close on 29 Jan 2019 (15 working days). We apologise for this inconvenience. If you would like to raise any concerns, please contact Nicholas Dye directly on the details below. Nicholas Dye | National Procurement Manager - Capital Works | Education Infrastructure Service DDI +64 4 463 1563 | Mobile +64 27 512 2649",20201117 Ministry of Education - School Infrastructure,20418556,Request for Tenders,Open Competition,Bradford School - Heating System Replacement,3716,20181116,20181211,20190213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of Bradford School are seeking the services of a suitably qualified contractor to deliver the heat pump based heating solution to replace the school's existing solid fuel boiler.,Awarded,"Following the evaluation process, this contract has been awarded to Heating & Air-Conditioning Services.",20201117 Ministry of Education - School Infrastructure,20423849,Request for Tenders,Closed Competition,Birkenhead College H Block re-roof & Alterations,31-02,20181116,20181207,20190130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nature of the Works: The project will require a new roof pitch to be constructed over a portion of the current roof area to direct the water from the roof, to the outside of the Block area. The scope of work will also deal with the removal on high level windows and address fire egress compliance requirements along with the removal of cladding that has any asbestos content. The scope will also increase the internal openings between classrooms.",Awarded,,20201117 Ministry of Education - School Infrastructure,20424000,Request for Tenders,Open Competition,Head Contractor for various 5YA Projects at Mt Maunganui College,5YAProjects,20181119,20181212,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Mt Maunganui College want to carry out refurbishment work to a number of blocks. There is also roofing and plumbing work as well as the construction f a chemical storage store.,Not Awarded,The project was broken down into the trades components and the work broken into trade components and went back to the market.,20201117 Ministry of Education - School Infrastructure,20424253,Request for Tenders,Closed Competition,Queen Charlotte College Special Needs Access Improvements,,20181119,20181207,20190227,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Full Tender documentation for closed Registration of Interest for the Special Needs Access Improvements project at Queen Charlotte College. Documentation provided is of the stage 1 works only. It is intended to negotiate the stage 2 works which forms the significant part of the project works with the successful stage 1 tender as per the RFT.",Awarded,"On behalf of the Ministry of Education and Queen Charlotte College. We advise Haack Construction has been appointed the main contractor for the Special Need Project at Queen Charlotte College as per the request for tenders dated Monday 19th November 2018. The attached evaluation sheet provides the combined average score from the tender evaluation panel. Thank you to all who took the time to submit a tender and apologies for the delay in this notification caused by circumstances beyond our control.",20201117 Ministry of Education - School Infrastructure,20427361,Request for Tenders,Open Competition,"Main Contractor for Rationalisation at Waiopehu College, Levin",204884,20181119,20181220,20190423,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A main contractor is sought to carry out the Demolition of Block M & Part Block SP, Alterations to Block U and Siteworks at Waiopehu College, Levin",Awarded,,20201117 Ministry of Education - School Infrastructure,20428523,Request for Tenders,Closed Competition,Putaruru College Asbestos removal and internal upgrade of the Gym,CW2018-112,20181127,20181221,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Putaruru College is a key high school in the South Waikato network with a school roll of 494 students catering for intermediate and college learning needs (Year 7-13). This Project was originally being delivered by the school. Due to the Health & Safety requirements for asbestos removal, the Ministry of Education - Capital Works team have been asked to deliver this project. This Asbestos-Containing Material removal and re-roofing project is part of the Ministry of Education???s work to remove ACM from school environments. Asbestos survey/testing was conducted by K2 Environmental Ltd who identified approximately 640m?? of ACM roofing, 50m2 of exterior panels and 30m2 of soffits. All Asbestos Removal should be completed by the 28th January 2019 (when school restarts in Term 1 2019) however further work can continue past this date as this represents a lesser Health & Safety risk post asbestos removal. Project consultants are: o Asbestos survey/testing consultant: K2 Environmental Ltd o Project Manager: Stephen Bemelman ??? Eco-Logical Architecture o Quantity Surveyor: Kerryn Williams ??? Kingston Partners, Hamilton o Lead Designer: Tim Wood ??? Eco-Logical Architecture. The Preferred Start date is 7th Jan 2019.",Awarded,This contract was awarded to Woodview Construction Limited and commenced February 2019.,20201117 Ministry of Education - School Infrastructure,20429761,Request for Tenders,Closed Competition,Waitakere College Hall,44-09,20181119,20181210,20190130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"This project seeks to replace the foyer roof, upgrade the bathrooms, extend the foyer area and remove the intermediate doors from the exiting foyer into the hall",Not Awarded,The project no did receive tenders at close date and has been deferred to the PCG team,20201117 Ministry of Education - School Infrastructure,20432137,Request for Tenders,Open Competition,Proposed Block 1 Alterations and New Pool Changing Rooms & Fence at Whangarei Heads School,,20181119,20181214,20190416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the Proposed Block 1 Alterations and New Pool Changing Rooms & Fence at Whangarei Heads School, Whangarei. The scope of the proposed Blk 1 alterations generally includes: - The Demolition of an existing low-pitched covered way roof that is adjoins the Blk 1 classrooms and a large exterior covered area, and the extension of the existing classroom roof to meet the remaining exterior covered area roof. - Replacement of the existing roofing including new eave extensions to the North & South side of the building. - Replacement of 5x translucent roofing panels of the existing covered area roof. - The conversion (and minor extension) of an existing cloak bay area located between the two classrooms of Blk 1 into a fit for purpose breakout space accessible from both existing classrooms. - The removal of existing ???direct fix??? Asbestos exterior wall cladding from three sides of the existing building and installation of a new replacement cladding system over RAB and a drained & vented cavity. - The replacement of existing doors and windows with new aluminium doors & windows. This includes the conversion of 1x window in each classroom into large sliding doors complete with accessible threshold ramps. - Minor alterations to the Electrical & Fire Safety systems as required. The scope of the proposed replacement Pool Changing Rooms & Fence generally includes: - The Demolition of the existing Pool changing rooms (Blk 3), existing caretaker storage & Tool sheds (Blks 9 & 13), and most of the existing Pool area fencing. Both the Pool fencing, and the wall claddings of the changing sheds are asbestos containing material. - The construction of a new compliant pool fence (and gate) to the areas where the existing is removed, and general making good of the remaining sections of the pool area enclosure. - The construction of a replacement building containing Boys and Girls changing rooms (complete with showers and toilets), Pool pump / filter room, Pool store room, Caretakers store area, and Caretakers workshop. - Installation of a new waste water drain (nom. 50-60m length) to connect the new Pool changing area toilets / showers etc to the existing wastewater drainage system",Awarded,,20201117 Ministry of Education - School Infrastructure,20432743,Request for Tenders,Open Competition,Main Contractor for Roof Replacement/Repairs to Various Blocks at Whanganui High School,Whanganui High School,20181120,20181213,20190218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This project comprises the replacement roofing and roofing repairs to Blocks A,AD,B,D,E,G,J1,L,N,R1,T and Y. The roof replacement and repairs includes metal roofing, membrane roofing, translucent roofing and liquid membrane roofing in a like for like manner. The order of work shall be agreed with the school so as to minimise disruption across the school site. The main contractor shall be responsible for co-ordinating all sub trades so that each block / section of work is completed in the minimum amount of time required. As the pricing of this work is reliant on a thorough site inspection to ascertain the extent of work involved, it is imperative that the pre tender site inspection is completed in ample time to submit any queries if required. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS or contact the School Office directly. Ideally dependent on funding approval this work is to be started approx. February 2019 with completion May/June 2019. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,20201117 Ministry of Education - School Infrastructure,20433143,Request for Tenders,Open Competition,Drainage and Retaining Wall Works at Owairoa Primary School,MOE00618,20181119,20181220,20190225,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is an invitation to suitably qualified, experienced, and resourced Civil Works Contractor to submit a tender for the Drainage, Excavation, and Retaining Wall Works to Block 4 at Owairoa Primary School. The contract works required are to excavate Block 4 to provide a minimum 150mm ground clearance and provide a 3m set back to manage light, ventilation, access and engineered drainage solutions: i. Excavate and provide retaining, drainage and landscaping as designed ii. Multiple site access under consideration iii. Phasing and/or staged project milestones to assist with active School business hours considered iv. Approximately 52 meters of retaining and associated site works",Awarded,,20201117 Ministry of Education - School Infrastructure,20437013,Request for Tenders,Open Competition,Head Building Contractor for Modfication and Refurbishment of Block F ??? B - C at Awapuni School Gisborne,"2544-19-01,02,03",20181121,20181214,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Awapuni School want to rfurbish and modify three block to increase their flexible learning spaces. The projects are being tendered together but the BoT reserve the right to issue then s seperate projects if that works better for the school. The Contract Works required are: ??? Block F: The walls between classroom 1 and classroom 2 will be opened up and the current storage area will be made into flexible spaces. Sliding doors will be installed either side so that the classrooms share a breakout space. ??? Classroom 2 will have an opening introduced with a new sliding door to give access to the shared covered external space and utilised as an outdoor learning area. Classroom 3 will also have a sliding door installed so that the classroom can be opened up to the shared covered external space. The outdoor learning area will have new outdoor carpet installed. ??? The aluminium windows on the North side of the classrooms will be replaced. Carpets will be replaced where the walls will be opened and replacement of wall coverings with new autex. Replacement of the heaters in all rooms as a part of life cycle replacement. ??? Block B: Install a sliding door entrance into classroom 13 in B Block from the outside end wall and extend the existing landing area for improved natural lighting and accessibility opening the classroom to outdoor flow for more flexible learning initiatives. Make openings in the walls between classrooms 13, 12, 11, and 10 to create flexible and collaborative learning spaces. Refurbish and make good carpet and autex around the new openings. ??? Block C: Partial removal of internal walls between classroom 6 and 7 as well as the wall between classrooms 8 and 9. Sliding doors to be installed in between new openings. Replace lighting with energy efficient LED lighting. Replace carpet and wall coverings where required to make good where the wall is removed. Replace heating as part of life cycle replacement. ??? Replace roofing iron on middle classrooms.",Not Awarded,There were no submissions through GETs,20201117 Ministry of Education - School Infrastructure,20456820,Request for Tenders,Closed Competition,"Main Contractor for the Hall Re-roof, recladding and internal upgrade at Opononi Area School",,20181122,20181213,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified and shortlisted main construction contractors to submit a Tender for Main Contractor for the Hall Re-roof, recladding and internal upgrade at Opononi Area School Opononi Area School is a Composite School with an approx. role of 130 pupils based in the township of Opononi, in the Far North sub-district of Northland. The School consists of several buildings ranging in age / year they were originally built from 1956 through to 1999. The hall (which this project relates to) is a permanent building, currently owned by the Ministry of Education. This project comprises the complete re-roofing, partial re-pitching and re-cladding of the Hall/Gym at Opononi Area School along with internal upgrade work to all areas. The re-roofing and recladding components and detailing will meet the Ministry of Education Weather-tightness Standards, and these have set off a sequence of work that must be included in order to meet those standards including new windows and gymnasium floor. The outcome of this project will see a largely rebuilt hall at Opononi Area School after some years of neglect and exposure to a marine environment. The buildings current roofs are all in a serious state of decay, and water egress is evident in many areas. There is also evidence that water has entered the wall cavities in places. The final outcome of this project will be a Hall/Gym facility for Opononi Area School that meets all Building Regulations at 2017 and specific Ministry of Education Weather-tightness regulations and specific Health and Safety requirements as they apply to education buildings.",Awarded,,20201117 Ministry of Education - School Infrastructure,20458187,Request for Tenders,Closed Competition,"Main Conractor for Block O Hall & Blocks A,C Heating Improvements at New River Primary",18-036,20181126,20181217,20190219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Block O Hall Upgrade & Blocks A,C Heating Improvements at New River Primary School. Block O Hall improvement works include the re-cladding (walls, roof) and windows and doors plus the refurbishment to the existing toilet area. Blocks A, C Heating Improvements includes new overhead pipe network into two blocks to replace underground.",Awarded,,20201117 Ministry of Education - School Infrastructure,20458353,Request for Tenders,Open Competition,"Heat pump Specialist for Supply and Install of New Heat Pumps in Blocks 1 - 4,7,9,C,C1 at Kelvin Road School",,20181127,20181220,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Kelvin Road School wish to hire the services of suitable and experienced heat pump specialist to supply and install new heat pump units into classroom in the following blocks: 1 ??? 4,7,9, C and C1.",Awarded,,20201117 Ministry of Education - School Infrastructure,20459188,Request for Tenders,Closed Competition,"Takapuna Grammar School, N-block redevelopment project",,20181126,20181214,20190602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Takapuna Grammar School???s Board of Trustees is seeking a main contractor to provide works for the refurbishment of an 8 classroom block in the N-Block. This includes demolition of non-load bearing walls, allowing for ILE spaces, roof replacement works and complete internal refurbishment.",Awarded,,20201117 Ministry of Education - School Infrastructure,20461086,Request for Tenders,Open Competition,Springlands School - Block A ILE Upgrade,2996-18-04,20181123,20181219,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"School Support Ltd and Springlands School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for Block A ILE Upgrade. SITE LOCATION ??? Springlands School - Murphys Road, Springlands, Blenheim. The works include: The following is a summary of the works, refer to the drawings for a more comprehensive description. Refurbishment of classrooms in Block A and re-subdivision of spaces creating breakout rooms and offices. Construction of a covered verandah to the south complete with stainless steel handrails adjacent stairs. Installation of new lighting and flooring. Installation of insulation. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,20461657,Request for Tenders,Closed Competition,Hokitika Primary School - Block A ILE Upgrade.,3376-18-01,20181123,20181214,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"School Support Ltd and Hokitika Primary School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the ILE Upgrade of Block A. SITE LOCATION ???Hokitika Primary School - 230 Park Street, Hoktika. This project consists of the following works: ??? Replacement of windows with double glazed Aluminium Units. ??? Replacement of doors. ??? Removal of radiators. ??? Removal of some fittings, Supply and installation of new fittings and connect toservices. ??? Removal of pipe work, doors, fire reel hose, flooring as indicated. ??? Supply and laying of carpet and vinyl. ??? Creation of a breakout space with new bi-fold doors. ??? Supply and install new blinds. ??? Supply and install new skylights where indicated. ??? Painting. ??? Installation of Autex Composition. ??? New bag storage area. ??? Some sand blasting of brick work and sealing. ??? New glazed sliding doors. ??? New ligting and power outlets. ??? Re-location of smoke alarms. ??? Relocation of internet connection and server. (MoE approved contractor). Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements.",Awarded,,20201117 Ministry of Education - School Infrastructure,20461741,Request for Tenders,Open Competition,Main Contractor for Hall Redevelopment at Lyall Bay School,,20181128,20190124,20190416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,The current hall at Lyall Bay School is unable to comfortably accommodate all of the students and staff at one time. This project extends the footprint of the existing hall with associated work to the current hall space.,Awarded,,20201117 Ministry of Education - School Infrastructure,20463248,Request for Tenders,Open Competition,"Main Building Contractor for Window Joinery / Door Replacements Project at Mt Richmond School, Otahuhu, Auckland",1-46257.00 (#1379),20181128,20190118,20190218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Mt Richmond School (the Buyer) is seeking a main contractor for replacing the existing window joinery/doors in Blocks B, E & F at Mt Richmond School (the School), Otahuhu, Auckland. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Construction is expected to start in February 2019, work to be completed during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Not Awarded,"Mt Richmond School decided to put the project on hold. Scope change. Only one response received, supplier was informed by email of project on hold at the moment.",20201117 Ministry of Education - School Infrastructure,20470055,Request for Tenders,Open Competition,Main building contractor for the refurbishment of block 1 teaching spaces at Somerville Intermediate School,6760-07,20181127,20181220,20190121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The intention of the works is to: 1) improve the look, size, and noise resistance of the 18 teaching spaces be refurbished; and 2) Upgrade the School???s Food Tech room. The nature of the works involve: o The demolition of the ???wet rooms???, including the vinyl flooring, located in classrooms 1 ??? 2, 5 ??? 6, and 17 ??? 18 back to the ???teachers resource room??? to provide more space in each classroom. o New walls are to be installed where the ???wet rooms??? where removed to enclose each teaching space, and new carpet tiles are to be installed to replace the removed vinyl flooring. New Autex composition wall linings are to be installed to each classroom to help dampen noise transferal between the teaching spaces. New teacher???s cupboards are also to be installed to each classroom. o The food technology room will be fully refitted with 5 new food preparation stations and a new demonstration station. New splashbacks and full height storage units will be installed and the existing high level storage units will be relocated be more accessible for the students. The existing accessible bench will be retained as existing.",Awarded,,20201117 Ministry of Education - School Infrastructure,20471211,Request for Tenders,Open Competition,Main Contractor for the Design and Build of Perimeter Fencing at 8 Northland Schools,,20181126,20181219,20190308,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This open Request for Tenders is an invitation for suitably qualified fencing contractors to submit tenders for Main Contractor for the Design and Build of Perimeter Fencing at 8 Northland Schools. This procurement is part of the MoE deliverable to provide safe and effective learning environments for all students. Occupational Therapist reports have been received for several Northland schools outlining the need for new or replacement fencing in several areas of each school in order to keep the students safe. Surveys and site visits have been conducted to determine the estimated amount of fencing required. The Ministry has bundled the 8 schools in to 4 bundles of work based on location and priority of completion. Tenderers can provide a response for one or multiple bundles. If submitting a response for more than one bundle, tenderers will need to outline how they can complete the works for each bundle in the required timeline in their programme of works, as well as a separate pricing schedule for each bundle. Responses will also need to include an order of preference if registering for more than one bundle.",Awarded,,20201117 Ministry of Education - School Infrastructure,20478738,Request for Tenders,Open Competition,RFT for Main Contractor for B Block Roof Replacement - Stage 1: Asbestos and Re-Roofing at Kamo High School,,20181128,20181221,20190507,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Asbestos removal and re-roof of B Block at Kamo High School, Whangarei",Awarded,,20201117 Ministry of Education - School Infrastructure,20479257,Request for Tenders,Open Competition,Cobham School Rationalisation,1863,20181127,20190107,20190207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"??? Cobham School is located in Gisborne City on the east coast of the North Island. i. It is a decile 1 school with a roll of 43 students. ??? The school has been provided with Rationalisation funding to demolish the PMC portion of Block B, Block D(old dental clinic), the pool and Block H(pool sheds). ??? Project consultants are: o Architect ??? Architects 44 2.2 Required solution (method and approach) 1.1 The Contract Works required are: ??? There are 3 parts to the Building Rationalisation, these are detailed below:- - Demolition of the PMC section of Block B and the low level shed, including the timber deck and redundant paving. Demolition includes termination of all services associated with the PMC, the backfilling and levelling of the site, and sowing grass. The east wall of the remaining Block B is to be reclad, following demolition, with new fibre cement vertical boarding on cavity and RAB. The east wall is to be insulated at this time. - Demolition of the existing concrete swimming pool, including the concrete block changing sheds, existing incinerator shed, all concrete paving and the fencing on the east and south sides of the enclosure. The north side fencing, parallel to the railway line is to remain in place. Demolition includes termination of all services associated with the pool and changing sheds. The project also includes the backfilling and levelling of the site, and sowing grass. - Demolition of the existing Dental Clinic, including redundant footpaths. Demolition includes termination of all services associated with the Dental Clinic, the backfilling and levelling of the site, and sowing grass. - See Tender Documents for further information.",Awarded,,20201117 Ministry of Education - School Infrastructure,20491261,Request for Tenders,Open Competition,Innovative Learning Environments Project 2 and Block One Upgrading at Mount Roskill Primary School,SPM18506,20181130,20190124,20190317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Mount Roskill Primary School has received 5YA funding to upgrade the seven teaching spaces in their Seniors??? Block (Block One). The outcome sought is to complete the upgrading of Block One (Seniors Block) to the same standard and scope as was successful completed in 2016 for the Juniors??? Block (Block Two). This project will: enhance DQLS in all Block One (Senior Rooms 1-4, 6-7, 9) teaching spaces; opening the spaces out into new covered outdoor teaching space; refurbishment of Female student ablution facilities in Block One; and upgrading of School electrical infrastructure. The project will be undertaken from early-First Term 2019, with adequate lead-in and follow-on times to be negotiated. The Contractor will have full access to classrooms in the term break`s but very limited access either side of the breaks when some after-hours work would be anticipated to minimize disrupting the academic programme with progressively released sets of rooms on the northern elevation. The first priority if achievable, will be to build an access road into the site area before the School Term One commences on 7 February 2019. The work is generally straight forward fitout, but is complicated by the very close proximity of the School playing fields and occupied teaching and administration areas. The success of the project will largely hinge on the competent and hands-on management of a range of specialist sub-contractors. The project delivery will be via conventional lump sum GETS tender process, with prices separated to indicate the total cost of the various trade components. Contractors registering will need to have an excellent proven record for working in sensitive education environments. Control of noise, dust, material movements, et al will have to be planned in meticulous detail with all obnoxious work done outside of teaching hours. When submitting, registrees must provide full details of similar projects executed in the past three years and the personnel responsible for their successful completion, plus the contact details of referees. The project will be managed by the BOT's Project Manager, under the MOE's stringent new Project Management Handbook guidelines issued on 1 July 2007. Conditions of contract are NZS 3910:2013.",Awarded,"Following financial approval form MOE, the Mount Roskill Primary School ILE 2 contract was awarded to Miro Project Management Ltd. Preparation work will start on Monday 18 March 2019. The term of this contract is eight calendar months. The Board of Trustees and Project Manager hugely appreciate the effort put into the tender process by all tenderers.",20201117 Ministry of Education - School Infrastructure,20496487,Request for Tenders,Open Competition,Rosebank School - Accessibility and Fencing Modifications,,20181130,20190118,20190213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Rosebank School Board of Trustees is seeking the services of a suitably qualified main contractor to complete the upcoming accessibility and fencing modifications.,Awarded,"Following the evaluation process, this contract has been awarded to Breen Construction.",20201117 Ministry of Education - School Infrastructure,20496536,Request for Tenders,Open Competition,Design and Build contract to demolish and relocate / refurbish relocatable classrooms at Northcote Primary School,MOE00636,20181130,20190110,20190211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Background Northcote Primary School is located on the North Shore of Auckland. The school has recently undergone a major redevelopment of 8 new classrooms. Prior to the redevelopment, 8 relocatable buildings were placed on site to accommodate the displaced classrooms and roll growth. Now that the redevelopment is complete, 4 of the temporary classrooms need to be removed. These have been found to contain asbestos and need to be removed accordingly. 3 of the remaining 4 classrooms need to undergo refurbishment including asbestos cladding removal and re-positioning on site. The works ??? Design & Build Contract for the removal and demolition of 4 asbestos clad relocatable classrooms and all associated foundations, footings, decks, stairs and ramps from the school site; and relocation and refurbishment of 3 remaining asbestos clad relocatable classrooms. ??? Removal and subsequent demolition of 4 asbestos clad relocatable classrooms off site, undertaking the required documentation to move asbestos-containing units in line with Health and safety regulations ??? Relocation of remaining relocatable classrooms as indicated in Tender documents",Awarded,,20201117 Ministry of Education - School Infrastructure,20501225,Request for Proposals,Open Competition,Lead Design Services for the Redevelopment Project at Manurewa High School,,20181203,20190125,20190415,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Manurewa High School is located at 67 Browns Road, Manurewa, Auckland and is a decile 1 co-educational secondary school with around 2050 students. The school has 21 relocatable classrooms (around 20 per cent of its 96 classrooms) and they are in generally poor condition. All have asbestos building materials and some are affected by weather-tightness failure. The library also has these issues. Most of the buildings on site are likely to have asbestos and the school has an asbestos management plan in place. There may also be ground contamination on site. The redevelopment project is an IAS Northern redevelopment priority and the project request 9 relocatable classrooms and the library to be replaced with one new ???business academy??? building of circa 1500 m2 gross floor area. In summary, the project is made up of the following redevelopment components: ??? Demolition of pool side buildings and plant rooms to give space to the new building; ??? New ???business academy??? building with approximately 1500m2 gross floor area with 9 classrooms and a library; ??? Relocate pool plants to the new building; ??? Demolition of 9 relocatable classrooms (TBC with MINISTRY / the school); ??? Demolition of the existing library building; ??? New landscaping area over the demolished buildings. This RFP is to appoint suitably experienced and resourced Design Consultants to provide design and construction monitoring services for the above mentioned project works. This project will be required to be undertaken in stages as the school will be in operation during the construction of the new block.",Awarded,,20201117 Ministry of Education - School Infrastructure,20506586,Request for Tenders,Open Competition,Main Building Contractor for Partial Cladding Replacement and the Refurbishment of 10 Classrooms at Kedgley Intermediate,,20181205,20190116,20190218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this RFT is to procure the services of qualified building contractors to carry out an internal refurbishment of 10 classrooms and cloak bays including???Autex wall linings, LED lighting, Floor linings, fixed whiteboard units and some replacement joinery. There will also be replacement cladding on three external walls as well as numerous target repairs to damaged cladding. Please refer to the proposed works listed in the RFT document and the marked up plan showing areas of proposed works. All Q&A must be submitted via the GETs website A asbestos report has been commissioned and will available this month. As cladding is to be removed and re-installed, Please refer to the MOE's weather tightness requirements document attached.",Awarded,,20201117 Ministry of Education - School Infrastructure,20508636,Request for Tenders,Closed Competition,305-18-12 Westland High School ??? Rationalise Classroom Block B and Whare,305-18-12,20181205,20190110,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support Ltd and Westland High School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the Rationalisation of Block B and the Whare. SITE LOCATION ??? Westland High School, 140 Hampden St, Hokitika 7810 This project consists of the following works: ??? Demolition of classroom block B ??? Removal of Whare Please note that the above items need to be priced separately. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,20521256,Request for Tenders,Open Competition,Main Building Contractor for Site Wide Fire Alarm Upgrade at Hastings Girls' High School,2-038-06,20181207,20190207,20190325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,We are looking to engage an appropriately skilled and resourced main building contractor to complete the construction works and coordinate the Site Wide Fire Alarm Upgrade project at Hastings Girls??? High School.,Not Awarded,No acceptable/compliant responses were received.,20201117 Ministry of Education - School Infrastructure,20526552,Request for Tenders,Open Competition,Main Contractor for Fencing Project at Northland College,,20181211,20190121,20190403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"As per the 5 YA, this project will deliver a fencing installation around the perimeter of the school grounds. Northland College require a boundary fence connecting up with the existing stock fencing to the rear of the site.",Awarded,"The works were awarded based on provided costing, contractors availability, experience and quality of works recently delivered.",20201117 Ministry of Education - School Infrastructure,20527107,Request for Tenders,Open Competition,South Westland Area School - Budget Plus Project,306-18-05,20181213,20190131,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"School Support Ltd and South Westland Area School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for a Budget Plus Project. SITE LOCATION ???South Westland Area School - 92 Wanganui Flat Road, Hari Hari 7884. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. Please include in your pricing of breakdown of costings for each Block if the project was to be staged. Please also include a pricing to carry out the project without interruption. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,20533160,Request for Tenders,Open Competition,Main Contractor for Special Needs Fencing Modifications at Drummond Primary School,18-053,20181213,20190125,20190219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS system,"The Drummond Primary School Board of Trustees is looking for a suitable experienced Contractor to complete special needs fencing medications to the School's boundary fencing including new galvanised pool style, corrugated steel and deer fencing as well as associated pedestrian and vehicle access gates.",Awarded,,20201117 Ministry of Education - School Infrastructure,20533663,Request for Tenders,Open Competition,Nelson Intermediate School - Re Roof the Hall.,18-3210-02,20181211,20190118,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS.,"School Support Ltd and Nelson Intermediate School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for Re Roofing of the School Hall. SITE LOCATION ???Nelson Intermediate School 112 Tipahi Street, Nelson NZ. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,20201117 Ministry of Education - School Infrastructure,20533723,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Rationalise Pool and Block 5 at Titahi Bay North School, Porirua",5026,20181212,20190124,20190417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project will demolish and remove the swimming pool and change sheds (Block 5), isolate and secure all services, break up ground and make good to finish with new asphalt and grass to match existing. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Titahi Bay North School Board of Trustees producing full construction documentation.",Awarded,"the contract was awarded to Alaska Construction Interiors, start date of April 2019, finish May 2019",20201117 Ministry of Education - School Infrastructure,20534297,Request for Tenders,Open Competition,RFT for Main Building Contractor for the Refurbishment Works to L Block at Epsom Girls Grammar School,64.03,20181211,20190215,20190404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Epsom Girls Grammar School is seeking to engage a main building contractor to carry out building works to L Block as noted/described in the attached drawings, specifications, and other relevant documents with this RFT.",Awarded,The contract was awarded to Astley Construction.,20201117 Ministry of Education - School Infrastructure,20534924,Request for Tenders,Closed Competition,"Design & Build Contract for Site Works, Demolition, Building Refurbishment & the Construction of an 8 Classroom Block at Parua Bay School.",,20181212,20190201,20190404,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS system,"Parua Bay School is a Decile 9 co-educational full primary school, located in Parua Bay, 19 kilometres east of Whangarei. Parua Bay is designated as a growth node by Whangarei District Council???s (WDC) District Growth Strategy; subsequently it is experiencing exponential growth. The school has a current roll of 358 students from year 1 to year 8, with 18 teaching staff and 7 support staff. The roll is expected to increase to a 384 students immediately following the works with a maximum of 441 students over the coming years. It is assumed that teaching staff will increase to 22 teaching and 9 support staff. The school site is 2.2ha with several small buildings densely positioned on a small flat area of buildable ground constrained between a main arterial road and steeply sloping land leading down to an estuary. This project forms part of the Northland Pipeline of Works is made up of seven (7) schools that have been identified as requiring work to be carried out through the Services Delivery team (5YA), Roll Growth, as well as the Ministry???s Building Improvement Programme (BIP). In order to facilitate new growth, it is intended to construct a new 2 storey, 8 classroom teaching block incorporating WC and breakout facilities, refurbish an existing building to provide new staff facilities, demolish existing buildings and provide new car parking and entrance/exit lanes to the school complex. This project is for a design build solution to deliver a single stage development progressed in partnership with the school around a live school environment. The proposed development comprises of: ??? Construction of 8 new ILE teaching spaces (3 roll growth and 5 replacement) with integral library space to meet current day Ministry design standards ??? ???Block AA???. ??? Modernisation of existing Block 1 to provide a new front of school entry, administration and resource space. ??? Removal of Blocks 2, 8 and 9, along with sundry storage sheds. ??? Reconfiguration of the school???s main parking areas to provide safe traffic access, manoeuvrability, parking and student circulation. ??? Upgrade to all services necessary to support the whole of school post development infrastructure. ??? Repurpose areas left vacant by removed buildings as outdoor teaching and play areas. It is proposed that the new classroom block will be occupied first term 2020 (Separable Portion 1), and overall project completed late 2020.",Awarded,,20201117 Ministry of Education - School Infrastructure,20536159,Request for Tenders,Open Competition,"RFT Main Building Contractor - Omanu School, A Block ILE Project",,20181213,20190122,20190607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A Block ILE Project; Replace floor and wall coverings, openings betweenclassrooms, new aluminium joinery.",Awarded,,20201117 Ministry of Education - School Infrastructure,20538648,Request for Tenders,Open Competition,RFT Main Contractor for the Toilet Block Upgrade for Clyde School,3725.17.05,20181214,20190124,20190130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Toilet Block Upgrade The intention is to ???gut??? the Dental Clinic out and allow the formation of a Boys and Girls Toilets area as well as a storage area. The toilets would be spacious, comfortable and have the latest fittings in line with ministry standards",Awarded,"We are pleased to award Keith Mitchell Builders the tender for the Toilet Block Upgrade for Clyde School. We would like the thank all contractors who took the time to tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,20539617,Request for Tenders,Open Competition,E Block Bathroom Refurbishment at Mount Roskill Grammar School,SPM 18501,20181213,20190131,20190329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Mount Roskill Grammar School has received 5YA funding to upgrade the bathrooms in the 16-teaching space ???E??? Block. The two-storey ???E??? Block was built in 1997 and is being progressively updated to suit 21st Century teaching and services??? requirements. This 2019 project (SPM 18501) will replace the present separated Male/Female bathroom facilities with individual W/C cubicles, accessed from a common Uni-sex Lobby. Additionally, the project will provide the adjoining International Students??? Centre with an accessible bathroom and kitchenette. Work is anticipated to commence early in Term One, with work completed expeditiously to reduce disruption. Tenderers will be invited to nominate a programme that optimises work on site, with noxious and noisy works being undertaken after hours in an afternoon/evening shift or in the April First/Second Term Break. The work is generally straight forward, but is complicated by the very close proximity of the School playing Quad and occupied teaching and specialist administration areas. The success of the project will largely hinge on the Contractor???s competent and hands-on management of a range of specialist sub-contractors. Contractors registering will need to have an excellent proven record for working in sensitive education environments. Control of noise, dust, material movements, et al will have to be planned in meticulous detail with all obnoxious work done outside of teaching hours. When submitting, registrees must provide full details of similar projects executed in the past three years and the personnel responsible for their successful completion, plus the contact details of referees. The project delivery will be via conventional lump sum GETS tender process, with prices separated to indicate the total cost of the various trade components. Tenderers are required to provide alternative prices for a range of floor and wall coverings. The project will be managed by the BOT's Project Manager, under the MOE's PMH.",Awarded,,20201117 Ministry of Education - School Infrastructure,20543491,Request for Tenders,Open Competition,RFT Main Contractor for the Matai ILE Upgrade at Tapanui Primary School,3842.15.01,20181217,20190213,20190318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: ??? To Create an easier access to an Outside Learning Area by incorporating sliding doors, allowing an indoor/outdoor flow and teaching space. ??? To create a ???wet area??? learning space. ??? Create through the reconfiguration of walls a teacher work room. ??? Create a break-out space which can connect two separate teaching spaces by adding glazed sliding doors",Awarded,"The Matai ILE Upgrade at Tapanui Primary School had been awarded to Jones and Cooper 1995 Ltd. Thank you for taking the time to submit a tender. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,20546485,Request for Tenders,Closed Competition,Westland High School - Blocks F & G Refurbishment,,20181214,20190130,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To better facilitate the needs of local and high school sporting teams, Westland High School (WHS) in conjunction with Westland District Council (WDC) have undertaken to create a Sports Hub on the school grounds by refurbishing existing buildings and facilities as an overall part of the Westlands Sports Hub project. This stage of the sports hub project comprises the renovation and refurbishment of the Block G Gymnasium and Block F to provide improved sports, catering, meeting, laundry, offices and reception facilities in support of the overall Westland Sports Hub project.",Awarded,,20201117 Ministry of Education - School Infrastructure,20547083,Request for Tenders,Open Competition,"Labour, Access and Remedial Works for Invasive Testing at Otahuhu College",,20181214,20190201,20190404,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The ???Martin Block??? at Otahuhu College was constructed Cira 1932 with various additions completed over the following years. The building???s fa??ade is Heritage listed grade II and has an existing original classroom set up from the early 1930???s which has great importance and historical value to the community. There have been serious weather-tight issues over the past decade or more which requires intensive investigation to come up with a scope of works to then prepare a full Business Case to acquire funding to carry out redevelopment works as required. o The Contractor will be required to provide the labour and access to enable the testing and reporting of the target areas by the Engineer. Generally this will include destructive and passive testing, sampling materials, taking photographs, and reinstatement work to the areas affected by testing. All P&G, H&S, access and site logistics will be provided by the Contractor. At all times the Contractor will work under the direction of the Engineer and adhere to the requirements of the school. o Remove for inspection certain areas of the brick Fa??ade as detailed in the Engineer???s specification. Facilitate the testing of the bricks for density and strength, take detailed photos of the cavity and then make good by installing new bricks to match existing. o Open up for inspection certain areas of the internal structure of the building as detailed in the Engineer???s specification. Facilitate the testing of the internal steel structure for density, strength and condition and take photos, then make good the affected areas. o Assist the inspection works to ceiling and roof structure as per Engineer???s specification. o Assist the inspection works to floor cavity and surrounding area as per Engineer???s specifications.",Awarded,,20201117 Ministry of Education - School Infrastructure,20547146,Request for Proposals,Open Competition,Lead Design Services for the New Teaching Block at Kowhai Intermediate School,,20181214,20190131,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This RFP is to appoint suitably experienced and resourced Design Consultants to provide master planning and preliminary design services, and technical advisory services during design and build phase for the New Teaching Block at Kowhai Intermediate School.",Awarded,,20201117 Ministry of Education - School Infrastructure,20547741,Request for Tenders,Open Competition,Main Building Contractor for the Special Needs Visual Impairment Project at Macandrew Bay School RFT,2762.18.02,20181217,20190213,20190318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Special Needs Modifications throughout the school site including step nosings, tactile studs, balustrading, works to existing seating, general site works.",Awarded,"The Special Needs Visual Impairment Project at Macandrew Bay School has been awarded to Steve Mowat Building and Construction Ltd. Thank you to all contractors who submitted a tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,20548474,Request for Tenders,Closed Competition,"RFT for Main Contractor for A Block Cladding, Toilet Block & Auditorium WTP Remediations at Pt Chevalier School",,20181217,20190212,20190612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"??? Demolish existing toilet block and rebuild one existing slab to include unisex toilets, accessible w/c and MP space ??? Re-pitch roof on new building to eliminate internal gutter ??? Cladding replacements on cavity system to A Block west end walls ??? Relocation of existing heat pumps ??? Install monkey tow walkway for maintenance access ??? Window replacements where required ??? Internal remediation works",Awarded,,20201117 Ministry of Education - School Infrastructure,20549445,Request for Proposals,Open Competition,Lead Design Services for a Two-Classroom Extension at TKKM o Te Kotuku,MOE00693,20181214,20190129,20190329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is an invitation to suitably qualified, experienced, and resourced Design Consultants to submit a Proposal for the lead design services for a two-classroom extension at TKKM o Te Kotuku. A key consideration is that this is a Kura. There is a strong preference that the successful Tenderer has an openness and willingness to work closely with the Ministry, Kura and its Board and demonstrates empathy and cultural sensitivity.",Awarded,,20201117 Ministry of Education - School Infrastructure,20549707,Request for Proposals,Open Competition,CW2018-106 Quantity Surveying - Cost Management Services,CW2018-106,20181217,20190211,20190625,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the CW2018-106 Quantity Surveying - Cost Management Services contract opportunity. The Capital Works programme has a requirement for a Quantity Surveyor Consultancy firm to assist Capital Works in the management (collection/standardisation/analysis) of their construction cost data and to facilitate progress towards more effective commercial systems and processes. This project will make effective use of the cost data, a number of outcomes will be achieved through the development of the cost platform. This use of data will give the Ministry confidence that we are getting the best value for money from our construction spend through the ability to make best use of available cost data at all stages of Capital Works construction projects. This data would be housed in a user friendly tool (or equivalent system) and available in clear useful formats able to be provide programme information as required, e.g. split by Region, Construction Value, trade and work type. Historically there has been an inconsistent approach to gathering, analysing or leveraging cost data from tenders and contracts in a manner which allows the Capital Works programme to increase operational efficiency. There is a large amount of cost data available, which is not fully utilised that could assist the Ministry to make more informed decisions during business case development, tender response benchmarking and contract negotiations. Additionally, we strive to improve the Ministry???s position to accurately estimate future project values and adjust to market trends in order to enable effective strategic planning of the Capital Works pipeline. Specifically through live national tracking of market trends and rebasing of data gathered in a format which factors in project specific risks and any future market changes, e.g. Resource Availability, Regional Pressures, Construction Elements, Volume, Lifecycle Period and RPI. Please check out the RFP for further information and use the GETS Q&A function for any questions.",Awarded,,20201117 Ministry of Education - School Infrastructure,20552226,Request for Tenders,Closed Competition,Closed RFT - Main Contractor for Walkway and Stair seismic improvements at Alfriston College,,20181217,20190213,20190327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The stairs and walkways will be repaired shortly as this is a simple repair and comparatively affordable. ??? Outcome sought is the removal of the earthquake prone designation on the stairs and walkways by structurally upgrading them. ??? The programme of works Is Capital Works redevelopments ??? phasing and handover will be immediately upon completion of works The Contract Works required are: ??? Proposed work is installing seismic joints, and associated structure, to secure the structural element that is free floated, for improved seismic performance. ??? Is all the main elevated walkways in the school ??? Phasing is one closed at a time, unless agreed with the school or done out of hours ??? The site is an enclose forecourt with truck access ??? The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works).",Awarded,,20201117 Ministry of Education - School Infrastructure,20554180,Request for Tenders,Open Competition,Contract Works for a new School Sports Field at Ormiston Primary School,,20181217,20190207,20190404,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"The objective of the works is to improve the year round performance of the natural turf playing field at Ormiston Primary School through re-levelling, installation of drainage and seeding in couch grass. The work will include but not be limited to: ??? Erect, maintain for 6 months, and remove, 400lm of temporary security fencing; ??? Install erosion and sediment control measures; ??? Spray off and clear existing surface vegetation and other waste. ??? Cultivate and Laser-level the established base surface; ??? Install new drainage; ??? Install topsoil and sand layer as required; ??? Seed with couch grass: 9,000m??; ??? Provide and operate a metered temporary irrigation system; ??? Turf grass establishment (grow-in period of 12 weeks).",Awarded,,20201117 Ministry of Education - School Infrastructure,20558110,Request for Tenders,Closed Competition,CW2018-36 Sensory Resource Hub Dunedin Site Redevelopment Main Contractor,CW2018-36,20181219,20190131,20190430,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The closed school facilities at 38 Riselaw Road, Dunedin is to be redeveloped into a Sensory Resource Hub for Van Asch Deaf Education Centre (VADEC), Blind and Low Vision Education Network NZ (BLENNZ), and Resource Teachers: Learning and Behaviour (RTLB), Southern Health School and the local play centre. ??? VADEC, BLENNZ and RTLB will occupy the building on the lower portion of the site (stage 1) which has a consent application lodged with Dunedin City Council. ??? Southern Health School and the Play Centre will occupy the upper site (stage 2) which has just started developed design. We are aiming to have the detailed design submitted to council in March 2019. ??? The Sensory Resource Hub will incorporate shared facilities and resources that can be utilised by the occupants as well as providing opportunities for each occupant to expand and improve services to their local communities. We intend to procure a main contractor on a lump sum for the lower site and P&G and Margin for the upper site. One we have a detailed set of drawings for the upper site we will obtain a lump sum price before work commences on the upper site. As the scope is similar between the upper and lower sites, we anticipate both parties coming to an amicable agreement on the cost. However, if the upper site costs do not represent value for money, we reserve the right to go back to market for the upper site. Project Consultants: Lead Designer: Oakley Gray QS: Rawlinsons Engineer to the Contract: TBIG Engineers Rep: TBIG",Awarded,,20201117 Ministry of Education - School Infrastructure,20558614,Request for Tenders,Closed Competition,Prebbleton School Refurbishment of Block 15 RfT,20558614,20181219,20190204,20190522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In line with the Ministry of Education???s policy of the creation of Innovative Learning Environments, the staff at Prebbleton School have identified the requirement for works to provide more Flexible Learning Spaces in Block 15 (Rakau). Block 15 was built in 2006. The Contract Works required are: ??? Removal of internal partition walls. ??? Removal of sections of external walls to provide access to new area of terrace. ??? Replacement of internal partitions with glazed partitions. ??? Replacement of external walls with new sliding doors. ??? New heat pumps. ??? Internal redecorations to include the provision of Autex pinboards. ??? Replacement of carpet tiles.",Awarded,The Contract was awarded to Contract Construction,20201117 Ministry of Education - School Infrastructure,20559586,Request for Tenders,Closed Competition,Main Heating Contractors for Stratford High School,Stratford High School,20181219,20190125,20190308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This GETS RFx supersedes the existing GETS advertisement RFx ID 20008589 advertised in August 2018. All relevant amended/revised documentation is attached. The Board of Trustees for Stratford High School, Stratford, Taranaki are seeking suitably qualified Heating/Boiler Specialists to carry out a Boiler Upgrade to various Blocks. The REVISED contract works required are: Replace existing main boiler with new condensing boilers in the existing boiler house. The replacement of underground heating lines to Blocks C & T. New piping and underceiling fan coils to Block B. Upgrade fan coil heating in Clelands Block (Block B). Remedial works to UniPipe in Block T and fitting of new thermostatic valves to radiators (x 48). The existing boiler is near the end of its life and is to be replaced. The new boilers will be condensing type (as these are more efficient). Some underground piping will be abandoned in the upgrade (as it is difficult to assess condition and detect leaks in underground piping) except the relatively new and small underground line to Block R1 will be retained. All tender documentation and necessary information attached. A site visit must be undertaken. Please make enquiries through GETS or alternatively ring the school office to arrange a site visit (06) 765 6039. Ideally dependent on funding approval this work is to be undertaken February/March 2019. The system must be tested and fully operational prior to May 2019. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Flow Industries,20201117 Ministry of Education - School Infrastructure,20569106,Request for Tenders,Open Competition,"Main Building Contractor for Block 1 Stage 2 ILE Upgrade and Refurbishment at St John's Hill School, Wanganui",2-032-04,20181221,20190219,20190416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Block 1 Stage 2 ILE Upgrade & Refurbishment project at St Johns Hill School, Wanganui",Awarded,,20201117 Ministry of Education - School Infrastructure,20571795,Request for Tenders,Open Competition,Upokongaro Block 5 Alterations & Refurbishment,Upokongaro School,20190204,20190228,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: An extension to the block with a concrete floor and timber framed walls, coloursteel roof, fibre cement exterior cladding. This building will be joined onto the end of block 5. Interior consists of gib board lined walls with Autex Composition fitted to all walls. There will be a new aluminium slider stacker door fitted into the opening between CR1 and the extension. The new extension will have new aluminium doors and windows fitted. New floor coverings will be fitted. The extension will have repurposed heat pumps installed to the new extension and in CR1. New light fittings and a small sink unit. A new deck along the front of the extension leading around to the existing deck area where a new accessible ramp will be built. Another ramp will be built next to the reception area. A new concrete accessible park and path leading to the school is also needed along with some small items to complete the fire design and accessibility report are required. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. April 2019). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"No successful tenders due to this being well over budget available. The scope of work will be reduced significantly and completed in two stage over a period of current available 5YA funding, and the rest completed when the school receive their next round of funding. The reduced scope of work will be sent to those tenders that submitted for this project, however it will not be re-advertised on GETS as it will be under $100K.",20201117 Ministry of Education - School Infrastructure,20572856,Request for Tenders,Open Competition,"Main Building Contractors for Partial Roof Repitch at Levin East School, Levin","Levin East School, Levin",20190304,20190329,20190429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: The installation of new timber trusses to continue a previously re-pitched flat roof area on Block C. The installation of MoE approved .55 BMT roofing iron, netting, roof underlay, barges, ridging, associated flashings and spouting. Installation of ceiling and wall cavity insulation. Removal and making good of high level Clerestory windows. Removal of 2 x existing porch areas and subsequent making good of walls to match previous work undertaken. New concrete work and storm water drainage alterations. Decoration of all affected and new surfaces requiring painting and making good. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. May/June 2019 or sooner if approvals allow). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No tenders received,20201117 Ministry of Education - School Infrastructure,20573662,Request for Tenders,Closed Competition,"CW2019-003 New Plymouth Boys High School Block K,Q,W",CW2019-003,20190107,20190121,20190429,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This tender is for Block Q roof replacement, structural strengthening and refurbishment, Block K like-for-like roof replacement and Block W re-clad and fire upgrade at New Plymouth Boys High School (???the Contract Works??? at ???the School???). This RFP will be split into two separable portions which will be: ??? Blocks K and Q ??? Block W Changing rooms Tender closes on Monday 21 Jan Contractor on site date Monday 18 Feb 2019 This tender has been selected for independent probity review by Audit New Zealand. Project consultants are: i. Project Manager ??? WSP OPUS ii. Quantity Surveyor - Maltbys Lead Designers: i. Block K & W ??? Designgroup; Stapleton Elliot ii. Block Q ??? Boon Goldsmith; Bhaskar Brebner",Awarded,,20201117 Ministry of Education - School Infrastructure,20582852,Request for Tenders,Open Competition,"Main Contractor for A, F, I, J Carpet Replacement at Botany Downs Secondary College",,20190109,20190204,20190409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Botany Downs Secondary College are seeking a main contractor for the A, F, I, J Carpet Replacement.",Awarded,,20201117 Ministry of Education - School Infrastructure,20591161,Request for Tenders,Open Competition,Main Contractor for Drainage Works at Oruaiti School,,20190114,20190215,20190510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As per the investigation carried out in July 2018, the school is experiencing extensive drainage issues and associated flooding. It is recommended that staged works are completed to mitigate the nuisance flooding of the field and improve the drainage onsite.",Not Awarded,The received responses didn't meet the budget criteria.,20201117 Ministry of Education - School Infrastructure,20594978,Request for Tenders,Open Competition,Fencing Replacement at Bay of Islands College,,20190116,20190212,20190619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,It was identified during the condition assessment that the existing fencing onsite is to be replaced.,Not Awarded,,20201117 Ministry of Education - School Infrastructure,20596251,Request for Tenders,Closed Competition,Main Contractor for Block 1 DQLS & ILE Upgrade at Bayswater School,,20190116,20190212,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Bayswater School are seeking a main contractor for the Block 1 DQLS & ILE Upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,20597509,Request for Tenders,Open Competition,"Main Contractor for Block 1, 2, Boiler - Roofing Replacement at Ridgeview School",,20190115,20190211,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Ridgeview School are seeking a main contractor for the Block 1, 2, Boiler - Roofing Replacement project.",Awarded,,20201117 Ministry of Education - School Infrastructure,20598082,Request for Tenders,Open Competition,Main Building Contractor for Silverstream School Block 1 ILE Upgrade - RFT,1657.17.02,20190117,20190220,20190520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block 1 ILE Upgrade as per Specifications,Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",20201117 Ministry of Education - School Infrastructure,20603187,Request for Tenders,Open Competition,The Gardens School Drainage,,20190117,20190213,20190327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school recently underwent a substantial redevelopment and replacement of deteriorated buildings on the site. This project did not address drainage issues that have been observed on site since the redevelopment so the Ministry would like to install additional drainage to reduce water pooling and ensure the site will cope with the rainfall over winter 2019 and beyond. The affected parts of the site can be made available during work/school hours for the works to take place. The works need to be completed by the end of April to ensure the school has adequate drainage for winter to allow the school to remain fully operational and outdoor areas usable. The solution will involve works across the site, however focused on the area around the sports field. The works will include forming a new swale, and accompanying catchpits as well as upgrading or modifying the existing drainage services on the site, installation of a Novaflow drain around the courts and infill with topsoil and finished with grass to allow for additional ground drainage. The full scope of works is outlined in the drawings produced by Chester. The project can be carried out during school/works hours as it is unlikely to impact on the delivery of the schools educational program. The works should be completed by the end of April to ensure the drainage is in place and commissioned before winter. Any staging or phasing of the works will be identified by the contractor in conjunction with the school.",Awarded,,20201117 Ministry of Education - School Infrastructure,20603275,Request for Quotations,Closed Competition,Main Building Contractor for the Relocation and Installation of Teaching Spaces at 5 Northland / Auckland Schools (the School),,20190116,20190207,20190327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"As a result of continued roll growth in the Ministry of Education???s Northern Region the requirement exists to provide temporary accommodation for students multiple schools. Infrastructure Advisory Services, along with a demand analysis for each school has determined role growth and the short term needs of schools with classroom deficiencies. A number of projects are of a critical nature so the prioritization of resources will be required and a holistic approach by all stakeholders is required. Roll Growth and the supply of suitable teaching spaces for students is one of the schools highest priorities and often comes with added pressures. Timelines are to be confirmed, however it is anticipated that a variety of solutions will be required to complete all of the projects by February 2019 for the start of Term 1.",Awarded,,20201117 Ministry of Education - School Infrastructure,20603482,Request for Proposals,Open Competition,Quantity Surveying and Cost Management Services for Redevelopment Works at Onehunga High School,MOE00643,20190116,20190212,20190329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETS website,"The Ministry intends to build a 3-storey 18 teaching and specialist teaching space block ,which will incorporate a Special Needs facility. A new Gymnasium and Library to the Schools SPG entitlement will be constructed and a number of old teaching blocks containing asbestos and possible other contaminated materials will be removed/demolished. Once the new teaching block, Gymnasium and Library have been completed and the old existing buildings have been removed/demolished, extra car parking facilities and new landscaped ???green??? areas throughout the school will be carried out. This RFP is to appoint a suitably experienced and resourced consultant to provide quantity surveying and cost management services during design and construction of the above mentioned project works.",Awarded,,20201117 Ministry of Education - School Infrastructure,20608635,Request for Tenders,Closed Competition,CW2018-99 Hawera High Rationalisation Project,CW2018-99/MOE00775,20190118,20190212,20190614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Hawera High School currently has five blocks which are required to be rationalised. This project encompasses of relocations/refurbishment and demolition. There are existing classrooms within the blocks earmarked for demolition that are required to be relocated to other classrooms within the school resulting in fit out works. There are also services that are required to be installed to allow demolition to commence including installation of a transformer and main switchboard and some distribution board upgrades. All services need to be removed from the buildings being demolished, please allow for works as per the design documentation including power, fire, gas, water, security, data and sewer. The final phase of this project (demolition and make good of blocks within the school grounds) is to be undertaken following the completion of relocation and services works. The school project scope includes: ??? Refurbishment of classrooms for relocation. ??? Installation removal and relocation of all services (power, fire, gas, water, security, data and sewer). ??? Demolition, excludes Deans (T Block) ??? Make good Project consultants are: ??? Project Manager: AECOM ??? Quantity Surveyor: Maltbys ??? Lead Designer: Designgroup Stapleton Elliott ??? Services Engineer: Ensor Consulting.",Awarded,,20201117 Ministry of Education - School Infrastructure,20611477,Request for Tenders,Closed Competition,CW2018-110 Plimmerton School Library Rebuild,CW2018-110 / MOE00431,20190118,20190215,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This project will include the demolition of the old library, preparation of site and the construction of a new fit for purpose library build in situ on a new footprint. The Contract Works required are: ??? Demolition of old library ??? Rebuild of a new library linked to Block A Admin to entitlement of 93m?? net (127m?? gross) area ??? Making good and potentially sealing and asphalting of flat surfaces made available as a result of the demolition of the Library. ??? Remediation and reconnection of storm water drainage and reinstatement of all services ie electrical, water and sewage. ??? The library is located in the middle of the school grounds and is moderately flat with hard scaped play grounds surrounding it. ??? There are no known constraints. An asbestos survey revealed no ACM???s Project consultants are: Project Manager: McKenzie-Higham Quantity Surveyor: Maltby???s Lead Designer: McKenzie-Higham Structural Engineer: Clendon Burns & Park Building Services Engineer: CORA Fire Engineer: WSP Parsons Brinckerhoff",Awarded,,20201117 Ministry of Education - School Infrastructure,20612528,Request for Tenders,Closed Competition,Westland High School - Rationalise Block B and Whare,305-19-01,20190118,20190207,20190312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support Ltd and Westland High School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the Rationalisation of Block B and the Whare. SITE LOCATION ??? Westland High School, 140 Hampden St, Hokitika 7810 This project consists of the following works: ??? Demolition of classroom block B ??? Removal of Whare Please note that the above items need to be priced separately. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policy???s and Requirements.",Not Awarded,,20201117 Ministry of Education - School Infrastructure,20612927,Request for Tenders,Open Competition,Construction Services for Building Modifications at Kawaha Point School,211042 & 211043,20190118,20190220,20190524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kawaha Point School is a year 0 ??? 6 primary school located in Kawaha Point, Rotorua. The school is completing their first ILE modification to relocatable buildings. This will set the style for future works. Previous works have built a stand alone toilet block which will now enable breakout space of former facilities to be created for use by groups of students. The School BOT wish to engage a suitable main contractor to undertake this project in the 5YA programme. These include: Block J, K and I ??? Opening doors onto the existing covered decks. ??? Construction of an opening between the 2 spaces (which can be closed if required). ??? Creation of breakout space allowing visibility by teaching staff. ??? End of life replacement of lighting, heating, floor and wall coverings, insulation. ??? Block K - fire services only. ??? Block I - replacement door and new cladding only. Block E ??? Includes removal of the existing student???s toilets, services to be suitably capped. ??? Bag lobby areas to be removed and bag storage to be moved onto the existing covered decks. ??? Create ???flow??? between the 3 teaching spaces. ??? Provision of breakout spaces allowing visibility by teaching staff. ??? Opening doors onto the existing covered decks. ??? End of life replacement of lighting, heating, floor and wall coverings, insulation.",Awarded,,20201117 Ministry of Education - School Infrastructure,20616557,Request for Tenders,Open Competition,Main Contractor for the Student Bathroom Upgrade at Long Bay College,,20190122,20190215,20190610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The board of trustees for Long Bay College are seeking a Main Contractor for their Student Bathroom Upgrade project.,Awarded,,20201117 Ministry of Education - School Infrastructure,20617015,Request for Proposals,Closed Competition,Lead Design Services for Major Redevelopment Works at Central Auckland Specialist School and Wesley Intermediate School,MOE00633,20190121,20190214,20190329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is an invitation to suitably qualified, experienced, and resourced Design Consultants to submit their proposal for the lead design and construction monitoring services for Major Redevelopment Works at Central Auckland Specialist School (CASS) and Wesley Intermediate School (Wesley). The project is made up of the following redevelopment components: i. Design and build of CASS including master planning ii. Design and rebuild of Wesley including master planning iii. Associated site works and infrastructure upgrades as required Note: For reference purposes, please refer to the draft contract documents included in the ROI (GETS RFx ID 20471066). The Pricing Schedule will be sent as an NTT document",Awarded,,20201117 Ministry of Education - School Infrastructure,20621986,Request for Tenders,Open Competition,"Main Contractor for Blocks 2, 3, 4, 6, 8, 12, 13 Roofing at Drury School",,20190123,20190220,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Drury School are seeking a Main Contractor for the Blocks 2, 3, 4, 6, 8, 12, 13 Roofing Works as described in the attached documents.",Awarded,,20201117 Ministry of Education - School Infrastructure,20622650,Request for Tenders,Open Competition,Main Building contractors for Gorge Road Primary School Special Needs fencing,3957-19 SN01,20190125,20190220,20190508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Please complete all attached documents tenders will be rejected if not completed.,Awarded,"The contractor has been scored and recommended by the PCG panel and approved by the MOE Sherlock Homes Score Proposed Solution 14/15 Capability 08/10 Capacity 04/05 Price 70/70",20201117 Ministry of Education - School Infrastructure,20623333,Request for Tenders,Open Competition,Main Contractor for J: Toilet Block Upgrade at Frasertown School,2562-19-01,20190123,20190219,20190516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Frasertown School Toilet Block Upgrade Full upgrade of existing toilet block including new roofing and cladding new wall, ceiling, floor linings/coverings new plumbing fixtures and fittings refurbished cleaners room refurbished staff toilet refurbished resource/store room",Awarded,,20201117 Ministry of Education - School Infrastructure,20630775,Request for Proposals,Open Competition,"Quantity Surveying Services at Beachlands, Maraetai Beach and Owairaka District Schools",,20190123,20190220,20190403,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveying Services at Beachlands, Maraetai Beach and Owairaka District Schools Contract opportunity. Please note: Page limits apply ??? refer to section 1.4 of this RFP and to Addendum/Notice to Tenderers 1 for an extended page limit for Part A to 30 pages.",Awarded,"The contracts were awarded to Turner & Townsend Pty Ltd and started on 20 March 2019. The term of these contracts is until completion of the services, expected for; 31 December 2021 for Beachlands School, 31 December 2021 for Maraetai Beach School and 31 January 2022 for Owairaka District School.",20201117 Ministry of Education - School Infrastructure,20636794,Request for Tenders,Open Competition,RFT Main Contractor for the Braithwaite Centre Special Needs Project at Kaikorai Valley College,381.18.03,20190128,20190228,20190401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Braithwaite Centre Special Needs Project, which includes: Increase the space of the Braithwaite Centre to reflect the number of students, and address access and additional doorways Redevelop the storage area into a quiet learning space, and enlarge window, replace carpets etc Open space between present quiet space and other storage area make alterations to laundry area for students with soiling problems fix drainage issues with toilet/shower facilities to allow better drainage and removal of water.",Awarded,"We are pleased to award Stewart Construction Limited the tender for the Braithwaite Centre Special Needs Project at Kaikorai Valley College. We would like the thank all contractors who took the time to tender for this project. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,20637717,Request for Proposals,Open Competition,Lead Design and Engineering Services for the new Multipurpose Teaching Space at Rangiora Borough School,,20190128,20190220,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Boards of Trustees at Rangiora Borough School (the Buyer) is seeking Lead Design and Engineering Services for a new Multipurpose Teaching Space. The purpose of this procurement is to source a suitably qualified and experienced Lead designer to undertake and provide sufficient resource to design a fully ILE compliant Library/ multipurpose teaching space to replace blocks 2 , 9 and 15. It is anticipated the new space will have approximately 190m2 gross floor area.",Awarded,,20201117 Ministry of Education - School Infrastructure,20638099,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement at Ferguson Intermediate School,,20190128,20190222,20190605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"Several blocks at Ferguson Intermediate School have issues with their roofing and require remedial works. The roofing contract works includes work to Blocks 1, 12, covered ways and Boiler room, Block 3 roof works have also been included in the scope as it will be undergoing an ILE upgrade in early 2019 and is showing evidence of roof leaks from corrosion on numerous roof sheets, spouting and barge flashings.",Awarded,,20201117 Ministry of Education - School Infrastructure,20639642,Request for Tenders,Closed Competition,Main Contractor for Block 4 ILE and Fire Reinstatement at Puni School,,20190129,20190225,20190409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Puni School Board of Trustees are seeking a Main Contractor for the Block 4 ILE and Fire Reinstatement project. This tender is treated as one project, but requires separate pricing for the works relating to the fire reinstatement portion of the works. Hence two sets of drawings and two trade summaries.",Awarded,,20201117 Ministry of Education - School Infrastructure,20641446,Request for Tenders,Open Competition,Main Building Contractor for the Construction of Alterations and Additions to Block I at Tolaga Bay Area School,1857,20190129,20190305,20190311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tolaga Bay Area School is located approximately 55km north of Gisborne and is a composite school that teaches students from Year 1 to Year 13. o Under the school funding agreements with the MOE, it has been allocated funds to alter and add to the Block I classroom Block. o Currently the block has 1 standard classroom with supporting spaces for the kuranui plus the art room and supporting spaces. o The project looks to alter the building to cater for the kuranui and kuraiti. o The project involves: o Creating two interconnected classrooms complete with break out spaces, share kitchen and toilet facilities, plus resource storage o The classrooms were built over an old urupa (cemetery) and any deep earthworks will require an archaeologist to be present. The design has tried to mitigate this as much as possible. o A new deck is to be constructed on the carpark side of the building which is over a 11,000V cable and the design mitigates the risks associated with this work, but the contractor will still be required to seek expert H&S advice regarding this and work with Eastland Network while working above the cable.",Not Awarded,"Tender was extended but date in GETS was not adjusted so tender closed before the due time. Opportunity was re-advertised.",20201117 Ministry of Education - School Infrastructure,20644604,Request for Tenders,Open Competition,"CW2019-010 Porirua Bundle (Mahinawa, Porirua, Glen View) Main Contractor",CW2019-010/MOE00791,20190129,20190225,20190516,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The intention of the procurement is to source a supplier to undertake the main contract works for the ???Porirua Bundle??? including: o Remediation of Post Occupancy Issues at Mahinawa Special School & Resource Centre. Modification of the entry lobby, two therapy rooms, and two safe rooms o Demolition and making good of Block A at Porirua College (Potential Requirement) o Partial demolition and refurbishment of Block B at Glenview School (Potential Requirement) The successful tenderer will be engaged in the first instance to complete works at Mahinawa Specialist School and Resource Centre. The principle reserves the right to continue with the successful tenderer to complete works at Porirua College and/or Glenview School providing: o Works at Porirua College and/or Glenview School are found to be required (pending initial design works) o Funding for works at Porirua College and/or Glenview School is approved o The tenderers performance for any works completed at Mahinawa Specialist School & Resource Centre has been satisfactory o Porirua College and Glenview will be negotiated lump sums, and the Ministry will only move forward should the proposals be deemed value for money Project consultants at Mahinawa Specialist School & Resource Centre are: - Quantity Surveyor: Maltbys - Lead Designer: McKenzie Higham",Not Awarded,School reduced the scope / timings significantly changing the requirements. This bundle has not been awarded.,20201117 Ministry of Education - School Infrastructure,20644704,Request for Tenders,Open Competition,(2090) WHITIKAHU SCHOOL - MAIN CONTRACTOR - Blk A ILE upgrade & Blk H Replacement roofing,,20190131,20190227,20190430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School and BOT have identified the Block A for an exterior learning space, by constructing a covered deck to provide access to exterior spaces directly from the classroom and protect the building from the elements. This block also requires the replacement of all floor, wall and light fittings, to meet the DQLS, therefore this will be undertaken at the same time. The project also consists of Block H, a single storey building which currently has roofing which is past its life cycle, and requires full replacement.",Awarded,,20201117 Ministry of Education - School Infrastructure,20648049,Request for Tenders,Closed Competition,Main Building Contractors for A Block Upgrade at Koromatua School (RFT),5764,20190201,20190225,20190320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: Internal upgrade of 2 classrooms. Conversion of bag bay into wet area. Addition of external covered deck area. Start date: March 2-19 Construction period: 10 weeks Contract: MOE Medium Works DLP: 6 months",Not Awarded,Tenderers have been asked to review prices as outlined by items 1-10 in NTT6 and to re-submit their Tender Submission. As this original tender is closed we are unable to extend the closing date and have been advised to create a new tender that refers to this one to manage this process - RFT 20855541.,20201117 Ministry of Education - School Infrastructure,20651930,Request for Tenders,Closed Competition,Heriot School Boiler replacement,20098944,20190131,20190221,20190508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The existing coal fired boiler has failed and requires replacement. AirComm Consultants were engaged to provide a heating options report. AirComm Consultants have recommended that the boiler be replaced with a wood chip boiler as it is a sustainable fuel option and the life cycle costs are the lowest overall.,Awarded,"evaluation team non-price scores for each criteria for tender Clem Munro Construction Ltd: Proposed Solution 12/15 Capability 7/10 Capacity 4/5 Price 70/70",20201117 Ministry of Education - School Infrastructure,20652373,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE Upgrade Phase 1 at Papatoetoe West School,,20190201,20190315,20190605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 2 ILE Upgrade Phase 1 at Papatoetoe West School. The refurbishment will be split into two stages, this RFT is for Phase 1 which will include the upgrade of the Resource Room (room 9) and Room 8, works required are covered in the specifications and drawings attached to the Tender. Asbestos Refurbishment report being commissioned and will be provided as soon as it is available.",Awarded,,20201117 Ministry of Education - School Infrastructure,20653959,Request for Tenders,Open Competition,Main Building Constractor for Refurbishment of 6 Classrooms at Bailey Road School,,20190207,20190305,20190531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Bailey Road school are seeking the services of suitable building/carpentry contractors to carry out the refurbishment of 6 relocatable classrooms. Existing toilet facilities and storage rooms are to be stripped out and converted into new breakout areas. The project scope will consist of replacement floor coverings, wall linings, lighting, installation of new ranch sliding doors and viewing windows, For a full scope of works please refer to the RFT document as well as the drawings attached. All Q&A must be submitted via the GETs website prior to the Q&A deadline. Site visits must be requested through the GETs Q&A system also.",Awarded,LK Construction has provided the best tender based on price and conformance. They were mid road with their pricing however included no provisional sums therefore pricing was inclusive of everything. Also proved in school environment and industry,20201117 Ministry of Education - School Infrastructure,20654634,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks A & K - Classroom Refurbishment & Roof Coverings Improvements at Whareama School, Masterton",5100,20190204,20190301,20190522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Whareama School is looking at improvements to three teaching spaces located in two school buildings. In Block A it is hoped that internal connection between two rooms can be created, a withdrawal/breakout space formed together with a covered outdoor teaching space developed on the building frontage. The classroom in Block K will have a new acoustically performing ceiling installed, together with new LED lighting. New double-glazed windows will be installed, and the floor coverings will be replaced. The project also comprises the provision of warm water to student toilets and the replacement of the floor mounted heat pump in the staff room. All nail fixings on the roofs of both buildings will be replaced with new roofing screws with neoprene washers. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Whareama School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to MB Brown Ltd with start date 01.07.19, anticipated completion date 27.12.19.",20201117 Ministry of Education - School Infrastructure,20657344,Request for Proposals,Open Competition,Shirley Boys' & Avonside Girls' High Schools - Audio Visual (Displays) Procurement - Request for Proposals,,20190204,20190228,20190409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Buyers are seeking proposals from qualified, capable, and experienced AV system suppliers for the provision and installation of fixed and mobile televisions for the two schools which are to be co-located onto a new campus from April 2019. The successful supplier is also expected to provide maintenance and support on a day to day basis once the schools are operational. The Buyer is looking for price certainty over 12 months, to allow the schools to purchase additional items at an agreed rate.",Awarded,,20201117 Ministry of Education - School Infrastructure,20658026,Request for Proposals,Open Competition,Shirley Boys' & Avonside Girls' High Schools - Audio Visual (Projectors) Procurement - Request for Proposals,,20190204,20190228,20190409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Buyers are seeking proposals from qualified, capable, and experienced AV system suppliers for the provision and installation of projectors and digital signage for the two schools which are to be co-located onto a new campus from April 2019. The successful supplier is also expected to provide maintenance and support on a day to day basis once the schools are operational. The Buyer is looking for price certainty over 12 months, to allow the schools to purchase additional items at an agreed rate.",Not Awarded,Garden City Communications,20201117 Ministry of Education - School Infrastructure,20658578,Request for Tenders,Open Competition,RFT Main Contractor for the Pomahaka Block Remodel (Stage 1) at South Otago High School,393.16.01,20190204,20190228,20190624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Pomahaka Block Upgrade (Stage 1),Awarded,"The Pomahaka Block Remodel (Stage 1) at South Otago High School had been awarded to Cook Brothers Construction Ltd. Thank you for taking the time to submit a tender. Kind Regards, Kelvin Lewis, Project Manager, School Support Ltd",20201117 Ministry of Education - School Infrastructure,20664538,Request for Tenders,Open Competition,Building/Roofing Contractors for Turakina School Roof & Spouting to Various Blocks,Turakina School,20190204,20190228,20190401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Roofing and Spouting Replacement to Various Blocks. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Wats On Recommended,20201117 Ministry of Education - School Infrastructure,20669004,Request for Tenders,Open Competition,"Brightwater School, Main Contractor for classrooms 9-11 ILE upgrade",5-G2567.04,20190205,20190301,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Brightwater School has received 5YA funding to complete the Innovative Learning Environment (ILE) upgrades to 3 classrooms; 9,10, and 11 The Brightwater school of trustees invites tenders for the partial demolition of internal walls, re-lining of internal fixtures (i.e. ceiling/carpet tiles), and construction of internal non-structural ???break-out??? spaces within the classrooms. This project is to combine 3 classrooms into a single ???open plan??? structured classroom. The project includes installation of multiple entry sliding doors, infilling of and external window(s), lowering an area of the ceiling. The Project will be undertaken from end of Term 1, 2019 (April 15th). The Contractor will have full access to the classroom block until completion. However, completion and hand-over with presentation of Code Compliance Certificate must occur before 22nd July). The work is generally straightforward however it is complicated by the close proximity of playing fields, the school playground, the school pool, and other classrooms. The success of the project will largely hinge on the competent and hands-on management of the range of specialist sub-contractors. The project delivery will be via a contemporary lump sum contract and GETS tender process, with prices separated to indicate the total cost of the various trade components Contractors registering will need to have an excellent proven record for working in sensitive education environments. Control of noise, dust, material movements, etc will have to be planned in detail. All loud noise work must occur outside of teaching hours during the school term. Tenderer???s must; - Demonstrate they have the appropriate level of relevant experience with schools. Must provide full details of the projects in the past 3 years and the personnel responsible for their successful completion - Demonstrate appropriate use and/or execution of Health and Safety procedures - Provide a minimum of 3 referees which may be contacted to confirm contractor???s track record and relevant experience - As during this project, the school will be fully operational, ALL staff working on the project, onsite or not MUST be Police Vetted - Tenderer must provide lump sum contract offer supported by quotes for specific works of the project - Tenderer must provide construction program, preferably using Microsoft Project - There will be Liquidated Damages charged in the event of the late delivery of the project",Awarded,,20201117 Ministry of Education - School Infrastructure,20671297,Request for Tenders,Closed Competition,CW2018 - 002 Tolaga Bay Area School - Request for Tender Final,,20190201,20190225,20190402,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Contractor Services for Redevelopment Project at Tolaga Bay Area School (the School) (???the Contract Works??? at ???the School???). The Project (of which the Contract Works are a part) involves a Major internal remodelling of five blocks and an extension and refurbishment of one block.",Awarded,,20201117 Ministry of Education - School Infrastructure,20671415,Request for Tenders,Closed Competition,CW2019-001 Waimea College new two-storey teaching block(s),CW2019-003/MOE00730,20190204,20190307,20190429,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Waimea College is a year 9-15 high school located in Richmond, Nelson. The area has been steadily growing for a number of years, with the rate of growth increasing over the last few years, leading to pressure on the College. Roll growth has been provided to the local primary schools in the last few years. Recent Special Housing areas (SHA???s) have been announced nearby, these will have significant impacts on the college roll and are the subject of on-going network analysis studies. This Project involves:The construction of two, two-story classroom blocks delivered in two stages; Stage One (Block 1) is a 972m2 Gross Floor Area (ex. decks and stairs) teaching block. The structure is lightweight and utilises engineered timber structural components. As per the design suppled in Appendix 2, the block consists of: - 8 standard teaching spaces, - A specialised horticultural science teaching space, - A teachers resources space, - Associated toilet and lift facilities. Stage Two (Block 2) is currently in the concept design stage. Stage 2 is likely to be of a similar scale and nature to Stage 1. It is intended that Block 2 will be a standalone two-storey structure connected to Block 1 by adjoining decks, with a comparable Gross floor area to that of Block 1. ??? Stage one has a completion date of January 2020 ??? Stage 2 is expected to be completed by January 2021 The Principal intends to competitively procure a Main contractor for Stage One on a traditional Lump sum contract. In addition, as part of this procurement, respondents will also be requested to provide P&G and Margin rates which may be used in the negotiation of lump sum pricing for Stage Two, upon the completion of its design. Project consultants are: o Project Manager: The Building Intelligence Group o Engineer to the Contract: The Building Intelligence Group o Quantity Surveyor: Q Squared o Lead Designer: Arthouse Architects & Shepard & Rout Architects o Structural, Civil & Services Designer: BECA o IT Design: Torque IP",Awarded,,20201117 Ministry of Education - School Infrastructure,20678028,Request for Tenders,Closed Competition,CW2018-84 Awapuni Shool (P.North) Sensory Resource Hub,CW2018-84/MOE00760,20190204,20190226,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Contract Works at Awapuni School (P. North) Sensory Resource Hub (???the Contract Works??? at ???the School. i. The conversation on part of the existing main block in to a sensory resource centre. ii. The conversion will Include (but not limited to) a shared communal area, two separate working areas for Deaf and Vision, meeting rooms, kitchen, staff toilets and storage. iii. There are no new building extension. The project is to convert existing spaces only, approximately 285m2 refer to attached preliminary plans (existing and proposed). iv. The works are taking place in an existing school building that will continue to be party occupied. v. The Principal prefers there to be no drawings and specification related Tags Project consultants are: (i) Delivery Manager: Ministry of Education (ii) Project Manager: Education Services (iii) Lead Designer: Opus International Consultants (iv) Quantity Surveyor: Maltbys i. Construction Start 20/04/2019 ii. Construction Complete 01/11/2019",Awarded,,20201117 Ministry of Education - School Infrastructure,20678109,Request for Tenders,Closed Competition,Naenae Intermediate Admin Block Upgrade,,20190207,20190306,20190401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This is a reissue of a previous RFT and is a Closed Tender to 3 invited contractors. Our previous RFT resulted in no responses from the market. We have identified 3 firms willing to price this time and are running this process as a closed tender. Naenae Intermediate BOT seek the services of a Main Building Contractor to undertake the alterations to the Admin Block on the school site. The work involves the following alterations ??? Demolition of any required partition walls ??? Install new walls to suit new layout ??? Install all in wall and ceiling services to suit new layout ??? Install insulation into all cavities ??? Reline walls and ceilings with specified products ??? Install new windows and doors ??? Re-pitch and re-clad roof, removing skylights ??? Removing large window and re-clad gable end wall on new cavity system ??? Paint all appropriate new surfaces ??? Install new floor and wall coverings ??? Fit out with new electrical and plumbing fittings The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Not Awarded,The project has come in significantly over budget so the scope of work will be reduced and both respondents will be given an opportunity to price the revised scope of works,20201117 Ministry of Education - School Infrastructure,20681975,Request for Proposals,Open Competition,Lead Design and Engineering Services for 4 New ILE Compliant Teaching Spaces at Springston School,,20190207,20190305,20190508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Springston School (the Buyer) is seeking Lead Design and Engineering Services for 4 new ILe compliant Teaching Spaces. The purpose of this procurement is to source a suitably qualified and experienced Lead designer to undertake and provide sufficient resource to design a fully teaching space to replace blocks 2 and 3. It is anticipated the new space will have approximately 296m2 net floor area.",Awarded,,20201117 Ministry of Education - School Infrastructure,20685085,Request for Proposals,Open Competition,Request for Proposal for Lead Design Services at Owairoa Primary School,,20190207,20190306,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Owairoa Primary School has 12 permanent relocatable classrooms in the southwest part of the school that are affected by water damage. The site is steep in this area and the classrooms have been built too close to retaining walls. There is visible water damage internally in some places and air tests have found slightly elevated levels of stachybotrys in two of the classrooms. The classrooms also do not meet DQLS standards. In addition, the timber floors of the buildings are poorly connected to the piles with guide nails and are unlikely to meet building code wind loading requirements. The school also has six temporary relocatable classrooms on its field that were originally supposed to be temporary solutions to roll growth, but have been there for more than 3 years and as part of this project these will be removed when the new buildings are completed. The works involve replacing five classrooms in block 14 and another seven classrooms from blocks 10, 11, 12 and 13 plus the six temporary relocatable classrooms on the field. This replaces 18 classrooms in total, retaining the school???s current capacity of 38 classrooms. Four temporary relocatable classrooms may be required as the work will be staged, we do not expect any additional temporary classrooms will be required. 18 classrooms in the southwest part of the site are to be rebuilt and 6 temporary classrooms on the field are to be removed, as well as any other temporary classroom installed for this project. The project is proposed to be delivered in 3 stages: Stage one will be the demolition of block 14 which has 5 teaching spaces and the construction of the new 2 storey 12 classroom block. Stage two will be the demolition of classroom blocks 10, 11, 12 and 13 which is 7 teaching spaces and the construction of the new 2 storey 6 teaching space building. Stage three will be the removal of the 6 relocatable classrooms that are currently situated on the sports field and make good of all areas within the work area.",Awarded,,20201117 Ministry of Education - School Infrastructure,20686495,Request for Tenders,Open Competition,Main Building Contractor Classroom Rebuild Project Wellsford School,G783,20190208,20190306,20190408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The project is to replace an existing relocatable classroom (that was deemed beyond repair due to age and structural failure). Due to predicted future growth within the area it was decided to refurbish an existing space to accommodate the current students and to construct a new classroom on the site with the provision within the design to be added to in the future -if and when required with a second classroom including a toilet and bag bay,Awarded,The contract was awarded to Guyco Construction Ltd and will start on 13th April 2019. The term of this contract is 15 weeks.,20201117 Ministry of Education - School Infrastructure,20691089,Request for Proposals,Open Competition,Quantity Surveying Services for the Manurewa High School Redevelopment,,20190207,20190305,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The scope of the project is to construct a new Business Academy, Library and nine replacement classrooms. The Principal is seeking QS Services which will involve: ??? Establish a comprehensive cost estimate to feed into the overall project budget; ??? Prepare and monitor budgets for the duration of the project; ??? Provide cost estimates and cost management advice through all stages of the design process; ??? Provide advice and input into Value Management workshops; ??? Review and prepare valuations for all progress claims; ??? Regular reporting on costs through the duration of the project; ??? Client relationship and stakeholder management. Please refer to the attached RFP document for the full project brief and deliverables.",Awarded,,20201117 Ministry of Education - School Infrastructure,20691651,Request for Tenders,Open Competition,CW2018-113 Frankton School Fencing - Special Needs Project,CW2018-113/MOE00808,20190207,20190305,20190503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Construction of Fencing for Special Needs Modification at Frankton School. A student at Frankton School has recently enrolled and has been identified to be at risk of running out of school grounds onto nearby roads posing a significant H&S risk. The intended outcome of the project is to address the H&S risk by procuring a main contractor to replace existing school fencing with a new perimeter fence as per Occupational Therapist (OT) report recommendations. The Ministry may deploy similar fencing projects works at other schools in the Hamilton region and at other school locations as other projects, and reserves the right to negotiate these projects directly with the successful supplier without re-advertising this work to the wider market for 12 months. Details of these works are unknown at time of the tender. Approx size of fencing,230 lineal meters of 1500mm high Powder coated steel perimeter fencing with 11 gates Indicate Start Date: 08 April or Earlier Indicative Completion Date: 20 August or Earlier",Awarded,,20201117 Ministry of Education - School Infrastructure,20691654,Request for Tenders,Open Competition,CW2018-113A Whangamata Area School Fencing Special Needs Project,CW2018-113A,20190207,20190305,20190503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Construction of Fencing for Special Needs Modification Projects at Whangamata Area School. A student at Whangamata Area School has recently enrolled and has been identified to be at risk of running out of school grounds onto nearby roads posing a significant H&S risk. The intended outcome of the project is to address the H&S risk by procuring a main contractor to replace existing school fencing with a new perimeter fence as per Occupational Therapy (OT) report recommendations. - Works to upgrade toilet facilities are part of this project, but do not form part of this procurement. The Ministry may deploy similar fencing projects works at other schools in the Coromandel region and at other school locations as other projects, and reserves the right to negotiate these projects directly with the successful supplier without re-advertising this work to the wider market for 12 months. Details of these works are unknown at time of the tender Approx size of fencing,180 lineal meters of 1500mm high Powder Coated steel perimeter fencing & 60 lineal meters of 1800 high Powder Coated steel fencing with 16 gates. Indicate Start Date: 08 April or Earlier Indicative Completion Date: 20 August or Earlier",Awarded,,20201117 Ministry of Education - School Infrastructure,20693577,Request for Proposals,Open Competition,CW 2019-006 - Napier Girls' HS & Boys' HS Lead Design RFP,,20190208,20190314,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Concept Design Services for Weather tightness remediation at Napier Boys??? & Napier Girls??? HS Contract opportunity. The Principal???s are seeking Concept Design Services for weather tightness remediation and repair projects at both Napier Boy???s High School & Napier Girls High School (the Services). The known requirement is for the concept/prelim design stage only; however the project will require further design stages. To ensure value for money the Ministry will reserve the right to continue with a successful bidder(s) Concept/prelim design and scope of works, into the later developed and detailed design stages without returning to market. Note that the Ministry is under no obligation to agree a contract beyond the stage one Concept Design. Note site visits as follows: ??? Napier Girls High School 14/02/2019 ??? 9:00 ??? Napier Boys High School 14/02/2019 ??? 12:00 Additional site visits ??? Napier Girls High School 18/02/2019 ??? 9:00 ??? Napier Boys High School 18/02/2019 ??? 12:00",Awarded,,20201117 Ministry of Education - School Infrastructure,20695422,Request for Tenders,Open Competition,Main Contractor for the Decommissioning of the Boiler system and installation of Air Conditioning Units at Fairhaven School,1717-18-02,20190211,20190306,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Fairhaven School wish to replace the old heating system (gas fired boiler and water radiators) with new electrical heat pump units. The existing boiler system has reached the end of its usable life and has now been disconnected from the gas network. The Boiler serviced Blocks A, B & G (all teaching space blocks, and administration). This procurement, is to engage a suitably qualified Main Contractor to complete the decommissioning of the existing Boiler and its reticulated radiant heating ??? along with the installation of new high wall air conditioning units. Removal of the boiler and ACM lagged boiler room pipes will be done by a Demolition Contractor once the circuit has been recovered.",Awarded,"Following a full review, using the weighted criterion stipulated within the RFQ document; Energy Services Tauranga were the preferred Supplier - and were contracted for the works.",20201117 Ministry of Education - School Infrastructure,20696692,Request for Tenders,Open Competition,Te Karaka Area School - Installation of Heating & Ventilation,1839,20190211,20190308,20190605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The desired outcome is to provide the school with an efficient and economical HVAC system offering both heating and cooling functions. The school was rebuilt in 2012 at which stage the heating system comprised ceiling mounted electric radiant panels, which satisfied MoE design guidelines at the time. The current radiant panel system draws sufficient electrical current to cause disruption to other parts of the school???s electrical infrastructure. The system is functionally limited in that it offers heating but has no cooling function; MoE guidelines have changed in the meantime and now require that air conditioning be provided in warm climates. Gisborne falls within the North Island 2B ??? Warm zone which has the greatest number of allowable hours above 28OC in the country. The proposed system includes ducted supply and return fresh air; currently when teachers open windows to provide fresh air ventilation, the rooms immediately start accumulating dust from passing logging trucks.",Awarded,,20201117 Ministry of Education - School Infrastructure,20697958,Request for Tenders,Open Competition,Main Contractor for Site Infrastructure Replacement Sewage System and Water Treatment Plant at Knapdale School,,20190211,20190313,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The overall outcome sought by this project is for the School to be provided with a new onsite waste water treatment system as well as a new water treatment system and shed housing the system. The Contract Works required (in brief) are : ??? The removal of the existing waste water treatment system. ??? The supply and install an onsite waste water treatment system, including fencing etc. ??? The removal of non-complying water treatment unit and ancillaries. ??? The removal of the existing shed housing the non-complying water treatment equipment. ??? The supply and erection of a new Shed to house water treatment unit. ??? The design, supply, install, and commissioning of a new onsite water treatment system, piping and ancillaries.",Awarded,"The PCG has scored and evaluated all tenders. C Brown Builders Ltd???s tender has been selected as preferred.",20201117 Ministry of Education - School Infrastructure,20698446,Request for Tenders,Open Competition,CW2019-011 Central Hawkes Bay Special Needs Project,CW2019-011/MOE00806,20190208,20190306,20190527,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contract Works for Special Needs Modifications Project at Central Hawke???s Bay College. An Occupational Therapists Report of the school has identified a number of issues which require work to accommodate a Special Need student, specifically wheelchair access. Works are required to construct a number of accessible ramps, modify the threshold of a number of doorways to allow wheelchair access, and upgrades to an accessible bathroom ??? The works are required across the whole school site, but are relatively minor. ??? The works are to be completed as soon as possible, likely while the school is operating. Some minor staging will be required to allow the school to continue operating with minimum disturbance. ??? The School site is flat with good access all around ??? Indicative Start date: 20 April 2019 (or earlier) ??? Indicative Due Date for Completion: 20 July 2019",Awarded,,20201117 Ministry of Education - School Infrastructure,20707404,Request for Tenders,Closed Competition,CW2019-016 Prebbleton School New Classroom Roll Growth RFT,CW2019-016/MOE00844,20190212,20190308,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for New construction of Roll Growth Classrooms at Prebbleton School. A Traditional project delivery model will be used. The Contract Works required are: - Construction of a new two storey building to accommodate six teaching spaces Indicative Construction Start: May 2019 - Construction Complete: Jan 2020 Project consultants are: - Project Manager (engineer to contract): Greenstone - Quantity Surveyor: BBD - Lead Designer: GHD",Awarded,,20201117 Ministry of Education - School Infrastructure,20710161,Request for Tenders,Open Competition,Rototuna Primary School Main Contractor to install temporary accommodation,CW2019-017,20190213,20190311,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Rototuna Primary School is currently 11 classrooms short of its entitlement based on the ever-growing roll. As such a project is underway to construct a new 10-classroom block on site. In addition, the new AMS funding as part of the school???s 5YA involves modernisation projects to the existing over-crowded classroom blocks, which the school will struggle to achieve in the current environment. This is due to the absence of overflow space that would allow work to occur in occupied classroom blocks. In light of the above two issues, temporary accommodation is to be provided to ease the pressure on the school???s overloaded accommodation infrastructure. The urgent nature of the requirement for accommodation is such that the work is to proceed as soon as possible with the aim of being ready for occupation early in Term 2 2019.",Awarded,This contract was awarded to SJ McCarthy Construction Ltd and commenced in April 2019,20201117 Ministry of Education - School Infrastructure,20711510,Request for Tenders,Open Competition,CW2019-015 Queen Elizabeth School Demolition,CW2019-015/MOE00850,20190311,20190404,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Asbestos and Demolition Contract Works at Queen Elizabeth College. Queen Elizabeth College has a number of surplus teaching spaces. A joint plan of periodic demolitions and refurbishments has been agreed for the school. The demolition of Block H had been intended for the 2017/2018 year, however structural concerns have required further due diligence. This project seeks to remove asbestos, demolish Block H & make good the adjoining Block G. Block H is a two storey 14 classroom Stanley Block. Works to strengthen block G and construct a Stairwell are part of this project but do not for part of this procurement. Project consultants are: o Delivery Manager: MOE o Project Manager: OPUS i. Indicative start date for demolition: 22 May 2019 ii. Indicative completion date for demolition: 20 August 2019",Awarded,,20201117 Ministry of Education - School Infrastructure,20712250,Request for Proposals,Open Competition,CW2018-108 Hukanui School & Patricia Avenue School Design Services - Request for Proposals RFP,,20190212,20190308,20190510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions need to be made through the GETS website,"The Ministry (The Principal) is seeking to appoint a Lead Design consultant to provide Design Services for two schools located in the central Hamilton area. Patricia Avenue and Hukanui Primary School are located within 10 minutes??? drive or 5.4kms of each other, so the Ministry has decided to bundle both schools together, to realise any potential efficiencies. The required works are Lead Design services for Patricia Avenue School and Preliminary Design Services for Hukanui Primary School. Further information for each project can be found in the attached Tender documentation.",Awarded,,20201117 Ministry of Education - School Infrastructure,20724257,Request for Tenders,Open Competition,Main Contractor for Drainage Upgrade at Sir Edmund Hillary Collegiate,211268,20190214,20190311,20190618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is looking for a Main Contractor to upgrade the existing drainage to eliminate storm water damage: ??? Stormwater has been causing damage to site asphalt and paving and widespread flooding is experienced during the rainy season ??? Dodd Civil Consultants were appointed to design a scope of works to resolve the issue ??? The works will be based on the Specifications and Drawings included in the tender ??? This is for the improvement of the drainage system to prevent flooding and further damage to site asphalt and paving",Awarded,,20201117 Ministry of Education - School Infrastructure,20727670,Request for Tenders,Open Competition,Hard Surfaces Replacment Fairfiled School (Dunedin),,20190219,20190319,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions need to be made through the GETS website,"Fairfield School has approximately 450 pupils??? and 18 teaching spaces. It is situated in the growing suburb of Fairfield in Dunedin In 2016 a four-classroom teaching block 18 was completed and in 2017 four relocatable blocks were removed. The intention was the space created by the removal of the relocatable blocks was to be landscaped and resurfaced to double the hard surface area for the school. Outcome sought Fairfield School are looking to create a hard surface court and outdoor teaching spaces between Block 1 and Block 18, including: ??? Removing existing hard surface areas. ??? Removing existing fencings and planters. ??? Utility connections (Electrical, water supply and storm water). ??? Concrete and timber retaining walls (Up to 1 meter high with no vehicle or building surcharge). ??? Stormwater drainage to hard surfaces and the retaining walls. ??? Asphalt hard surfaces and associated backfill. ??? Exterior steps. ??? Fencing to existing ramps and patios ??? 2.4m high mesh fencing around playing courts. ??? Planting to garden areas.",Awarded,Awarded to ABL Ltd,20201117 Ministry of Education - School Infrastructure,20729132,Request for Tenders,Open Competition,Main Contractor for Learning Support Centre Modifications at Inglewood High School,2-081-01,20190215,20190312,20190604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Learning Support Centre Modification project at Inglewood High School.,Awarded,,20201117 Ministry of Education - School Infrastructure,20730324,Request for Tenders,Open Competition,Main Contractor for Block B Toilet Refurbishment at Southern Cross Campus,SCH-A-2067-01,20190215,20190312,20190517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT of Southern Cross seeks to engage a main contractor to implement its property project relating to the refurbishment of Block B toilet. This project is part of the school???s 10 Year Property Plan This project includes consented works and restricted building works. The scope of works includes the removal of walls, fittings and relocation of plumbing services and asbestos removal",Awarded,"??? Based on the tender, B & C Contractors Ltd was the most advantageous for the school because: 1. they have the capacity 2. the experience 3. they are familiar with the school",20201117 Ministry of Education - School Infrastructure,20733971,Request for Tenders,Open Competition,Main Building Contractor for Roof Replacement Works at Tauraroa Area School,G813,20190218,20190313,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tauraroa Area School - The roofing on multiple school buildings require replacement or significant repair. To enable this to be completed whilst maintaining efficient operation of the school this project will need to be staged. The work includes replacing of roofing, spouting and installing of flashing's Due to lack of additional classroom space, the work will need to be sequenced one block at a time during school holiday periods (see site plan with the proposed number and sequenced order to allow for in pricing).",Awarded,The contract was awarded to Apex Roof N Clad and will start in May 2019. The term of this contract is staged over 4 terms.,20201117 Ministry of Education - School Infrastructure,20739223,Request for Tenders,Open Competition,Main Contractor for Heating & Plumbing Project at New Plymouth Girls' High School,3261.02,20190220,20190318,20190415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of New Plymouth Girls??? High School is seeking a heating and/or plumbing Main Contractor to undertake remedial and replacement works to the school???s heating, plumbing, and drainage systems. It is envisaged that the successful contractor will specialise in either gas or electric heating, and will engage and manage subcontractors to complete the works outside their trade/s. The works consist of replacement or modification to the heating systems across a number of blocks. Existing systems include Low Pressure Hot Water, gas convection heating, gas fired ducted central heating, and electric fan heaters. Plumbing and drainage works include remedial work to the sewer adjacent block N, replacement of sections of the school???s water main, and replacement of hot water cylinders to two blocks. The target construction period is the Term 1 holidays, and the first week of Term 2. Ardern Peters Architects Ltd is the Project Manager for this project.",Awarded,,20201117 Ministry of Education - School Infrastructure,20740240,Request for Tenders,Closed Competition,Main building Contractors for special needs Modifications Catlins Area School,394-19-SN9,20190218,20190308,20190508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All suppliers must submit their responses via the GETS website,Please complete Contract-Works-Schedule-of-Prices. for each stage one for the ramp and one for the hall and one for the demo.,Awarded,Tender meets all requirements set out in the RFT and has scored 98/100,20201117 Ministry of Education - School Infrastructure,20741769,Request for Tenders,Open Competition,Main Contractor Special Needs Modifications Improve Access and Bathroom at Wellington East Girls College,,20190219,20190315,20190529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,716 Main Road North,"This is a Single Stage Open Tender The School has enrolled a new student with special needs and a series of minor property modifications have been identified to better support the student in her life at the college. These modifications will improve accessibility around the site. Work is primarily focused in and around the sports centre to the south of the site, where a new universal bathroom and accessible routes are to be created. A number of other minor works are required on the site. Work is expected to be required to be completed during term time (active school site) and there are a number of other major and minor building projects occurring concurrently on the site also. The site is geographically challenging with little parking available on site. A building consent is not required for these works, this has been verbally confirmed with Wellington City Council by the Architect. Fire detection smoke / heat detectors shall remain in their existing plan location in the universal bathroom. Should it be required that these are moved (in plan) or some removed, then an exemption to building consent will be required to be applied for. Time for this to be completed should be considered prior to actioning ??? Project consultants are: o Project Manager: Ian Rattray o Lead Designer]: Tim Asby",Awarded,We received 2 valid responses to our RFT and evaluated both on the weighted attributes model and have awarded the contact to Alaska Construction.,20201117 Ministry of Education - School Infrastructure,20744986,Request for Tenders,Open Competition,Te Akau Ki Papamoa School Pod 2 ILE Upgrade,,20190220,20190318,20190520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are but not limited to; - Pod 2 comprises of 4 teaching spaces, 2 teacher withdrawal spaces, central corridor area, male and female toilets and various storage areas. All areas will need to be addressed under this project. The requirement is to reconfigure the internal spaces to better meet the schools pedagogy by creating a centralised wet / art / science area, two break out / withdrawal spaces, a teachers??? resource room and removing the internal access to the male and female toilets. - Demolition of selected internal walls, removal and salvage of existing doors, cabinetry and sinks for re use - Selected bracing of remaining internal walls, creating withdrawal rooms, teachers resource rooms, internal wall separating toilets from teaching areas. - Installing two new exterior doors, centralised wet / art area, new ceilings in reconfigured areas, flooring and wall coverings and lighting in new withdrawal rooms, wet / art area and teachers resource room - New flooring and wall coverings in all teaching spaces.",Awarded,,20201117 Ministry of Education - School Infrastructure,20745615,Request for Tenders,Open Competition,RFT Main Building Contractor for the Special Needs Accessibility Modifications Project at Milton Primary School,3772.18.02,20190221,20190319,20190617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: o Reconfigure existing driveway & car park areas to allow a dedicated pick-up and drop-off zone, reconfigure o Reconfigure paving to provide ramped access as well as flat landings to the Hall, Library, Classroom 1 and Classroom 7 o Replace exterior doors to Classroom 1 to allow minimum clear width for compliance o Wheelchair lift to stage o New sliding doors between Classrooms 7 & 8, and between Classrooms 5 & 6 o Reconfigure toilets by Classrooms 5 & 6 to convert into dedicated Quiet Space. o Main entrance to Admin area ramp area reconfigured to meet compliance requirements o To make sure all works meet Building Code and Ministry Compliance guidelines.",Awarded,,20201117 Ministry of Education - School Infrastructure,20750786,Request for Tenders,Open Competition,"Mechanical Contractor for Block A, E & MD Heating at Waiopehu College, Levin",2-022-08,20190221,20190322,20190604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"??? Block MD: Auditorium ??? The installation of 8 new fan coil units (FCU) to replace the existing floor mounted convectors at locations identified in attached drawings. To inspect and quote to repair any existing faulty high level 4 x FCU units and standalone auditorium heating solution in the form of new gas boiler, adequately sized for the new heating load provided by the new & existing FCU units. ??? Block E: Canteen ??? Replace the existing obsolete Vulcan wall furnaces with another wall furnace or equivalent flued gas wall heater and install new flues and roof flashings, if required. ??? Block A: Administration ??? A provisional sum is allowed for checking electric motors on fan convectors in the staffroom and checking the valving on all other heaters and pipework in this Block and replacing if required.",Awarded,,20201117 Ministry of Education - School Infrastructure,20752428,Request for Tenders,Open Competition,Main Building Contractor for Infrastructure Works at Paparoa School,G798,20190221,20190318,20190408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Infrastructure Works for Drainage & Courts at Paparoa School -The Schools hard court area has suffered significant deterioration and appears to be at a stage where it has the potential to cause injury -Initial Condition Assessment Report identified the solution would be to remove the existing Astroturf, re design and replace with a new synthetic surface -Project works will be completed in and out of School operational hours depending on the complexity of the task",Awarded,The contract was awarded to Hutton and Cameron Contractors and will start on 23rd April 2019. The term of the contract is 6 weeks.,20201117 Ministry of Education - School Infrastructure,20752508,Request for Tenders,Closed Competition,Main Contractor for the Block D ILE Upgrade at Long Bay College,,20190221,20190319,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Long Bay College are seeking a suitable contractor for the Block D ILE Upgrade.,Awarded,,20201117 Ministry of Education - School Infrastructure,20756731,Request for Tenders,Open Competition,Main Contractor for the Block R Project at Okaihau College,,20190222,20190319,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As per the 5YA agreed with the school, this project will deliver a Block R DQLS Upgrade which will consolidate the block into a single location, then apply DQLS upgrades to 5 rooms within the block.",Awarded,,20201117 Ministry of Education - School Infrastructure,20757342,Request for Tenders,Closed Competition,Omokoroa Point School Construction of roll growth classrooms,CW2019-005,20190221,20190325,20190522,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Omokoroa Point School is located at 37 Hamurana Road, Omokoroa. It is a year 1 to 8 primary school with a July 2018 roll of 257 students. The project is for the construction of three new classrooms, a gross area of about 300m2. The works will be completed in a single phase. The Principal lodged the building consent documents on 13 December 2018. ??? Timeframes for the contract works are: 1. Contract start date: 15 April 2019 2. Construction completion: 30 November 2019. The Ministry has appointed Chow Hill to complete the design documentation and lodge the building consent documents. Chow Hill will also provide construction observation services.",Awarded,The contract was awarded to Watts & Hughes Ltd and will start in May 19.,20201117 Ministry of Education - School Infrastructure,20760690,Request for Tenders,Open Competition,Main Contractor of Roof Replacement Block 8 at Wellington East Girls College,,20190225,20190321,20190422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"This is a single stage open tender The BOT are seeking a suitable qualified and experienced Main Contractor to provide the construction and management services necessary to complete the reroof of Block 8 in a live school environment. Block 8 is a two storey science lab block at WEGC. The roof cladding is due for replacement along with some remedial work to interior elements affected by minor roof leaks over recent years. The work is subject to MOE weather tightness requirements and plans and specifications have been drawn up by Resolve It Architects covering the proposed scope of work. ??? Project consultants are: Project Manager: Ian Rattray Lead Designer]: Mark Ansell All of the work relates to replacement of roof cladding and associated fittings on Block 8 at WEGC and covers the following scope of works ??? Erect scaffold and edge protection and shrink wrap to protect the building from rain during the replacement process ??? Remove existing fall restraint system and store for reuse. Refix once the new roof is in place. ??? Demolish / remove roofing elements identified in the attached drawings and dispose of all debris off site. ??? Allow to remove any deteriorated framing members and replace and treat with new under instructions for the building surveyor. (Provisional Sum Item) ??? Check and replace / repair existing roof cavity insulation. (Provisional Sum Item) ??? Supply and fit new membrane roofing and substrate to all gutters and areas shown on the attached drawings to manufacturer???s instructions. ??? Supply and fit new profiled metal roofing including all spouting, flashings and roof penetrations fixed in accordance with Manufacturer???s instructions ??? Remove scaffold and edge protection and leave the site clean and free from debris. ??? Undertake internal repairs to affected wall and ceiling surfaces as instructed. (Provisional Sum Item) 1.1 Time frames are: ??? indicative Start date: 1st April 2019 ??? indicative Due Date for Completion: 30 June 2019",Not Awarded,We did not receive any responses from the market to our RFT. We have been granted a procurement exemption to negotiate a price direct with Naylor Love who are already on site.,20201117 Ministry of Education - School Infrastructure,20782254,Request for Tenders,Open Competition,Special Needs Universal Bathroom - Supply & Installation at Northland and Auckland Schools,,20190227,20190328,20190517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This open Request for Tenders is an invitation for suitably qualified contractors to submit tenders for Main Contractor for the supply and install of HD Bathrooms at Two Northland and One Auckland School. In addition, The Ministry will use conforming responses from this procurement to tender further HDU requirements in the area in the next 12 months via a closed tender procurement. This procurement is part of the MoE deliverable to provide safe and effective learning environments for all students. Occupational Therapist reports have been received for several Northland / Auckland schools outlining the need for new HD Bathroom in order to accommodate their bathroom facility requirements. Tenderers can provide a response for one or multiple schools. If submitting a response for more than one school, tenderers will need to outline how they can complete the works for each school in the required timeline in their programme of works, as well as a separate pricing schedule for each school. Responses will also need to include an order of preference if registering for more than one school. Each school will be evaluated individually and the Ministry reserves the right to award these contracts to one or more suppliers on a school by school basis.",Awarded,,20201117 Ministry of Education - School Infrastructure,20784215,Request for Tenders,Open Competition,Main Contractor Refurbishment Projects - Okains Bay & Duvauchelle Schools,,20190228,20190328,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the Refurbishment Projects at Okains Bay School and Duvauchelle School.,Awarded,The contract was awarded to Watts and Hughes and will start on 14 May 2019. The term of this contract is one year.,20201117 Ministry of Education - School Infrastructure,20790883,Request for Tenders,Open Competition,Main Contractor for Pool Building Alterations at Kowhai Special School,2588-19-SNP,20190304,20190329,20190624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Alterations to school pool building including: Construction of new accessible WC facility Installation of gantry hoist system Replace translucent roofing sheets Install new aluminium doors Install wet pour safety matting",Awarded,,20201117 Ministry of Education - School Infrastructure,20792153,Request for Tenders,Open Competition,Main Building Contractor for ILE Refurbishment to Rooms 5-8 at Henley School,,20190304,20190327,20190502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made throughh the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the refurbishment of rooms 5-8 and construction of new ablution block at Henley School.,Awarded,"Ultraspec selected as recommended contractor, with contract beginning May 8th, with an expected completion of mid August.",20201117 Ministry of Education - School Infrastructure,20796079,Request for Tenders,Open Competition,Main Contractor for New Acoustic Ceilings in Blocks C&D at Huia Range School (Dannevirke),,20190306,20190329,20190529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"Huia Range School BOT seek the services of a Main Building Contractor to undertake the construction on the school site. This project is an approved project in the schools new 5YA and is aimed at improving the acoustic performance of the 8 classrooms in the two blocks ??? Project consultants are: The work involves the following alterations ??? Disconnection and removal of all existing ceiling fittings including lights, security & data and store for reuse ??? Install new ???Asona 50??? acoustic ceiling panels by direct fix method over existing plasterboard ceilings with proprietary aluminium jointing system ??? Install edge trim to suit ??? Refit all ceiling fittings removed above. ??? The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Project consultants are: o Project Manager: Frank Bourke o Lead Designer: IR Group Ltd",Awarded,We received one valid tender for the RFT and have accepted the tender from Morris & Bailey,20201117 Ministry of Education - School Infrastructure,20800573,Request for Tenders,Closed Competition,Main Building Contractor for Refurbishment of Classroom Block - Mountainview High School - Timaru,359-19-03,20190306,20190328,20190614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Refurbishment to Laboratory and Classrooms. Works to include replacing the existing doors with new double-glazed aluminium sliding doors to provide quick and easy access between learning areas. Replace lighting and increase number and location of light fittings. Replace wall linings with new acoustic rated wall linings for both acoustic and decorative improvements. Replace floor coverings to all areas including carpet and vinyl. Replace older sink units and install new resource storage units to classrooms. Install new insulation to ceilings and wall spaces wherever new work allows access. Reconfigure ceiling linings and heights, to suit any room re-planning. The proposed plan is to be reworked within the existing building envelope with access established between classrooms.",Awarded,The contract was awarded to Colin Shore Building Ltd. and will start on 17.06.19. The term of this contract is 4 months.,20201117 Ministry of Education - School Infrastructure,20801743,Request for Tenders,Open Competition,Main Contractor for Capital Maintenance of Essential Infrastructure at Tamatea High School,212900,20190307,20190405,20190516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Capital Maintenance of Essential Infrastructure Remediate leaks, non-operating windows, broken skylights Replace spouting, ac units",Awarded,,20201117 Ministry of Education - School Infrastructure,20807991,Request for Proposals,Closed Competition,Design and Build of a New 10 Classroom Block at Westlake Boys High School,,20190311,20190412,20190628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Design and Build of a New 10 Classroom Block at Westlake Boys High School (???the D&B Services??? at ???the School???),Awarded,,20201117 Ministry of Education - School Infrastructure,20808991,Request for Tenders,Open Competition,Main Contractor for Heating and Cooling Replacement at Manaia View School,,20190308,20190402,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Manaia View School is seeking a main contractor for the Heating and Cooling Replacement project.,Awarded,,20201117 Ministry of Education - School Infrastructure,20809189,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 3, 6 Roofing Works at Awhitu District School",,20190311,20190404,20190513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Awhitu District School are seeking a Main Contractor for the Blocks 1, 3, 6 Roofing Works.",Awarded,,20201117 Ministry of Education - School Infrastructure,20809797,Request for Tenders,Open Competition,Main Building Contractor for the Construction of Alterations and Additions to Block I at Tolaga Bay Area School - reposted,1857,20190307,20190312,20190412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This is a repost of a previous RFT, due to an error with respect to the closing dates. Tolaga Bay Area School is located approximately 55km north of Gisborne and is a composite school that teaches students from Year 1 to Year 13. o Under the school funding agreements with the MOE, it has been allocated funds to alter and add to the Block I classroom Block. o Currently the block has 1 standard classroom with supporting spaces for the kuranui plus the art room and supporting spaces. o The project looks to alter the building to cater for the kuranui and kuraiti. o The project involves: o Creating two interconnected classrooms complete with break out spaces, share kitchen and toilet facilities, plus resource storage o The classrooms were built over an old urupa (cemetery) and any deep earthworks will require an archaeologist to be present. The design has tried to mitigate this as much as possible. o A new deck is to be constructed on the carpark side of the building which is over a 11,000V cable and the design mitigates the risks associated with this work, but the contractor will still be required to seek expert H&S advice regarding this and work with Eastland Network while working above the cable. Refer to the attached documents for the previous addendum relating to the hardware and autex pinboard specifications.",Awarded,,20201117 Ministry of Education - School Infrastructure,20815406,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Site - Replace Roofing and Spouting at Tawa School, Tawa, Wellington",4826,20190313,20190408,20190418,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The existing metal roofing and spouting on a number of buildings at Tawa School has been subject to a recent detailed condition assessment. This has identified a number of buildings with material and products at end of life and areas of roof structure with inadequate falls with water ponding. Roofing coverings are generally in poor condition. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawa School Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,20201117 Ministry of Education - School Infrastructure,20819036,Request for Tenders,Closed Competition,Main Building Contractor for A Block Upgrade Stage 2 at Thames High School RFT,1091,20190313,20190410,20190625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Main Building Contractor for A Block Upgrade Stage 2 at Thames High School RFT,Awarded,Baker Construction have been awarded this contract on the basis of having the best overall evaluation score of 91/100 (for price and non-price attributes).,20201117 Ministry of Education - School Infrastructure,20819708,Request for Tenders,Open Competition,RFT - Omokoroa Point School 5YA ILE Project,,20190313,20190405,20190607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,Omokoroa Point School are inviting qualified contractors to submit a Tender for Main Building Contractor for the 5YA ILE & Outdoor Development Project at Omokoroa Point School.,Awarded,,20201117 Ministry of Education - School Infrastructure,20819947,Request for Tenders,Open Competition,Main Building Contractor for 4 classroom refurbishment (Block 12) at Conifer Grove School,,20190314,20190410,20190626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Conifer Grove Primary would like to invite a building contractor to submit a tender for a 4 classroom refurbishment (Block 12) at Conifer Grove School. The project scope will consist of replacement floor coverings, wall linings, lighting, autex, painting, new joinery and new roofing For a full scope of works please refer to the RFT document as well as the drawings attached. All Q&A must be submitted via the GETs website prior to the Q&A deadline. Site visits must be requested through the GETs Q&A system also.",Awarded,,20201117 Ministry of Education - School Infrastructure,20822434,Request for Tenders,Open Competition,Main Building Contractor for Various 5YA Projects at Gulf Harbour School,6920-5YA,20190313,20190405,20190627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"??? Gulf Harbour School Board of Trustees have identified a programme of works they would like undertaken and completed as part of their 5YA plan with the Ministry of Education. ??? The works planned for this procurement are as follows: ??? the refurbishment of the toilet blocks in Block 8 to make them more useful and replace end of life cycle items ??? Site works in the courtyard area between blocks 9,5 and 7 to repair damage to service cesspits and re-surface and landscaping the area ??? The project work will take place over the next 12 months as seperable portions with a programme of works to be negotiated but at all times the works must fit into the operational requirements of the school",Awarded,Thi contract has been awarded.,20201117 Ministry of Education - School Infrastructure,20825069,Request for Tenders,Open Competition,"Main roofing contractor for Blocks 1,2,5 and 6 at Puhinui School",,20190314,20190410,20190531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at Puhinui School are seeking a roofing contractor to supply and install roofing to blocks 1,2,5 and 6 at Puhinui School. The project scope will consists of full replacement roofing and spouting, scaffolding/edge protection, possible insulation if required, removal and reinstatement of air conditioning units if required All Q&A must be submitted via the GETs website prior to the Q&A deadline. Site visits must be requested through the GETs Q&A system also.",Not Awarded,There was one response on this tender therefore Yellowstone had to go direct to market to seek a fair tender set,20201117 Ministry of Education - School Infrastructure,20829049,Request for Proposals,Open Competition,Master Planning and Lead Design for Redevelopment Project at Arowhenua M??ori School,CW2019-032,20190314,20190409,20190524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Master Planning and Lead Design for Redevelopment Project at Arowhenua M??ori School Contract opportunity.,Awarded,The contract was awarded to Space and Light and will start in May 2019. The term of this contract is 3 Years.,20201117 Ministry of Education - School Infrastructure,20836812,Request for Proposals,Open Competition,Quantity Surveying Services for Library and D Block Remediation Projects at Rangitoto College,,20190315,20190409,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveying Services for Library and D Block Remediation Projects at Rangitoto College Contract opportunity.,Awarded,,20201117 Ministry of Education - School Infrastructure,20837443,Request for Quotations,Closed Competition,Design and Planning Services for the Hub Project at Mt. Roskill Grammar School,,20190319,20190404,20190530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Mt. Roskill Grammar School (MRGS) is a year 7 to 13 secondary school located in Frost Road, Mt. Roskill. The Board of Trustees has prepared a comprehensive masterplan for the school and now seeks to procure the design, engineering and planning services required for the design and construction of the following. Learning commons, information commons, refurbishment of two classrooms to form a servery, kitchen and dance space and construction of a unisex toilet block. These four projects are collectively known as ???The Hub???. The school wishes to commence a review of the masterplan and concept drawings for the Hub to confirm the current design meets the needs of the school. Tenderers will be asked to provide pricing for the entire project but the initial engagement will be for masterplan and concept only. The masterplan for the school was prepared in 2017 by Archimedia and estimates for the learning commons, information commons toilet block and classroom conversion and refurbishment were prepared by Maltbys Quantity Surveyors.",Awarded,"Thank you for your submission, This contract has been awarded to Ignite Architects For feedback on your submission, please feel free to email liz@n-compass.co.nz Regards",20201117 Ministry of Education - School Infrastructure,20843499,Request for Tenders,Open Competition,5439 Main Contractors for Stormwater and sewer drain replacement Palmerston North Boy's High School,5439,20190319,20190411,20190627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Palmerston North Boy's High School Board of Trustees is looking to procure a main contractor to undertake stormwater and sewer drainage replacement at the school.,Not Awarded,Contract awarded to Isles Construction June 2019,20201117 Ministry of Education - School Infrastructure,20844152,Request for Tenders,Open Competition,5440 RFT Main Contractor Palmerston North Boy's High School Hall Roof Replacement and other repairs,5440,20190319,20190411,20190627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Palmerston North Boy's High School is seeking to engage a main contractor for hall roof replacement and other repairs,Not Awarded,Contract awarded to Isles Construction June 2019,20201117 Ministry of Education - School Infrastructure,20849738,Request for Tenders,Open Competition,Main Contractor for F: WC & ILE Upgrade at Mangapapa School,2597-18-ILE,20190320,20190412,20190506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block F WC & ILE Upgrade Full toilet block upgrade Full ILE Upgrade of three classrooms involving: Opening of walls and creation of breakout spaces New acoustic wall linings and floor coverings New suspended ceilings and LED lighting Installation of bespoke joinery storage units Installation of new aluminium sliding doors Replacement of existing exterior window joinery",Not Awarded,"No tenders received by close off date. Tender re-released with amended plans 08.05.19",20201117 Ministry of Education - School Infrastructure,20854484,Request for Proposals,Open Competition,Quantity Surveyor Services for Redevelopment Project at Arowhenua M??ori School,CW2019-032,20190320,20190415,20190523,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveyor Services for Redevelopment Project at Arowhenua M??ori School Contract opportunity.,Awarded,The contract was awarded to BBD and will start on 17 May 2019. The term of this contract is December 2022 or until all deliverables have been met.,20201117 Ministry of Education - School Infrastructure,20855541,Request for Tenders,Closed Competition,Main Building Contractors for A Block Upgrade at Koromatua School (RFT),5764,20190321,20190410,20190617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tenderers have been asked to review prices as outlined by items 1-10 in NTT6 and to re-submit their Tender Submission. As the original tender (RFT 20648049) is closed we are unable to extend the closing date and have been advised to create a new tender that refers to this one to manage this process - RFT 20855541. The scope has not changed. Scope: Internal upgrade of 2 classrooms. Conversion of bag bay into wet area. Addition of external covered deck area. Start date: ASAP Construction period: 10 weeks Contract: MOE Medium Works DLP: 6 months",Awarded,The RFT has been awarded and all recipients notified by email.,20201117 Ministry of Education - School Infrastructure,20865590,Request for Proposals,Open Competition,Quantity Surveying Services at Sommerville Special School and Sir Keith Park School,MOE00541,20190322,20190417,20190516,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETS website,"This is an invitation to suitably qualified, experienced and resourced consultant to provide quantity surveying services during design and construction of the Major Redevelopment Works at Sommerville Special School (SSS) and Sir Keith Park School (SKP). The project is made up of the following redevelopment components: i. Design and rebuild of SSS including master planning for the full Tamaki Site ii. Design and rebuild of SKP including master planning iii. Associated site works and infrastructure upgrades as required",Awarded,,20201117 Ministry of Education - School Infrastructure,20866369,Request for Tenders,Open Competition,Main Building Contractor for Multipurpose Learning Spaces at Akina Community High School,,20190326,20190418,20190515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Multipurpose Learning Spaces at Akina Community High School,Awarded,,20201117 Ministry of Education - School Infrastructure,20868176,Request for Tenders,Open Competition,CW 2019-031 Te Kura o Te Whanau a Apanui D&B Housing RFT Final,,20190325,20190506,20190614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura O Te Whanau A Apanui is a new school development anticipated to commence construction in Te Kaha, July 2019. As part of the project a new housing development is for teacher accommodations is scheduled for construction alongside the main works. This will be dealt with as a completely separate contract and includes: ??? Design & Construction of 5 new houses ranging from 2 ??? 4 bedrooms each. ??? Refurbishment of one existing house on site along with a new double garage. ??? Completion of driveway access, civil infrastructure and landscaping features as itemised in the Tender Documents. ??? Address: 6998A State Highway 35, Te Kaha",Awarded,,20201117 Ministry of Education - School Infrastructure,20875457,Request for Tenders,Closed Competition,Temuka Primary School: 1: ILE Classroom Modifications,2109-18-06,20190328,20190426,20190610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Board of Trustees at Temuka Primary School we are now looking for tenders for the Block 1 ILE Classroom Modifications at Temuka Primary School. The contract works required are: - Create four openings between classrooms - Install glass sliding doors - Break out space/ additional storage in Block 1",Awarded,,20201117 Ministry of Education - School Infrastructure,20882587,Request for Tenders,Open Competition,Stormwater and Sewer Replacement at Kerikeri Primary School,,20190329,20190426,20190510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project work is to install new sewer and storm water drainage lines at Kerikeri Primary School, and to replace existing lines as shown in the plan and specification completed by Hawthorn Geddes.",Awarded,,20201117 Ministry of Education - School Infrastructure,20888539,Request for Tenders,Closed Competition,Beaconsfield School: Blocks 11 & 12 ILE Classroom Modifications,2114-18-01,20190401,20190430,20190604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Beaconsfield School is looking for suitably qualified main contractors to submit a registration of interest for Blocks 11 & 12 ILE Classroom Modifications project. Shortlisted contractors will be invited to submit a tender through a Request for Tender (RFT) via GETS. The full and detailed solution required will be specified in the Plans and Specifications included within the tender documents (RFT). The indicative start date is April 2019 with an indicative due date for completion to be confirmed. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,,20201117 Ministry of Education - School Infrastructure,20891551,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Change Room at Kelson School, Lower Hutt",5095,20190403,20190507,20190608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kelson School has a student who will require specialist bathroom facilities. Kelson School was principally constructed in the 1970???s with buildings clad with fibre cement sheet. The work proposed alters an internal space but may affect some exterior cladding for windows and doors. An asbestos report has been commissioned which may confirm its presence, accordingly this information will be shared with tenderers for them to include for its removal. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kelson School Board of Trustees producing full construction documentation.",Awarded,Tender submissions have been through evaluation and approvals processes,20201117 Ministry of Education - School Infrastructure,20897322,Request for Tenders,Closed Competition,Main building Contractor for Internal Upgrade of Blocks C D&F at Vardon School Hamilton,201904,20190403,20190502,20190620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Vardon School is seeking main contractors to carry out mainly internal alterations in Block C, D & F which includes creating external door opening and minor siteworks at Block C and D. This upgrade work includes the MOE design standards and weather-tightness requirements found at the following link: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/School-property-design/ RFT will be evaluated on the following criteria which are also listed in the RFT document: 1.Proposed Solution/ Methodolgy (15%) 2.Capability/ key personnel & list of sub-contractors (15%) 3.Capacity/ current work load (5%) 4.Price (65%) Request for Tender must repond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFTs are to be by GETS.",Awarded,"All tenderers were co-operative and clear. The tenders were competitive and no negotiation required. No further due diligence required.",20201117 Ministry of Education - School Infrastructure,20903358,Request for Tenders,Open Competition,Whangarei Primary School New classroom block,G614,20190403,20190503,20190604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Al submissions to be made through the GETS website,Construct a new 280m?? classroom block with toilet facilities and veranda as per plans provided in tender document package.,Awarded,,20201117 Ministry of Education - School Infrastructure,20905875,Request for Tenders,Open Competition,Special Needs Project at Ravensbourne School,,20190409,20190514,20190627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Ravensbourne School is a 30-pupil school situated on the western edge of Otago Harbour in Dunedin. Ravensbourne school Board of Trustees are seeking a main contractor to convert an old dental clinic into an accessible bathroom with laundry facilities. as part of a special needs project.There is also associated compliance upgrades such as emergency warning systems and emergency lighting to the main block of the school.,Awarded,"A very close tender, awarded due to H&S , program.",20201117 Ministry of Education - School Infrastructure,20906051,Request for Tenders,Open Competition,Kawhia School Main Contract Works for General Maintenance and Construction,CW2019-009,20190403,20190502,20190530,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The intention of this procurement is to source a main contractor to undertake General Maintenance work and construct an outdoor learning space at Kawhia School. A number of general maintenance issues have been compounding at Kawhia School. It has proven difficult for the School to engage suppliers in the area to undertake routine maintenance to a high standard. In order to attract larger and more capable suppliers a number of maintenance issues have been bundled together to form a larger project along with the contraction of an outdoor learning space. The project has been bought ???in-house??? to be led by the Ministry. The Ministry has engaged the following consultants for this project: o Quantity Surveyor: Sharon Fletcher ??? Kingston Partners Ltd o Lead Designer & Project Manager: Tim Wood ??? Eco-logical These works may be completed in stages across the various 2019 school holidays to minimise disruption. The indicative contract commencement date is 1 June 2019.",Awarded,,20201117 Ministry of Education - School Infrastructure,20906254,Request for Tenders,Open Competition,Main Contractor for Relocation of two buildings and asbestos removal / demolition of one toilet block at Morningside School,,20190403,20190502,20190618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Relocation of two buildings and asbestos removal / demolition of one toilet block at Morningside School,Awarded,,20201117 Ministry of Education - School Infrastructure,20909642,Request for Tenders,Closed Competition,Structural steel painting repairs at Remarkables Primary School,,20190405,20190501,20190519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Remarkables Primary School board of trustees are seeking a contractor to strip, re-coat intumescent coatings and repaint exterior structural steel at the School.",Awarded,"2 tenders were received. Both responses considered to be full and effective quotes, with decent track record of delivery. Price was the main determining factor in this tender. Regards",20201117 Ministry of Education - School Infrastructure,20913157,Request for Proposals,Closed Competition,CW2019-020 Project Management and Engineer to Contract for technology relocation & roll growth at Karori West Normal School (the School),,20190405,20190430,20190610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Project Management and Engineer to Contract for technology relocation & roll growth at Karori West Normal School - Contract opportunity. Further details can be found in the attached tender documentation.",Awarded,,20201117 Ministry of Education - School Infrastructure,20914422,Request for Proposals,Open Competition,Relocation of Contents for Linwood College,,20190405,20190503,20190612,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Relocation of Contents for Linwood College.,Awarded,"The contract was awarded to Fusion Workplace Services Limited and was awarded on 27 May 2019. The term of this contract is until the return move back to Linwood College is completed, expected to be in early 2022.",20201117 Ministry of Education - School Infrastructure,20916113,Request for Tenders,Open Competition,Main Contractor for Special Needs Fencing at Ashburton Borough School,,20190410,20190508,20190627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Ashburton Borough School (ABS) has approximately 460 pupils??? and 16 teaching spaces. It is situated in Ashburton. The school sits on the intersection of Winter Street, Short Street, Park Street and Moore St/ River Tce (SH77) in Ashburton. Outcome sought ABS are looking to improve the fencing along ??? the Short and Park Street Boundaries. ??? The Boundary between the school and 41 River Tce (SH77) ??? Install fencing between the school buildings and Winter St car park. ??? Improve the safety the existing fence by the Short St gate. ??? New safety latches to pedestrian gates off Short, Winter St???s ??? New safety latches to pedestrian gate off River Tce (SH77) ??? The fence is to be installed in the existing fence post holes where within 10m of a projected tree along the Short and Park St intersection. Requirement for Phasing. The contractor will provide a comprehensive programme outlining the order that they will approach the works,",Awarded,A very close tender awarded on H&S plan and program.,20201117 Ministry of Education - School Infrastructure,20936574,Request for Tenders,Closed Competition,Geraldine Primary School: Blocks 3 & 8 Classroom Addition & ILE Modifications,2107-18-01,20190415,20190516,20190612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Geraldine Primary School is looking to build an addition to a classroom and upgrade the existing classroom.,Awarded,,20201117 Ministry of Education - School Infrastructure,20938077,Request for Tenders,Open Competition,Tahatai Coast School - SNM - Fencing,,20190417,20190516,20190620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tahatai Coast School are seeking to replace and provide new fencing with pedestrian and vehicle gates to the secure the school perimeter.,Awarded,"Following a full and comprehensive procurement process and tender review, Chaytor Fencing were successful in this instance.",20201117 Ministry of Education - School Infrastructure,20939866,Request for Tenders,Open Competition,RFT Main Contractor for the Green Island School Special Needs Upgrade Project,3743.16.01,20190416,20190516,20190624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Special Needs Upgrade: The Contract Works required are to construct a lift building extension, install lift, construct ramps and install handrails, make good and upgrade areas to an easily accessible standard as specified in detail within the Project Drawing and Specifications.",Awarded,Successful tender based on price.,20201117 Ministry of Education - School Infrastructure,20946311,Request for Tenders,Closed Competition,"Main Building Contractor, Re-roofing Two Blocks, One Tree Hill College, Auckland",,20190423,20190517,20190605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project is to replace high level roof cladding over corridors, some wall cladding and windows on Tawa and Kowhai Blocks at One Tree Hill College, Auckland.",Not Awarded,Insufficient responses received.,20201117 Ministry of Education - School Infrastructure,20961997,Request for Tenders,Closed Competition,Main building contractor for Boiler replacement at Wallacetown School,18/02/4046,20190424,20190516,20190624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please complete all requested information in this RFT failing to complete all documents will result in the tender being rejected. The existing coal fired boiler at Wallacetown School has reached the end of its economic life and will be replaced with a new pellet boiler. This will also require the replacement of mains cable and switchboards to meet the new boiler loading and allow for temporary heating to be provided during the decommissioning of the existing boiler and the installation of the new boiler. Compliance work will include the upgrade of the fire alarm system, accessible access and fire egress. Also included in the project is the upgrade of the existing boys??? toilets in Block A to unisex toilets.",Awarded,,20201117 Ministry of Education - School Infrastructure,20977318,Request for Tenders,Closed Competition,Main Contractor for New 4-Classroom Block at Nawton School,,20190430,20190520,20190529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Through the rationalisation process of the 10YPP Block G was identified to be demolished and the school had been allocated 2 new additional classrooms due to projected and current roll growth. The rationalisation, 5YA funding and roll growth projects have been combined into one project to construct a new 4 classroom block for Nawton school. Scope of work - new classroom construction to consist of: ??? 4 new classrooms with breakout rooms and wet areas, new toilets to each end of the block ??? Concrete slab foundation with timber piling due to ground conditions ??? Timber framing and roof structure with insulation ??? Structural steel portals ??? Steel profile roof ??? Weatherboard on 20mm drainage cavity ??? Aluminium windows and doors ??? Interior acoustic wall linings and suspended acoustic ceiling ??? LED lighting ??? Vinyl to wet areas and bathrooms ??? Fittings to wet areas, bag bays and cooking station.",Awarded,The contract was awarded to Lobell Construction Ltd,20201117 Ministry of Education - School Infrastructure,20986210,Request for Tenders,Open Competition,Massey Primary School - Main Contractor - Re-roof & Toilet Upgrade,,20190502,20190527,20190612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"Through the 10YPP process at Massey Primary Block 1 has been identified to be re-roofed, a large area re-pitched and partial interior modernisation, block 5 has been identified for a minor toilet upgrade. The following projects have been combined into one procurement: ??? 1363-19-01 ??? 1: Re-roof ??? 1363-19-04 ??? 5: Upgrade existing Toilet Scope of Work: Block 1 Re-roof: ??? Isolated areas of asbestos removal required ??? Removal of all existing roof iron. ??? Existing roof structure removed over rooms 13-16 ??? Toilet block roof re-pitched and re-roofed ??? Electrical DB upgrade ??? Rooms 17-18 re-roofed ??? Rooms 13-16 re-pitched with new roof structure and Iron. o New suspended acoustic ceiling and insulation o New LED lighting Block 5 Toilet Upgrade: ??? Minor structural alteration???s ??? Minor Asbestos removal ??? Replace exiting vinyl and partitions and fittings The Contract Works required are: i. Block 1 - new roof construction and partial modernisation to a 6-classroom block that is split into 2 sections. Scope includes demolition including asbestos removal, new structure construction and roof cladding. ii. Block 5 - existing upgrade to boys and girls toilets and bag bays Requirement of works staging/milestones: ??? Asbestos removal will need to be undertaken during the mid-year holiday period As per programme works on block 1 will need to be staged to complete re-roof to classrooms 17-18 first and then moving onto 13-16, the 17-18 works will be finished for occupation at the start of term 3.",Awarded,The contract was awarded to Vikon Construction and will start on 21/06/2019,20201117 Ministry of Education - School Infrastructure,21011634,Request for Proposals,Open Competition,Logan Park High School - Lead Design Services for Roof Replacements,376 - 2019/1,20190510,20190607,20190617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Logan Park High School a seeking to appoint a Lead Designer for the replacement of the roof structures and roof coverings to the buildings within the school site. See attached tender documents for further information.,Awarded,"Following the evaluation of the submissions, this contract has been awarded to Oakley Gray Architects.",20201117 Ministry of Education - School Infrastructure,21016445,Request for Proposals,Open Competition,Cost Planning and Quantity Surveying Services for the Major Redevelopment Works at Central Auckland Special School and Wesley Intermediate School,MOE01232,20190510,20190604,20190628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETS website,"This is an invitation to suitably qualified, experienced and resourced consultant to provide cost planning and quantity surveying services for the Major Redevelopment Works at Central Auckland Special School (CASS) and Wesley Intermediate School (Wesley). The project is made up of the following redevelopment components: i. Design and build of CASS including master planning ii. Design and rebuild of Wesley including master planning iii. Associated site works and infrastructure upgrades as required",Awarded,,20201117 Ministry of Foreign Affairs and Trade,436422,Request for Proposals,Open Competition,Language Training & Assessment Services - Old GETS ref# 42739,MFAT_903,20140707,20140804,20180123,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The purpose of RFP is to select a panel of providers to deliver face to face language training and assessment services to MFAT employees in a range of languages. MFAT require one specialist language provider per language",Not Awarded,This award notice has been posted for administrative purposes only.,20201117 Ministry of Foreign Affairs and Trade,4191654,Request for Tenders,Open Competition,Sharepoint Resource Panel,,20140909,20141015,20180123,,Sole Agency,No,michele.usher@mfat.govt.nz,The Ministry is seeking to re-establish the SharePoint Panel which was previously issued to GETS in 2011. The Ministry requires panel members to deliver Microsoft SharePoint product related services into our environment. The Ministry expects to appoint a number of suppliers to the panel. Contracts will be awarded for an initial period of twenty-four (24) months with an option to renew for a further twelve (12) months.,Not Awarded,This award notice has been posted for administrative purposes only.,20201117 Ministry of Foreign Affairs and Trade,5098851,Request for Proposals,Open Competition,Cleaning for Head Office Wellington,,20141014,20141112,20150408,,Sole Agency,No,,Cleaning for Head Office Wellington,Awarded,,20201117 Ministry of Foreign Affairs and Trade,7410270,Request for Proposals,Open Competition,Database and Visualisation Tool,,20141216,20150126,20150320,,Sole Agency,No,,"The Ministry has been asked to become a central repository for a live database on the past, current and future projected NZ Inc. (refers collectively to New Zealand government agencies) international footprint. This includes physical locations, numbers and distribution of seconded and Locally Employed Staff ( LES) staff for all NZ Inc. agencies. In addition, the Ministry is required to be able to provide a visual display of the data on a map. The Ministry is looking for one of the following options: ??? Purchase an off the shelf database and visualisation tool; or ??? Purchase a database and visualisation tool separately. In this case the vendor will be responsible for the integration; or ??? If neither of the above solutions exists, then we may consider a bespoke development The Ministry requires a database to enable it to efficiently and effectively store and display this information. The purpose of this document is to communicate the detailed software requirements for the required database.",Not Awarded,No response met the requirements of the Ministry in terms of functionality and price,20201117 Ministry of Foreign Affairs and Trade,7893832,Request for Proposals,Open Competition,Technology Solution to Support the Scholarship Programme,,20150120,20150213,20150513,,Sole Agency,No,,"The Ministry is seeking a suitably qualified and experienced vendor to provide an IT solution to support the delivery of a standardised end to end business process for the Scholarships Programme and enable the introduction of new and innovative services for Scholars. The new system will ideally enable core business to be conducted electronically, automates routine tasks, support standardisation but retains some flexibility to reflect local needs, provides transparency for all business transactions and decisions, and provides access to comprehensive and timely management information. Through the Scholarships Programme individuals from developing countries around the world are funded to gain a tertiary qualification relating to a targeted development need in their home country. We offer Scholarships to over 90 countries around the world and the Alumni of our programme potentially go on to hold influential positions in social, political and economic areas in their home nations. You have an opportunity to help us ensure that the aid investment in scholarships to developing countries is administered efficiently and is effective in reducing poverty and contributing to a more secure, equitable and prosperous world.",Awarded,This contract has been awarded to Davanti Consulting Ltd as the implementation partner to deliver a Scholarships IT solution based on the Salesforce.com platform.,20201117 Ministry of Foreign Affairs and Trade,12986936,Request for Proposals,Open Competition,Asset Information Management System,,20140428,20140430,20150616,,Sole Agency,No,,,Not Awarded,RFP 41678 failed to secure a preferred vendor.,20201117 Ministry of Foreign Affairs and Trade,17039636,Request for Proposals,Open Competition,International News Services,MFAT_1280,20151130,20151224,20180123,,Sole Agency,No,,,Not Awarded,This award notice has been posted for administrative purposes only.,20201117 Ministry of Foreign Affairs and Trade,17164877,Request for Proposals,Open Competition,Provision of a Digital Social Media Analysis Tool,1458,20160201,20160225,20160520,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade: ??? Provides objective advice to the New Zealand Government on international relations; ??? Advances and protects New Zealand???s security and trade interests abroad; ??? Manages New Zealand???s overseas aid Programmeme; and ??? Provides consular support for New Zealanders overseas. The Ministry is also the channel for the New Zealand Government???s official communications to and from other countries and international organisations. In promoting New Zealand???s interests globally, the Ministry needs to be able to quickly understand and monitor the breadth of sources and opinions that exist around a range of issues. The Ministry seeks to engage with an organisation that can provide an enterprise level digital monitoring and analytics tool (via a licencing agreement) to analyse open-source (social media) information aggregated from a wide range of digital sources (as specified in our requirements), from global locations and multiple languages.",Awarded,"The Ministry of Foreign Affairs and Trade have appointed Ripjar Limited to provide a social media analysis tool following the conclusion of an open RFP process. The contract commences on 1 June 2016 for a two year term with an optional term of one year. The value of the contract does not exceed NZ$250,000",20201117 Ministry of Foreign Affairs and Trade,18436029,Request for Proposals,Open Competition,Electrical infrastructure refurbishment and preventative maintenance program at NZ High Commission Pacific Island Residences,MFAT_1835,20170303,20170324,20170612,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is inviting the submission of proposals from suitably qualified and experienced suppliers for the provision of the above Services. The purpose of this RFP is to select a Main Contractor for the refurbishment of electrical infrastructure of five MFAT New Zealand High Commission Residences in the Pacific region, with whom the Ministry may enter into an electrical services contract. MFAT may seek to negotiate the scope of services and budget proposal before finalising a contract with the preferred supplier. MFAT reserves the right to accept only one or some of the nominated individuals, and to put together a team from all Proposals submitted and/or commission additional expertise if required",Awarded,Awarded to Current Electrical Limited Auckland,20201117 Ministry of Foreign Affairs and Trade,18673807,Request for Quotations,Open Competition,1904 LAN Switch Replacement Equipment,Contract 1904,20170519,20170607,20170703,,Sole Agency,No,"C/O Malcolm Lee-Guard, 12 Floor Reception, Head Office 195 Lambton Quay. Private Bag 18 901 Wellington 6160, New Zealand",MFAT is replacing its Local Area Network (LAN) and requires specific LAN Technology Equipment to replace and augment its highly secure networks whilst maintaining compatibility with its other incumbent technology and internal technical infrastructure support base. The RFQ also request some additional support in short term storage and delivery management requirements.,Awarded,The contract has been awarded to Advance Computer Solutions Limited (trading as ACSData) on the 28/06/2017,20201117 Ministry of Foreign Affairs and Trade,19320821,Request for Tenders,Open Competition,"Design and Construct for Building and Civil work at Multi-Purpose Hall Site, Honiara",WPG-0100392,20171212,20180223,20190517,,Sole Agency,No,,"The Principal, Ministry of Foreign Affairs and Trade, New Zealand (MFAT), through its office at the New Zealand High Commission, Honiara is inviting tenders for: Design and Construct for Building and Civil Work at Multi-Purpose Hall Site, Honiara, Solomon Islands. Below is a summary of key items of work: Hall Extension The works involve provision of a functional building extension or adjoining building to the Multi-Purpose Hall, by designing and building a two storey structure which joins and connects to the existing building, allowing users to pass from one building to the other internally. Youth Building The Contractor is to demolish the existing weight lifters building located at the front of the Hall site, and design and construct a replacement in the same or similar location. This new building is to have a ground floor, partial first floor and outside covered deck area Performance Stage The Contractor is to design and construct a new performance stage and building to the sides and behind the stage to support performance arts on the site. Surface drainage, hard stand areas and utility work The hardstand / car park areas to the East beyond the new building extension and around the Youth Building are to be modified and have surface run off control installed. North West Tennis Courts/proposed Futsal - Civil and Drainage Work is to include demolishing the two existing concrete court areas and forming a larger single concrete slab in the same location to allow a full size Futsal court to be line marked as well as three tennis courts. North West Tennis Courts/proposed Futsal - Shade Canopy and Lighting A new shade/canopy structure is to be installed over the new Tennis and Futsal court run off areas at a minimum height of 8 metres above court level. The minimum area to be shaded is 1,488 square metres. Outdoor Sports Court Surfacing and Multi Sport Line marking Acrylic Sports surface and multisport line marking for the Southern and Northern Courts.",Awarded,"Contracted awarded to: Reeves Construction Services Pty Ltd Description: Design and build of the Honiara??Multi-Purpose Hall east extension, the Youth Hub building, the Performing Arts space and a stand-alone toilet block Contract Award Date: 14 March 2019 Contract Term: 14 March 2019 to 15 May 2021 Expected Spend (NZD): $7,233,345.00 Tender Type: Open Tender",20201117 Ministry of Foreign Affairs and Trade,19331454,Request for Proposals,Open Competition,Myanmar Renewable Energy Programme,WPG-0100515,20171215,20180216,20180622,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) for the role of Programme Manager to implement the Myanmar Renewable Energy Programme.The Programme will provide technical assistance and capacity building in support of Myanmar???s renewable energy sector. The Programme will be a portfolio of individual renewable energy sector initiatives (Projects) that will be progressively identified, scoped, agreed and implemented under a responsive and adaptive development assistance process over a five-year period. MFAT expects to contract the Programme Manager, subject to financial approvals, to manage the Programme and will separately contract other Suppliers for implementing each Project. It is anticipated that between six and ten Projects, with a combined New Zealand investment of up to NZD15 million will be approved and implemented over the Programme term. The Programme Manager is expected to be based in Yangon and the role delivered by a full time, pre-agreed named individual (the Service). The goal of the Myanmar Renewable Energy Programme initiative (hereinafter referred to as the Activity) is to increase the beneficial use of renewable energy to support economic and social development in Myanmar. The long-term outcomes to be achieved are: ??? increased local economic and social development opportunities arising from distributed renewable energy projects; and ??? increased benefits to Government of Myanmar from the sustainable development of Myanmar???s renewable energy resources for power generation The Programme will have two stages: Phase 1 Activity design has been completed with three Projects selected for implementation over the first two years, subject to financial approval. It is expected that these Projects will be about to begin or under implementation by the time the Programme Manager is deployed to Myanmar. Phase 2 may be a continuation of phase 1 Projects or new initiatives identified and planned by the Programme Manager. The Programme Manager is expected to prepare the Activity design, as per MFAT???s template design document, for this second phase. MFAT expects to contract the Programme Manager for two years with the option, at MFAT???s sole discretion, to extend the contract for (up to) a further three years",Awarded,"Contract awarded on the 20/06/2018 to Kaladan Holdings Limited 62 Pyay Rd, 6.5 Miles Hlaing Township Yangon Myanmar",20201117 Ministry of Foreign Affairs and Trade,19331650,Request for Proposals,Open Competition,Laos Renewable Energy Facility Manager,WPG-0100523,20171215,20180216,20180511,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) for the role of Facility Manager to manage the Laos Renewable Energy Facility. The Facility will provide technical assistance and capacity building in support of Laos??? renewable energy sector. The Facility will be a portfolio of individual renewable energy sector initiatives (Projects) that will be progressively identified, scoped, agreed and implemented under a responsive and adaptive development assistance process over a five-year period. MFAT expects to contract the Facility Manager, subject to financial approvals, to manage the Facility and will separately contract other Suppliers for implementing each Project. It is anticipated that between 10 and 15 Projects, with a combined New Zealand investment of up to NZD10 million will be approved and implemented over the Facility term. The Facility Manager is expected to be based in Vientiane and the role delivered by a full time, pre-agreed named individual (the Service). MFAT expects to contract the Facility Manager for two years with the option, at MFAT???s sole discretion, to extend the contract for (up to) a further three years. The goal of the Laos Renewable Energy Facility (hereinafter referred to as the Activity) is to increase the beneficial use of renewable energy to support economic and social development in Laos. The long-term outcomes to be achieved are: ??? Improved benefits to the Laos Government from the power sector; and ??? Increased economic and social development opportunities from distributed renewable energy projects",Awarded,"Contract awarded on the 3rd of May 2018 to Pattle Delamore Partners Ltd. 22 Catherine Street Henderson Auckland 0612 New Zealand",20201117 Ministry of Foreign Affairs and Trade,19410312,Request for Proposals,Open Competition,Tarawa Replacement Marine Craft,2102,20180201,20180302,20190114,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) are inviting the submission of proposals from suitably qualified and experienced maritime suppliers for the provision of the above assignment. Details of the services and deliverables required are contained in Attachment One, Specification of Requirement. This RFP consists of: ??? Attachment One; Requirements; ??? Attachment Two; Assessment Criteria; ??? Attachment Three; MFAT Standard Terms and Conditions; ??? Attachment Four; Respondent???s Declaration; ??? Attachment Five; Response Template; ??? Attachment Six; Price Proposal; ??? Attachment Seven; Health and Safety Acknowledgement Form; and ??? Attachment Eight; Health and Safety Self Assessment Responses are required to consider outlining full warranty provisions, O&M manuals, oils, lubricants, fuel, spares, parts, support, maintenance and servicing. Consideration is required to outline proposals for freight, customs and delivery to Tarawa using applicable Incoterms. Proposals may also consider the disposal for the old craft. Responses will need to be fit for purpose and free of any defective workmanship. Acceptance will be subject to compliance with Maritime New Zealand rules, certification and sea tests. Responses will ensure that no interest is filed or registered against the craft. Given the operating environment the provision of engines must be under warranty. (high marine salt environment) Please note - alternative proposals may be considered - provided that a compliant response is submitted in the first instance. Please contact Hayden Mischefski at propertybuyer@mfat.govt.nz for all enquiries and questions.",Awarded,"Contract awarded on the 26th November 2018 to Osprey Boats Ltd 26 Echodale Place Stoke Nelson 7011",20201117 Ministry of Foreign Affairs and Trade,19436025,Request for Proposals,Open Competition,Design of the PACER Plus Implementation Unit,WPG-0100432,20180213,20180312,20180612,,Sole Agency,No,,"The Pacific Agreement on Closer Economic Relations Plus (PACER Plus) is a regional trade and development agreement signed by 11 Pacific countries (Australia, Cook Islands, Kiribati, Nauru, New Zealand, Niue, Samoa, Solomon Islands, Tonga, Tuvalu and Vanuatu) in 2017. Under PACER Plus, Australia and New Zealand will jointly fund a five-year Development and Economic Cooperation Work Programme that will assist Pacific Island Parties to build trade capability and take advantage of regional trade and investment opportunities. The PACER Plus Implementing Arrangement mandates that an Implementation Unit be established to administer the Work Programme and to service the PACER Plus Joint Committee. The purpose of this procurement is to procure services to design an Implementation Unit that supports the implementation of PACER Plus from the date it enters into force (anticipated in 2019). The design process will be jointly managed by the New Zealand Ministry of Foreign Affairs and Trade (MFAT) and the Australian Department of Foreign Affairs and Trade (DFAT). It must be inclusive of and strongly driven by consultation with all PACER Plus signatories. We do not want proposals for the composition, establishment or management of the Implementation Unit. Respondents must demonstrate the following knowledge, skills and experience: ??? Capability and capacity in organisational design ??? Pacific experience and expertise ??? Trade and foreign investment expertise The deadline for Proposals is 4PM Monday 12 March 2018.",Awarded,"Contract awarded to AECOM Services Pty Ltd Level 8 Wickham Street Fortitude Valley QLD 4006 Australia Contract awarded on the 18th May 2018",20201117 Ministry of Foreign Affairs and Trade,19631099,Request for Proposals,Open Competition,Viet Nam Wholesale Electricity Market Development: Technical Assistance to ERAV,WPG-0100835,20180416,20180514,20181031,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants to provide technical assistance for the Electricity Authority of Viet Nam (ERAV) to strengthen their Viet Nam Wholesale Electricity Market (VWEM) market simulation capabilities.",Awarded,,20201117 Ministry of Foreign Affairs and Trade,19783306,Request for Proposals,Open Competition,Cook Islands Asset Management Programme (on behalf of the Cook Islands Government),WPG-0100506,20180601,20180628,20181012,,Sole Agency,No,,"Asset Management Programme on behalf of the Cook Islands Government. Do you have experience with the establishment and management of asset management programmes, and interested in assisting in a NZ Aid Programme supported project in the Pacific? MFAT are assisting this procurement process in collaboration with the Cook islands Government. The contract will be managed directly by the Cook Islands Government. The purpose of this project is to mainstream the management of public assets in the Cook islands. This assignment will assist in the scoping and development of a programme to update the existing asset management system to ensure that all new, unregistered or undiscovered assets are identified, and registered. In addition to setting up the systems we are looking for a supplier who can enhance local management expertise and system capabilities. The full requirements for this project are included in the attached RFP documentation.",Not Awarded,"Agency Name: Government of the Cook Islands. Successful supplier: GForce Consulting Address: Somerfield, Christchurch NZ. Contract value: Phase 1, $136,400, Phase 2 $375,400, therefore expected spend under this contract, $511,800 Services: Asset Management Consultancy Services Contract award: mid November Contract Term: 2 years Procurement Process: Openly advertised. Exemption: N/A or no",20201117 Ministry of Foreign Affairs and Trade,19958098,Request for Proposals,Open Competition,Review of Tokelau???s Clinical Health Services and Patient Referrals Scheme,WPG-0101048,20180727,20180905,20190122,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to review and report on Tokelau???s Clinical Health Services and Patient Referrals scheme. The goal of the review is to improve the delivery of clinical health services and the patient referral scheme. MFAT envisage that the Activity would be a maximum of eight months starting in quarter 4 of 2018. Details of the work and deliverables, desired team skills and resources required are contained in the Terms of Reference.",Not Awarded,"Contract Title: Review of Tokelau???s Health Services Supplier Name: Massey University Supplier Address: Manawatu Campus (Turitea), Tennent Drive, Palmerston North 4474, New Zealand Contract Description: The review of clinical health services in Tokelau and the Patient Referral Scheme Awarded Date: 6 December 2018 Contract Start Date: 6 Dec 18 Contract End Date: 1 Sep 19 Purchase Value (NZD) $108,863 Type: Contract for Services (CFS) Contractor Selection: Open Tender Exemptions: None",20201117 Ministry of Foreign Affairs and Trade,20012010,Request for Proposals,Open Competition,Fiji Fisheries Information Systems,WPG- 0100155,20180810,20180907,20190530,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organizations or consultants (including consortia) to design and implement a Fiji Fisheries Information System to support Fiji???s priorities to ensure adequate fisheries information, including data and research results, to inform fisheries development and management, as outlined in the Fiji National Fisheries Policy (Policy Goal 5). The project has wide ranging scope and diverse requirements to update and future proof the demands on this system. The goal of the Activity is to improve Fiji???s offshore and coastal fisheries information management systems.",Awarded,"Contract Title: Fiji Fisheries Information Management System Supplier Name: Zest IT Limited Supplier Address: Level 1, 3 Anzac Street, Takapuna, Auckland, 0622, New Zealand Contract Description: The goal of the Fisheries Information Management System initiative is to improve Fiji???s offshore and coastal fisheries information management systems.?? Awarded Date: 17 May 2019 Contract Start Date: 17 May 2019 Contract End Date: 30 April 2020 Purchase Value (NZD) $224,340 Type: Contract for Services (CFS) Contractor Selection: Open Tender Exemptions: None",20201117 Ministry of Foreign Affairs and Trade,20296406,Request for Proposals,Open Competition,Consultancy & Technical Support Services Hosting APEC2021 as a Sustainable Major Event,,20181016,20181119,20190228,,Sole Agency,No,,"APEC 2021 is a major event for New Zealand and the Ministry of Foreign Affairs & Trade (???the Ministry???) is committed to adopting an organised process based approach to planning and hosting a sustainable event per the requirements of ISO 20121:2012 Event Sustainability Management Systems. It is important for the Ministry that this sustainable event contributes to the three dimensions of sustainability - economic, environmental and social. The Ministry is seeking a provider to provide high quality consultancy services and technical support to assist the APEC21 Programme meet ISO 20121 requirements (???the Services???) with planning and hosting this event. NOTE Pre-Condition: The Respondent having a proven ability and a successful track record of implementing and using a sustainability management system such as ISO 20121 for the preparation and hosting of a major sustainable event. Attachments include: Appendix A Response Form - Consultancy & Technical Support Hosting APEC Sustainable Event Draft Government model contract (GMC) template - Services Schedule 2 - Standard Terms and Conditions - Services - Form 1 RFP - Consultancy & Technical Support Services hosting APEC 2021 Sustainable Event",Not Awarded,"Contract Title: Consultancy and Technical Support Services Hosting APEC 2021 as a Sustainable Major Event Supplier Name: Proxima Consulting Ltd. Supplier Address: 125 Queen Street, Level 5, Auckland CBD 1010, New Zealand Contract Description: The supplier will provide consultancy services and technical capability regarding implementation of ISO 20121 to host the APEC2021 event. Awarded Date: 18 February 2019 Contract Start Date:18 February 2019 Contract End Date: 30 June 2022 Purchase Value Range (NZD) $200,000 - $250,000 Type: GMC Form 2 Services (2nd Ed.) Contractor Selection: RFQ Exemptions: None",20201117 Ministry of Health,421098,Request for Proposals,Open Competition,Research Proposals for a Clinical Trial of Interventions for Problem Gambling - Old GETS ref# 42605,,20140620,20140827,20150226,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Ministry of Health is seeking high quality research proposals for a clinical trial of face-to-face interventions for people with gambling problems. The interventions assessed in the trial must include some of those currently delivered in problem gambling services in New Zealand. The trial must include a cognitive-behavioural intervention and a motivational interviewing intervention, and appropriate numbers of M??ori and Pacific island participants. It is expected that participants in this trial will meet PGSI criteria for moderate-risk and problem gambling.",Awarded,This is to advise that the contract for this tender (price band 1.2 to 1.5 $million) has been awarded to Auckland University of Technology.,20201117 Ministry of Health,435864,Request for Proposals,Open Competition,RFP for Architectural and Health Planning for Greymouth Hospital - Old GETS ref# 42698,GR005,20140702,20140807,20141112,,Sole Agency,No,Ministry of Health - Level 2 - No1 The Terrace - Wellington,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER To invite parties to submit Proposals to provide Architectural and Health Planning services for the design of a new integrated family health centre and hospital in Greymouth.",Not Awarded,This contract has been awarded to CCM Architects,20201117 Ministry of Health,435871,Request for Proposals,Open Competition,RFP for Project Management Services for Greymouth Hospital - Old GETS ref# 42699,GR004,20140702,20140731,20141112,,Sole Agency,No,Ministry of Health - Level 2 - No1 The Terrace - Wellington,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER To invite parties to submit Proposals to provide Project Director and Project Management services for the design and construction of a new integrated family health centre and hospital in Greymouth.",Not Awarded,This contract has been awarded to Johnstaff NZ Pty Ltd,20201117 Ministry of Health,435877,Request for Proposals,Open Competition,Quantity Surveyor Services for Greymouth Hospital - Old GETS ref# 42700,GR006,20140702,20140728,20141114,,Sole Agency,No,"""Ministry of Health Level 2 No1 - The Terrace - Wellington""","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER To invite parties to submit Proposals to provide Quantity Surveyor services for the design and construction of a new integrated family health centre and hospital in Greymouth.",Not Awarded,This contract has been awarded to Davis Langdon.,20201117 Ministry of Health,441167,Request for Tenders,Open Competition,Site Enabling and Bulk Earthworks (Enabling Package) for the Christchurch Hospital Redvelopment: Acute Services Building - Old GETS ref# 42779,CH024,20140709,20140813,20141007,,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The scope of Works sought via this RFT includes: (a) clearing the site of trees, garden beds, street lighting, retaining walls and saving and replacing daffodil bulbs and protection of identified trees in consultation with arborist. (b) diverting existing stormwater, sewer and portable water / fire ring main (c) remove existing in-ground diesel tank and install new (d) remove existing in-ground sewer pumping chamber and install new (e) demolish the Oral Health to Oncology Services Tunnel (f) install temporary services to enable continued service to Oral Health and Outpatients Building (g) install ASB in-ground services, including the stormwater retention tank (h) bulk earthworks (i) remove & dispose of fill (clean and potentially contaminated) (j) modify the existing clean loading dock and (k) establish new Clean & Dirty Loading Zones. Specifications and Drawings in support of this RFT are provided via the ACONEX system to those who have registered with the Ministry of Health.",Awarded,,20201117 Ministry of Health,519110,Request for Proposals,Open Competition,Evaluation of the Maternity Quality and Safety Programme - Old GETS ref# 42858,,20140717,20140815,20190211,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER This evaluation will focus on what has worked at local (DHB) level to improve the safety and quality of local maternity services. The evaluation will also assess selected nationally-led activities and their effectiveness in supporting local improvements. Findings will inform how to best deliver continued local maternity quality and safety improvements and assist the programme???s transition to business as usual.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,519120,Request for Proposals,Open Competition,Evaluation ??? Palliative Care Managed Clinical Network - Old GETS ref# 42859,,20140717,20140805,20170407,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Health Workforce New Zealand is seeking proposals to evaluate a three year multi-organisation programme of work aimed at delivering sustainable models of service and funding changes that improve access for people requiring palliative care.",Not Awarded,,20201117 Ministry of Health,654810,Request for Quotations,Open Competition,Evaluation of the Ministry of Health Disability Support Services National Pasifika Disability Plan Faiva Ora 2010-2013 - Old GETS ref# 42906,DSS/FA,20140724,20140807,20141006,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"Evaluation of the Ministry???s Disability Support Services Faiva Ora ??? National Pasifika Disability Plan 2010-2013. Key deliverables for this RFQ will include a final evaluation report and a suite of stories. The budget for the Service is a maximum of $45,000 (excluding GST);",Awarded,"Term of Contract: 1/10/2014 to 15/12/2014 Description of Service: Evaluation of the Ministry of Health, Disability Support Services, Natioinal Pasifika Disability Plan Faiva Ora 2010-2013 Award Date: 1 October 2014",20201117 Ministry of Health,2210616,Request for Proposals,Open Competition,Request for Proposal for Provision of Aniva Pacific Health Workforce Development Programmes - Old GETS Ref 41735,,20140311,20140415,20140731,,Sole Agency,No,,Request for Proposal for Provision of Aniva Pacific Health Workforce Development Programmes - Old GETS Ref 41735,Awarded,"Term of Contract: 27/06/2014 to 31/12/2017 Description of Goods/Services/Works: Provision of Aniva Pacific health Workforce Development Programme",20201117 Ministry of Health,2232864,Request for Proposals,Open Competition,Gout Health Literacy - Old GETS Ref #41324,,20140213,20140312,20140801,,Sole Agency,No,,Gout Health Literacy - Old GETS Ref #41324,Awarded,"Term of Contract: 01/06/2014 to 31/08/2015 Description of Goods/Services/Works: Project to build wh??nau health literacy in a marae-based setting with a focus on gout, in particular preventing gout and the importance of ongoing self-management.",20201117 Ministry of Health,2232904,Request for Proposals,Open Competition,Health Needs Assessment - Old GETS Ref #41975,,20140402,20140502,20140801,,Sole Agency,No,,Health Needs Assessment - Old GETS Ref #41975,Awarded,"Term of Contract: 23/07/2014 to 30/06/2015 Description of Goods/Services/Works: Provision of 20 DHB M??ori Health Profile; one National M??ori Health Profile and educational resources.",20201117 Ministry of Health,2259427,Request for Proposals,Open Competition,Healthy homes services to reduce household crowding in families with children at risk of rheumatic fever in the Bay of Plenty DHB area,,20140801,20140910,20150413,,Sole Agency,No,"PO Box 5013, Wellington 6145","1. Reducing rates of Rheumatic Fever (RF) is one of the Government???s Better Public Services (BPS) targets, to decrease incidence of RF by two-thirds to 1.4 cases per 100,000 by 2017. 2. There is a strong link between housing conditions, particularly household crowding, and RF. Living in crowded housing conditions increases the transmission rates of a range of infectious diseases including Group A Streptococcal (GAS) throat infections, the necessary precursor to RF. This is in relation to both the size of the house compared to the number of people living in it (structural crowding), and ensuring not too many people crowd into a single room to sleep, due to an inability to provide a warm, dry house (functional crowding). 3. Currently the Annual Planning Toolkit for FY 2013/14 requires each high-incidence DHB to develop and implement a Rheumatic Fever Prevention Plan. This includes developing systems to identify families with children at high risk of RF living in crowded housing, and appropriately refer each case to local housing and/or social services for follow up and intervention. 4. The Auckland-wide Healthy Homes Initiative (AWHI) service is a new service funded through the RFPP and has been operational since December 2013. AWHI???s key focus is on reducing functional and structural household crowding in families with children at high risk of RF in the Auckland-metro area. 5. In May 2014, the Government announced additional funding to expand the RFPP. One new commitment was to implement further initiatives to reduce household crowding. Of this, $1 million per annum for two years will be directed through high incidence DHBs to purchase services to develop healthy homes initiatives. The initiatives will focus on reducing household crowding in families with children at risk of RF, building on the services currently operating in the DHB areas. 6. The overall objective is to reduce household crowding in families with children at risk of RF, by designing and implementing a healthy homes service in each DHB. The Ministry is seeking to fund a service system or components of a service system, which builds on existing initiatives. The exact contract deliverables for each DHB area will be determined following the RFP process.",Awarded,,20201117 Ministry of Health,2259597,Request for Proposals,Open Competition,Healthy homes services to reduce household crowding in families with children at risk of rheumatic fever in the Lakes DHB ares,,20140801,20140910,20150413,,Sole Agency,No,"PO Box 5013, Wellington 6145","1. Reducing rates of Rheumatic Fever (RF) is one of the Government???s Better Public Services (BPS) targets, to decrease incidence of RF by two-thirds to 1.4 cases per 100,000 by 2017. 2. There is a strong link between housing conditions, particularly household crowding, and RF. Living in crowded housing conditions increases the transmission rates of a range of infectious diseases including Group A Streptococcal (GAS) throat infections, the necessary precursor to RF. This is in relation to both the size of the house compared to the number of people living in it (structural crowding), and ensuring not too many people crowd into a single room to sleep, due to an inability to provide a warm, dry house (functional crowding). 3. Currently the Annual Planning Toolkit for FY 2013/14 requires each high-incidence DHB to develop and implement a Rheumatic Fever Prevention Plan. This includes developing systems to identify families with children at high risk of RF living in crowded housing, and appropriately refer each case to local housing and/or social services for follow up and intervention. 4. The Auckland-wide Healthy Homes Initiative (AWHI) service is a new service funded through the RFPP and has been operational since December 2013. AWHI???s key focus is on reducing functional and structural household crowding in families with children at high risk of RF in the Auckland-metro area. 5. In May 2014, the Government announced additional funding to expand the RFPP. One new commitment was to implement further initiatives to reduce household crowding. Of this, $1 million per annum for two years will be directed through high incidence DHBs to purchase services to develop healthy homes initiatives. The initiatives will focus on reducing household crowding in families with children at risk of RF, building on the services currently operating in the DHB areas. 6. The overall objective is to reduce household crowding in families with children at risk of RF, by designing and implementing a healthy homes service in each DHB. The Ministry is seeking to fund a service system or components of a service system, which builds on existing initiatives. The exact contract deliverables for each DHB area will be determined following the RFP process.",Awarded,,20201117 Ministry of Health,2259598,Request for Proposals,Open Competition,Healthy homes services to reduce household crowding in families with children at risk of rheumatic fever in the Northland DHB area,,20140801,20140910,20150413,,Sole Agency,No,"PO Box 5013, Wellington 6145","1. Reducing rates of Rheumatic Fever (RF) is one of the Government???s Better Public Services (BPS) targets, to decrease incidence of RF by two-thirds to 1.4 cases per 100,000 by 2017. 2. There is a strong link between housing conditions, particularly household crowding, and RF. Living in crowded housing conditions increases the transmission rates of a range of infectious diseases including Group A Streptococcal (GAS) throat infections, the necessary precursor to RF. This is in relation to both the size of the house compared to the number of people living in it (structural crowding), and ensuring not too many people crowd into a single room to sleep, due to an inability to provide a warm, dry house (functional crowding). 3. Currently the Annual Planning Toolkit for FY 2013/14 requires each high-incidence DHB to develop and implement a Rheumatic Fever Prevention Plan. This includes developing systems to identify families with children at high risk of RF living in crowded housing, and appropriately refer each case to local housing and/or social services for follow up and intervention. 4. The Auckland-wide Healthy Homes Initiative (AWHI) service is a new service funded through the RFPP and has been operational since December 2013. AWHI???s key focus is on reducing functional and structural household crowding in families with children at high risk of RF in the Auckland-metro area. 5. In May 2014, the Government announced additional funding to expand the RFPP. One new commitment was to implement further initiatives to reduce household crowding. Of this, $1 million per annum for two years will be directed through high incidence DHBs to purchase services to develop healthy homes initiatives. The initiatives will focus on reducing household crowding in families with children at risk of RF, building on the services currently operating in the DHB areas. 6. The overall objective is to reduce household crowding in families with children at risk of RF, by designing and implementing a healthy homes service in each DHB. The Ministry is seeking to fund a service system or components of a service system, which builds on existing initiatives. The exact contract deliverables for each DHB area will be determined following the RFP process.",Awarded,,20201117 Ministry of Health,2259622,Request for Proposals,Open Competition,Healthy homes services to reduce household crowding in families with children at risk of rheumatic fever in the Capital & Coast and Hutt DHB areas,,20140801,20140910,20150413,,Sole Agency,No,"PO Box 5013, Wellington 6145","1. Reducing rates of Rheumatic Fever (RF) is one of the Government???s Better Public Services (BPS) targets, to decrease incidence of RF by two-thirds to 1.4 cases per 100,000 by 2017. 2. There is a strong link between housing conditions, particularly household crowding, and RF. Living in crowded housing conditions increases the transmission rates of a range of infectious diseases including Group A Streptococcal (GAS) throat infections, the necessary precursor to RF. This is in relation to both the size of the house compared to the number of people living in it (structural crowding), and ensuring not too many people crowd into a single room to sleep, due to an inability to provide a warm, dry house (functional crowding). 3. Currently the Annual Planning Toolkit for FY 2013/14 requires each high-incidence DHB to develop and implement a Rheumatic Fever Prevention Plan. This includes developing systems to identify families with children at high risk of RF living in crowded housing, and appropriately refer each case to local housing and/or social services for follow up and intervention. 4. The Auckland-wide Healthy Homes Initiative (AWHI) service is a new service funded through the RFPP and has been operational since December 2013. AWHI???s key focus is on reducing functional and structural household crowding in families with children at high risk of RF in the Auckland-metro area. 5. In May 2014, the Government announced additional funding to expand the RFPP. One new commitment was to implement further initiatives to reduce household crowding. Of this, $1 million per annum for two years will be directed through high incidence DHBs to purchase services to develop healthy homes initiatives. The initiatives will focus on reducing household crowding in families with children at risk of RF, building on the services currently operating in the DHB areas. 6. The overall objective is to reduce household crowding in families with children at risk of RF, by designing and implementing a healthy homes service in each DHB. The Ministry is seeking to fund a service system or components of a service system, which builds on existing initiatives. The exact contract deliverables for each DHB area will be determined following the RFP process.",Awarded,,20201117 Ministry of Health,2259656,Request for Proposals,Open Competition,Healthy homes services to reduce household crowding in families with children at risk of rheumatic fever in the Waikato DHB area,,20140801,20140910,20150413,,Sole Agency,No,"PO Box 5013, Wellington 6145","1. Reducing rates of Rheumatic Fever (RF) is one of the Government???s Better Public Services (BPS) targets, to decrease incidence of RF by two-thirds to 1.4 cases per 100,000 by 2017. 2. There is a strong link between housing conditions, particularly household crowding, and RF. Living in crowded housing conditions increases the transmission rates of a range of infectious diseases including Group A Streptococcal (GAS) throat infections, the necessary precursor to RF. This is in relation to both the size of the house compared to the number of people living in it (structural crowding), and ensuring not too many people crowd into a single room to sleep, due to an inability to provide a warm, dry house (functional crowding). 3. Currently the Annual Planning Toolkit for FY 2013/14 requires each high-incidence DHB to develop and implement a Rheumatic Fever Prevention Plan. This includes developing systems to identify families with children at high risk of RF living in crowded housing, and appropriately refer each case to local housing and/or social services for follow up and intervention. 4. The Auckland-wide Healthy Homes Initiative (AWHI) service is a new service funded through the RFPP and has been operational since December 2013. AWHI???s key focus is on reducing functional and structural household crowding in families with children at high risk of RF in the Auckland-metro area. 5. In May 2014, the Government announced additional funding to expand the RFPP. One new commitment was to implement further initiatives to reduce household crowding. Of this, $1 million per annum for two years will be directed through high incidence DHBs to purchase services to develop healthy homes initiatives. The initiatives will focus on reducing household crowding in families with children at risk of RF, building on the services currently operating in the DHB areas. 6. The overall objective is to reduce household crowding in families with children at risk of RF, by designing and implementing a healthy homes service in each DHB. The Ministry is seeking to fund a service system or components of a service system, which builds on existing initiatives. The exact contract deliverables for each DHB area will be determined following the RFP process.",Awarded,,20201117 Ministry of Health,2460203,Request for Proposals,Open Competition,Suicide Prevention Gatekeeper Training Programme Evaluation,,20140804,20140829,20170522,,All of Government,No,,The Ministry of Health is seeking an investigation that evaluates the effectiveness of both the Community Applied Suicide Intervention Skills and Question Persuade Refer online multimedia adult learning suicide ???gatekeeper??? training programmes. The investigation will address four key areas to inform a final evaluation report to be submitted to the Ministry of Health.,Awarded,"Tender released 4-8-14 and closed 29-8-14. Eight (8) responses were received and after evaluation Pam Oliver and Associates was awarded a contract for $75K, and contract term 30-10-14 to 30-05-15.",20201117 Ministry of Health,2567303,Request for Proposals,Open Competition,Review and Refresh of BreastScreen Aotearoa consumer resources,,20140805,20140829,20170512,,Sole Agency,No,,The National Screening Unit is seeking a supplier who has experience developing health education resources in New Zealand to undertake an assessment of the health education resources currently provided by BreastScreen Aotearoa. The supplier will provide options for revising the current resources based on the findings and incorporating recent changes to the key messages and visual identity of the breast screening programme.,Not Awarded,Tender released 5-8-14 and closed on 29-8-14. Four responses were received and after evaluation Workbase Education Trust were awarded the contract for the term 1-12-14 to 30-6-15.,20201117 Ministry of Health,2898251,Request for Proposals,Open Competition,Proposals for the delivery of Rongo?? Services,2014-109,20140808,20140912,20150402,,Sole Agency,No,,"The Ministry is seeking to contract up to 20 Providers across New Zealand to deliver Rongo?? Services. Rongo?? services include mirimiri (massage), karakia (including pastoral support) and whitiwhiti k??rero (cultural support). Each contracted Provider will be expected to deliver a minimum of 300 client contacts and up to a maximum of 650 client contacts per year on any one / or combination of mirimiri; karakia and whitiwhiti k??rero. Overall, supplier responses will be evaluated on the basis of providing the best value for money.",Awarded,,20201117 Ministry of Health,3200059,Request for Proposals,Open Competition,Healthy Families New Zealand for Local Lead Provider for the East Cape Community,,20140812,20140905,20141113,,Sole Agency,No,,"Proposals are to be emailed as outlined in Part 1 of the RFP document to Lynne_Ellims@moh.govt.nz. Make sure you include the RFP title in your email: ""Healthy Families NZ - Local Lead Provider for the East Cape Community"". Background to Healthy Families NZ Encouraging New Zealand families to live healthy, active lives ??? by making good food choices, being physically active, sustaining a healthy weight, being smokefree and drinking alcohol only in moderation ??? is part of the Government???s approach to promoting good health. The Ministry are seeking a Local Lead Provider in the East Cape community who will be responsible for: a. Establishing a Prevention Partnership of key stakeholders best placed to influence change in the community b. Establishing Prevention Partnership governance arrangements to guide local action c. Working collaboratively with the Ministry and key partners on the development and implementation of Healthy Families NZ d. Employing and maintaining the required number of FTE who will: ??? Participate in all networks and professional development opportunities ??? Develop and deliver an implementation road map, as agreed with the Prevention Partnership ??? Contribute to learning and evaluation.",Awarded,,20201117 Ministry of Health,3217253,Request for Proposals,Open Competition,Audit and Research into Recurrent Rheumatic Fever and Unexpected Rheumatic Heart Disease,,20140812,20140912,20150901,,Sole Agency,No,,"The Ministry is seeking proposals from Suppliers that can deliver: - An audit of recurrent hospitalisations for acute rheumatic fever and first hospitalisations for rheumatic heart disease among patients previously not known to have had rheumatic fever. - Qualitative research, using M??ori and Pasifika methodologies, into the lived experiences of affected patients and their wh??nau, and perspectives of their secondary prevention health professionals. - Recommendations on how health service responses can be strengthened based on the results of the audit and qualitative research",Awarded,"Auckland UniServices Limited Date contract awarded: 11.08.2015 Contractor term: 01.09.2015 to 31.07.2016 Central Region???s Technical Advisory Services Limited Date contract awarded: 31.07.2015 Contractor term: 03.08.2015 to 31.07.2016",20201117 Ministry of Health,3294493,Request for Proposals,Open Competition,Request for Proposal for Local Area Coordination in the Bay of Plenty - Old GETS ref# 41682,,20140305,20140416,20140813,,Sole Agency,No,,"Request for Proposal for Provision of local area coordination in the Bay of Plenty. OLD GETS Ref 41682",Awarded,"Term of Contract: 11 August 2014 to 10 August 2017 Description of Goods/Services/Works: Local Area Coordination in the Bay of Plenty and Lakes district Award Date : Monday, 11 August 2014",20201117 Ministry of Health,3549998,Request for Proposals,Open Competition,Implementing the Government Streamlined Contracting Project,,20140820,20140916,20141020,,Sole Agency,No,,"The Ministry contracts NGOs to deliver a wide range of services and programmes in the community. Examples include supported residential accommodation for people with physical or intellectual disabilities, gambling interventions and drug and alcohol programmes. Most NGOs currently have a separate contract for each service or programme it delivers. For some time NGOs have indicated that the cost of complying with Government agencies??? contract requirements, particularly through reporting and audits for multiple contracts, is too high. For the purposes of this project the Ministry has about 400 NGOs to contract with, some with multiple contracts delivering a range of services and programmes within New Zealand. In March 2013 Cabinet directed the Ministry of Business Innovation and Employment (MBIE) to lead a three year Streamlined Contracting with NGOs Project. The project aims to reduce variance in, and duplication of, contract management practices across government agencies and to reduce the compliance cost burden on NGOs. As part of the project MBIE has developed the Government Streamlined Contract Framework which includes a set of contract documents and tools.",Awarded,This contract supports the Ministry of Health to commence bring all contracts onto the new Government Streamlined Contracting framework for NGO contracts.,20201117 Ministry of Health,3926114,Request for Proposals,Open Competition,Support for the Tumour Standards Working Groups - Old GETS Ref 41734,,20140313,20140417,20140829,,Sole Agency,No,,Support for the Tumour Standards Working Groups - Old GETS Ref 41734,Awarded,"Contract Award Date: 16/07/14 Contract Term: 16/07/14 to 30/06/16 Description of Goods/Services/Works: Secretariat support for the Tumour Standards Working Groups",20201117 Ministry of Health,4032275,Request for Proposals,Open Competition,Request for Proposal for Communication Tools - Old GETS Tender #41509,,20140218,20140314,20140902,,Sole Agency,No,,"Communication tools and resources to socialise improvement methodology Old GETS Tender #41509",Awarded,"Contract Award Date: 29/08/14 Term of Contract: From 01/09/14 to 30/06/16 Description of Goods/Services/Works: Development of a set of communication tools to socialise improvement methodology in the social sector",20201117 Ministry of Health,4081562,Request for Proposals,Open Competition,Evaluation of new graduate nurse employment through VLCA scheme - Old GETS Tender #42057,,20140414,20140501,20140904,,Sole Agency,No,,Evaluation of new graduate nurse employment through VLCA scheme - Old GETS Tender #42057,Awarded,"Contract Award Date: 16/05/14 Contract Term: 20/05/14 to 02/04/15 Description of Goods/Services/Works: Evaluation service involving development of evaluation framework, qualitative and quantitative data collection and analysis and presentation of interim and final documented report",20201117 Ministry of Health,4096394,Request for Proposals,Open Competition,Self-Management and Shared Care - Old GETS Tender #41370,,20140131,20140303,20140904,,Sole Agency,No,,Self-Management and Shared Care - Old GETS Tender #41370,Awarded,"Contract Award Date: 06/06/14 Contract Term: From 01/05/14 to 20/06/15 Description of Goods/Services/Works: To provide a shared care/self-management programme for people with Long Term Conditions.",20201117 Ministry of Health,4296432,Request for Proposals,Open Competition,National IT system for recording learning during prevocational medical training (e-portfolio) - Old GETS Tender #42190,,20140501,20140528,20140910,,Sole Agency,No,,National IT system for recording learning during prevocational medical training (e-portfolio) - Old GETS Tender #42190,Awarded,"Contract awarded on 1 September 2014 Term of Contract: 1 September 2014 to 2 November 2019 Description of Goods/Services/Works: Develop a national IT system that records learning for individual doctors in the form of an e-portfolio which will track skills and knowledge acquired during the first two years of medical practice, following graduation from medical school.",20201117 Ministry of Health,4347062,Request for Proposals,Open Competition,Research Proposals for Preventing and Minimising Gambling-Related Harm - Old GETS Tender #41947,,20140401,20140522,20140911,,Sole Agency,No,,Research Proposals for Preventing and Minimising Gambling-Related Harm - Old GETS Tender #41947,Awarded,"Central Queensland University Title: New Zealand Burden of Gambling Harm Study Contract Award Date: 19/08/14 Contract Term: 29/08/14 to 29/06/16 Description of Goods/Services/Works: Research services Malatest International Title: Financial Literacy Education and Gambling-related Harm Study Contract Award Date: 18/08/14 Contract Term: 25/08/14 to 30/01/16 Description of Goods/Services/Works: Evaluation and research services Auckland Uniservices Title: Smartphone-based Problem Gambling Evaluation and Technology Testing Initiative Contract Award Date: 11/09/14 Contract Term: 19/09/14 to 19/10/15 Description of Goods/Services/Works: Evaluation and research services",20201117 Ministry of Health,4480156,Request for Tenders,Open Competition,Demolition of Oral Health Building at Christchurch Hospital,CH032,20140916,20141010,20150218,,Sole Agency,No,,"The purpose of this RFT is to invite suitably qualified, contractors to tender for the demolition of the Oral Health Centre on the Christchurch Hospital Campus (Ministry of Health's Tender Reference CH032). Please use GETS to submit all queries. Please also use GETS to submit your response. (The Ministry is NOT using its ACONEX project management system for this procurement). In addition to the attached RFT document, there are 25 attachments including consents and drawings. Please contact Sally Falls to receive a zipped dowload of all 25 documents. (They are not attached here because many of them exceed the GETS document size limit.)",Awarded,,20201117 Ministry of Health,4517763,Request for Proposals,Open Competition,National Review of Cold Chain Management Practices,,20140917,20141022,20141208,,Sole Agency,No,,"National Review of Cold Chain Management Practices Cold chain refers to the system of transporting and storing vaccine within the recommended temperature range of +2??C to +8??C from the place of their manufacture to the point of vaccine administration. All immunisation providers including general practice, pharmacists, and school based immunisation programmes across New Zealand must maintain the cold chain at all times. A cold chain failure is where vaccines are compromised or destroyed by becoming frozen, getting too hot or exposed to direct sunlight/fluorescent light. Freezing is the most common reason for vaccine damage and wastage in New Zealand. A review of Cold Chain services across New Zealand will help inform the update of the National Guidelines for Vaccine Storage and Distribution 2012 as well as indicate if specific resources and training is needed on the cold chain management process especially for school based immunisation programmes around transport of vaccines to non-clinical settings.",Awarded,PriceWaterhouseCoopers are the successful respondent,20201117 Ministry of Health,4517798,Request for Proposals,Open Competition,National review of Outreach Immunisation Services,,20140917,20141022,20150303,,Sole Agency,No,,"The Ministry of Health is seeking a review of the Outreach Immunisation Service (OIS) The Outreach Immunisation Service (OIS) was implemented in 2003 to address consistent and serious inequities associated with immunisation coverage amongst tamariki M??ori and Pacific children. It enabled improved linkages between wh??nau/families and primary health care services by reducing barriers to access. The service was designed to assist Primary Health Care Providers, Well Child Providers and Immunisation Coordinators by following up on families who have children that have missed National Immunisation Schedule vaccination events. In recent years, OIS have been used more frequently to support Government???s Health Target of 95 percent of all 8 month olds fully immunised on time by December 2014 (and maintained until 2017). The eight-month immunisation target is one of the Prime Minister???s result areas in the Government's Better Public Services initiative for Supporting Vulnerable Children. In 2010, the Services for Children and Young People ??? Outreach Immunisation Services Tier Level Two Service Specifications were approved as a mandatory nationwide description of services to be provided. These high level service specifications describe the core principles of the OIS, yet also allow providers and DHBs to adapt and develop the contract specifications to fit their local context. This led to OIS being delivered in a variety of different ways across the DHBs, with varying levels of efficiency. The Ministry needs to determine what services are delivering high-quality health care that results in equitable health outcomes, and look to standardise this approach across all DHBs. The OIS Tier Level Two Service Specifications are due to be reviewed by December 2015. The review of OIS services and subsequent recommendations will inform the Ministry???s update of the specifications. The outcome of which, will be to ensure that OIS services across DHBs are equitable, high-quality, cost-effective, sustainable and working to the Government???s Better Public Service priority.",Awarded,,20201117 Ministry of Health,4558956,Request for Proposals,Open Competition,Services to improve antibiotic adherence within the National Rheumatic Fever Prevention Programme in New Zealand - Old GETS Tender #42332,,20140520,20140616,20140922,,Sole Agency,No,,Services to improve antibiotic adherence within the National Rheumatic Fever Prevention Programme in New Zealand - Old GETS Tender #42332,Awarded,"Workbase Limited from Workbase Limited Contract Awarded: 12 September 2014 Contract Term: 19 September 2014 to 28 February 2015 Description of Goods/Services/Works: Provision of trials to support the increase of antibiotic adherence as part of the Rheumatic Fever prevention programme National Maori PHO Coalition Incorporated t/a National Hauora Coalition Contract Awarded: 3 September 2014 Contract Term: 19 September 2014 to 28 February 2015 Description of Goods/Services/Works: Provision of trials to support the increase of antibiotic adherence as part of the Rheumatic Fever prevention programme Ngati Porou Hauora Charitable Trust Contract Awarded: 16 September 2014 Contract Term: 19 September 2014 to 31 April 2015 Description of Goods/Services/Works: Provision of trials to support the increase of antibiotic adherence as part of the Rheumatic Fever prevention programme",20201117 Ministry of Health,4724676,Request for Proposals,Open Competition,National Cervical Screening Programme - Audits of Colposcopy Services - Old GETS Ref #42340,,20140520,20140613,20140924,,Sole Agency,No,,National Cervical Screening Programme - Audits of Colposcopy Services - Old GETS Ref #42340,Awarded,"Contract Awarded: 16 September 2014 Contract Term: 16 September 2014 to 30 June 2017 Description of Goods/Services/Works: Audits of NCSP colposcopy services",20201117 Ministry of Health,4952674,Request for Proposals,Open Competition,Healthy Families New Zealand Request for Proposal - Closed Tender,,20140627,20140724,20141002,,Sole Agency,No,,"Healthy Families New Zealand Requeset for Proposal - Closed Tender Communities include Far North Ward, Invercargill City, Lower Hutt City, Manukau Ward, Manurewa/Papakura Ward, Rotorua District, Spreydon/Heathcote Ward, Waitakere Ward, and Whanganui District.",Awarded,"Far North Ward Awarded to Te Runanga O Te Rarawa Term: 1 Sep 2014 to 30 Sep 2018 Invercargill City Awarded to Sport Southland Term: 1 Sep 2014 to 30 Sep 2018 Lower Hutt City Awarded to Hutt City Council Term: 1 Sep 2014 to 30 Sep 2018 Manukau Ward and Manurewa/Papakura Ward Awarded to T??maki Healthy Families Alliance (Auckland Council in partnership with Alliance Health Plus and Ng?? Mana Whenua o T??maki Makaurau) Term: 26 Sep 2014 to 30 Sep 2018 Rotorua District Awarded to Te Arawa Whanau Ora Charitable Trust (in joint partnership with Kowhai Health Associates) Term: 1 Sep 2014 to 30 Sep 2018 Spreydon/Heathcote Ward Awarded to Pacific Trust Canterbury Term: 1 Sep 2014 to 30 Sep 2018 Waitakere Ward Awarded to Sport Waitakere Trust Term: 1 Sep 2014 to 30 Sep 2018 Whanganui District Awarded to Te Oranganui Trust Incorporated (trading as Te Oranganui Iwi Health Authority) Term: 1 Sep 2014 to 30 Sep 2018",20201117 Ministry of Health,4984577,Request for Tenders,Open Competition,Supply of Base Isolators for Christchurch Hospital Acute Services Building,CH034,20141001,20141104,20150218,,Sole Agency,No,Please use GETS to submit your Proposal,"Unlike other procurements being done for the Christchurch Hospital rebuild, pre-registration on ACONEX is not required for this base isolatory supply RFT. Please use GETS to submit your Proposal response. Please also refer to the RFT and contract for pertinent dates (eg commencement & delivery dates, plus defect liability period).",Awarded,,20201117 Ministry of Health,5045394,Request for Proposals,Open Competition,Design engineer services for Grey Base hospital rebuild,GR007,20141002,20141029,20150319,,Sole Agency,No,,"Please -re-register on Aconex to access the full documents in support of this RFP. To pre-register on Aconex contact Lynn_Archibald@moh.govt.nz Please note the following: 1. Questions and answers on this RFP will be published via Aconex predominantly, with answers only being posted on GETS if they are of relevance to the entire market. 2. Submissions will NOT be accedpted via GETS. 3. This RFP covers the following design engineer services: civil and geotechnical structural mechanical electrical and ancillary electrical acoustic and fire. 4. Small and large organisations are encouraged to consider this RFP. It is anticipated multiple contracts will be awarded.",Not Awarded,"Four contracts were awarded to Opus for Civil & geo; Structural; Mechanical; and Electrical design services. One contract was awarded to Norman Disney & Young for Acoustic design services. One contract was awarded to Aurecon for Fire design services.",20201117 Ministry of Health,5462948,Request for Proposals,Open Competition,Immunisation and barriers for pregnant women,CHSI-1710,20141017,20141120,20150116,,Sole Agency,No,,The Ministry seeks to commission audience research to determine pregnant women???s barriers towards immunisation. The findings from this audience research will be used to inform disease control policy decisions and to develop cost-effective strategies and tools to support pregnant women and new parents to immunise themselves and their babies.,Not Awarded,"Litmus Limited have been awarded the contract for RFP5462948 ""Immunisation and barriers for pregnant women"".",20201117 Ministry of Health,5748001,Request for Proposals,Open Competition,National Provider for a Carer Matching Service and Carer Wellbeing and Learning Resource Service,,20150219,20150326,20150922,,Sole Agency,No,,"What We Need: The Ministry of Health, Disability Support Services is seeking to contract a single National Provider to deliver ???A Carer Matching Service and A Carer Learning and Wellbeing Resource Service??? that will include Online Systems and 0800 Call Centre business services capability.",Awarded,"National Carer Matching Service: Carers New Zealand Date contract awarded: 22 September 2015 Contractor term: 22 September 2015 ??? 7 September 2018 National Carer Learning and Wellbeing Resource Service: Standards and Monitoring Services Board (SAMS) Date contract awarded: 7 September 2015 Contractor term: 7 September 2015 ??? 31 August 2018",20201117 Ministry of Health,5869662,Request for Proposals,Open Competition,Governance Training for M??ori members of DHB Boards,,20141103,20141205,20190211,,Sole Agency,No,,"The Ministry of Health is seeking proposals for governance training for M??ori members of District Health Boards (DHBs) (Te Matawh??nui). Proposals are sought for an initial one year programme, with two one-year rights of renewal based on performance.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,5957103,Request for Proposals,Open Competition,Maori Oral Health National Coordination Services - Old GETS Tender #42396,,20140526,20140626,20141104,,Sole Agency,No,,Maori Oral Health National Coordination Services - Old GETS Tender #42396,Awarded,"Contract Awarded: 30 October 2014 Contract Term: 1 November 2014 to 20 January 2017 Description of Goods/Services/Works: The M??ori Oral Health National Coordination Service provides secretarial and logistical support to the Quality Improvement Group to further develop the Sector in a co-ordinated and strategic way to ensure sustainable, effective and quality oral health services for M??ori and wh??nau.",20201117 Ministry of Health,6017121,Request for Proposals,Open Competition,Development and Supply of Secure Youth Forensic Inpatient Mental Health Services - Old GETS Tender #38117,,20121217,20130429,20141105,,Sole Agency,No,,Development and Supply of Secure Youth Forensic Inpatient Mental Health Services - Old GETS Tender #38117,Awarded,"Contract Awarded: 4 November 2014 Contract Term: 15 November 2014 to 31 March 2021 Description of Goods/Services/Works: The key service components are: (a) development of a secure forensic unit with eight to ten beds which meets the inpatient service needs of youth offenders with a severe mental health and/or alcohol and other drugs problem; (b) management of this facility; and (c) delivery of specialist youth forensic mental health services to young offenders whilst in this unit. For further details, contact Angela Moorhouse (Angela_Moorhouse@moh.govt.nz)",20201117 Ministry of Health,6058281,Request for Tenders,Open Competition,"Vertical Transportation Package Acute Services Building, Christchurch Hospital",CH035,20141107,20141211,20150818,,Sole Agency,No,None,"An experienced, major lift contractor is required for (early contractor involvement) design, supply, installation and commissioning of vertical transportation, including integration of ancillary requirements (access control, CCTV etc) for the new Acute Services building (ASB) at Christchurch Hospital in New Zealand. Please note, as specified in the attached RFT, the supporting documents are only available on Aconex (project information management system). To access these documents, you must first be registered on Aconex for the Christchurch Hospital rebuild project. To register for that project, please email Lynn_Archibald@moh.govt.nz. Please also note, all questions and Tenders must be submitted via Aconex only - NOT via GETS. Please note the contract start and end dates noted below in this GETS advert are indicative only.",Awarded,,20201117 Ministry of Health,6408990,Request for Proposals,Open Competition,Evaluation of Sore Throat Management - Rheumatic Fever Prevention Programme,,20141124,20150107,20150327,,Sole Agency,No,,The Ministry of Health is seeking high quality proposals for a process and interim outcome evaluation of the sore throat management component of the Rheumatic Fever Prevention programme (RFPP). The evaluation should also include a value for money review of the sore throat component and provide recommendations for future investment in sore throat management.,Awarded,This is to advise that the Institute of Environmental Science and Research (ESR) have been awarded the contract for this evaluation.,20201117 Ministry of Health,6409490,Request for Proposals,Open Competition,RFP for a Formative Evaluation of Two Youth Alcohol and Other Drug Treatment (Exemplar) Services,,20141117,20141219,20190211,,Sole Agency,No,,The Ministry requires a Formative Evaluation of Two Youth Alcohol and Other Drug Treatment (Exemplar) Services.,Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,6588525,Request for Proposals,Open Competition,Request for Proposals for Impaired Driver Treatment Programme Formative Evaluation,,20141121,20141223,20190211,,Sole Agency,No,,The Ministry of Health (the Ministry) is seeking Proposals for a formative evaluation of eleven impaired driver treatment programmes that have been commissioned by the Ministry.,Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,6842617,Request for Proposals,Open Competition,Secretariat support for cancer advisory and working groups,,20141128,20150121,20150602,,Sole Agency,No,Nil,"The objective of the service is to provide secretariat support for up to ten cancer advisory and working groups. The service includes: 1. the provision of secretariat support to enable efficient operation of the Cancer Treatment Advisory Group, and its three work groups which provide expert advice in radiation oncology, medical oncology, and haematology to the National Cancer Programme. 2. the provision of secretariat support to enable efficient operation of the Prostate Cancer Programme Working Group and up to five of its sub-groups who are supporting the implementation of the Ministry???s Prostate Cancer Awareness and Quality Improvement Programme (the programme). The anticipated contract term is from February 2015 to 31 December 2017.",Awarded,,20201117 Ministry of Health,7190722,Request for Quotations,Open Competition,Long Term Conditions Consumer Panel,LTC081214,20141208,20141224,20190211,,Sole Agency,No,,"The Ministry of Health invites quotations from potential providers to establish and maintain a Long Term Conditions Consumer Panel. The primary focus of the Panel is engaging consumers directly in the design of more effective health services, systems and support for those affected by Long Term Conditions.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,7505099,Request for Proposals,Open Competition,Radiation oncology metrics and production planning tool,,20141217,20150203,20170407,,Sole Agency,No,,"The Ministry of Health is seeking specialist expertise to: 1. develop radiation oncology metrics to address the information gaps that currently exist in monitoring the quality of radiation oncology service delivery 2. utilise the metrics data to develop a radiation oncology service planning tool 3. write the next iteration of the Radiation Oncology National Linear Accelerator and Workforce Plan. The three main components of this work will assist district health boards to make informed decisions about radiation oncology service provision for their local and regional populations. The timeframe required for the Service to be delivered is for the 12 months from April 2015 to April 2016. Please subscribe to this notice to view all documentation",Not Awarded,Contract # 353965 and was awarded to Ernst & Young Limited - expired 30-6-16.,20201117 Ministry of Health,7505458,Request for Proposals,Open Competition,Proposals for a Gambling Harm Needs Assessment,,20141218,20150203,20170712,,Sole Agency,No,,,Not Awarded,Awarded for a short term contract to Allen + Clarke - $49K. A short term contract: 20-3-15 to 30-6-15.,20201117 Ministry of Health,7697234,Request for Proposals,Open Competition,Request for Proposals (RFP) for services to build a sustainable supply of interventions to reduce structural and functional household crowding and rheumatic fever in the Auckland region.,,20150112,20150211,20150226,,Sole Agency,No,,"The Ministry of Health is seeking Proposals for services to build a bigger and more sustainable supply of interventions to support the Auckland-wide Healthy Homes Initiative (AWHI), delivering interventions to reduce functional and structural household crowding in families with children at risk of rheumatic fever in the Auckland region.",Not Awarded,"Request for Proposal ??? Services to build a sustainable supply of interventions to reduce household crowding and rheumatic fever in the Auckland region Seeking Information to Shape Solutions Firstly, thank you to those respondents to this Request for Proposal (RFP). In overview this RFP sought to select a Supplier to develop partnerships with businesses, philanthropic organisations and communities (including the voluntary sector) to enhance the supply of interventions and services for Auckland-wide Healthy Homes initiative (AWHI). We received two responses to the RFP. At the completion of the RFP evaluation the panel were unable to select a Supplier to meet the RFP requirements; in summary neither response supported the requirements of the RFP. The Ministry has now closed the RFP process.",20201117 Ministry of Health,7704938,Request for Proposals,Open Competition,Review of Physical Activity Guidance and Resources for Under-Fives,MoH_Nutrition_001,20141223,20150318,20150512,,Sole Agency,No,,"The Ministry of Health is seeking a scoping project to review existing active movement/physical activity guidance and resources for under-five year olds. The key output of the Scoping Project will be a report with options for updating guidance and resources for under-fives based on a literature review of fundamental skills/physical activity for under-fives (from 2003 to present), and a survey of key stakeholders who use current resources. The Report will be of a high standard and in alignment with the Ministry???s writing style and communication standards. Supplier responses will be evaluated on the basis of providing the best value for money. The Ministry will select the preferred proposal(s) based on its evaluation against the below eligibility criteria.",Awarded,"Total award amount - $49,925 (excl GST)",20201117 Ministry of Health,7957412,Request for Quotations,Open Competition,Request for Quote ??? Evidential review for revising cardiovascular disease guidelines,,20150113,20150204,20150706,,Sole Agency,No,,"We are inviting quotes from providers to conduct an evidential review as the first component of revising the cardiovascular disease risk assessment guidelines. The cardiovascular disease risk assessment (CVDRA) equations in the New Zealand Primary Care Handbook 2012 (Updated 2013) have been recently shown to overestimate risk levels. Furthermore, since the last update there have been significant changes to risk treatment thresholds internationally. As a result, a clinical guideline update is required to reflect the latest evidence. The evidential review is the first step in the guideline update process. The potential provider will establish and manage a guideline development group (GDG) of subject matter experts experienced with systematic reviews. The GDG will be tasked with producing a summary of the changes to the evidence/findings since the last guideline update in 2012. The summary will be used to inform the next phase of the guideline update process. The CVD Guideline update will include other aspects of secondary management and not only focus on cardiovascular diasease risk assessments.",Awarded,"Contract awarded: 16/4/15 Start date: 1/4/15 End date: 30/6/15",20201117 Ministry of Health,7990776,Request for Proposals,Open Competition,Evaluation of Healthy Families NZ,,20150115,20150216,20150617,,Sole Agency,No,,"The Ministry is seeking to appoint a Supplier to lead the evaluation of Healthy Families NZ, which is being implemented in 10 locations across New Zealand.",Awarded,,20201117 Ministry of Health,8365985,Request for Proposals,Open Competition,"Study of Feasibility of Self-Governance Model for Lakes District Hospital, Queenstown",,20150128,20150224,20150401,,Sole Agency,No,,The Ministry is seeking a solution that will support a Study of Feasibility of Self-Governance for the Lakes District Hospital in Queenstown for the Ministry.,Awarded,,20201117 Ministry of Health,8366038,Request for Proposals,Open Competition,Evaluation of Primary Youth Mental Health and National Adolescent E-therapy Programme as part of the Prime Minister's Youth Mental Health Project,,20150129,20150309,20170713,,Sole Agency,No,,"Evaluations are required of the Primary Youth Mental Health Services and the National Adolescent E-therapy programme SPARX. A respondent can opt to submit a proposal for one or both of the initiatives. At a high level, these evaluations will examine the effectiveness of the implementation, effectiveness of the service, and whether the service has reached the target group.",Not Awarded,This contract was awarded to Malatest International and the report published.,20201117 Ministry of Health,8477456,Request for Tenders,Open Competition,Christchurch Hospital Acute Services Building- Foundations- registration on Aconex,,20150202,20150311,20170412,,Sole Agency,No,N/A,"On Wednesday 4 February 2015, the Ministry of Health, plans to advertise an RFT on GETS for the construction of the concrete foundations and lower ground floor columns, including final trim of the bulk earthworks platform, cast-in services within the raft slab, and interface with surrounding in-ground services (the Foundations Package), for the new Acute Services Building (ASB) at Christchurch Hospital in New Zealand. Please note, the full suite of documents, including the RFT document, will be made available on Aconex only. To access the Aconex documents, please make sure you are registered for the Christchurch Hospital ASB Project. To regsiter, please email Lynn_Archibald @moh.govt.nz",Not Awarded,,20201117 Ministry of Health,8583297,Request for Tenders,Open Competition,Christchurch Hospital Acute Services Building- Foundations- RFT,,20150204,20150311,20150701,,Sole Agency,No,,,Not Awarded,Awarded to Fletchers Construction Company Limited,20201117 Ministry of Health,8594751,Request for Proposals,Open Competition,Public Health Statutory Officer Training,BC151013,20150205,20150309,20150727,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the provision of training courses for public health statutory officers in the areas of sewage and waste management, drinking water, emergency management, resource management, hazardous substances, health protection, psychoactive substances and environmental health legislation. Each course will be a residential course and of between 3-5 days duration, depending on the course. All costs (including travel, accommodation, course notes etc) for participants and presenters are covered. Each DHB public health unit will be able to send two participants to each course except Auckland Regional Public Health Service which send four officers and Community & Public Health and Regional Public Health which each send three participants.",Awarded,"Contract award date: 12.05.2015 Contract term: 01.07.2015 - 30.06.2018",20201117 Ministry of Health,8846975,Request for Proposals,Open Competition,PROPOSAL FOR ENVIRONMENTAL NOISE ANALYSIS AND ADVICE SERVICES,BC150207,20150213,20150317,20150727,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the provision of technical and expert advice on environmental noise and non-occupational noise to provide nationally consistent policy and strategic advice on environmental noise. To ensure these services are effectively delivered, the Ministry is looking for a contractor to provide environmental noise analysis and advice services including: technical and expert advice on environmental noise and non-occupational noise as requested by District Health Board public health unit staff; training for public health unit staff in the health aspects of environmental and non-occupational noise; participation on working groups, standards committees, and provision of advice on the public health aspects of noise during the development of national noise standards and guidelines; advice and information to the Ministry, or to other agencies on behalf of the Ministry, including timely advice on any emerging national and international noise issues that may impact on public health; reports on delivery of services, emergent issues and other relevant information.",Awarded,"Contract award date: 22.04.2015 Contract term: 01.07.2015 - 30.06.2018",20201117 Ministry of Health,9124414,Request for Proposals,Open Competition,Evaluation of the 2015 Rheumatic Fever Awareness Raising Campaign,,20150220,20150319,20150428,,Sole Agency,No,,The Ministry of Health (Ministry) is seeking Proposals for an Evaluation of the 2015 Rheumatic Fever Awareness Raising Campaign.,Awarded,,20201117 Ministry of Health,9368397,Request for Proposals,Open Competition,"ADVICE AND SUPPORT FOR ENVIRONMENTAL AND BORDER HEALTH EMERGENCY PLANNING, EXERCISES AND RESPONSES",BC150209,20150227,20150407,20190211,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the provision of advice and support for environmental and border health emergency planning, exercises and responses. The Ministry is looking for advice and support for the Environmental & Border Health Protection Team of the Ministry of Health, DHB public health units and maritime and aviation border stakeholders undertaking environmental and border health emergency planning, exercises and responses, with a focus on the delivery of advice and reviews of border/quarantine planning and preparedness, including compliance with the core capacities required under the International Health Regulations 2005. The Ministry is seeking support for DHB public health units undertaking exercises and responses, as required. This purchase will help the Ministry of Health ensure New Zealand is compliant with the International Health Regulations 2005, and that public health unit border response plans adequately cover all hazards and reflect the debrief recommendations from the Influenza A (H1N1) and Ebola responses, and the core capacities under the International Health Regulations 2005.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,9395345,Request for Proposals,Open Competition,PROVISION OF ENVIRONMENTAL HEALTH INDICATORS AND HAZARDOUS SUBSTANCES INJURY SURVEILLANCE PROGRAMME,BC150206,20150302,20150525,20151001,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the delivery of an Environmental Health Indicators and Hazardous Substances Injury Surveillance Programme. In summary the services involve provision of specialist surveillance services including: data collection, collation and analysis and on-going reporting of environmental health indicators and surveillance/reporting of hazardous substances injuries for a three year period. It does not necessarily require the development of datasets.",Awarded,"Centre for Public Health Research Date contract awarded: 29.09.15 Contractor term: 01.10.2015 to 30.09.18",20201117 Ministry of Health,9399940,Request for Proposals,Open Competition,Train the trainer for B4SC clinical educators,158B4SC,20150302,20150325,20170622,,Sole Agency,No,,"This Ministry of Health is seeking a service provider to design and deliver a train the trainer programme and training resources for B4SC Clinical Educators. The aim is to ensure that all B4SC clinical educators in each district health board region are able to train registered health professionals in the delivery of the B4SC to a nationally consistent standard, and that the clinicians undertaking the training have current and evidence based resources to support their practice.",Awarded,,20201117 Ministry of Health,9499871,Request for Proposals,Open Competition,Panel Supplier List for the Supply and Delivery of Environmental & Border Health Advice and Support on an ???As Required??? Basis,BC150205,20150304,20150407,20150508,,Sole Agency,No,,"The Ministry is seeking to establish a panel supplier list of suppliers with demonstrated knowledge and experience in environmental and/or border health to supply and deliver goods and/or services to the Ministry as described in this RFP. The objectives of the purchase are to establish a panel supplier list that will provide environmental and/or border health advice and support on an ???as required??? basis. Services will include the provision of in-house placements to assist with the delivery of specific projects in times of high work load, staff vacancy or absence, or to assist with emergent issues. Services may include any of the following activities, as required and within agreed timeframes. Please note the Ministry does not guarantee any level of work for any panel supplier.",Not Awarded,"The following suppliers have been awarded contracts relating to the Supply and Delivery of Environmental & Border Health Advice & Support panel: Allen & Clarke Policy and Regulatory Specialists Limited EMF Services Limited Sapere Research Group Limited",20201117 Ministry of Health,9782474,Request for Proposals,Open Competition,Evaluation of the ???More Heart and Diabetes Checks??? health target,,20150313,20150421,20150706,,Sole Agency,No,,"The New Zealand Ministry of Health requests a summative evaluation with three main components covering: process, outcomes and economic analysis of the More heart and diabetes checks (Checks) health target. This summative evaluation is needed to provide an understanding of the Checks health target efficacy against health target programme objectives. An evaluation will also provide organisational process insights and inform implementation for other health targets. Empirical insights from an evaluation will offer a more rigorous way to analyse the Ministry???s ability to influence health services and health outcomes. Empirical evidence the Ministry draws from to develop health targets that respond dynamically to changing environments have the potential to bring about significant changes at relatively low cost.",Awarded,,20201117 Ministry of Health,9858957,Request for Proposals,Open Competition,PROPOSAL FOR PUBLIC HEALTH MEDICINE (ENVIRONMENTAL HEALTH AND EPIDEMIOLOGY) ADVICE SERVICES,BC150210,20150312,20150422,20150727,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the provision of public health medicine (environmental health and epidemiology) advice. This the provision of hazardous substances, organochlorines, drinking-water, waste management, building and housing and other public health medicine/environmental epidemiology advice to the Ministry???s Environmental and Border Health Team. The provider will undertake or review environmental health impact assessments, analysis of clusters of ill health (including birth defects) associated with environmental exposures, and advice and undertake environmental health risk management (including risk perception and communication).",Awarded,"Contract award date: 26.05.2015 Contract term: 01.07.2015 - 30.06.2018",20201117 Ministry of Health,10052599,Request for Proposals,Open Competition,Enterprise Search and Data Analytics,,20150318,20150410,20180309,,Sole Agency,No,,The procurement process will select a supplier of Enterprise Search and Data Analytics capability preferably accessed as Software as a Service (SaaS) to deliver an enhanced capability to search Ministry information.,Not Awarded,Contract awarded to SYL,20201117 Ministry of Health,10639862,Request for Proposals,Open Competition,Health and Special Support Services Coordination,BC150312,20150407,20150504,20150727,,Sole Agency,No,,"The Ministry is seeking to procure the operation of the health support service for dioxin-exposed persons and the special support service for former timber workers exposed to PCP, and to maintain the continuing education and advice programme for medical practitioners and other health professionals and for the exposed population. This will include: maintaining the eligibility assessment process and assessment application pack; managing the eligibility assessment process, undertaking any required implementation work; approving and facilitating access to health services; providing a national focal point for participants, potential participants, their families and medical practitioners; promoting the availability of the service.",Awarded,"Date contract awarded: 17.06.2015 Contract term: 01.07.2015 - 30.06.2018",20201117 Ministry of Health,10947041,Request for Proposals,Open Competition,"Design services, including health planning, for Christchurch Hospital Outpatients Development",CH049,20150504,20150604,20150917,,Sole Agency,No,,"This is a one phase procurement to select a complete design team (consorita Proposals are allowed) to provide architecturally lead design and health planning services for the design of a new 8,500- 10,500m2 outpatients' building on the St Andrew's triangle adjacent to the Christchurch hospital. Proposals are sought from only those who have designed a complete health care project of at least 6,000m2 and NZ$30 million in value (the pre-requisites). The RFP is attached to this advert in order to meet the Government Rules of Sourcing, however, all of the supporting documents (ie proposed contract, initial functional brief and schedule of accommodation); the word version of forms to complete; and any future amendments to the RFP will not be made available on GETS. They will be accessed via Aconex only. Furthermore, all queries must be made, and will be answered, via Aconex only. Also, GETS will not be used to take receipt of Proposals. They will be received via Aconex only. Aconex is the document management system used for all Christchurch hosptial projects to ensure a secure and comprehensive trail of all procurements and contract management. To access Aconex, you must be registered as an Aconex user of the ""Chch Hospital ASB"" project. If not registered already, please contact: Lynn_Archibald@moh.govt.nz",Not Awarded,"Contracts were awarded to CCM, Jacobs and Opus.",20201117 Ministry of Health,11006579,Request for Proposals,Open Competition,Provision of Workforce Development Services for the Disability Support Workforce,,20150417,20150515,20150723,,Sole Agency,No,,"The Ministry of Health (Ministry) is seeking proposals from National Provider organisations to deliver workforce development services for the disability support workforce. These services are funding administration and support, research and sector intelligence, workforce innovations, career promotion and planning, and sector collaboration and integration.",Awarded,,20201117 Ministry of Health,11932256,Request for Proposals,Open Competition,New Zealand Cardiac Network coordination services,,20150514,20150617,20151006,,Sole Agency,No,,"This RFP is to procure secretariat, project management and coordination services to support the work of the New Zealand Cardiac Network, for three years (1 July 2015-30 June 2018).",Awarded,"ONZL Limited Date contract awarded: 1 September 2015 Contract term: 1 September 2015 to 30 June 2018",20201117 Ministry of Health,11940259,Request for Proposals,Open Competition,"RFP for Project management services (PM, PD and admin) for Christchurch Hospital Outpatients Development",CH053,20150518,20150612,20150917,,Sole Agency,No,via Aconex ONLY (as explained in RFP),"This is a one phase procurement to select a project management team (Project Director, Project Manager and administrative support) (consortia Proposals allowed) to provide project management services for the design of a new 8,500- 10,500m2 outpatients' building on the St Andrew's triangle adjacent to the Christchurch hospital. Proposals are preferred from those who have relevant project management experience in a project of at least 6,000m2 and NZ$30 million in total value (NZ$5 million construction value). The RFP is attached to this advert in order to meet the Government Rules of Sourcing, however, all of the supporting documents (ie proposed contract, initial functional brief (x2) and schedule of accommodation); the word version of forms to complete; and any future amendments to the RFP will not be made available on GETS. They will be accessed via Aconex only. Furthermore, all queries must be made, and will be answered, via Aconex only. Also, GETS will not be used to take receipt of Proposals. They will be received via Aconex only. Aconex is the document management system used for all Christchurch hosptial projects to ensure a secure and comprehensive trail of all procurements and contract management. To access Aconex, you must be registered as an Aconex user of the ""Chch Hospital ASB"" project. If not registered already, please contact: Lynn_Archibald@moh.govt.nz",Not Awarded,Contract awarded to Johnstaff,20201117 Ministry of Health,12071946,Request for Proposals,Open Competition,Diagnosis and treatment of hypertension and pre-eclampsia in pregnancy guideline,,20150519,20150625,20190211,,Sole Agency,No,N/A,The Ministry of Health is seeking the development of a nationally endorsed evidence based guideline for diagnosis and treatment of hypertension and pre-eclampsia in pregnancy and a plan to inform and monitor implementation.,Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,12331725,Request for Proposals,Open Competition,Service user feedback on MoH funded residential disability services,DSS/RFP/FA,20150526,20150630,20151126,,Sole Agency,No,,"The Ministry of Health is seeking to contract an organisation to acquire independent, honest and direct feedback, perspectives, advice and information from disabled people using its funded residential services.",Awarded,"Date contract awarded: 25/11/2015 Contract term: 25/11/2015 to 23/09/2016",20201117 Ministry of Health,12395023,Request for Proposals,Open Competition,Development Of A New Drug Harm Index,,20150529,20150626,20150626,,Sole Agency,No,,"The Ministry of Health is seeking Proposals for the development of a new Drug Harm Index, building on previous work on the first Index and reflecting the needs of the different agencies involved in work to minimise harms relating to illicit drugs.",Not Awarded,No responses submitted.,20201117 Ministry of Health,12406840,Request for Proposals,Open Competition,Diabetes and cardiovascular risk reduction for M??ori and Pacific people,,20150529,20150702,20170717,,Sole Agency,No,,"The Ministry of Health is seeking research to ascertain if a community based on-line competition, could encourage weight loss and increase physical activity in a sustainable way. Participants in the competition will have been identified as having, or are at risk of developing, diabetes or cardiovascular disease.",Not Awarded,(4) responses received and successful supplier Massey University. Contract undertaken 1-10-15 and ends 18-8-17.,20201117 Ministry of Health,12408087,Request for Proposals,Open Competition,Healthy attitudes and community engagement,,20150529,20150703,20150908,,Sole Agency,No,,"A national mobile health provider is needed to identify people with, or at risk of diabetes, other long term conditions, on agreement with the local PHO may perform ???More Heart and Diabetes checks???, offer lifestyle education and reconnect people with primary care who have lost contact. This will test an approach to deliver innovative cardiovascular, diabetes and long term conditions awareness. The provider will also be required to deliver a series of community speaking engagements that highlights the risks of unhealthy lifestyle choices and the positive changes people can take to mitigate these risks. The overall aim is to increase the conversation within isolated communities about modifiable aspects of long term conditions with the anticipation of motivating a community response to making change.",Awarded,"Dr Tom on a Mission/Atlantis Healthcare Date contract awarded: 24 July 2015 Contract term: 30 August 2015 to 30 June 2017",20201117 Ministry of Health,12650851,Request for Proposals,Open Competition,Development of a national population-based Outcomes Framework for Mental Health and Addiction,,20150605,20150710,20190211,,Sole Agency,No,,"The Ministry of Health is seeking propoals for the development of a national population-based Mental Health and Addiction Outcomes Framework. The Outcomes Framework will help the Mental Health and Addiction sector set strategic direction, prioritise and guide investment decisions, align activity and measure the impact of these actions on identified population groups. The Outcomes Framework will also be critical to the development of the next Mental Health Strategy and implementation of a new commissioning framework including Results Based Accountability.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,12730464,Request for Proposals,Open Competition,Proposals for the organisation and facilitation of consultation meetings and/or the analysis of submissions on the Strategy to Prevent and Minimise Gambling Harm (2016/17 to 2018/19) Consultation Document,,20150612,20150710,20150903,,Sole Agency,No,,"The Ministry of Health is seeking proposals from agencies with organisation and facilitation experience and/or experience in the analysis of submissions to deliver one or the other or both of two separate services in the topic area of Gambling and Gambling Harm Prevention and Minimisation. Contracting agencies may tender for Service A or Service B or both Services A & B.",Awarded,"Allen and Clarke Policy and Regulatory Specialists Date contract awarded: 14 August 2015 Contractor term: 14 August 2015 to 25 September 2015",20201117 Ministry of Health,13709258,Request for Proposals,Open Competition,National Measles and Rubella Laboratory Service,,20150402,20150505,20150707,,Sole Agency,No,,"The Ministry of Health is looking for a tenderer that can fulfil the World Health Organisation (WHO) criteria for accreditation as new Zealand's designated National Measles Laboratory (NML). The successful laboratory will provide the following outputs and services: 1. a WHO accredited measles testing and reporting site in New Zealand 2. a NML testing service 3. provision of data to surveillance networks 4. collation of and reporting of measles information to WHO 5. implementation and achievement of quality and performance standards Overall, supplier responses will be evaluated on the basis of providing the best value for money.",Awarded,"Date contract awarded: 29.6.15 Start date: 1.7.15 End date: 30.6.18",20201117 Ministry of Health,14178274,Request for Proposals,Open Competition,"Hazardous Substances Disease and Injury Reporting Tool: Development, Maintenance and Supply Services",,20150417,20150417,20150723,,Sole Agency,No,,Continued support and maintenance of HSDIRT; development of an automated laboratory notifications feature for lead and other hazardous substances; leveraging the Patient Prompt and Decision support (SMART processes) dashboard to alert/advise GP to complete the hazards form; ongoing work in publicising the availability of the hazards form.,Awarded,Direct Source - Exempt from Open Advertising - Rule 15.9(c),20201117 Ministry of Health,14254870,Request for Proposals,Open Competition,Bay of Plenty Facilitation Service,,20150616,20150616,20150723,,Sole Agency,No,,"Facilitate the Special Support Service in the Bay of Plenty region for former timber workers exposed to PCP and other toxic chemicals including working with former timber workers and primary care practitioners in the region to coordinate, promote and support access to and implementation of the Special Support Service.",Awarded,Direct Source - Exempt from Open Advertising - Rule 15.9(c),20201117 Ministry of Health,15040489,Request for Proposals,Open Competition,National Drinking Water Database,BC1502205,20150812,20150929,20160329,,Sole Agency,No,"Ministry of Health, level 2 No 1 The Terrace, P.O.Box 5013, Wellington 6145","The Ministry of Health is seeking a provider to develop, maintain and support a National Drinking-water Database that is available as an ???off the shelf??? product requiring minimal configuration/customisation; available as a software as a service solution; and is implementable within 6-9 months. The Health Act 1956 (the Act) requires the Director-General of Health, drinking-water suppliers, laboratories, and public health statutory officers to meet certain requirements with regard to drinking-water, including the provision and maintenance of registers and publication of an annual report. A successful solution would: ??? assess compliance with all duties of drinking-water suppliers under the Act as it relates to drinking-water ??? provide for a sustainable online system capable of storing, managing and retrieving supply and supplier specific information ??? be capable of operating as a stand-alone system not supported by other compliance programmes ??? provide for easy data transfer from advanced water treatment monitoring systems ??? provide automated compliance assessment for both drinking-water suppliers and assessors while maintaining the ability to allow for drinking-water assessor discretion on compliance as per the Act and New Zealand Drinking-water Standards ??? allow drinking-water assessors to sign-off on compliance and registration without creating unnecessary duplication of tasks ??? allow auto-population of standardised letters with supply information and options to edit where necessary ??? link with waterborne disease outbreak data.",Awarded,"Date contract awarded: 22/03/16 Contract duration: 22/03/16 to 30/06/2020",20201117 Ministry of Health,15402136,Request for Proposals,Open Competition,Data analysis and preparation of BreastScreen Aotearoa monitoring reports,,20150819,20150923,20160216,,Sole Agency,No,,"This procurement relates to the delivery of BreastScreen Aotearoa (BSA) monitoring reports. The National Screening Unit (NSU) within the Ministry of Health is responsible for the strategic development and operational delivery of the national breast screening programme, BreastScreen Aotearoa (BSA). BSA monitoring reports measure the quality of the BSA services against National Policy and Quality Standards. On-going monitoring using regularly reviewed performance indicators and targets is essential in achieving the NSU vision of high quality, equitable and accessible national screening programmes.",Awarded,"University of Otago ??? Bridget Robson Date contract awarded: 28 January 2016 Contract term: 1 February 2016 to 30 June 2017",20201117 Ministry of Health,15497718,Request for Proposals,Open Competition,Disability Information & Advisory Services (DIAS) and Needs Assessment Service Coordination Functions (NASC),,20150821,20150917,20151111,,Sole Agency,No,,"The Ministry of Health (the Ministry) intends to undertake a two phased review process of: 1. the function of disability information, including the current arrangement through Disability Information Advisory Services (DIAS), to propose a disability information framework which ensures effectiveness of delivery, reduced duplication, value for money and best outcomes for disabled people, family, whanau. 2. the functions of assessment, coordination and budget management within the Ministry???s contracted Needs Assessment Service Coordination (NASC) organisations and propose a framework for effective delivery of these functions with reduced duplication, value for money and best outcomes for disabled people, family, whanau. Note: While these are two phases of work, the review will need to include the links between the information, needs assessment and service coordination and other DSS functions and structures within framework(s) which would contribute to a transformed disability system.",Awarded,"Sapere Limited Date contract awarded: 09/11/2015 Contract term: 01/10/2015 to 30/09/2016",20201117 Ministry of Health,16143402,Request for Proposals,Open Competition,Ng??ti Porou Hauora ISSP Implementation Project Manager,,20150531,20150531,20150908,,Sole Agency,No,,"Services relating to the recruitment, funding and management of a project manager to project manager the implementation of the Ng??ti Porou Hauora ISSP",Awarded,"Ng??ti Porou Hauora Charitable Trust Date contract awarded: 31/05/15 Contract term: 2/06/15 to 31/07/16 Please note, this contract was exempt from open advertising under Rule of Government Sourcing 15.9c, as follows Rule 15.9 Valid exemptions from open advertising: c. Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: i. for technical reasons there is no real competition, or ii. the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights, or iii. the procurement is for a work of art.",20201117 Ministry of Health,16911110,Request for Proposals,Closed Competition,Mobility Action Programme Tranche 1 - Request for Proposals,,20151027,20151127,20161201,,Sole Agency,No,MobilityActionProgramme@moh.govt.nz,"The Ministry of Health is seeking proposals for the development and delivery of community musculoskeletal assessment, diagnostic and treatment services including education programmes to encourage self-management, and rehabilitation programmes to improve function, activities and participation. Services are to be provided to adults with musculoskeletal health conditions that have been impacting on their participation in activities important to them for longer than three months. The services will be for non-ACC funded patients.",Not Awarded,Award to seven Providers to develop and Design Mobility Action Programmes,20201117 Ministry of Health,16925895,Request for Quotations,Open Competition,Secretariat Support for the National Lung Cancer Working Group,,20150914,20150914,20151027,,Sole Agency,No,,"Provision of secretariat support, technical writing and project management to allow the National Lung Cancer Working Group to promote quality of care of patients with lung cancer and guide uniform standards of services provision across New Zealand.",Awarded,"Midland Cancer Network (Healthshare Limited) Date contract awarded: 14/09/2015 Contract term: 14/09/2015 to 30/06/2017",20201117 Ministry of Health,16934458,Request for Proposals,Open Competition,Aural Rehabilitation Services - Request for Proposals,,20151001,20151001,20151029,,Sole Agency,No,,Provision of aural rehabilitation services nationwide.,Awarded,"Date contract awarded: 01/10/2015 Contract term: 01/10/2015 to 30/09/2018",20201117 Ministry of Health,16937234,Request for Proposals,Open Competition,Cross Agency Independent Safety Checking Service - Request for Proposals,,20151030,20151125,20190211,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the provision of a Cross-Agency Safety Checking Service for Children???s Workers. The Service will conduct worker safety checks, on behalf of a specific group of government agencies and organisations, for specific subset of their employees, contractors and state funded providers who are considered to be children???s workers defined under section 23(1) of the Vulnerable Children Act",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,16964361,Request for Proposals,Open Competition,Cervical screening research ??? HPV self-sampling and M??ori women,,20151106,20151203,20160412,,Sole Agency,No,,"The National Cervical Screening Programme (NCSP) has begun planning for a transition to primary screening for the presence of the human papilloma virus (HPV). A key objective is to build evidence to inform the development of interventions and approaches to increase participation of M??ori women in NCSP. To achieve this we are seeking: ??? Research which will inform NCSP policies for implementing self-sampling as a strategy to improve equity for Maori women. ??? Research which may be qualitative and/or quantitative, and may include clinical research. The contract will be for up to 24 months. ??? Researchers with a strong track record in their field; who are able to engage effectively with M??ori women, their whanau and communities; and have the capacity to deliver results within the constraints of the project. The NSU would support a Kaupapa M??ori research approach.",Awarded,"Otago University Date contract awarded: 21 March 2016 Contract term: 21/03/2016 to 21/03/2018",20201117 Ministry of Health,16971644,Request for Proposals,Open Competition,Asbestos Analysis and Advice Services - Request for Proposals,BC150918,20151109,20151214,20160422,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the delivery of Asbestos Analysis and Advice Services. In summary the services include provision of laboratory analyses for the presence of asbestos in the non-occupational environment and expert advice to the public health units throughout New Zealand, and the Ministry of Health, if required for a three year period.",Awarded,,20201117 Ministry of Health,16980075,Request for Proposals,Open Competition,Provision of National Tobacco Control Advocacy Service(s),,20151116,20151211,20160922,,Sole Agency,No,,"The Ministry of Health is seeking proposals from National Supplier organisation/s to deliver a National Tobacco Control Advocacy Service(s). This service will be responsible for advocacy and be part of the continuous improvement system across tobacco control, keeping abreast of best practice, emerging evidence and innovative ideas both nationally and internationally. Please send all queries to tobaccocontrolservices_RFP@moh.govt.nz",Awarded,,20201117 Ministry of Health,16980884,Request for Proposals,Open Competition,Strategic planning of the Southern District Health Board's hospital services in Dunedin,SH001,20151111,20151204,20160203,,Sole Agency,No,"Aconex ""Tender"" folder ONLY- see instruction below","As part of the strategic planning stage for the redevelopment of the hospital services in Dunedin, the Ministry of Health and the Southern District Health Board require the consultancy services of a suitably experienced health planner (who would lead the service delivery) and business case writer to deliver the following 4 Deliverables: - a Strategic Services Plan (Deliverable One) - a Detailed Services Plan (divided into Deliverable Two and an optional Deliverable Four- optional in the sense that the Ministry may not uptake this part of the services, but it must be scoped and priced for in a Proposal) and - a Strategic Assessment (Deliverable Three). A collective briefing is offered by teleconference at 11 am on Thursday 19 November to those who have pre-registered on Aconex- as explained below. The RFP is attached to this GETS advert, however, all other supporting documents, including the CCCS long form consultancy agreement offered, are available only on Aconex. To access the RFP's supporting documents, to register for the teleconference, to submit questions, to receive amendments, and to submit a Proposal, you must first be registered for the ""Southern project"" on Aconex. Aconex is the document management system used by the Ministry for all hospital redevelopment projects. To register on Aconex for the Southern project, please email Lynn_Archibald@moh.govt.nz and phone Lynn on +64 4 816 2172 if you are having any difficulties registering. Questions and Proposals submitted via GETS will NOT be accepted.",Awarded,"Sapere Research Group Date Contract Awarded: 29/01/2016 Contract Term: 29 January 2016 to 31 July 2016",20201117 Ministry of Health,16990946,Request for Proposals,Open Competition,Breast and Cervical Screening Support Services - Request for Proposals,,20151116,20151222,20161102,,Sole Agency,No,,Provide targeted follow-up and support to priority group women who are not participating in breast and cervical screening.,Awarded,Contract period - 1.11.16 to 31.10.19,20201117 Ministry of Health,17032799,Request for Proposals,Open Competition,Public Health Engineering Services - Request for Proposal,BC151018,20160106,20160229,20190211,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the delivery of public health engineering services. In summary the services include provision of public health engineering advice to the Ministry of Health in the areas of environmental health including drinking-water, waste management, sewerage treatment and disposal, sanitation, resource management, building and housing, environmental planning and other public health engineering advice. This will include attending stakeholder meetings, and professional oversight of sewerage treatment and disposal and drinking-water treatment and reticulation works funded by Government subsidies. Please direct all enquiries to: PublicHealthEngineeringServices@moh.govt.nz",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,17042257,Request for Proposals,Open Competition,H5N1 Pre-Pandemic Vaccine and Advance Purchase Agreement for Pandemic Vaccine Request For Proposals,,20160105,20160212,20161201,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the supply of : i. H5N1 pre-pandemic vaccine ii. An Advance Purchase Agreement (APA) for pandemic influenza vaccine, The requirement for H5N1 pre-pandemic vaccine is for maintaining a supply of 150,000 courses (300,000 doses) of H5N1 pre-pandemic vaccine over the lifetime of the contract. The Ministry will be open to considering a range of options to achieve this objective, including parameters of; surety of supply, coverage and configuration of supply. The requirement Advance Purchase Agreement would be triggered on declaration of a pandemic by the World Health Organization and would secure New Zealand a pre-determined priority place in the pandemic influenza vaccine supply queue of the particular provider.",Awarded,,20201117 Ministry of Health,17060020,Request for Proposals,Open Competition,Community referral options for weight management support,,20160106,20160212,20160428,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to New Zealand suppliers to submit a proposal for the ???Community referral options for weight management support??? contract opportunity. The aim of the project is to facilitate PHO and primary care providers to work with an existing commercial or community weight management provider to develop new referral pathways and a suitable existing community programme to refer people at high risk of developing diabetes and cardiovascular disease to reduce their weight. The weight management provider should be one that is not traditionally utilised or referred to by primary care. The service is to be delivered in the Wellington region. Any questions and/or clarifications are to be directed to the details below: Name: cvddiabetes email in-box Email address: cvddiabetes@moh.govt.nz",Awarded,"Compass Health PHO/Weightwatchers Date contract awarded: 08/04/2016 Contract term: 11/04/2016 to 30/06/2017",20201117 Ministry of Health,17071189,Request for Proposals,Open Competition,Self Management Support,,20160106,20160212,20160428,,Sole Agency,No,,"This Request for Proposal (RFP) invites New Zealand based suppliers to submit a proposal for self management support which will help DHBs and PHOs to implement the recently launched diabetes plan ""Living Well with Diabetes"". Specifically we are seeking a service that will enable primary care to provide self-management support for people with diabetes and other Long Term Conditions. The services should include self-management training and support as well as change management support for general practices interested in developing self management based models of care. Any questions and/or clarifications are to be directed to the details below: Name: cvddiabetes email in-box Email address: cvddiabetes@moh.govt.nz",Awarded,"Health Navigator Charitable Trust and Health Literacy New Zealand Date contract awarded: 02/03/2016 Contract term: 15/04/2016 to 30/09/2017",20201117 Ministry of Health,17077904,Request for Proposals,Closed Competition,Regional/Local Stop Smoking Service(s) - Request for Proposal,,20160111,20160210,20161027,,Sole Agency,No,,"The Ministry of Health is seeking proposals from those Supplier organisations who can delivery high-quality, evidence based stop smoking services to their local population. Please note that the clarification period is now closed. Please direct any questions that are not tender document content based to: tobaccoservices_rfp@moh.govt.nz We look forward to receiving your responses.",Not Awarded,This is an automated notice from GETS. All successful and unsuccessful suppliers have been notified directly.,20201117 Ministry of Health,17129745,Request for Proposals,Open Competition,Complaints Process for the World Health Organization (WHO) Code in New Zealand,,20160119,20160216,20190211,,Sole Agency,No,,"The Ministry of Health (the Ministry) is seeking a provider to implement and manage the complaints process for Implementing and Monitoring the International Code of Marketing of Breast-milk Substitutes in New Zealand: The Code in New Zealand, and support and advise the Compliance Panel. The required service has three main components: ??? managing complaints and appeals through the complaints process ??? secretarial and advisory services to the Compliance Panel ??? technical writing including complaint decisions and development of an annual report.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,17133209,Request for Proposals,Open Competition,Management of Ministry of Health Hearing Aid Services,,20160120,20160226,20160422,,Sole Agency,No,,"The Ministry of Health is responsible for the planning and funding of Hearing Aids for people with hearing loss who meet the Ministry of Health???s eligibility criteria. Funding for hearing aids is allocated through the Hearing Aid Funding Scheme and the Hearing Aid Subsidy Scheme established by the Hearing Aid Services Notice (2011) issued under section 88 of the New Zealand Public Health and Disability Act 2000. We are seeking a nationwide supplier able to demonstrate the ability to provide high quality management advice and monitoring regarding hearing aid services and timely processing of requests for Ministry of Health funding towards hearing aids.",Awarded,The estimated expenditure under this contract lies between $3 million and $4 million.,20201117 Ministry of Health,17154505,Request for Proposals,Open Competition,Provision of National Drinking-water Advisory & Co-ordination Services,,20160126,20160226,20160623,,Sole Agency,No,"Ministry of Health, Level 2, Number 1, The Terrace, Wellington 6011","The Ministry of Health is seeking a provider with demonstrated knowledge and experience in the drinking-water field to provide National Drinking-water Advisory and Co-ordination Services. The successful tender will act as a focal point for the Ministry, District Health Board???s public health units and other stakeholders with the aim of facilitating a range of drinking-water services including provision of high level technical advice to support strategic programmes, policy and legislative development for the Ministry and may include for example multi-agency or whole-of-government responses to issues involving drinking-water, consistent with Ministry policy and statutory requirements relating to the supply of safe drinking-water under the Health Act 1956.",Awarded,,20201117 Ministry of Health,17164789,Request for Proposals,Open Competition,Evaluating cancer psychological and social support services RFP,,20160201,20160303,20160720,,Sole Agency,No,,"This is an opportunity for a suitably qualified suppliers to submit a proposal for the Evaluating Cancer Psychological and Social Support Services. The initiative was announced by the Minister of Health as part of Budget 2014. It is a key component of the Faster Cancer Treatment programme and provides for additional funding to improve cancer psychological and social support services for people with cancer. Funding has been made available to DHBs to employ 38 FTE psychologists and social workers, and one regional lead psychologist in the cancer DHBs (Auckland, Canterbury, Capital & Coast, MidCentral, Southern and Waikato).",Awarded,1 July 2016 to 21 January 2019,20201117 Ministry of Health,17169013,Request for Proposals,Closed Competition,Panel of Suppliers to undertake Health Data Analysis and Related Services,,20160203,20160229,20170412,,Sole Agency,No,,"The Ministry of Heath wishes to establish a panel of preferred Suppliers with the capability and capacity to provide New Zealand Health Survey (NZHS) data analysis and related services. Suppliers appointed to the panel will be engaged to undertake work to support the delivery of the Ministry???s Health and Disability Information (HDI) Group???s annual work programme on an ???as needed??? basis over the next three to five years. This RFP is a unique opportunity to be a part of one of the Ministry???s panel of preferred external suppliers. It is an opportunity for Suppliers to be appointed to a closed panel and work in partnership with HDI; a major research team in a major government agency. The Panel will be limited to those providers with demonstrated capability and capacity to undertake the services the Ministry requires. It will be the Ministry???s primary mechanism for commissioning NZHS data analysis projects and purchasing related services. The Ministry expects to develop close working relationships with panel suppliers who will be expected to develop a high level of understanding of the Ministry???s requirements.",Awarded,No $ amounts awarded due to being RFx for a Panel of Suppliers,20201117 Ministry of Health,17261898,Request for Proposals,Open Competition,An Indicative Business Case for site wide planning at Christchurch Hospital,PA001,20160301,20160331,20170412,,Sole Agency,No,"Aconex ""Tender"" facility (as per instruction in the RFP)","The attached RFP requests a team who can collectively provide the consultancy services of a health planner (who must act as the lead consultant), business case writer and master planner health / architect to prepare an indicative Business Case for site wide planning at Christchurch Hospital. 1. Please note, although an RFP is attached to this GETS advert, the supporting documents and all amendments/clarifications to the RFP will be made available via the Aconex document management system only. 2. Questions and answers will not be accepted via GETS. Instead they must be submitted via the ""RFI"" function in Aconex. 3. Further more, Proposals will not be accepted in GETS- they must be made using the ""Tender "" function in Aconex. 4. To access Aconex, as explained in the RFP, please email Lynn_Archibald@moh.govt.nz and request access to the ""Parkside"" project in Aconex.",Not Awarded,,20201117 Ministry of Health,17262140,Request for Proposals,Closed Competition,Tranche 2 Mobility Action Progamme RFP,,20160523,20160707,20180309,,Sole Agency,No,,"The Ministry of Health is seeking proposals for the development and delivery of community musculoskeletal assessment, diagnostic and treatment services including education programmes to encourage self-management, and rehabilitation programmes to improve function, activities and participation. Services are to be provided to adults with musculoskeletal health conditions that have been impacting on their participation in activities important to them for longer than three months.",Awarded,,20201117 Ministry of Health,17266718,Request for Proposals,Open Competition,Cafe operator - 133 Molesworth Street,,20160304,20160401,20161017,,Sole Agency,No,,"The purpose of this Request for Proposals is to select a vendor to lease, manage and operate the space dedicated for a caf?? located in the reception area of 133 Molesworth Street.",Awarded,,20201117 Ministry of Health,17268490,Request for Proposals,Open Competition,Design and procurement expertise for a new Boiler House at Christchurch Hospital,CH075,20160303,20160406,20170412,,Sole Agency,No,via the Aconex document management system ONLY (as explained in overview and in the RFP),"The Ministry of Health (the Ministry) seeks proposals for (a) procurement expertise on how to procure a building contractor (potentially to include further design) for a new Boiler House that will service Christchurch Hospital; and (b) design services to cover the roles of mechanical engineer, structural & civil engineer, electrical engineer, fire engineer and architect. Proposals to cover any one or multiple design roles are invited, however, the Ministry does not require proposals to cover all of the roles. Instead, the Ministry will select the highest scoring individual (based on technical and price scores combined) for each role that will be evaluated on a role by role basis to form a design team with the mechanical engineer acting as the lead consultant within that design team. To view the information provided in support of this RFP (including the proposed contract), all amendments to the RFP, and to submit questions and a proposal- you MUST be registered on the Aconex document management system. To register on Aconex, please email Lynn_Archibald@moh.govt.nz and ask to be registered for the Boiler House project. Please note the details of an optional site visit.",Not Awarded,,20201117 Ministry of Health,17336783,Request for Proposals,Open Competition,Quantity Surveyor services for design (& potentially build) of a new Boiler House,CH081,20160323,20160426,20170717,,Sole Agency,No,"Proposals MUST be submitted via the ""Tender"" function in Aconex, not GETS","Proposals are invited from a suitably experienced quantity surveyor (QS), ie someone who has worked as the lead QS on a commercial project worth at least $20 million full project cost, who can (a) cost the design of a new boiler house and ancillary works; and (b) provide input to the Ministry of Health's procurement planning of a construction contractor who may potentially complete the design. 1. Please note, although an RFP is attached to this GETS advert, the supporting documents and all amendments/clarifications to the RFP will be made available via the Aconex document management system only. 2. Questions and answers will not be accepted via GETS. Instead they must be submitted via the ""RFI"" function in Aconex. 3. Further more, Proposals will not be accepted in GETS- they must be made using the ""Tender "" function in Aconex. 4. To access Aconex, as explained in the RFP, please email Lynn_Archibald@moh.govt.nz and request access to the ""Energy Centre / Boiler House"" project, please email Lynn_Archibald@moh.govt.nz",Not Awarded,,20201117 Ministry of Health,17372165,Request for Proposals,Open Competition,"Project management (PM) services for design and build of Boiler House, Christchurch Hospital",CH086,20160407,20160505,20170412,,Sole Agency,No,"Aconex ""Tender"" function ONLY, not GETS","If you are interested in providing project management (PM) services to help with the design and build of a Boiler House at Christchurch Hospital, please consider the attached RFP. But please note, amendments to this RFP and all of its supporting documents are not made available on GETS. Instead to view the full RFP, to submit questions and to submit a Proposal, you must use the Aconex document management system. To register for this ""Energy Centre/ Boiler House"" project on Aconex, please email Lynn_Archibald@moh.govt.nz An optional site visit on Friday 15 April, will be available to those registered on Aconex.",Not Awarded,,20201117 Ministry of Health,17378927,Request for Proposals,Open Competition,Business Case Writer for Christchurch Hospital site wide (Parkside) Indicative Business Case,PA002,20160411,20160518,20170412,,Sole Agency,No,via Aconex ONLY as per instructions,"The Ministry of Health invites Proposals for business case writer services to deliver an Indicative Business Case for the Christchurch Hospital site wide (commonly referred to as Parkside). This service was previously advertised and then removed from an RFP (GETS 17261898) for health planner/ master planner health/ architect services. To receive all clarifications and amendments to this RFP, and all supporting information; and to submit any questions and a final Proposal, you must use the Aconex document management system- NOT GETS. To use Aconex, please ensure you are registered for the ""Parkside"" project by emailing Lynn_Archibald@moh.govt.nz",Not Awarded,,20201117 Ministry of Health,17496061,Request for Tenders,Open Competition,Main Contractor for Christchurch Hospital Outpatient Facility,CH087,20160509,20160607,20160712,,Sole Agency,No,Submit via Aconex system NOT GETS - Details in overview below,"The Ministry of Health is conducting an open Request for Tender (RFT) for the engagement of a contractor for the construction of a new Outpatient building on the ???St Andrew???s??? triangle adjacent to the Christchurch Hospital. This Project is part of the Christchurch Hospital Redevelopment and the Canterbury District Health Board (the CDHB) is the key stakeholder. The Facility consists of a new 10,500 square metre five storey building, with fit out and associated infrastructure. The Facility is part of the bringing to life of the full integrated model of care that the CDHB is working towards as it re-orientates its services and responds to the impacts of the earthquakes on its facilities. There is an additional key driver for the development of the Facility in that it will need to be delivered to enable the temporary Hagley outpatients??? facilities to be moved from its current location by July 2018 in order to make way for the new Acute Services Building. The Facility will be required to provide a new 'home' for the existing Hagley outpatients functions by April 2018, with the rest of the facility completed in July 2018. The Facility will provide for (amongst other functions): ?? a shared clinical support area including blood collection ?? Allied Health ?? general consultation clinics ?? diabetes and endocrine ?? ophthalmology ?? oral health and ?? staff amenities and workspaces. To view the information provided in support of this RFT (including the proposed contract), all amendments to the RFT, and to submit questions and a proposal- you MUST be registered on the Aconex document management system. To register on Aconex, please email Lynn_Archibald@moh.govt.nz and ask to be registered for the main contract for Chch Outpatient Facility RFT. Please note the details of an mandatory site visit scheduled for 10.30am on 13/05/16.",Awarded,"Leighs Construction the award of the construction contract, commencing with Stage 1 Works, for the new Outpatient Facility at Christchurch Hospital.",20201117 Ministry of Health,17575852,Request for Proposals,Open Competition,Dunedin Hospital Services Planner and Architect,,20160603,20160705,20170412,,Sole Agency,No,submit using Aconex only (not GETS),"The Ministry of Health invites Proposals for hospital services planner and architecture services to help a (separately appointed) business case developer & writer to prepare an Indicative Business Case for the Southern DHB's Dunedin Hospital services. The full description of the services and the mandatory requirements are set out in the RFP- see Aconex. You must use the Aconex document management system (not GETS), to receive all clarifications, amendments and supporting documents to this RFP; and to submit any questions (as an ""RFI"" only) and a final Proposal. To use Aconex, please ensure you are registered for the ""Southern"" project by emailing Lynn_Archibald@moh.govt.nz (A site visit is not planned.)",Not Awarded,,20201117 Ministry of Health,17575860,Request for Proposals,Open Competition,Services to Develop and Write an Indicative Business Case for Dunedin Hospital's services,,20160603,20160706,20170412,,Sole Agency,No,"All Proposals must be received in Aconex as per the instructions below, NOT GETS","The Ministry of Health invites Proposals for business case developers and writers to deliver an Indicative Business Case for the Southern DHB's Dunedin Hospital services. The full description of the services and the mandatory experience are set out in the RFP- see Aconex. You must use the Aconex document management system (not GETS), to receive all clarifications, amendments and supporting documents to this RFP; and to submit any questions (as an ""RFI"" only) and a final Proposal. To use Aconex, please ensure you are registered for the ""Southern"" project by emailing Lynn_Archibald@moh.govt.nz (A site visit is not planned.)",Not Awarded,,20201117 Ministry of Health,17596516,Request for Proposals,Open Competition,Choice in Community Living in the Hutt and Otago / Southland Regions,,20160613,20160729,20170705,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to Disability Support Suppliers to submit a Proposal to deliver a Choice in Community Living (CiCL) service in the Hutt and/or the Otago/Southland regions. CiCL provides individual support for a disabled person, who may be living in a residential service or who might otherwise need residential services, to plan for and live more independently in a home of their choice. A Supplier contracted to deliver CiCL will work with an eligible person to purchase and/or provide flexible supports that are directed by the Person (and/or their representative/family/whanau).",Not Awarded,"1-4-16 Choice in Community Living in the Hutt and Otago / Southland Regions. (7) contracts awarded. Contract term 1-4-16 to 31-3-18 1 Healthcare of NZ - Both regions 2 Geneva Healthcare - Both regions 3 PACT - Both regions 4 CCS Disability Action - Otago/Southland 5 Community Care Trust - Otago/Southland 6 Community Connections - Hutt 7 Laura Fergusson Trust - Hutt",20201117 Ministry of Health,17691887,Request for Proposals,Open Competition,Relocation Services - RFP,,20160714,20160805,20170412,,Sole Agency,No,,"The Ministry of Health are seeking a Relocation Company (the Supplier) to under the relocation of Furniture Fixtures & Equipment and packed items to support the relocation of approximately 1200 staff from Freyberg Building and 1 The Terrace in October-November 2016. We expect goods and equipment to be transferred carefully and in good time. You will be expected to liaise with the Ministry appointed Relocation Project Manager and attend migration move meetings when required, to ensure that the programme is delivered safely, on time and within budget with minimal disruption to Ministry staff or business activities. The Relocations Project Manager will undertake scheduling of all relocation activities and issue the Daily Activity Schedule. Specifically the Ministry is seeking to retain a Supplier who is able to provide: ??? Assistance to the Relocation Project Manager to finalise detailed project schedules; ??? Management of resources to ensure project timelines are met and budget constraints are adhered to; The Respondent will have expertise to work within a fully functioning Government environment moving both furniture and electronic equipment.",Awarded,,20201117 Ministry of Health,17696633,Request for Proposals,Open Competition,National Suicide Prevention Training Programme RFP,,20160907,20161017,20170217,,Sole Agency,No,,"The Ministry is seeking supplier(s) to deliver national suicide prevention training that will enable community members to gain the necessary skills and knowledge to identify and support those at risk of suicide. We are seeking suppliers who can design a new evidence-informed national suicide prevention training programme or adapt an existing evidence-informed suicide prevention training programme and deliver the training to individuals throughout New Zealand. We are open to suppliers proposing to deliver the training programme utilising a range of training modalities and delivery approaches. The aim of the training programme is to create a supportive environment or safety net for individuals at risk of suicide by increasing the number of people aged 18 years and over in communities who are able to identify and support these individuals and refer them to agencies/services that can help.",Awarded,This contract has been awarded to Pacific Limited (Le Va) following evaluation against the specified evaluation criteria,20201117 Ministry of Health,17820621,Request for Proposals,Open Competition,Business Case for the Single Electronic Health Record RFP,,20160823,20160930,20161207,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified respondents to submit a Proposal for the Indicative Business Case and Detailed Business Case for the implementation of a Single Electronic Health Record.,Awarded,,20201117 Ministry of Health,17855242,Request for Proposals,Open Competition,Building Security Patrol and Support Services,,20160901,20160928,20161027,,Sole Agency,No,,"This Request for Proposal (RFP) is for the provision of Building Security Patrol and Support Services, hereafter known as (the Service). The Ministry is seeking to purchase the Service for its new office location at 133 Molesworth Street, Wellington. The new facility is a 6 level building, basement, ground and levels 1 through 4, a total floor space of 15,311m2 with the Ministry???s Reception located in the ground level foyer.",Awarded,This is an automated response from GETS.,20201117 Ministry of Health,17855580,Request for Proposals,Open Competition,Evaluation Service for the new Pregnancy and Parenting Support Service,,20160902,20160930,20161206,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a Proposal for the provision of an Evaluation Service (the Evaluation) for the new Pregnancy and Parenting Support (PPS) Service. This RFP is an invitation to suitably experienced suppliers to submit a Proposal to undertake a formative, process and outcome evaluation of the newly established PPS Programme which aims to reduce harm from substance abuse for mothers and their families from pregnancy through until the children are three years old.",Awarded,,20201117 Ministry of Health,17970712,Request for Proposals,Closed Competition,Software Development Services,,20160929,20161028,20170712,,Sole Agency,No,matt_price@moh.govt.nz,This is a Closed RFP for Software Development Services to the short listed suppliers.,Awarded,This Panel supports the 'Software Development Supplier Panel' - contracts commenced Feb 2017 to 31 Jan 2022.,20201117 Ministry of Health,17973562,Request for Proposals,Open Competition,Multi Year Evaluation Service for the new telehealth service,,20161005,20161101,20170207,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Suppliers to submit a Proposal for the Provision of a Multi-Year Evaluation Service (the Evaluation) for the new national telehealth service hereafter referred to as (the Service). To background The Ministry of Health purchased the Service which went live on 1st November 2015. The aim of the Service to improve public access to a range of unplanned care, advisory, counselling and referral services. The Service is a positive impact for health and viewed as a health service which proposes to reduce acute and unplanned care, and improve self-care, support for clients and health literacy.",Awarded,,20201117 Ministry of Health,18107550,Request for Proposals,Open Competition,Provision of an Evaluation Service for the Healthy Homes Initiative,,20161110,20161216,20170421,,Sole Agency,No,,"The Ministry wishes to engage a Supplier to provide an Evaluation service to sit alongside the Service during delivery of the healthy homes initiative. The Evaluation will be a process evaluation, with a proposed start date for the contract of 1 February 2017 and the end date 20 December 2017. The purpose of the evaluation will be primarily to inform the development and delivery of the extended programme to at risk 0–5 year old children.",Awarded,,20201117 Ministry of Health,18156335,Request for Proposals,Open Competition,Request for Proposals for an Electronic Oral Health Record Solution,,20161118,20161222,20170821,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified and experienced suppliers to submit a Proposal for the provision of an Oral Health Information System Solution. This will support the needs of clinicians and consumers of oral health services delivered via the DHB's community and hospital based clinics, and some contracted providers such as Maori Oral Health services. The programme will facilitate the implementation of a nationally consistent platform of oral health information, business processes and enabling software. We are seeking suppliers that demonstrate their expertise and experience in providing oral health/dental software solutions on a large scale in a multi-site environment. Ideally as a software as service/centrally hosted deployment with robust interoperability that enables us to meet our objective of achieving national consistency and efficiency. The Successful Supplier will demonstrate capability in keeping up with technology evolution and maintain flexibility of their proposed solution so that it can be easily changed and enhanced.",Not Awarded,Currently there is no solution in the market that can meet all the key requirements the Ministry is seeking.,20201117 Ministry of Health,18169084,Request for Proposals,Open Competition,Request for Proposal for Quantity Surveyor Services for Dunedin Hospital Redevelopment during IBC and DBC phases,,20161123,20161214,20170412,,Sole Agency,No,,"Facilities at the Dunedin Hospital campus have potentially reached the end of their life cycle. This Request for Proposal (RFP) invites proposals from a suitably experienced quantity surveyor to support the project team working on the redevelopment of Dunedin Hospital. The Ministry of Health (the Ministry) is looking for someone who has worked as the lead quantity surveyor on a commercial project worth at least $30 million (full project cost), this is a mandatory requirement. The quantity surveyor appointed out of this procurement will work directly to a Ministry of Health Project Manager and be expected to liaise and work with Southern District Health Board, a consortium providing hospital planning and architect services (CCM architects, Jacobs and Johnstaff) and a health planner team (Sapere Research Group) preparing the Indicative and Detailed Business Cases by June 2017 and June 2018 respectively. The supplier must be suitably resourced and able to enter into a consultancy services contract with the Ministry. The Request for Proposal documentation is available on Aconex. If you are not already registered on Aconex please contact Lynn Archibald by emailing Lynn_Archibald@moh.govt.nz. All communication, including questions regarding this RFP, the electronic submission of a Proposal or the Services Contract, must be submitted to the Ministry via the RFI function in Aconex only. If you have any issues with Aconex, please contact the Aconex helpdesk in the first instance on +64. 800 226 639 or Lynn_Archibald@moh.govt.nz. The Ministry requires all responses to be submitted to Aconex by midday Wednesday 14 December 2016.",Not Awarded,,20201117 Ministry of Health,18247677,Request for Proposals,Open Competition,Varicella Vaccine Post-Introduction Evaluation,,20170109,20170210,20170427,,Sole Agency,No,,"The Ministry of Health is releasing this Request for Proposal (RFP) and inviting interested Suppliers to submit a Proposal for the Provision of an Evaluation Service of the Implementation of the Varicella Vaccine Introduction. Suitably qualified Suppliers are invited to submit a Proposal to evaluate the implementation of the varicella vaccine following its addition to the National Immunisation Schedule from 1 July 2017. The aims of the evaluation are to: (i) provide the Ministry with information on the success of the implementation of the varicella vaccine introduction, including identifying barriers and any challenges associated with the vaccine implementation, and (ii) provide recommendations for the future implementation of new vaccines. The Ministry seeks to engage a Supplier who has relevant experience, sufficient expertise and resources to complete the evaluation within the agreed timeframe and budget, including capacity to carry out visits with an agreed number of relevant stakeholders and parents to ensure a representative sample.",Awarded,Term of contract: 1.5.2017 - 30.4.2018,20201117 Ministry of Health,18265437,Request for Proposals,Open Competition,Innovative research for preventing and minimising gambling harm,,20170109,20170228,20171003,,Sole Agency,No,,"The Ministry is required under the Gambling Act 2003 to consult on and develop an integrated strategy for preventing and minimising gambling harm. Section 317 of the Gambling Act requires that the strategy includes - quote: independent scientific research associated with gambling, including (for example) longitudinal research on the social and economic impacts of gambling, particularly the impacts on different cultural groups - unquote. In May 2016 the Ministry released the Cabinet approved Strategy to Prevent and Minimise Gambling Harm 2016/17 to 2018/19. To read the strategy go to www.health.govt.nz/publication/strategy-prevent-and-minimise-gambling-harm-2016-17-2018-19. The Strategy (page 45) includes a commitment to implement the following research objectives: 1. researcher-initiated funding rounds that prioritise innovative value-for-money research projects to prevent and minimise gambling harm 2. research into a national programme for budgeting and financial literacy for Maori and Pacific problem gamblers 3. a national trial of an internet/smart-technology-based system for preventing and minimising gambling harm The Ministry seeks to engage a Supplier/s who can develop, implement, and complete one or more high quality research project/s that addresses one or more of the three objectives described above. The projects must be led by independent, experienced, and well-qualified researchers, preferably with experience in gambling harm research or the mental health/addictions sector. The Ministry encourages projects that involve partnerships between researchers and gambling harm services. he Ministry has a strong commitment to addressing inequities in gambling harm for priority populations such as Asian,Maori, and Pacific peoples. To avoid duplication of existing gambling harm research, please visit the Ministry website to view a description of completed or in progress projects: Go to http://www.health.govt.nz/our-work/mental-health-and-addictions/problem-gambling/research-and-evaluation/implementation-2013-2014-2015-2016.",Awarded,The Ministry received (19) proposals for this tender and thanks the participants for the time and effort. (4) Research proposals were successful.,20201117 Ministry of Health,18352102,Request for Proposals,Open Competition,National Bowel Screening Programme - National Coordination Centre,,20170201,20170317,20170824,,Sole Agency,No,,"The Ministry requires a National Coordination Centre (NCC) to manage the National Bowel Screening Programme (NBSP) Register and Participant invitation and Screening, monitor and follow up on participation and resolve or escalate exceptions. In addition the NCC will support the Ministry to monitor performance and ensure national programme quality. and promote equitable participation nationally. The Ministry is seeking to identify and engage suppliers with demonstrated knowledge and experience to coordinate the NBSP on a national basis, with experience in access to data sets, application of screening principles and processes enabled by technology, and a key focus on quality of information. The NCC will be responsible for activities involving the eligible programme population. This includes managing the register, sending pre-invitation letters and receiving replies, distribution of screening invitations to participants (including test kits), notification of negative results to participants, ensuring notification of positive results to General Practice and informing participants on exit from the programme.",Awarded,18 August 2017 to 30 April 2018,20201117 Ministry of Health,18363240,Request for Quotations,Closed Competition,Review of New Zealand Health Survey,,20170207,20170224,20170424,,Sole Agency,No,,"The Ministry requires a provider to review the New Zealand Health Survey (the Health Survey). You have already been informed that this is a closed competitive process using providers from the AoG Consultancy Services (Business and Finance) Panel. Please note the attached document is Part A and Part B of the Consultancy Services Order (CSO) form. Please read Part A and respond in Part B. The terms and conditions of the contract are those as agreed under the AoG Consultancy Services (Business and Finance) Panel. All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box.",Awarded,,20201117 Ministry of Health,18472501,Request for Proposals,Open Competition,RFP: National SUDI Prevention Coordination Service,,20170320,20170421,20170809,,Sole Agency,No,,"This Request for Proposals is an invitation to suitably qualified Suppliers to submit a Proposal for a National SUDI Prevention Coordination Service to support the delivery of a national SUDI Prevention Programme. The Ministry seeks to engage a Supplier who will provide a national coordination service that will help us to improve the quality and consistency of the National SUDI Prevention Programme. The Supplier should have relevant experience, sufficient expertise and resources to deliver a national coordination service that will support District Health Boards and the Ministry to ensure that regional initiatives are effective and consistent with best practice.",Awarded,,20201117 Ministry of Health,18482009,Request for Proposals,Open Competition,Oracle Fusion Implementation,,20170317,20170418,20170803,,Sole Agency,No,,The Ministry of Health is currently running Oracle E-Business Suite (FMIS) version 11.5.10.2 which is no longer supported. The Ministry has decided to implement Oracle Fusion products under the All of Government offering. This RFP is looking for a suitable Oracle Fusion implementation partner.,Awarded,,20201117 Ministry of Health,18482180,Request for Proposals,Open Competition,"Budgeting, Forecasting and Reporting cloud system",,20170317,20170418,20170803,,Sole Agency,No,,"The Ministry of Health is moving its financial system from Oracle E-Business Suite to Oracle Fusion - the Enterprise Resource Planning (ERP) Cloud. The Ministry is looking for a Budgeting, Forecasting and Reporting cloud system that can work with the Oracle Fusion core financial system.",Awarded,,20201117 Ministry of Health,18730288,Request for Proposals,Open Competition,Christchuch and Greymouth Hospitals Curtains and Blinds,CH123,20170607,20170707,20171219,,Sole Agency,No,,"The Ministry of Health (the Ministry) and the Canterbury District Health Board (CDHB) are working towards long term investments in new and improved hospital facilities for Christchurch and Grey Base Hospitals, known as the Hospitals Redevelopment Project (???the Project???). The Project involves significant development and extension of existing hospital facilities. The Ministry has responsibility for the delivery of this project. The Ministry is now calling for proposals for the supply and installation of internal and external curtains and/or blinds for the Acute Services Building (ASB), Outpatients facility (OP) and Grey Base (GB) redevelopment projects. This procurement has been advertised on GETS on 6 June 2017. The remainder of the procurement process, including communications and questions will be managed through Aconex. GETS will not be monitored. Aconex is the document management system used by the Ministry for the management and delivery of capital projects. Aconex provides a secure web-based server to store all formal correspondence and documents. All documents relating to this procurement are provided in Aconex. All tenderers (both existing Aconex users and non users) must register as per below in order to receive all documents and communications. To register for Aconex, please contact Lynn Archibald (the Ministry???s Aconex contact) in the first instance on +64 4 816 2172 or Lynn_Archibald@moh.govt.nz. You may also use this contact for support with any technical issues. Proposals must be received by 7 July 2017 (12.00pm)",Awarded,This contract has been awarded to D??cor People,20201117 Ministry of Health,18739556,Request for Quotations,Closed Competition,Strengthening Youth Mental Health Data Collection & Analysis,,20170609,20170629,20171003,,Sole Agency,No,,"In overview the Ministry is looking to progress and make improvements on the Prime Minister???s Youth and Mental Health Project (YMHP) that started in 2012. To background YMHP was established with a significant investment over four years in the prevention and early intervention for youth aged 12 to 19 years with, or at risk of, mild to moderate mental health problems. The project was designed to respond to mental health issues as they emerge and when they are easier and often less costly to resolve. As such we are seeking a solution that strengthens data collection and analysis across youth mental health by working with a cross agency technical working group to implement data improvements.",Awarded,The Ministry would like to thank the respondents to this tender.,20201117 Ministry of Health,18772752,Request for Proposals,Open Competition,Supply of Services to Deliver the New Zealand Health Survey - Request for Proposals,,20170627,20170726,20180329,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for supplying services to the New Zealand Health Survey (the Health Survey). The Ministry of Health (the Ministry) wishes to identify a supplier to work in partnership to co-design and deliver Health Survey services. This partnership will support the Ministry and health sector???s health monitoring and evidence-based policy development requirements into the future. The Health Survey is a data collection tool for monitoring the health of the population. The information collected is an important source of evidence for the development of health policy that puts people at the centre. It supports the formulation and evaluation of policy through the provision of timely, reliable and relevant health information that cannot be collected more efficiently from other sources and covers population health, health risk and protective factors and health service utilisation. The Health Survey is also a part of the New Zealand Official Statistics System (OSS) and contains Tier 1 statistics. Tier 1 Statistics are a portfolio of the most important official statistics, essential to understanding how well New Zealand is performing and to inform critical decisions. The Health Survey is currently administered annually (face-to-face and computer assisted) to about 13,000 adults aged 15 years and older as well as to about 4,500 children aged 0 to 14 years, generally through their primary caregiver who acts as a proxy respondent. Services the successful Respondent will be required to provide include: ?? co-design and testing survey instruments ?? supporting the Ministry???s application/s for required ethical approval/s ?? implementing the design of survey samples ?? implementing agreed survey branding strategies ?? co-designing participant recruitment and consent processes ?? providing interview teams ?? survey field implementation ?? public communications ?? objective testing ?? maintaining the archive of Health Survey participant details ?? data analysis, access and quality services ?? co-design and maintaining a data dissemination platform. Important dates: Deadline for Questions - 19 July 2017 (5pm) Deadline for Proposals - 26 July 2017 (5pm)",Not Awarded,"The Ministry has in this instance exercised Clause 6.25 Ministry's additional rights per sub clause 6.25.1 of the RFP terms and conditions. As such the Ministry has provided notice to the Respondents and advised ""The cancellation of the RFP is in response to a significant change in the service requirement, which may require the issuing in the future of a new RFP. A timeline for a new RFP has not been established at this time.""",20201117 Ministry of Health,18808940,Request for Proposals,Closed Competition,Business Intelligence and Analytics Toolset Improvement,,20170711,20170810,20180216,,Sole Agency,No,,"Ministry of Health is seeking Business Intelligence and Analytical Toolset including , Advanced Analytics, Data Visualisation, Enterprise Reporting Individual Supplier briefings will be held following the release of the RFP Briefing Information: Location Ministry of Health Wellington Office 133 Molesworth Street Wellington Date and Time 17th ??? 20th July 2017 To register to attend the briefing, email michelle_jump@moh.govt.nz.",Awarded,,20201117 Ministry of Health,18913836,Request for Proposals,Open Competition,Migration Manager Christchurch Hospital Redevelopment Project,CH128,20170823,20170920,20180323,,Sole Agency,No,,"The Ministry of Health (the Ministry) and the Canterbury District Health Board (CDHB) are working towards long term investments in new and improved hospital facilities for Christchurch and Grey Base Hospitals, known as the Hospitals Redevelopment Project (???the Project???). The Project involves significant development and extension of existing hospital facilities. The Ministry has responsibility for the delivery of this project. The Ministry is now calling for proposals for a suitably experienced person to fill the role of Migration Manager. The Migration Manager will manage the migration of people, equipment and services from the existing CDHB facilities to the new. This procurement has been advertised on GETS on 23 August 2017. The remainder of the procurement process, including communications and questions will be managed through Aconex. GETS will not be monitored. Aconex is the document management system used by the Ministry for the management and delivery of capital projects. Aconex provides a secure web-based server to store all formal correspondence and documents. All documents relating to this procurement are provided in Aconex. Respondents must register for this opportunity by contacting Lynn Archibald (the Ministry???s Aconex contact) in the first instance on Lynn_Archibald@moh.govt.nz or +64 4 816 2172. You may also use this contact for support with any Aconex technical issues. Proposals must be received by 20 September 2017 (12.00pm)",Awarded,,20201117 Ministry of Health,18964279,Request for Quotations,Closed Competition,Mass Vaccinations in a Pandemic,,20171106,20171127,20190211,,Sole Agency,No,,"The Ministry requires a provider to undertake a stocktake and evaluation of existing NZ District Health Board (DHB) and NZ Defence Mass Vaccination plans for use during an influenza pandemic. You have already been informed that this is a closed competitive process using providers from the AoG Consultancy Services (Business and Finance) Panel. Attached documents include: the AoG Consultancy Services (Business and Finance) - Consultancy Services Order (CSO) form. Please read Part A and respond in Part B. Also a separate Pricing document has been provided. The terms and conditions of the contract are those as agreed under the AoG Consultancy Services (Business and Finance) Panel (Part F of the Agreement). All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box. Notes of key dates and times: Clarification Close Date and Time - Wednesday 22 November 2017, 5pm (NZT) RFQ Close Date and Time - Monday 27 November 2017, 5pm (NZT) For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: EMTadmin@moh.govt.nz",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,18976329,Request for Quotations,Closed Competition,Gambling Harm Needs Assessment,,20170904,20170925,20190211,,Sole Agency,No,,"The Ministry requires a provider to deliver a Problem Gambling Needs Assessment (the Needs Assessment), comprising the following two workstreams: Workstream One: A rapid evidence based literature review of the published academic and grey literature about problem gambling in New Zealand. It is anticipated this will be a relatively short piece of work and consist largely of updating existing literature reviews. Workstream Two: A gap analysis of problem gambling harm reduction service delivery. This will be a much larger piece of work and will include identification of current service provision, service utilisation, identification of service gaps against recommended best practice and the strategic direction of the Ministry of Health Strategy to Prevention and Minimise Gambling Harm. You have already been informed that this is a closed competitive process using providers from the AoG Consultancy Services (Business and Finance) Panel. Attached documents include: the AoG Consultancy Services (Business and Finance) - Consultancy Services Order (CSO) form. Please read Part A and respond in Part B. Also a separate Pricing document has been provided (Pricing.doc). The terms and conditions of the contract are those as agreed under the AoG Consultancy Services (Business and Finance) Panel (Part F of the Agreement). All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box. For help using the GETS system, contact the GETS helpdesk. The Ministry Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: Email - gamblingharm@moh.govt.nz",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,19077936,Request for Proposals,Open Competition,Cervical Screening Education and Training Support Services,,20171002,20171106,20190311,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Cervical Screening Education and Training Support Services. This service involves national coordination and delivery of cervical screening updates to sample takers, and also management of the cervical screening training fund for sample takers who meet the agreed eligibility criteria. With the planned change to HPV Primary Screening the provider will be involved in updating sample takers on the new programme. The provider will liaise regularly with National Cervical Screening Programme (NCSP) staff and clinical leads to ensure the content is appropriate and clinical information is accurate. The RFP is an open, single-step competitive tender process. The contract will be for an initial term of three years from 1 February 2018 to 31 December 2020. The total contract value over the three-year term is $390,000. All clarification and responses to be submitted via GETS. No questions will be answered or responses accepted through any other means.",Not Awarded,"This tender process is now closed out. The Ministry did not award this tender, they are currently evaluating the business need and any future requirements will be managed by the Ministry via GETS.",20201117 Ministry of Health,19131029,Request for Proposals,Closed Competition,Multi Venue Exclusion National Administration Service - RFP,,20171013,20171110,20190213,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for a Multi Venue Exclusion National Administration Service. All requirements of the service can be found within the attached: Part 1 - Multi Venue Exclusion National Administration Service - Our Requirements. All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box. For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: Email - gamblingharm@moh.govt.nz",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,19153467,Request for Proposals,Closed Competition,Tu Kotahi Pilot Project - RFP,,20171020,20171110,20181220,,Sole Agency,No,,"The Ministry of Health is seeking to contract appropriate provider(s) to develop, implement and evaluate a one year pilot of the Tu Kotahi (TK) early intervention programme for young people which will be trialled in four New Zealand secondary schools in the 2018 calendar year. Your Proposal needs to describe how the programme will strengthen youth mental health and well-being in school settings and create opportunities for intervening early when issues are beginning to affect the wellbeing of young people. Overall the Proposal will equip students at participating schools to be contact points for peers who need help to cope and then direct them to support from existing services within their communities so that young people and their families can access appropriate services. NOTING: All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box. For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: Email - tenders@moh.govt.nz",Awarded,This notice provides close out of the 'Tu Kotahi Pilot Project - RFP'. The Ministry of Health (the Ministry) will commence working in early 2019 with Te Rau Matatini to run the pilot of the Tu Kotahi Programme; an evaluation of the pilot Programme will also be undertaken to support understanding of the programme's delivery and impact.,20201117 Ministry of Health,19194651,Request for Proposals,Open Competition,CH126 Provision of Signage - Christchurch & Greymouth Hospital Redevelopments,,20171128,20180119,20181127,,Sole Agency,No,,"The Ministry of Health (the Ministry), Canterbury District Health Board (CDHB) and West Coast District Health Board are working towards long term investments in new and improved hospital facilities for Christchurch and Grey Base Hospitals, known as the Hospitals Redevelopment Project (???the Project???). The Project involves significant development and extension of existing hospital facilities. The Ministry has responsibility for the delivery of these projects. The Ministry is now calling for proposals for a signage supplier (contractor) to supply and install a variety of sign types for the Christchurch Acute Services Building, the Christchurch Outpatients Building and the Greymouth Hospital. This procurement is advertised on GETS on Tuesday, 28 November 2017. The remainder of the procurement process, including communications and questions will be managed through Aconex. GETS will not be monitored. Aconex is the document management system used by the Ministry for the management and delivery of capital projects. Aconex provides a secure web-based server to store all formal correspondence and documents. All documents relating to this procurement are provided in Aconex. Respondents must register for this opportunity by contacting Lynn Archibald (the Ministry???s Aconex contact) in the first instance on Lynn_Archibald@moh.govt.nz or +64 4 816 2172. You may also use this contact for support with any Aconex technical issues.",Awarded,Three individual contracts have been award for the supply and install of signage to Canterbury and Greymouth Hospitals,20201117 Ministry of Health,19220630,Request for Proposals,Open Competition,Architectural & Health Planning Services (Mental Health) - RFP,CH135,20171114,20171212,20180502,,Sole Agency,No,,"The Ministry of Health (the Ministry) and Canterbury District Health Board (CDHB) are working towards the transfer of Specialist Mental Health Services (SMHS) from the Princess Margaret Hospital (TPMH), Christchurch to Hillmorton Hospital, Christchurch as part of the Hospital Redevelopment Project (???the Project???). The Ministry has responsibility for the delivery of these projects. The Ministry is now calling for proposals to provide Architectural, Master Planning and Health Planning Services in order to: - Complete the Detailed Business Case (DBC); and - Complete the scope of service for the new and/or refurbished facilities from concept design through until the end of defects liability. It is intended that the Architect/Health Planner will take the lead design role with the balance of design consultants being appointed following completion of the DBC. This procurement is advertised on GETS. The remainder of the procurement process, including communications and questions will be managed through Aconex. GETS will not be monitored. Aconex is the document management system used by the Ministry for the management and delivery of capital projects. Aconex provides a secure web-based server to store all formal correspondence and documents. All documents relating to this procurement are provided in Aconex. Respondents must register for this opportunity by contacting Lynn Archibald (the Ministry???s Aconex contact) in the first instance on Lynn_Archibald@moh.govt.nz or +64 4 816 2172. You may also use this contact for support with any Aconex technical issues. Proposals must be received by Tuesday, 12 December 2017 (4.00pm)",Awarded,,20201117 Ministry of Health,19239166,Request for Proposals,Open Competition,Rongo?? Services for Hauraki Region - RFP,,20171120,20171212,20190213,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified providers based in the Hauraki region to submit a Proposal for the provision of rongo?? services in the Hauraki region. The Ministry is seeking to contract with the successful Respondent to deliver rongo?? services. Rongo?? services include mirimiri (massage), karakia (including pastoral support) and whitiwhiti k??rero (cultural support). The preparation, prescribing and dispensing of rongo?? r??kau is excluded from this contract. The successful Respondent will be expected to deliver a minimum of 650 client contact sessions per year for the provision of one or more rongo?? services ??? mirimiri, karakia and whitiwhiti k??rero in accordance with all Ministry standards including Tikanga ??-Rongo?? 2014. The rongo?? service provides a service delivery that is equitable, accessible, efficient and safe for M??ori. The service is available to all persons resident in the Hauraki region. The successful Respondent will be offered a contract for services based on the Ministry???s standard terms and conditions. The proposed contract term is from 1 April 2018 through to 31 March 2021. This RFP is an open competitive tender process.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,19644982,Request for Proposals,Open Competition,Baseline study for the evaluation of the disability support system transformation MidCentral region prototype,,20180418,20180517,20180706,,Sole Agency,No,,A baseline study will be conducted pre-system transformation implementation. It will provide a critical reference point for assessing system level change over time and for determining what difference the transformed system is making in terms of quality of experience and life outcomes for disabled people and their wh??nau.,Awarded,This contract has been awarded to Standards and Monitoring Services (SAMS). Term of the contract: 25.06.18 - 30.06.19,20201117 Ministry of Health,19660991,Request for Quotations,Closed Competition,National CPE Response Plan - CSO,,20180503,20180521,20190215,,Sole Agency,No,,"The Ministry requires a provider to undertake a literature review and prepare a national response plan for carbapenemase producing Enterobacteriaceae (CPE). You have already been informed that this is a closed competitive process using providers from the AoG Consultancy Services (Business and Finance) Panel. Attached documents include: the AoG Consultancy Services (Business and Finance) - Consultancy Services Order (CSO) form. Please read Part A and respond in Part B. Also a separate Pricing document has been provided. The terms and conditions of the contract are those as agreed under the AoG Consultancy Services (Business and Finance) Panel (Part F of the Agreement). All clarifications and responses must be submitted via GETS. No responses will be accepted to any other mail box. Notes of key dates and times: Clarification Close Date and Time - Tuesday 15 May 2018, 5pm (NZT) RFQ Close Date and Time - Monday 21 May 2018, 4pm (NZT) For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: tenders@moh.govt.nz",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,19736894,Request for Proposals,Open Competition,Healthy Families East Cape - Lead Provider,,20180517,20180621,20181005,,Sole Agency,No,N/A,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Healthy Families East Cape opportunity. The purpose of this RFP is to determine how you would resource, establish and provide leadership to the delivery of Healthy Families NZ in the East Cape community if you were selected to act as the local Lead Provider. Please note that this tender focuses on the East Cape community only. Healthy Families East Cape must be located (premises, buildings, staff etc) within the East Cape region. Healthy Families NZ is a large-scale prevention initiative that brings community leadership together in a united effort for better health. It aims to improve people???s health where they live, learn, work and play by taking a systems approach to the reduction of risk factors for major health loss and inequity. The approach of Healthy Families NZ is in alignment with international, best practice evidence that supports a comprehensive and coordinated approach to chronic disease prevention through locally driven action in settings (where people live, learn, work and play) that is sustained over the longer-term. Healthy Families East Cape is one of ten Healthy Families NZ locations across the country. The Healthy Families East Cape region covers the north-eastern corner of the central North Island (Te Tair??whiti); covering the region from the Eastern Bay of Plenty (Opotiki to Whangaparaoa) as well as the Gisborne District. The Ministry is interested in considering Proposals from Respondents with the capacity to lead the implementation of Healthy Families NZ in the East Cape region. A lead provider will be chosen on the basis they are best placed to lead transformational change in their communities.",Awarded,,20201117 Ministry of Health,19762064,Request for Proposals,Open Competition,Healthy Families NZ - Far North,,20180528,20180629,20181005,,Sole Agency,No,,"Healthy Families NZ is a large-scale prevention initiative that brings community leadership together in a united effort for better health. It aims to improve people???s health where they live, learn, work and play by taking a systems approach to the reduction of risk factors for major health loss and inequity. The approach of Healthy Families NZ is in alignment with international, best practice evidence that supports a comprehensive and coordinated approach to chronic disease prevention through locally driven action in settings (where people live, learn, work and play) that is sustained over the longer-term. Healthy Families Far North is one of ten Healthy Families NZ locations across the country. The Healthy Families Far North region covers the area from Cape Reinga / Te Rerenga Wairua to the northern boundaries of Kaipara District and Whangarei District. The Ministry is interested in considering Proposals from Respondents with the capacity to lead the implementation of Healthy Families NZ across the Far North District. A lead provider will be chosen on the basis they are best placed to lead transformational change in their communities. The Healthy Families Far North lead provider will need to demonstrate their ability to have significant engagement with iwi across the Far North District.",Awarded,,20201117 Ministry of Health,19823967,Request for Quotations,Closed Competition,Provision of External Print and Related Services to the Ministry of Health,,20180620,20180717,20181220,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to each of the suppliers (the Panel) as detailed in the Ministry of Social Development (MSD) - ???Syndicated Panel of Suppliers for Provision of External Print and Related Services??? hereafter, known as (the Services). The Ministry of Health (the Ministry), entered MSD???s syndicated procurement process completing a ???pre-join letter??? and is now commencing a secondary procurement process as a Participating Agency. The Ministry proposes to consolidate the current print and print-related services into one contract, however they may consider other options if this procurement approach does not demonstrate or meet the service requirements that is required.",Awarded,The Ministry joined the MSD Syndicated Agreement for External Print & Associated Services and undertook a secondary procurement process in mid 2018. The procurement process has now been completed and the contract has been awarded to Blue Star (NZ) Limited.,20201117 Ministry of Health,19935253,Request for Proposals,Open Competition,Integrated Psychological Therapies for 18-25 year olds - RFP,,20180723,20180903,20190211,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably competent and experienced Respondents to submit a Proposal to develop, deliver and evaluate the Integrated Psychological Therapies pilot, hereafter known as the Pilot. There is funding allocated to the three year Pilot. The Pilot will include evaluation to inform service delivery and identify criteria for scalability and expansion on a wide scale. The Pilot seeks to address the needs and probable unmet needs of the 18-25 year old population with mild to moderate mental health problems and who are not accessing existing services and further develop this for a New Zealand context. The Pilot will provide free evidence-informed psychological therapies for 18 to 25 year olds with mild to moderate mental health needs within the pilot location and with a focus on increasing equity. The Pilot will be delivered in one geographical location. To do this successfully the project is required to understand variability of need and service provision within the target population and to select a pilot location that compliments this knowledge. Key Dates: Due date for registration for Respondent briefing: 27 July 2018 at 5pm Respondent briefing undertaken: 31 July 2018 at 3pm Deadline for Questions: 10 August 2018 at 5pm Due date for notifications of intention to respond: 10 August 2018 at 5pm to MentalHealth&AddictionContracts@moh.govt.nz Deadline for Proposals: 3 September 2018 at 12 pm to be submitted via GETS For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) All clarifications and responses must be submitted via GETS. GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: MentalHealth&AddictionContracts@moh.govt.nz",Awarded,This tender is now closed. We thank all the respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,20004268,Request for Proposals,Open Competition,Te Ao Auahatanga Hauora M??ori: M??ori health Innovation Fund 2018 - 2022 (Te K??kano/Seeding Innovation Category),,20180809,20181009,20190502,,Sole Agency,No,N/A,"The Ministry of Health welcomes responses to the Te Ao Auahatanga Hauora M??ori: M??ori Health Innovation Fund 2018-2022 RFP for the design and development, implementation and evaluation of new innovative models of service delivery under the Te K??kano/Seeding innovation category. The Fund looks to advance Wh??nau Ora by affirming M??ori approaches that improve M??ori health outcomes and reduce M??ori health inequity; improve the quality of services to M??ori and be more responsive to M??ori health needs; and sharing effective ways of delivering healthcare. All clarifications and responses MUST be submitted via GETS. For help using the GETS system, contact the GETS helpdesk. Email - info@gets.govt.nz Phone - 0508 438 743 (0508 GETS HELP) GETS cannot be used to communicate with the Ministry after the Close Date. If you need to communicate with us after the Close Date (e.g. to inform us of a conflict), please contact: InnovationsMaori@moh.govt.nz",Not Awarded,"The Ministry thanks all Respondents to Te Ao Auahatanga Hauora M??ori: M??ori Health Innovation Fund 2018 ??? 2022 and acknowledges the time and effort that went into all responses. If any Respondent would like to request a brief high-level feedback statement, they are to contact InnovationsMaori@moh.govt.nz within 10 business days.",20201117 Ministry of Health,20050765,Request for Proposals,Open Competition,BI and Data Warehousing Panel,,20180821,20180927,20190213,,Sole Agency,No,,"The procurement process aims to select a panel of suppliers with the capability and capacity to deliver technical and business engagement resources with BI and DW skills in QlikSense, SAS, WherescapeRed, Oracle, R and architecture. The panel will supplement existing resources as required to provide: ??? Design and build of new Data Marts; ??? Design and build of Business Intelligence Solutions; ??? Business as usual maintenance and support of the BI/DW environment; ??? Recommendations with respect to the BI/DW architecture; and ??? Business engagement support to assist internal users with understanding how to use the tools and how to translate raw data into information that is usable and beneficial to the Ministry. In addition to the technical resources, the Ministry requires business engagement and data strategy support to increase the internal business capability to use BI and DW for reporting and data interrogation which will support the value proposition of the investment in the tools, as well as provide the Ministry with a better understanding overall business performance.",Awarded,,20201117 Ministry of Health,20081843,Request for Quotations,Closed Competition,CSO - analysis of public submissions on the draft Strategy to Prevent and Minimise Gambling Harm 2019/20 ??? 2021/22,,20180829,20180913,20190213,,Sole Agency,No,N/A,"The Addictions Team (Gambling Harm, Alcohol and Other Drugs) in the Ministry of Health (the Ministry) is seeking analytical services of submissions received on the Strategy to Prevent and Minimise Gambling Harm Consultation Document 2018. Please note, the deadline for notification of intent to respond is Wednesday 5th September 2018.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,20082600,Request for Proposals,Open Competition,Disability Support Services Transformation Developmental Evaluation,,20180830,20180926,20190320,,Sole Agency,No,,"The Ministry of Health (the Ministry) is seeking to engage evaluators with in-depth experience in the disability sector to undertake a Developmental Evaluation of the prototype. A Developmental Evaluation approach is consistent with the ???try, learn, adjust??? approach being adopted and will support the process of innovation. Key Dates: Deadline for Questions 21 September 2018 Deadline for Proposals 26 September 2018, 4pm Evaluation of Proposals 4 October 2018 Interview short-listed Respondents 9-12 October 2018 Due diligence and contract negotiations 26 October 2018 Advise Respondents of outcome 29 October 2018 Contract start date 5 November 2018 For help using the GETS system, contact the GETS helpdesk.",Not Awarded,This tender is now closed. We thank all Respondents for the time undertaken to respond to this tender.,20201117 Ministry of Health,20089477,Request for Quotations,Open Competition,Disability Support System Transformation MidCentral Prototype: Connector Services,,20180830,20180918,20190621,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified Respondents in the MidCentral region to submit a Quote for the Disability Support System Transformation: Connector Services. Connector Services are services undertaken by a provider(s) who will be an ally and walk alongside disabled people and their wh??nau to assist them in identifying what they want in their lives, the range of supports available and to assist them to put it into place. The intent is that disabled people and wh??nau will choose whether and how they work with the Connector. Key Dates: RFQ clarification questions open 03-09-18 Deadline for questions 10-09-18 at 5pm Deadline for Quote 18-09-18 at 5pm All dates and times are dates and times in New Zealand. Any change in dates on times set out above will be notified via GETS.",Awarded,The Ministry has now closed this tender. We thank all Respondents to this tender.,20201117 Ministry of Health,20169296,Request for Proposals,Closed Competition,Software Asset Management Services,,20180917,20180917,20180917,,Sole Agency,No,,To provide Software Asset Management services to the Ministry of Health for a 3 year term to 2021,Not Awarded,To provide Software Asset Management services to the Ministry to July 2021,20201117 Ministry of Health,20511143,Request for Proposals,Closed Competition,National Asset Managment Plan - Health Architect,,20181203,20181210,20190122,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal to provide consulting services to support the Ministry???s National Asset Management Plan (NAMP) Project Manager to develop resources focused on improving the quality of information for DHB capital investment. The particular focus is on the assessment of clinical facility fitness for purpose (CFFFP) identification of any areas requiring upgrade/replacement and the recommendation on how to remediate. Specifically, the health architect is required to provide: ??? Expert advice into the structure and content of the generic CFFFP assessment tool that is being developed for the NAMP to ensure the assessment is maximized to its full potential utilizing combined skillsets of the health planner and health architect ??? Expert & relevant health architectural input into the actual assessment of critical clinical departments and units in critical infrastructure for clinical facility fitness for purpose assessments ??? Active contribution to the collation of written reports following the assessments.",Awarded,,20201117 Ministry of Health,20729042,Request for Proposals,Open Competition,Rongo?? Services ??? Capital & Coast District Health Board Region,,20190214,20190313,20190618,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified providers based in the Capital & Coast District Health Board (CCDHB) region to submit a Proposal for the provision of rongo?? services in the CCDHB region. The Ministry is seeking to contract with the successful Respondent to deliver rongo?? services. Rongo?? services include mirimiri (massage), karakia (including pastoral support) and whitiwhiti k??rero (cultural support).",Awarded,"Thank you to all Respondents, this tender is now closed.",20201117 Ministry of Health,20729122,Request for Proposals,Open Competition,Rongo?? Services ??? Whanganui District Health Board Region,,20190214,20190313,20190618,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified providers based in the Whanganui District Health Board (WDHB) region to submit a Proposal for the provision of rongo?? services in the WDHB region. The Ministry is seeking to contract with the successful Respondent to deliver rongo?? services. Rongo?? services include mirimiri (massage), karakia (including pastoral support) and whitiwhiti k??rero (cultural support).",Awarded,"Thank you to all Respondents, this tender process is now closed.",20201117 Ministry of Justice,4793378,Request for Proposals,Open Competition,Judicial Rostering Solution Services,2014_04_RFP_JRS,20140630,20140721,20140925,,Sole Agency,No,,,Awarded,"Agency:Ministry of Justice Agency address:19 Aitken Street, Wellington 6011 Successful supplier name:Comops New Zealand Limited Successful supplier address:Suite 106, The Zone, 23 Edwin Street, Mt Eden, Auckland 1024, New Zealand Description of services:The provision of Judicial Rostering Solution Services Date contract awarded:19 September 2014 Duration of contract:Three years Price band:$250k-$500k There were no exemption justifications used on the tender",20201117 Ministry of Justice,6337934,Request for Proposals,Open Competition,National Home Safety Service,,20141117,20141219,20150803,,Sole Agency,No,,"This Request for Proposals (RFP) for a new National Home Safety Service will be open until 19 December 2014, with the contract being awarded in February 2015. The new service will begin on 1 July 2015. The service will be fully implemented in three years - by July 2018. The new National Home Safety Service was announced in July 2014 as part of the Stronger Response to Family Violence suite of initiatives and was followed by a Request for Information issued in August 2014. The National Home Safety Service will provide a target-hardening service to enable high risk victims of repeat family violence, who have left their abusive relationship, to remain in their current homes with reduced likelihood of further family violence incidents. The primary outcome of this service is that: following implementation, 400 family violence victims per year will live free from further incidents of family violence within the home. They, and their dependent children, will be less likely to be seriously injured or killed through repeat family violence. The National Home Safety Service will provide home safety upgrades, based on the following four key elements of service: ??? installing safety alarms, that will be monitored and responded to (primarily by Police) for up to six months ??? undertaking physical property improvements ??? developing a home safety blueprint with the victim ??? identifying and referring the victim to other available support services.",Awarded,"Agency: Ministry of Justice Agency address: Justice Centre, 19 Aitken Street, Wellington 6011 Successful supplier name: Nga Whare Whakaruruhau O Aotearoa National Collective of Independent Women's Refuges Incorporated Successful supplier address: PO Box 27-078 Marion Square, Wellington 6149 Description of services: National Home Safety Service Date contract awarded: 1 July 2015 Duration of contract: 3 years Price band:$1M- $5M There were no exemption justifications used on the tender",20201117 Ministry of Justice,6338164,Request for Proposals,Open Competition,Improving Responsiveness to Domestic Violence Programmes (IRDVP) Project,,20141118,20141218,20150521,,Sole Agency,No,,"The Ministry is seeking additional providers to deliver domestic violence programmes on referral from the Family Court and/or District Court (including the Domestic Violence Courts) in locations and with specific communities where the Ministry has determined that coverage in currently inadequate. This RFP covers the second stage of a process to contract providers. The approval of all domestic violence programme providers that were contracted to the Ministry ceased on 1 October 2014 with the full implementation of the Domestic Violence Amendment Act 2013. Stage one of the procurement process involved offering new contracting arrangements to existing providers that were able to meet the new Approval Criteria. The situation has now been reached where generally those existing providers that have capacity/availability to extend their services have already been contracted to do so. There are situations where two or more existing providers are equally capable of undertaking the services and we will use this second-stage opportunity to select the most appropriate provider. This second stage is targeted at potential providers that in the main do not have a current relationship with the Ministry in respect of the purchase of domestic violence programmes. Existing approved providers are not excluded from submitting proposals and where we can achieve an equitable solution by extending the agreement with a current contracted and approved provider our preference is to do so. The selected providers will be contracted on a fee for service basis to meet any demand for specific types of programmes on referral from the Courts but is not possible to forecast that demand, nor the associated costs. The selected providers will not be guaranteed any level of services.",Awarded,If further details are required on areas of service or services contracted for please contact Brian Fox at PCSrequests@justice.govt.nz.,20201117 Ministry of Justice,6951785,Request for Proposals,Open Competition,360 Degree Feedback for Leadership Development,,20141201,20150119,20150602,,Sole Agency,No,,"With the launch of a new leadership framework and a Ministry-wide approach to leadership development underway, the Ministry of Justice needs a best-practice 360-degree feedback solution that will allow leaders to assess how their behaviours align with what is expected of them and undertake development planning. Ultimately, this solution should drive improvements in leaders??? behaviours and effectiveness, and result in enhanced leadership capability within the Ministry. We need to work with a supplier to customize a best-practice 360-degree feedback survey to align with our leadership framework, which has been issued along with this RFP. We need the survey to be administered and reported on by the external supplier. The solution will be rolled out for all managers in the Ministry to use as part of their leadership development and needs to contain high-quality reports and follow up resources for participants to use, as well as a range of reporting options (including group reports). Generally, all debriefs on results and support with action planning will be undertaken internally by the People and Performance team at the Ministry of Justice. This solution will be an integral part of the Ministry???s on-going approach to developing our leaders. With over 500 leaders in the Ministry, this is a unique opportunity to provide a service that is likely to have a tangible impact on leadership behaviours in a large Government department.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Sheffield Group Limited Successful supplier address: Level 10, Chorus House, 66 Wyndham Street, Auckland 1010, New Zealand Description of services: 360 Degree Feedback Solution for Leadership Development Date contract awarded: 29 May 2015 Duration of contract: Three years with two one year options to extend Price band: $250k-$500k There were no exemption justifications used on the tender",20201117 Ministry of Justice,9672225,Request for Proposals,Open Competition,Independent Commissioning Agent - Christchurch Justice and Emergency Services Precinct,201503.CJESP.ICA.,20150309,20150417,20150831,,Sole Agency,No,"Tenders Box, Ministry of Justice, Level 3, The Justice Centre, 19 Aitken Street, Thorndon, Wellington","The Ministry of Justice is seeking proposals for Independent Commissioning Agent Services for the Christchurch Justice and Emergency Services Precinct Project from suitably experienced and qualified parties. The Ministry is seeking Proposals from Respondents who have: ??? experience in commissioning large complex commercial and/or government projects with multiple stakeholders and users; ??? a proven track record of delivering high quality commissioning processes that ensures a building functions in a safe, efficient manner in accordance with the design; ??? the key personnel within the Respondent???s organisation with appropriate skills, background and experience and availability to oversee commissioning of the building; and ??? capable and sufficient resources to deliver the Services in a timely, efficient and effective manner, working with the Ministry, Fletcher Construction and its subcontractors/suppliers, and other service providers. NOTE: All Proposals must be delivered in HARDCOPY to the Ministry???s Contact Person: Anita Dahya. All proposals must be delivered in two separate sealed envelopes ""NON-PRICED ATTRIBUTES"" and ""PRICE INFORMATION"" in the following format: ??? Five (5) printed copies (one unbound); and ??? One (1) electronic copy in a PDF format on a USB flash drive or CD ??? All price information including the Schedule of Prices (Section 9) must be in a separate sealed envelope Please see section 8 of the attached RFP document for further information.",Awarded,"CONTRACT AWARD NOTICE REQUEST FOR PROPOSAL FOR INDEPENDENT COMMISSIONING AGENT SERVICES CHRISTCHURCH JUSTICE AND EMERGENCY SERVICES PRECINCT Name and Address: Ministry of Justice 19 Aitken Street, Thorndon, Wellington. The successful supplier???s name and address: Pacific Commissioning and Coordination Limited PO Box 16118, Sandringham, Auckland, 1351. A description of the service: Supply of Independent Commissioning Agent Services for the Christchurch Justice and Emergency Services Precinct. The date the contract was awarded: 13 May 2015. The expected spend under the contract: $100- 250K. The type of procurement process used: Open Request for Proposal.",20201117 Ministry of Justice,10179310,Request for Proposals,Open Competition,Independent review of remuneration payable to specified judicial and statutory officers,,20150323,20150417,20150602,,Sole Agency,No,,"The Courts and Tribunals Group within the Ministry of Justice (the Ministry) is due to initiate its regular two-yearly independent review of remuneration payable to specified judicial and statutory officers. The Ministry is inviting interested parties to submit a proposal for providing the services associated with conducting an independent review. The services associated with conducting the independent review are: 1. Information gathering; 2. Analysis and recommendations; and 3. Presentation of findings. Information gathering, in this case, involves evaluation of information provided by the Ministry, seeking input from judicial and statutory officers, seeking input from the State Services Commission. Analysis and recommendations entails analysis of the information gathered and development of recommendations based on it. Review findings will be presented in a concise and high quality review report outlining recommendations for fee levels per body and role reviewed. This may also involve presenting the review findings to Ministry officials and/or Ministers. We are looking for a provider with comprehensive expertise in the area of fee reviews with a reputation for delivering high quality consulting services. A track record of providing services within agreed timeframes and delivering outputs on target is a prerequisite for this work. So is the proven ability for information gathering and analysis, and collation of findings in and provision of a high quality review report. Ideally, a successful provider will be familiar with the Cabinet Fees Framework and have a good understanding of the nature of judicial roles and their independence of the executive.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Martin, Jenkins and Associates Limited Successful supplier address: Level 1, City Chambers, corner Johnston and Featherston Streets, Wellington 6011, New Zealand Description of services: Independent review of fees payable to specified Judicial and Statutory Officers Date contract awarded: 27 May 2015 Duration of contract: End date 18 September 2015 Price band: $50k-$100k There were no exemption justifications used on the tender",20201117 Ministry of Justice,10255554,Request for Proposals,Open Competition,Delivery of the Parenting Through Separation programme,,20150324,20150430,20150825,,Sole Agency,No,,"The Ministry of Justice (Ministry) is inviting proposals from suitable organisations to deliver its Parenting through Separation (PTS) group programme in regions throughout New Zealand. This programme helps parents who are separating understand and manage the effects that separation has on their children. It provides participants with tools to communicate with their children and the other parent and to make co-parenting arrangements that are in the best interests of their children. PTS can also help grandparents and other wider family/wh??nau members involved in a parenting dispute. The programme is offered free of charge to all adults involved in family separations. We need respondents who can deliver this prescribed programme throughout one or more of 16 regions in New Zealand. Proposals should indicate the region you want to be responsible for and how you might respond to all referrals, even those in isolated areas of the region. We welcome responses from: ??? Single entities; or ??? Multi-agency collaborations (the collaboration will need to indicate a lead who will act on behalf of the group); or ??? Organisations that will provide the service by subcontracting out some, or all, of the service delivery. In some circumstances, small organisations with links to particular communities will not be excluded from applying, even if they cannot deliver to a whole region. This may occur in specific locations where the Ministry needs to ensure adequate coverage or where the applicant demonstrates they are meeting a particular need within that location. The Ministry intends to enter into contracts with suppliers for an initial term of three years commencing on 1 July 2015 with an option to extend the contract for a further term of two years. The maximum term of the contract will be five years.",Awarded,For any further information please contact the team on PCS.Family@justice.govt.nz,20201117 Ministry of Justice,15861929,Request for Proposals,Open Competition,Wayfinding and Signage Designer for Christchurch Justice and Emergency Services Precinct,621,20150903,20151009,20160229,,Sole Agency,No,,"The Ministry of Justice (the Ministry) is seeking proposals from a suitably experience and qualified wayfinding and signage designers who will work alongside the Ministry project team and tenant agencies to finalise the Client Brief and then develop a wayfinding and signage strategy, and design package for the Precinct. The Ministry is seeking Proposals from Respondents who have: ??? The skills, capability, experience and capacity to deliver the Scope of Services required; ??? A proven track record of delivering wayfinding and signage services for public/civic buildings; ??? the key personnel within the Respondent???s organisation with appropriate skills, background and experience and availability to deliver the wayfinding and signage services; and ??? A transparent and collaborative working relationship with the Ministry and the tenant agencies.",Awarded,"Agency: Ministry of Justice Agency address: Justice Centre, 19 Aitken Street, Wellington 6011 Successful supplier name: Designworks (NZ) Limited Successful supplier address: Level 5, 7-11 Dixon Street, Wellington 6011 Description of services: Wayfinding and Signage designer for the CJESP Date contract awarded: 26 February 2016 Duration of contract: 18 months Price band:$250k - $500k There were no exemption justifications used on the tender",20201117 Ministry of Justice,16993233,Request for Proposals,Open Competition,Statistical modelling for the Investment Approach to Justice,,20151116,20151211,20160314,,Sole Agency,No,,"The Justice Sector (the Ministry of Justice, NZ Police and the Department of Corrections) is adopting an investment approach aimed at helping to reduce the harm caused by crime. This will also support the Government???s social investment approach, which is about making better use of data to co-ordinate service delivery for the most vulnerable population groups. This RFP seeks expert assistance in the development and use of statistical models to predict offending and victimisation across people and places and support to use these models for policy, service design, and frontline practice. The Ministry of Justice is the Buyer of the Services, as the lead agency on behalf of the Justice Sector. We are seeking a provider with a track record of both creative and robust use of data science to provide insight into complex human behaviour, and who is passionate about tackling difficult challenges.",Awarded,"Agency: Ministry of Justice Agency address: Justice Centre, 19 Aitken Street, Wellington 6011 Successful supplier name: PricewaterhouseCoopers ASEANZ Consulting Pty Limited Successful supplier address: 201 Sussex Street, Sydney NSW 2000, Australia Description of services: Statistical modelling for the Investment Approach to Justice Date contract awarded: 22 February 2016 Duration of contract: One year (21 February 2017 end) Price band:$1m - $5m There were no exemption justifications used on the tender",20201117 Ministry of Justice,17100401,Request for Proposals,Open Competition,"Asbestos Survey, Sampling and Testing of 35 Properties held in the Ministry of Justice???s Property Portfolio",,20160111,20160209,20160509,,Sole Agency,No,,"We are seeking proposals from certified and accredited asbestos contractors to survey 35 of the Ministry???s properties (as set out in the attached Appendix C) in order to identify the presence of any asbestos and (if required) undertake ???Type 2??? asbestos sampling and testing. The output from the survey will be a completed asbestos register (as set out in the attached Appendix A) that provides details of each property surveyed. The successful contractor will need to demonstrate that they have the procedures and controls in place to carry out the asbestos survey and ???Type 2??? asbestos sampling and testing (if required) within the set time frame, while at all times adhering to all appropriate industry standards. The successful Respondent???s staff engaged in the works must also be trained and licensed to carry out such works. The contractor must have robust Health and Safety systems and procedures and have a proven track record of carrying out asbestos ???Type 2??? sampling in occupied buildings. The Contractor should further be aware that as they will be carrying out surveys in occupied buildings invasive or noisy work will need to be undertaken out of normal office hours. All respondents must hold a Work Safe New Zealand Certificate of Competency and be on the Work Safe New Zealand Certified Asbestos removers list.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Capital Environmental Services (2005) Ltd Successful supplier address: 2-4 Bell South Gracefield Lower Hutt Description of services: Asbestos Survey, Sampling and Testing of 35 Properties held in the Ministry of Justice???s Property Portfolio Tender Date contract awarded: 24 March 2016 Duration of contract: 5 months Price band:$100 -200K There were no exemption justifications used on the tender",20201117 Ministry of Justice,17156697,Request for Proposals,Open Competition,Health and Safety Risk Management System,RFP012016_H&S,20160127,20160229,20170717,,Sole Agency,No,,"The Health and Safety at Work Act 2015 will come into force on 4 April 2016. The Act places greater emphasis on the mitigation and elimination of risk in the workplace. As such, the Ministry of Justice is seeking a Health and Safety Risk Management System (Solution) to enable the Ministry to comply with its requirements under the Act. We are looking for a Commercial off the Shelf (COTS) Solution either hosted or cloud based, that will allow the Ministry to record, track, communicate, manage and report on Health and Safety risks in the workplace. This RFP relates to the purchase of a Health and Safety Risk Management System. The key outcomes that we want to achieve are: ??? ensure that the Officers (as defined in the Act) of the Ministry can meet their obligations under the new Act; ??? provide workers and other persons the highest practical level of protection against harm to their health, safety and welfare; and ??? provide a framework for continuous improvement and progressively higher standards of work health and safety.",Awarded,"Successful tenderer: Triplics Limited trading as ecoPortal Brief description of the goods/services: Health and Safety Risk Management system Contract commencement date:17 August 2016 Contract Term: 3+1+1",20201117 Ministry of Justice,17290301,Request for Tenders,Open Competition,Auckland District Court - Level 4 and Judges Common room refurbishment - Main Building Contractor,,20160308,20160405,20160426,,Sole Agency,No,,The Ministry of Justice is seeking experienced suppliers to provide Construction services for the refurbishment of level 4 and the Judge's common room at the Auckland District Court.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Accent Construction Interiors Limited Successful supplier address: PO Box 83018, Edmonton, Auckland 0652 Description of services: Auckland District Court - Level 4 and Judges Common room refurbishment - Main Building Contractor Date contract awarded: 20 April 2016 Duration of contract: 4 months Price band: $500k-$1m There were no exemption justifications used on the tender",20201117 Ministry of Justice,17370278,Request for Proposals,Open Competition,Cartage Contractor Services for Pukeora Forest Harvesting,13151,20160407,20160504,20161214,,Sole Agency,No,,"The Ministry requires the services of a cartage contractor to transport approximately 22-23,000 tonnes of logs from the Pukeora Forest to Napier Port, Pan Pac Forests, Whirinaki and possibly other destinations depending on prices being offered by log buyers. The Ministry seeks responses from cartage contractors which can clearly demonstrate that they possess the skills, capability, experience and capacity to successfully undertake the cartage of the logs from Pukeora to log buyer destinations . These organizations should have a track record of completing contracts of a similar size and complexity within time and cost budgets while demonstrating good environmental and Health & Safety practices. Only organizations with a comprehensive Health and Safety System, training and a proven Health and Safety record (as evidenced by the contractors incident register) will be considered for this contract. The Pukeora forest consists of approximately 41.3 hectares of pinus radiata trees and approximately 1.1 hectares of eucalyptus and redwoods (approximately 22-23,000 tonnes in total) and is located approximately 5km Northwest of Waipukurau on the intersection of SH2 and Pukeora Scenic Road, Central Hawkes Bay. A 2007 inventory assessment estimates an average piece size of 2.07 m??. Pukeora Forest is able to be harvested as a ground-based operation. Although no harvesting contractor has been selected as yet, daily harvesting production is estimated at 300-350 tonne per day.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Rotorua Forest Haulage Limited Successful supplier address: 96 Vaughan Road, Rotorua (physical address) Description of services: Cartage of logs from Pukeora Forest (Corner SH2 and Pukeora Scenic Road, Central Hawkes Bay) to various destinations (Port of Napier expected to be the main destination) Date contract awarded: 24 November 2016 Duration of contract: 3-5 months, depending on weather conditions Price band: $250k - $500k There were no exemption justifications used on the tender",20201117 Ministry of Justice,17370355,Request for Proposals,Open Competition,Harvesting Contractor Services for Pukeora Forest Harvesting,13151,20160407,20160504,20161214,,Sole Agency,No,,"The Ministry requires the services of a harvesting contractor who can offer a predominantly mechanised service to harvest the Pukeora Forest tree crop. The harvesting contractor will be responsible for the harvesting of the forest and all other on site related services other than cartage. The Ministry seeks responses from harvesting contractors which can clearly demonstrate that they possess the skills, capability, experience and capacity to successfully undertake the harvesting of the Pukeora Forest. These organizations should have a track record of completing contracts of a similar size and complexity within time and cost budgets while demonstrating good environmental and Health and Safety practices. Only organizations with a comprehensive Health and Safety System, training and a proven Health and Safety record (as evidenced by the contractors incident register) will be considered for this contract. This procurement relates to mechanised harvesting contractor services to harvest the Pukeora Forest tree crop owned by the Ministry. The harvesting is required as the trees are fully mature and exposed to the ongoing threat of wind and fire damage. Accordingly the trees pose a potential risk to adjoining properties together with the risk of erosion in crop value. The Pukeora forest consists of approximately 41.3 hectares of pinus radiata trees and approximately 1.1 hectares of eucalyptus and redwoods (approximately 22-23,000 tonnes in total) and is located approximately 5km Northwest of Waipukurau on the intersection of SH2 and Pukeora Scenic Road, Central Hawkes Bay. A 2007 inventory assessment estimates an average piece size of 2.07 m??. Pukeora Forest is able to be harvested as a ground-based operation. Harvesting production is estimated at 300-350 tonne per day.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: D G Glenn Logging Limited Successful supplier address: 11 Waitane Place, Onekawa, Napier (physical address) Description of services: Harvesting of the Pukeora Forest (Corner SH2 and Pukeora Scenic Road, Central Hawkes Bay), including all related activities, other than cartage Date contract awarded: 18 November 2016 Duration of contract: 3-5 months, depending on weather conditions Price band: $500k - $1m There were no exemption justifications used on the tender",20201117 Ministry of Justice,17533568,Request for Tenders,Closed Competition,"Hamilton District Court Chiller replacement, Building Management System Upgrade and Mechanical Upgrades Project",,20160520,20160617,20161028,,Sole Agency,No,,"You have been selected to receive the attached RFT documentation as the short listed responsents to the Hamilton District Court Chiller replacement, Building Management System Upgrade and Mechanical Upgrades Project ROI. Questions close noon on the 08/06/16. Responses are required by 4pm 14/06/16.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Engie Services New Zealand Limited Successful supplier address: 1 Gabador Place, Mt Wellington , Auckland 1060, New Zealand. Description of services: Hamilton District Court Chiller replacement, Building Management System Upgrade and Mechanical Upgrades Project Date contract awarded: 05/08/2016 Duration of contract: 6 months Completion February 2017 Price band: $500k-$1m There were no exemption justifications used on the tender",20201117 Ministry of Justice,17604355,Request for Tenders,Closed Competition,Dunedin Law Courts Seismic Upgrade Project,692,20160623,20160725,20161003,,On behalf of procurement agent,No,,You have been selected to receive the attached RFT documentation as the shortlisted respondents to the Dunedin Law Courts Seismic Upgrade Project ROI. Please refer to attached documentation for further details on the RFT. RSVP deadline and questions for tender briefing close 29/06/16 at 1400 hrs. Site visit and tender briefing is on the 30/06/16 between the hours of 1000 to 1500 hrs. Deadline for questions is 05/07/16 at 1400 hrs. Tender closing date is 18/07/16 at 1400 hrs.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Amalgamated Builders Limited Successful supplier address: 72 Willis Street, Dunedin Description of services: Dunedin Law Courts Seismic Upgrade Project- Main Building Contractor Date contract awarded: 29 September 2016 Duration of contract: 14 months Price band: $10m-$25m There were no exemption justifications used on the tender",20201117 Ministry of Justice,17758178,Request for Tenders,Open Competition,Tauranga District/High Court Dock and Cell Upgrade,,20160804,20160831,20161004,,Sole Agency,No,,"This Ministry of Justice requires the services of a contractor for the supply and installation of replacement docks for courtrooms 1, 2, 3 & 4, replacement of interview screens in the non-contact interview areas and an upgrade of the custody cell area at the Tauranga District/High Court. The purpose of the dock and cell upgrade is to reduce the existing and historical risks of escape as well as bodily harm to both the prisoners and the custodians. This will be achieved by the supply and installation of new fit for purpose docks and remediation of the custody cell areas including the non-contact interview screen to prevent passing of potential contraband and reduction of potential litigature points and points of contact within the custodial areas. Installation of the docks is to be undertaken out of normal office hours. The manufacturing of the docks is to be carried out at premises other than the location of this project. As such it is expected that the docks are to be manufactured in a ???kitset??? fashion to enable quick installation with minimal generation of waste, noise and dust resulting at the installation location. In addition, it is to be noted that the existing docks and cell interview screen will need to be removed. Services (data, electrical and communications) may need to be terminated and or relocated as per the supplied drawings and specifications.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Aspec Construction Successful supplier address: 8 Boston Rd, Mt Eden, Auckland, PO Box 108-004, Symonds Street 1150, Auckland Description of services: Tauranga District/High Court Dock and Cell Upgrade Date contract awarded: 27 August 2016 Duration of contract: 12 weeks Price band: $100k-$250k There were no exemption justifications used on the tender",20201117 Ministry of Justice,18068351,Request for Proposals,Open Competition,Cash Collections and Banking Services,RFP16015,20161026,20161118,20170317,,Sole Agency,No,,"The Ministry of Justice undertakes the collection of court related fees as well as the collection of fines and reparations at locations across New Zealand. The Ministry is seeking proposals for the supply of secure cash and cheque collection, transportation and realated services.",Awarded,"Agency: Ministry of Justice Agency address: Justice Centre, 19 Aitken Street, Wellington 6011 Successful supplier name: Armourguard Security Successful supplier address: 5 Kellow Place, Wiri, Auckland 2104 Description of services: Cash collection and banking services. Date contract awarded: 17 March 2017 Duration of contract: 3 years with the option to extend for 2 periods of 12 months each Contract value range: $500k to $1M Type of Procurement: Open market RFP There were no exemption justifications used on the tender.",20201117 Ministry of Justice,18129333,Request for Tenders,Closed Competition,Taumarunui District Courthouse refurbishment/upgrade,,20161111,20161205,20170627,,Sole Agency,No,,You have been selected to receive the attached RFT documentation as the shortlisted respondents to the Taumarunui District Courthouse refurbishment/upgrade ROI. Please refer to attached documentation for further details on the RFT. Deadline for questions is 25/11/16 at 1200 hrs. Tender closing date is 05/12/16 at 1600 hrs.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: McMillan and Lockwood BOP Limited Successful supplier address: 75 Aviation Avenue, Mt Maunganui, Tauranga, PO Box 13174 Description of services: Taumarunui District Court - Non-contact room and associated fit for purpose refurbishment work Date contract awarded: 17 February 2017 Duration of contract: 7 months There were no exemption justifications used on the tender",20201117 Ministry of Justice,18178064,Request for Proposals,Open Competition,Business licence opportunity (lease opportunity) for the operation of the Christchurch Justice and Emergency Services Precinct Staff Cafeteria,,20161125,20170111,20190321,,Sole Agency,No,,"The Ministry of Justice wishes to tender a business license opportunity (lease opportunity) for an operator to manage and operate a staff cafeteria for the Christchurch Justice and Emergency Services Precinct. The scope of services has been uploaded on GETS as Appendix A - Scope of Services and forms part of the response. The Ministry seeks responses from credible consortiums and/or organisations with the skills, capability, experience and capacity to deliver the Scope of Services required. The Ministry seeks to appoint an operator, who can offer competitive rates, demonstrate flexibility and innovation in both approach and dealings, and provide a professional yet personalised service. The cafeteria is not open to the public, however invited and escorted visitors may be taken there. The facility consists of a commercial grade production kitchen on Level 2 of the Emergency Services Building (ESB) with an adjacent servery area and barista station. Level 2 also includes a self-serve kitchenette for staff to prepare their own food, and will be equipped with microwaves, sandwich press etc. Level 3 has further self-serve kitchenette facilities, with a variety of seating options provided across both levels. Please read the RFP thoroughly. Please answer all questions contained in the RFP response form (uploaded on GETS) directly and concisely. Please ensure that all marketing collateral is kept to a minimum to in order to meet the 20MB resoponse size limit. The deadline for questions is 4PM 16th December 2016. If you have any questions about the RFP or supporting documentation please ensure that they are submitted before this deadline.",Awarded,,20201117 Ministry of Justice,18240588,Request for Proposals,Open Competition,New Zealand Crime and Victims Survey (NZCVS),,20161214,20170214,20170505,,Sole Agency,No,,"The Ministry is seeking a supplier/s for the following services to be conducted as part of the New Zealand Crime and Victims Survey (NZCVS). a. NZCVS survey design b. Fieldwork, analysis and reporting services Proposals may be submitted for one or both of the above services. The NZCVS replaces the New Zealand Crime and Safety Survey (NZCASS). The new survey will provide annual crime statistics (reported and unreported crime) in New Zealand and will reflect victims experience.",Awarded,,20201117 Ministry of Justice,18282702,Request for Proposals,Open Competition,TV Broadcast Services for CJESP,2017-CJESP-TV,20170116,20170214,20170727,,Sole Agency,No,,The purpose of this Request for Proposals is to select Suppliers with demonstrated experience and capability to provide a central TV distribution and streaming service for the Ministry of Justice in the Christchurch Justice and Emergency Services Precinct (CJESP). This will enable any of the tenant agencies to view broadcast information and stream public and agency specific messages to their staff and other parties both within and external to the CJESP.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Kordia Limited Successful supplier address: 109-125 Willis Street, Wellington Description of services: TV broadcast services for the Christchurch Justice Precinct Date contract awarded: 24 July 2017 Duration of contract: 5 + 2 +2 There were no exemption justifications used on the tender",20201117 Ministry of Justice,18748416,Request for Proposals,Open Competition,Coronial Support Services,16020,20170613,20170821,20190211,,Sole Agency,No,,"The Ministry of Justice (the Ministry) requires coronial support services (Services) in order to meet its obligations under the Coroners Act 2006 (the Act). The Services are to assist with identifying the cause of deaths that are referred to the Coroner for investigation (Cases). There are approximately 3070 such Post-mortems per annum. These can be broken down into three in scope Categories: - Medically Non-complex Cases - Medically Complex Cases - Forensic Cases Also in scope is the provision of Sudden Unexpected Death in Infancy (SUDI) liaison services. A Respondent may respond to one, any two or all three of the above Categories, and may respond or choose not to respond to SUDI liaison services. There is no requirement to have capability or capacity in all three Categories; however Respondents must be able to meet the Service requirements of each Category for which they do apply. To facilitate process planning, the Ministry asks potential Respondents to complete a Notice of Intent to Respond (NOITR). This is intended to help the Ministry plan appropriately for the evaluation process. Please note that the completion of the NOITR is not mandatory and failure to complete the NOITR will not preclude you from submitting a Proposal to the relevant RFP. Likewise, completing a NOITR does not commit providers to responding to the RFP. The NOITR is included as an Appendix to this RFP (Appendix 6 ??? Notice of Intent to Respond). Please ensure you download and read all the documents located in the ???attachments??? section. Please refer all questions regarding this tender through the ???Raise a Question??? function below, and take note of the important dates presented in Section 1.2 of the RFP document.",Awarded,,20201117 Ministry of Justice,18844530,Request for Tenders,Open Competition,Main Contractor Palmerston North District Court ??? Cell Upgrade Project,1707,20170717,20170829,20180511,,Sole Agency,No,"Charlotte.Young@opus.co.nz, s.vidak@tbig.co.nz",An investigation has been undertaken at the cells and interview rooms at Palmerston North District Court. A report was provided to identify the remediation work required to upgrade these cells. The Ministry of Justice seeks to engage a suitably qualified and experienced Main Contractor to undertake the scope of the construction work required to deliver this cell upgrade.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Isles Construction Limited Successful supplier address:19 Milson Line, Roslyn, Palmerston North 4414 Description of services: Main Contractor Palmerston North District Court ??? Cell Upgrade Project Date contract awarded: October 2017 Duration of contract: 8 months There were no exemption justifications used on the tender",20201117 Ministry of Justice,18881663,Request for Tenders,Open Competition,Auckland High Court Memorial Garden,1710,20170816,20170915,20171116,,Sole Agency,No,,"The Ministry of Justice requires the services of a skilled and experienced main building contractor to undertake the landscape construction works for a memorial garden at the Auckland High Court. The scope of works for the main building contractor is site preparation, excavation, paving and surfacing, mosaics, stonework, concrete and block work, outdoor seating, planting, landscaping and external lighting. The garden will be sympathetic to the historical courthouse and will feature stonework with inscriptions. Interested parties who meet the tender pre-conditions are to register their interest in submitting a tender response via email with the Principal???s agent for the tender. The Principal???s agent for the tender will confirm that interested parties meet the tender pre-conditions and that they are a relevant and registered company. Once this process is complete the Principal???s agent will issue the interested parties (Contractors) with the design and specification documents via email.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Decker Landscape Limited Successful supplier address: 282 Waitoki Road, RD 1, Kaukapakapa Description of services: Auckland High Court Memorial Garden Project Date contract awarded: 06 November 2017 Duration of contract: Four months There were no exemption justifications used on the tender",20201117 Ministry of Justice,19069774,Request for Tenders,Open Competition,Tokoroa District Court upgrade,,20170929,20171114,20180510,,Sole Agency,No,,"The Ministry of Justice requires a skilled and experienced main building contractor to supply construction services as part of the Tokoroa District Court upgrade works. The main building contractor will be required to complete the construction works as expeditiously and cost effectively as possible with a minimum of disturbance to staff, judiciary and court operations. Interested parties who meet the tender pre-conditions are to submit a notice of intent in submitting a tender response via email with the Principal???s agent for the tender by 4pm Wednesday the 4th October 2017. The Principal???s agent for the tender will confirm that interested parties meet the tender pre-conditions and that they are a registered company. Once this process is complete the Principal???s agent will issue the interested parties (Contractors) with the design and specification documents via e-mail by Monday the 9th of October 2017.",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Watts and Hughes Construction Limited Successful supplier address: 27 Owens Place, Mt Maunganui, Papamoa Description of services: Tokoroa District Court upgrade Date contract awarded: 28th November 2017 Duration of contract: 35 weeks There were no exemption justifications used on the tender",20201117 Ministry of Justice,19191290,Request for Tenders,Open Competition,Kaikohe District Court upgrade works,1702,20171113,20171221,20180719,,Sole Agency,No,,"The Ministry of Justice requires a skilled and experienced main building contractor to supply construction services as part of the Kaikohe District Court upgrade works. The main building contractor will be required to complete the construction works as expeditiously and cost effectively as possible with a minimum of disturbance to staff, judiciary and court operations. Interested parties who meet the tender pre-conditions are to submit a notice of intent in submitting a tender response via email with the Principal???s agent for the tender by 4pm Friday the 17th November 2017. The Principal???s agent for the tender will confirm that interested parties meet the tender pre-conditions and that they are a registered company. Once this process is complete the Principal???s agent will issue the interested parties (Contractors) with the design and specification documents via e-mail on the 20th of November 2017. RFT responses are to be submitted via GETS by 2pm on the 15th December 2017. *****Note please see addendum number one for the revised version of the RFT for Kaikohe DC*******",Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Kerr Construction Limited Successful supplier address: 5 Bougainville Street Whangarei 0140 Description of services: Kaikohe District Court upgrade works Date contract awarded: 07th March 2018 Duration of contract: 6 months There were no exemption justifications used on the tender",20201117 Ministry of Justice,19367359,Request for Tenders,Closed Competition,North Shore and Manukau District Court Chiller Replacement Project,1715,20180115,20180219,20180719,,Sole Agency,No,,You have been selected to receive the attached RFT documentation as the shortlisted respondents to the North Shore and Manukau District Court Chiller Replacement Project ROI for main building contractors. Please refer to attached documentation for further details on the RFT. Tender closing date is 07/02/18 at 1600 hrs.,Awarded,"Agency: Ministry of Justice Agency address: 19 Aitken Street, Wellington 6011 Successful supplier name: Downer New Zealand Successful supplier address: 130 Kerrs Road, Wiri, Auckland Description of services: North Shore and Manukau District Court Chiller Replacement Project Date contract awarded: 10th May 2018 Duration of contract: 04th July 2018 There were no exemption justifications used on the tender",20201117 Ministry of Justice,19386813,Request for Proposals,Open Competition,Specialist Family Violence Perpetrator Interventions,,20180123,20180227,20180725,,Sole Agency,No,,"The Department of Corrections (Corrections) and the Ministry of Justice (MoJ) have aligned to run a joint tender process to purchase non-violence programmes, for contracts commencing 1 July 2018. MOJ and Corrections have aligned core elements of service delivery, pricing and contract administration for non-violence programmes, and will be jointly procuring non-violence programmes for male and female adult perpetrators of family violence across NZ.",Awarded,,20201117 Ministry of Justice,19386881,Request for Proposals,Open Competition,Safety Programmes,,20180123,20180227,20180725,,Sole Agency,No,,"The Ministry of Justice (MoJ) is running an open tender process to purchase safety programmes for adults and children who experience family violence, for contracts commencing 1 July 2018.",Awarded,,20201117 Ministry of Justice,19386955,Request for Proposals,Open Competition,Family Dispute Resolution Services,,20180123,20180305,20180704,,Sole Agency,No,,"The Ministry of Justice is running a Request for Proposal (RFP) for the Family Dispute Resolution Service (FDR). The Family Dispute Resolution Service enables people to resolve their care of children issues in the best interest of the child, without involving the court. FDR is an independent mediation service which also offers preparation for mediation sessions to help people prepare for mediation. FDR services need to be delivered in accordance with the Family Dispute Resolution Act 2013. We require credible suppliers to deliver the service with coverage across the country.",Awarded,,20201117 Ministry of Social Development,3935881,Request for Proposals,Open Competition,Welfare Valuation Services and Housing Feasibility Advice,MSD 2014/006,20140509,20140611,20141028,,Sole Agency,No,,"The Ministry of Social Development (MSD), since 2012 has been incorporating a long-term investment approach to its decision-making relating to welfare. An annual actuarial valuation of the benefit system for working-age adults forms a key component of this investment approach. From April 2014, the Ministry is also responsible for conducting the assessment of need for social housing, and allocating access to the Income Related Rent Subsidy. As a result, the Ministry seeks to engage providers with the expertise and capacity to undertake one or both of the following: 1. Welfare Valuation Services: Expert actuarial skills to undertake a valuation of the welfare system for the years ending 30 June 2014 and 30 June 2015 with the possibility that this will be extended to include the year ending 30 June 2016 and further extended to include the year ending 30 June 2017, and 2. Housing Feasibility Advice: Expert advice on whether the liability approach, for welfare, should be expanded to include the housing support system, and if so how it can be adapted and operated.",Awarded,,20201117 Ministry of Social Development,6035196,Request for Proposals,Open Competition,Simplifying the Ministry of Social Development???s Transactional Services: e-Lodgement of Medical Certificates,2014/031,20141106,20141205,20150319,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to provide a solution which will enable the Ministry of Social Development (MSD) to receive medical certificate information electronically from health practitioners. MSD currently receive over 843,000 medical certificates related to a variety of different benefits to process every year and out of these 440,000 are to verify clients work capacity through the Work Capacity Medical Certificate. Currently the health practitioner has to either complete a medical certificate on their practice management system (PMS) which they have to print out for the client or they complete a hard copy form to give to the client; the client then takes the hard copy to their MSD office; the MSD staff member scans the certificate and attaches it to the client record so it can be processed. This process is both time consuming and unnecessary for both clients and MSD staff. By receiving medical certificate information electronically we would be saving time and cost to clients by eliminating the need for them to call into a MSD site; and we would also be saving staff time by eliminating the need for them to scan and attach the medical certificate to the client???s record. There is also the potential to reduce time and effort for health practitioners as they will not need to print the medical certificate unless the client requests a copy. The business objectives we are seeking from e-lodgement of medical certificates are: ??? 1. the ability for medical certificates to be accessed by MSD staff electronically and securely from a health practitioner ??? 2. to eliminate the need for clients to obtain a hard copy of their medical certificate and to bring them into a MSD site for scanning ??? 3. to eliminate the need for staff to manually scan medical certificates.",Awarded,The successful respondent to this tender opportunity is Healthlink Group Limited who have been awarded the contract for a term of three (3) years.,20201117 Ministry of Social Development,8184836,Request for Proposals,Open Competition,Simplification Project: Contact Centre Services to Drive Digital Uptake,MSD 2015.038,20150122,20150220,20151201,,Sole Agency,No,,"Please find attached the RFP for the Ministry of Social Development Simplification Project: Contact Centre Services to Drive Digital Uptake. What we need To support the intent of the Simplification Project it is important that the contact centres play a significant role in driving digital uptake through a targeted approach to channel migration. We are therefore looking for credible suppliers who have the capability, experience and infrastructure to deliver Contact Centre Services to Drive Digital Uptake. It is the Ministry???s intention to conduct a pilot with up to two selected suppliers to understand the benefits of outsourcing these services. On successful completion of the pilot, contracts may be awarded to a small number of suppliers to provide similar Contact Centre Services to the Ministry. Three documents make up this RFP: 1. RFP - This includes an imbedded Contract for Commercial Services (Section 5 of RFP) 2. Appendix 1 - Proposal Summary (non-price aspects) 3. Appendix 2 - Pricing Information Supplier Briefing Date: Thursday 29th January 2015 Time: 10 AM Location: Wakatipu Room, Level 3, Bowen State Building, Bowen Street, Wellington Details: It is requested that suppliers wishing to attend the supplier briefing respond to procurement@msd.govt.nz by Tuesday 27th January 2015 with the name of the representative attending - due to the size of room we will initially limit to only one representative per supplier. Note: The presentation provided and any questions and answers will be posted arising during the supplier briefing will be posted on GETS as addendum to this RFP notice by 5 PM Friday 30th January 2015. Key Dates: Supplier Briefing: 10:00 AM 29 January 2015 Deadline for Questions: 12 PM 9 February 2015 Deadline for Proposals: 12 PM 20 February 2015",Not Awarded,"MSD progressed to a pilot programme with Datacom Systems Limited and Telnet Services Limited. And the end of this pilot MSD choose not to progress to full implementation with any supplier.",20201117 Ministry of Social Development,8347812,Request for Proposals,Open Competition,Video and Filming Production Services,MSD 2014.032,20150127,20150227,20160523,,Syndicated Opportunity,No,,"The Ministry of Social Development (as Lead Agency) in conjunction with Inland Revenue (IR) and the New Zealand Transport Agency (NZTA) have formed an initial cluster (Cluster) to procure video and filming production services. Together we aim to establish a panel of suppliers including small, medium and large operators offering a good service in the most cost effective manner relative, to the agencies level of spend. This RFP will result in a syndicated agreement which will allow other interested agencies to join on in the future if desired. Services are required primarily in Wellington Region as well as other areas from time to time.",Awarded,"Open RFP process Value $200,000 per annum Contract 3 years plus two right of renewal periods of 12 months each. Panel of ten suppliers Attitude Pictures Borderless Productions Ltd CORE Education Ltd Misfit Media and Pixelz Ltd (Misfit Media now Shiny Ltd) Propeller Video Productions Sauce Teacup Productions Ltd The Gibson Group Videoworks Whitebait Media",20201117 Ministry of Social Development,10725111,Request for Proposals,Open Competition,56 The Terrace - Audio Visual Services,,20150408,20150515,20160226,,Sole Agency,No,,"MSD have entered into an agreement to lease all 18 floors of Unisys House at 56 The Terrace, following a redevelopment by the Landlord. The building will accommodate approximately 2000 MSD National Office staff who will migrate from the current National Office premises in Bowen Street. This procurement is for the design, purchase, installation and maintenance services of Audio Visual equipment for the Communications Centre, meeting rooms and collaborative hub spaces to be built at 56 The Terrace Please upload your tender response via the GETS system using the ???Tender a Response??? button. If you experience any problems with this facility- please contact the GETS helpdesk directly on 0508-438-743",Awarded,"The contract has been awarded to: VideoPro NZ Limited; Level 1, 39 Cambridge Terrace, Te Aro, Wellington Contract award date: 23 June 2015 Contract term: 9 July 2015 - 30 August 2016",20201117 Ministry of Social Development,11941514,Request for Proposals,Open Competition,Relocation Project Management Services,2015045,20150515,20150612,20160226,,Sole Agency,No,,"MSD has entered into an agreement to lease all 18 floors of Unisys House at 56 The Terrace, following a redevelopment by the Landlord. The building will accommodate approximately 2,000 MSD National Office staff who will migrate from the current National Office premises in Bowen Street. Occupation by MSD staff will commence mid-2016 with a number of staged moves and will be completed by 31 October 2016. This procurement is for relocation project management services to be delivered by a relocations project manager who will operate on-site as part of the 56TT Project Team and lead the relocation workstream. The Ministry is looking for a relocation project management services provider who can demonstrate that they are viable, successful leaders in the marketplace, and have the capability to deliver the services specified in the timeframes required. They need to have an excellent track record in stakeholder engagement on large-scale projects and can demonstrate a proven relocation project management framework. They will need to have sufficient capacity to provide continuity of personnel and services. This will ensure all MSD people and suppliers are well prepared for the relocation, transition to the new workplace is smooth with minimal business disruption and people are operational from Day 1 of occupancy.",Awarded,"The contract has been awarded to: B&W Consulting Limited. Registered office: C/- WBB Chartered Accountants Limited Level 1, 111 Hurstmere Road, Takapuna, Auckland 0622 Contract awarded: July 2015 Contract term: 29 July 2015 - 31 October 2016",20201117 Ministry of Social Development,12637947,Request for Proposals,Open Competition,Card Production and Distribution Services,2015044,20150605,20150710,20160222,,Sole Agency,No,,"The Ministry of Social Development seeks the services of a vendor/s for the production and despatch of the Community Services Card and SuperGold Cards. The two main types of cards that we require the preferred supplier to be able to produce are cards with a photo component, and cards without this feature. This will involve two major processes: 1. Carrying out all steps required to add a photograph to the SuperGold Card where our clients elect to have this feature, including obtaining photographs of clients and identification (and managing the return of identification documentation ??? if required), checking photo images and identification, and collating images in a secure database which can be accessed by MSD staff (or can be requested within specified timeframes) and which is ready for card production; and 2. Producing both photo and non photo cards, the carrier sheets that the cards will be attached to for postage, and the envelopes which the cards and carrier sheets will be sent in. All respondents must be able to be able to carry out both of these two major processes. MSD will accept either a sole vendor or a consortium of vendors who can provide the total end to end solution. Where a consortium is proposed, MSD requires an identified consortium leader who will manage the contract and who will be the sole point of contact with the Ministry. The provider who is to produce the cards must have a minimum of five years recent experience in card production. The provider must ensure that all clients can access your photo solution. We require evidence of your ability to service clients across New Zealand. Please review the RFP document and provide your response using the response form Annexure A. Responses which do not use the response form may not be accepted.",Not Awarded,"Following a tender process for Card Production and Distribution, AB Note Limited has been awarded the contract.",20201117 Ministry of Social Development,17176437,Request for Proposals,Open Competition,Media Monitoring and Related Services,2015.048,20160203,20160304,20160617,Procurement Solutions,Syndicated Opportunity,No,,"The purpose of this Media Monitoring tender is to appoint a panel of providers, or a single preferred provider, for media monitoring services that will provide Participating Agencies (under a Syndicated Agreement) with efficient access to quality services. While needs and demands will differ from agency to agency, this tender aims to assist agencies to reduce and limit of costs associated with this service in order to provide value for money. We are looking at acquiring media monitoring services with full coverage across national, regional, community and suburban media in the following five categories: 1. Print Media 2. Broadcast Media 3. Online Media 4. Social Media 5. Reporting, Evaluation and Analytical Services The media monitoring services acquired through this tender process will result in a syndicated contract which allows other eligible government agencies to participate in to access the services. Providers may choose to respond to one, some or all of the above five categories based on the areas they service.",Not Awarded,"This tender process is now complete - there were four Providers who were successful in being selected to be on the Panel for Media Monitoring and Related Services, these were: 1. Fuseworks Limited; 2. Isentia Limited; 3. McNamara Research Limited and 4. Meltwater Australia Pty Limited.",20201117 Ministry of Social Development,17422499,Request for Proposals,Open Competition,Provision of New Zealand Children Lifetime Actuarial Model,2016079,20160419,20160513,20160830,Procurement Solutions,Sole Agency,No,,"On 30 March 2016, the Cabinet Social Policy Committee endorsed a package of reforms based on the Modernising Child, Youth and Family Expert Panel???s proposed overhaul of the system of services and interventions for vulnerable children, young people, and their families. The new operating model will be underpinned by a formal investment approach that will inform ambitious targets, collect evidence about what works, measure impacts, and inform potential future reallocation from existing baselines. An important part of the investment approach will be an actuarial valuation of the system-wide forward liability. Accordingly we require the services of an appropriately qualified Provider to design, build and test a lifetime actuarial model for New Zealand children within stipulated key time frames that are consistent with Ministerial expectations and meet the requirements of the Transformation Programme.",Awarded,"The agency???s name and address ............................................................... Ministry of Social Development, 56 the Terrace, Wellington The successful supplier???s or suppliers??? name/s and address/s ............ Ernst & Young, 200 George Street, Sydney, NSW 2000 Description of the goods, services or works ...................................................To design, build and test an actuarial valuation model to support delivery of stronger lifetime outcomes for New Zealand???s most vulnerable children, young people and their children The date the contract/s was awarded .............................................................16 August 2016 The term of the contract ........................................................................................Expires 30 June 2018 The expected spend under the contract/s .........................................................Price Band - $1M- $5M The type of procurement process used .............................................................Open - GETS RFx ID 17422499 if the agency claimed an exemption from open advertising (Rule 15) .........Not applicable",20201117 Ministry of Social Development,17570082,Request for Proposals,Open Competition,Building Financial Capability,,20160601,20160630,20161212,Community Investment,Sole Agency,No,N/A,"The Ministry of Social Development (the Ministry) is undertaking a major shift in how it will fund and support budgeting services that are delivered to the public. Building Financial Capability is a new initiative that aims to build the financial capability of New Zealanders experiencing hardship. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver Building Financial Capability in their community. They need to have effective local networks and strong relationships within their local community as well as with other government agencies, including Work and Income. Please note: You will need to register for the E-tender tool to complete an application form. Once you have subscribed to the Request for Proposal (RFP) all attachments and the registration link can be found at the bottom of the notice. For more information regarding how to appl, the Ministry has created a series of video's to assist you with the RFP process. Please copy and paste the following link into your web broswer to view these videos. https://www.youtube.com/playlist?list=PLGitV90R417yqWcQDtMgMzd6j2LCuSPL6",Not Awarded,"Following an open competitive tender the Ministry of Social Development is pleased to announce that providers have begun entering into Outcome Agreements to deliver Building Financial Capability services. For an up to date list, please go to: https://www.familyservices.govt.nz/about-funding/budgeting-services-funding/providers-of-building-financial-capability-services.html",20201117 Ministry of Social Development,17671348,Request for Proposals,Open Competition,Provision of a Data Exchange Software Solution between Government and Non-Governmental Organisations (NGOs) who provide social services to NZ Citizens,#: 2016090,20160706,20160809,20161028,Procurement Solutions,Cluster,No,procurement@msd.govt.nz,"The Social Sector Board which consists of the chief executives of government social sector agencies established the Social Investment Unit (SIU) to coordinate the provision of: a. Data Infrastructure ??? to deliver an information exchange that shares data in clever, safe ways to support Social Investment decision-making b. Innovation Lab - to develop, test and deploy new products, services and channels c. Evidence and Insights ??? to provide a consistent approach to measuring what works, for whom d. Investment ??? to support Ministers and the Social Sector Board to set their investment priorities, manage a portfolio of investments and measure performance. In this context, the Social Investment Unit (SIU) has a requirement to engage a technology provider to deliver the first production version (Prod-1) of a secure data solution which would be used as a common enabler across NZ Government and the private sector to enable rapid sharing of data in a secure and safe manner between these parties. Background The SIU is building a data exchange to enable the secure sharing of data between social sector government agencies and contracted NGO???s, to support informed social investment decisions (and potentially other decisions to support social agency priorities). The data exchange enables agencies to share data through a ???smart pipe??? (a cloud-based service) which securely links agency data stores, with each agency able to determine what data under its control travels around the exchange and to whom. Building a common exchange will allow agencies to move from the current state where there are a large number of separate and inconsistent technology interfaces which do not support secure sharing of data, through to a state which allows data to be quickly and safely shared between registered users of the exchange. The data exchange will: a. Provide a safe, secure and controlled internet-based data exchange between government agencies and NGOs to share data at a number of levels. b. Connect social sector agencies in a way that???s easy, consistent and efficient. c. Enable the measurement of outcomes and the development of investment advice for the social sector. d. Support generic processes around data-build standards, including privacy. e. Allows for a data feedback loop.",Awarded,,20201117 Ministry of Social Development,18040459,Request for Proposals,Open Competition,"Sustaining Tenancies - Christchurch, Wellington, Auckland",MSD 2016.HOUSING.ST.01,20161017,20161118,20170321,Service Delivery,Sole Agency,No,,"The Government has agreed funding to support Better Housing Outcome initiatives over the next two years. This Request for Proposals concentrates on the Sustaining Tenancies initiative. The initiative will support community based organisations to deliver services to improve the outcomes of vulnerable people with complex or multiple issues that jeopardise their ability to sustain a Social Housing tenancy. Funding is $5 million over two years across the three service areas of Auckland, Wellington and Christchurch with the expectation of providing support to approximately 1000 tenant households. We encourage proposals from organisations with experience in: ??? Providing services or navigating within multiple agencies for services that can support people to stay in their house without risk of having their tenancy terminated or leaving social housing with poor social outcomes and can, in time, maintain a tenancy on their own. ??? Knowledge of residential tenancy management; in particular knowledge of the Residential Tenancies Act and practical understanding and experience of issues that can lead to a breach the Act and put social housing tenancies at risk. ??? Working with people from the identified target group who have complex or multiple needs. The tenants will be identified by the Ministry of Social Development and Housing New Zealand who have complex or multiple issues or extreme behaviours that may affect their ability to sustain their tenancy. Funding of $5 million will support around 1,000 tenants in Auckland, Wellington and Christchurch over two years.",Not Awarded,"In relation to the RFP for Sustaining Tenancies, advertised on GETS (Ref 18040459) on 17 October 2016 and closed on 18 November 2016, contracts for trial of the Sustaining Tenancies services have been awarded to: Auckland - Affinity Services Ltd - Emerge Aotearoa Ltd - LinkPeople Ltd - Strive Community Trust Wellington - Downtown Community Ministry Inc - Wesley Wellington Mission Inc Christchurch - Comcare Charitable Trust - VisionWest Community Trust",20201117 Ministry of Social Development,18131926,Request for Proposals,Open Competition,Request for Proposals to join a panel of Accredited Medical Alarm Service Providers,Ref #2016095,20161111,20161211,20170411,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) provides funds to its eligible clients through their Disability Allowance (DA) to enable them to purchase Medical Alarm Services. The social objective is to ensure that clients are safe in their own home. The requirement is for an end-to-end Medical Alarm Service that includes the supply of medical alarms, rental, installation, monitoring, maintenance and response to all activated alarm signals at any time 24 hours per day, seven days a week. The procurement objective is to establish a panel of suppliers where: - MSD is the only participating agency, i.e. this is not syndicated. - The contract term is for a period of two years with no rights of renewal. - The agreement is non-exclusive with no guaranteed level of business.",Awarded,"Awarded - Price Band($50M - $100M) at 04-04-2017. Term - 2 years from 3 May 2017 The following tender respondents were selected 1. VitalCall (Chubb New Zealand) 2. The Order of St John 3. Red Wolf High Level Security 4. Tyco NZ LTD 5. Freedom",20201117 Ministry of Social Development,18456363,Request for Proposals,Open Competition,Elder Abuse and Neglect Response service,,20170310,20170428,20170726,Community Investment,Sole Agency,No,,Procuring Elder Abuse and Neglect Response services which address the immediate needs of older people experiencing or at risk of experiencing abuse and neglect across New Zealand.,Not Awarded,"Following an open competitive tender the Ministry of Social Development is pleased to announce that providers have begun entering into Outcome Agreements to deliver Elder Abuse Response Services. For an up to date list, please go to: https://www.familyservices.govt.nz/directory/searchresultspublic.htm?pageNumber=1&pageSize=10&cat1=-1&searchRegion=-1&searchTerms=%22elder+abuse+response+service%22",20201117 Ministry of Social Development,18558672,Request for Proposals,Open Competition,Family Start Programme - Taupo,,20170410,20170509,20170811,Community Investment,Sole Agency,No,,The tender relates to the delivery of the Family Start Programme in the Taupo District Territorial Authority from 1 July 2017.,Not Awarded,"CONTRACT AWARDED: Following an open competitive tender we are pleased to announce that the Ministry for Vulnerable Children, Oranga Tamariki has entered into an Outcome Agreement with Tuwharetoa Health Charitable Trust to deliver the Family Start Programme in the Taupo district from 1 July 2017 to 30 June 2020.",20201117 Ministry of Social Development,18659502,Request for Proposals,Open Competition,Request for Proposals to join Syndicated Panel of Preferred Suppliers for External Print and Related Services,Ref # 2015046,20170515,20170713,20180504,Procurement Solutions,Syndicated Opportunity,No,,"This opportunity in a nutshell The Ministry of Social Development (MSD) is approaching the market to establish a Panel of Preferred Suppliers for the provision of external print and related services. We are looking for suppliers who have the capability and expertise to meet the changing print, logistics and storage needs of a broad range of agencies, and are able to support the agencies as they transition from physical print to digital and other communications environments. The objectives of the print procurement arrangement are multi-fold. For agencies to achieve : ??? better pricing than previous market-leading contracts due to increased economies of scale ??? standardised rates and increased predictability ??? availability of a comprehensive range of services. For suppliers to achieve: ??? wider scope of participants ??? co-ordinated procurement and greater efficiencies ??? guaranteed relationships and a greater ability to forecast revenue. To establish contracts with multiple suppliers to create a Panel of Preferred Suppliers: ??? that are syndicated to enable Eligible Agencies to access the services ??? for an initial term of three years with three rights of renewal of two years each.",Awarded,"a. the agency???s name and address Ministry of Social Development Level 5 / 56 The Terrace Wellington 6140 / New Zealand b. the successful supplier???s or suppliers??? name/s Contracts were awarded to: 1 Blue Star Group (New Zealand) Limited 2 Excel Digital Print Limited 3 Staples New Zealand Limited 4 True North New Zealand Limited d. the date the contract/s was awarded 1 April 2018 e. the term of the contract/s Start date: 1 April 2018 Initial term expiry : 31 March 2021 Optional Renewals: 3 further periods of up to 2 years each the expected spend under the contract/s, Price Band($10M - $25M) g. the type of procurement process used Open RFP published on GETS",20201117 Ministry of Social Development,18661145,Request for Proposals,Open Competition,BFC Intensive Support Services,,20170515,20170612,20170809,Partnering for Outcomes,Sole Agency,No,,"The Ministry of Social Development (the Ministry) is seeking to appoint suitably qualified and experienced providers and agencies across New Zealand to deliver Building Financial Capability (BFC) Intensive Support Services within their community. BFC Intensive Support Services respond to the needs of vulnerable clients experiencing crisis, and in need of high intensive support.",Not Awarded,"Following an open competitive tender the Ministry of Social Development is pleased to announce that providers have begun entering into Outcome Agreements to deliver Building Financial Capability (BFC) Plus Services (previously Intensive Support Services). For an up to date list, please go to: https://www.familyservices.govt.nz/directory/searchresultspublic.htm?searchTerms=plus&cat1=5660&searchRegion=-1&search=Search",20201117 Ministry of Social Development,18703347,Request for Proposals,Open Competition,National Sexual Violence Helpline,,20170529,20170630,20170811,Partnering for Outcomes,Sole Agency,No,,"We are looking for an established provider or a provider collective/consortium with the capacity, capability and experience to deliver a specialist national sexual violence helpline that is responsive to the needs of people affected by sexual violence. To respond to the RFP and submit an application, you must use these e-tender tool. A link to register for the e-tender tool is noted in paragraph 1.4(e) in the RFP. Please be sure to read all tender documentation and appendixes before submitting your response.",Not Awarded,"CONTRACT AWARDED: The Ministry of Social Development is pleased to announce that following an open procurement process, Homecare Medical (New Zealand) Limited Partnership has been selected to deliver the National Sexual Violence Helpline. The initial contract term is for two years, 11 months with rights to renew for two further periods up to 30 June 2027. The 24/7 phone line service will be operational by December 2017 and will provide free access to information, crisis support and referral on to local service providers.",20201117 Ministry of Social Development,18813572,Request for Proposals,Open Competition,Sexual Harm Crisis Support Services Gaps tender,,20170706,20170811,20171212,Partnering for Outcomes,Sole Agency,No,,"The Ministry of Social Development (the Ministry) is running an open competitive tender to procure specialist sexual harm crisis support services for victims/survivors in geographic areas where there is currently limited or no services available. Funding is available over the next three years to better support victims and prevent sexual harm. We will accept proposals from - Existing specialist sexual harm service providers or, - New providers that can deliver services in the geographic areas identified as having limited or no service. To respond to the Request for Proposal (RFP) you must submit your application via an online e-tender tool. To access and register please refer to section 1.5 (a) of the RFP or click on this link: https://reg.e-tender.com.au/msdshcss.aspx",Not Awarded,"Successful providers for the Sexual Harm Crisis Support GAPS tender are currently in contract negotiations with the Ministry of Social Development. Due to varying start dates, provider details will be available on the Family Services Directory as contracts commence. www.familyservices.govt.nz/directory",20201117 Ministry of Social Development,18964146,Request for Proposals,Open Competition,"Alcohol and Other Drugs Education and Motivational Programmes - Korowai Manaaki, South Auckland",,20170828,20170920,20180214,Partnering for Outcomes,Sole Agency,No,,"The Ministry for Vulnerable Children, Oranga Tamariki is seeking to appoint a provider with the capacity, capability and experience to deliver Alcohol and Other Drugs Education and Motivational Programmes within Korowai Manaaki, the Ministry???s Youth Justice residence in South Auckland. Please subscribe to this Notice to get more information about the Ministry???s requirements and to access the tender documentation such as the Request for Proposal and Response Form. To submit your proposal, or for any questions, please email us at: procurement@mvcot.govt.nz",Not Awarded,"CONTRACT AWARD NOTICE Purchaser: Oranga Tamariki???Ministry for Children Successful supplier: Odyssey House 4/3029 Great North Rd New Lynn Auckland 0600 Procurement process used: Open and competitive Date service contract awarded: 8 August 2017 Service contract: 1 November 2017 to 30 June 2020 Service contract value: $487,465.00 Service description: To provide 1.8 FTE DAPANZ registered facilitators to deliver alcohol and drug education programmes with motivational approach. The facilitators will work with Korowai Manaaki Ministry residence team, to meet the needs of the young people and provide individual and/or group programmes to young people that have been identified as having issues related to substance abuse. All young people participating in the programme will undertake an individual Alcohol and Drug Use Assessment. The full service specifications can be found at: www.msd.govt.nz/about-msd-and-our-work/publications-resources/service-guidelines/index.html",20201117 Ministry of Social Development,19018094,Request for Proposals,Open Competition,Family Start expansion - Waikato_Tauranga and WBOP_Taranaki,,20170912,20171017,20180214,Partnering for Outcomes,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation from the Ministry for Vulnerable Children, Oranga Tamariki for suitably qualified providers to submit a proposal for the Family Start expansion tender. In addition to the Family Start services already being delivered, we require further service provision (in accordance with the Family Start Programme Manual) across three target locations identified as having unmet demand: 1. Waikato 2. Tauranga and Western Bay of Plenty (BOP) 3. Taranaki. This tender is single-step, open and competitive. This RFP sets out the step-by-step process and conditions that apply. To register for our online response form please follow the instructions on this link: reg.e-tender.com.au/msdfsexp.aspx",Not Awarded,"CONTRACT AWARD NOTICE Date published: 14 February 2018 Purchaser: Oranga Tamariki???Ministry for Children 56 The Terrace Wellington 6011 New Zealand Successful suppliers: Waikato Kowhai Consulting Ltd PO Box 5026 Frankton Hamilton Tauranga and Western Bay of Plenty Nga Mataapuna Oranga Limited with Te Manu Toroa Trust 157 Fraser Street Tauranga Taranaki Tu Tama Wahine o Taranaki Inc PO Box 4030 New Plymouth Procurement process used: Open and competitive Date service contract awarded: November 2017 Service contract: 1 December 2017 to 30 June 2020 Further contract details are available on the Family Services Directory at https://www.familyservices.govt.nz/directory/ Service description: Family Start Programme Manual. The full service specifications can be found at: www.msd.govt.nz/about-msd-and-our-work/publications-resources/service-guidelines/index.html",20201117 Ministry of Social Development,19117974,Request for Proposals,Open Competition,"Strengthening Families Co-ordination - Nelson, Tasman",,20171011,20171121,20180129,Partnering for Outcomes,Sole Agency,No,,"The Ministry for Vulnerable Children, Oranga Tamariki is seeking to appoint a suitably qualified provider or provider collaboration to deliver the Strengthening Families Co-ordination service in the Nelson and Tasman areas. The provider or provider collaboration must demonstrate both m??ori cultural and professional knowledge within the Strengthening Families sector. It is also an opportunity to provide some leadership in the collaborative development of new ways of working alongside the local Strengthening Families Strategic Management Group. Please subscribe to this Notice to get more information about the tender and the Ministry???s requirements. To respond to the RFP you must submit your application via an online e-tender tool. The registration link to gain access to the e-tender tool is contained in Section 1.4 of the RFP.",Not Awarded,"CONTRACT AWARDED: Oranga Tamariki???Ministry for Children is pleased to announce that following an open procurement process, Presbyterian Support Upper South Island in collaboration with Golden Bay Community Workers Incorporated has been selected to deliver the Strengthening Families Co-ordination service in the Nelson, Tasman areas. The contract term is for two years and four months. The Strengthening Families Service Guidelines can be found at: www.msd.govt.nz/about-msd-and-our-work/publications-resources/service-guidelines/index.html",20201117 Ministry of Social Development,19194760,Request for Proposals,Open Competition,Training and Development for Caregiving Families Pilot,,20171102,20171128,20180713,Partnering for Outcomes,Sole Agency,No,N/A,"This pilot aims to increase the capability of caregiving families/wh??nau in order to achieve placement stabilisation, build better attachment between children/tamariki and caregiving families, and improve outcomes for children/tamariki.",Not Awarded,"Contract Award Notice Training and Development for Caregiving Families Pilot Purchaser Oranga Tamariki???Ministry for Children Successful providers Below are the successful providers through the two tender processes (Conventional and Alternative) ??? Immerse Charitable Trust ??? Kokiri Marae Keriana Olsen Trust ??? Presbyterian Support East Coast and Te Ikaroa Rangatahi Social Services ??? Shea Pita and Associates ??? Te Korowai Aroha o Aotearoa Inc ??? Te Korowai Roopu Tautoko Inc Procurement process used Open and competitive Pilot contract term Varying start dates to 30 June 2019 Service description Building Capability for Caregiving Families Pilot ??? This pilot aims to increase capability of caregiving families in order to increase place stabilisation, build better attachments and create better outcomes for tamariki.",20201117 Ministry of Social Development,19314275,Request for Proposals,Open Competition,The Generator RFP - Generating prosperity through community action and enterprise,,20171211,20180301,20180508,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) is looking for an organisation, consortium or collective to establish and manage a new nationwide initiative called The Generator. The Generator is a unique opportunity to partner with MSD to generate prosperity through community action and enterprise in communities that are experiencing high levels of hardship. The Generator is part of MSD???s Building Financial Capability (BFC) work programme. It has been co-designed based on insights from people experiencing hardship. We heard that people accessing budgeting services were able to manage a budget, but didn???t have enough money to meet their needs. To build financial resilience and become prosperous, people, families, wh??nau and communities need opportunities to increase their income or reduce their expenses while building their social connections. Through The Generator you will to partner with MSD to grow community-led action and enterprise in New Zealand, alongside building a network and evidence base that learns shares and spreads understanding of what works. In doing so, you will also be creating prosperity for people, families, wh??nau and communities experiencing the highest levels of poverty.",Awarded,"The tender for an organisation, collective or consortium to establish The Generator has been won by a partnership between Emerge Aotearoa Limited and Vaka Tautua Limited. Many thanks to those who put in a proposal, or who otherwise expressed an interest in The Generator ??? we were overwhelmed with the level and calibre of interest. Vaka Tautua and Emerge Aotearoa, together with MSD are keen to collaborate with those who have a continuing interest in The Generator. If you would like to express your interest we have kept open The Generator Supplier Collaboration Register as an avenue for this. https://www.surveymonkey.com/r/TheGeneratorCollaborationRegister",20201117 Ministry of Social Development,19411155,Request for Proposals,Open Competition,Whiteware Goods and Services RFP,,20180201,20180302,20180612,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development provides financial assistance to over one million eligible New Zealanders each year in the form of benefits and payments. The Ministry has a number of preferred supplier contracts in place to assist eligible New Zealanders purchase Goods or Services that are essential and are required urgently, Whiteware Goods and Services is one of these supply contracts and is due to expire late 2018. The Ministry of Social Development is now looking to engage with and select an experienced and capable New Zealand based Whiteware supplier, to provide a selected range of Whiteware Goods and Services for its New Zealand based clients. We are looking for suppliers who have the capability, capacity and experience to deliver the end to end requirements, successful suppliers will demonstrate how they will deliver the requirements that best aligns with the Ministries processes and policies, show how they will offer best value for money or value adds throughout the term of the contract, that have values that are aligned with the Ministry and is committed to working in partnership with the Ministry to achieve successful outcomes for all stakeholders. This RFP comprises of 4 documents: 1. RFP Whiteware Goods and Services 2. Whiteware RFP Non Price Response Form 3. Whiteware RFP Price Response Form 4. MSD Whiteware Commercial Services Contract (DRAFT) This RFP closes at 12.00pm Friday 2nd March 2018 and proposals must be submitted electronically to: procurement@msd.govt.nz",Awarded,"Following the RFP process Fisher & Paykel Appliances Ltd has been awarded the contract for Whiteware Goods and Services. Thank you to all respondents for your efforts in responding to the RFP. Kind Regards MSD Procurement",20201117 Ministry of Social Development,19707759,Request for Proposals,Closed Competition,Stage Two Closed Loop Feedback Solution (Heartbeat Project),MSD 2018.002,20180510,20180601,20181017,Procurement Solutions,Sole Agency,No,,"This RFP is stage two of a two part procurement process that you have been invited to participate in following our assessment of your initial capability, capacity and value for money. In this stage the intensity of the process increases as we seek to determine who the right partner is for us. As notified following stage one of the ROI, respondents invited to submit an RFP will be required to undertake the following ??? Complete the GCIO Cloud Risk assessment, ??? Provide more detail around ability to meet our functional and non-functional requirements, ??? Provide more detail around the make-up, capability and capacity of your team and company to implement and support the technical solution and provide the right consulting expertise, ??? Complete a more detailed pricing schedule template ??? Provide a real time demonstration of the solution for user testing purposes on MSD premises, the results of which will help inform our final selection. ??? Attend an interview and/or conduct a presentation which may include a site visit.",Not Awarded,This contract has been awarded to A.C Nielsen (N.Z ) ULC,20201117 Ministry of Social Development,19783309,Request for Tenders,Open Competition,"Request for Tender to Engage a Main Contractor for the provision of an Internal Fit-out @ MSD Work and Income Premises 37 Williams Street, Huntly",,20180601,20180626,20180831,Procurement Solutions,Sole Agency,No,N/A,"What we need MSD seeks to engage Main Contractor to undertake building refurbishment work at MSD???s Work and Income premises at 37 Williams Street, Huntly based on project specification and working drawings provided by MSD. The role the Main Contractor is to act as builder and to co-ordinate the sub-trades, contractors and services where: ??? MSD existing contractors are to be used for data cabling and networking, security and glazing film. ??? All other sub-trades will be engaged and managed by the Main Contractor. ??? The Main Contractor will manage the trades in conjunction with the Project Manager ??? MSD will pay the MSD nominated contractors / trades directly. ??? Due to leasing arrangements, the HVAC design is to be installed and paid for by the landlord. The Main Contractor will be responsible for coordination and management of the HVAC installation with support from the MSD Project Manager when required. Site Visit All potential Tenderers are offered the opportunity to visit the site. Tenderers wishing to visit the site must register by 8 June 2018. See SECTION 1: Key information for additional details. Important: ??? Site visits are limited to pre-registered Tenderers only ??? While site visits are optional, Tenderers shall be deemed to have inspected the Site before submitting their Tender. What???s important to us MSD require a proven service provider who has: ??? A track record in successfully delivering projects of a similar nature whilst acting as the Main Contractor on behalf of the client, ??? Capability, experience and infrastructure and capacity to deliver on our timeframes. ??? A good track record having delivered similar projects.",Awarded,Price Band - $250K - $500K,20201117 Ministry of Social Development,20001532,Request for Tenders,Closed Competition,"Request for Tender to Engage a Main Contractor for the provision of an Internal Fit-out @ MSD Work and Income Premises 52 Lovegrove Cresent, Otara",,20180809,20180902,20181025,Procurement Solutions,Sole Agency,No,,"MSD seeks to engage Main Contractor to undertake building refurbishment work at MSD???s Work and Income premises at 52 Lovegrove Crescent, Otara based on project specification and working drawings provided by MSD. The role the Main Contractor is to act as builder and to co-ordinate the sub-trades, contractors and services where: ??? MSD existing contractors are to be used for data cabling and networking, security and glazing film. ??? All other sub-trades will be engaged and managed by the Main Contractor. ??? The Main Contractor will manage the trades in conjunction with the Project Manager ??? MSD will pay the MSD nominated contractors / trades directly. All potential Tenderers are offered the opportunity to visit the site. Supplier site visit are to be held on 15th August 2018 at 08:00am at 52 Lovegrove Crescent, Otara. Tenderers are request to advise their intention to attend by 13 August 2018. See SECTION 1: Key information for additional details. Important: ??? While site visits are optional, Tenderers shall be deemed to have inspected the Site before submitting their Tender.",Awarded,,20201117 Ministry of Social Development,20139922,Request for Proposals,Open Competition,MSD Employment Service,MSD.EST.2018,20180910,20181019,20190502,Service Delivery,Sole Agency,No,Employment_Service_Tender@msd.govt.nz,"The Ministry of Social Development (the Ministry) is seeking to procure employment support services for disabled people, and people with a health condition. Services include pre-employment assistance to ascertain the client???s employment preferences and readiness for employment, identifying employment opportunities, employment placement, employment support for the first 12 months of employment, and time-limited in-work support for people who require assistance for career development or work-place issues. The Ministry is looking for providers who have the capability, experience and infrastructure to support people with a disability or health condition to gain sustainable employment and move closer to financial independence. This will be achieved through the provision of employment related case management, placement into open employment, and any required post-placement support aligned with the client???s desired job aspirations.",Awarded,"Contracts have been awarded to 36 Providers across all regions. Total contracts value over 5 years is in vicinity of $132,000,000. In addition to above list, contracts were awarded to: Pai Ake Toru Ltd Habit Rehabilitation A further respondent was successful but withdrew from the tender.",20201117 Ministry of Transport,6773190,Request for Tenders,Open Competition,Safer Journeys Evaluation,14/15-042,20141126,20150109,20150722,,Sole Agency,No,NA,"The Ministry of Transport intends to commission an evaluation of New Zealand???s Safer Journeys road safety strategy for the purposes of informing both: ??? Ministers on the effect of the strategy to date ??? the development of a future action plan. The evaluation provides an important opportunity for the National Road Safety Committee to assess the current state of road safety in New Zealand and to prepare advice for Ministers on the next best steps to improve the safety of the community on New Zealand???s roads. See Terms of Reference (TOR) for details of the evaluation.",Awarded,"Supplier: Martin Small Consulting Pty Ltd Address: ACN 100 892 939 Level 1, 603 Canterbury Rd, Surrey Hills, Victoria 3127 | PO Box 174 Surrey Hills Vic 3127 Contract term: was from 10 February 2015 to 30 June 2015 Total value: $89,600 excl GST",20201117 Ministry of Transport,7228906,Request for Tenders,Open Competition,Roadside measurement of drivers??? breath alcohol,14/15-046,20141209,20150115,20170622,,Sole Agency,No,,"The Ministry, in partnership with the NZ Police, wishes to monitor baseline data on drinking and driving. To this end, it wishes to undertake breath alcohol data capture at Police CBT operations and to engage a selected Contractor to capture these data in conjunction with the New Zealand Police. Previous experience with undertaking surveys at the roadside would therefore be of benefit. The selected Contractor will be responsible for liaising with the Police, programming, data collection and reporting. Breath test devices will be supplied by Police. The project consists of two rounds, one to be conducted during March - June 2015, and one to be conducted during March to June 2017. The Ministry, however, reserves the right not to conduct the measurement operation in 2017.",Not Awarded,Awarded to OPUS International Consultants Ltd,20201117 Ministry of Transport,17468154,Request for Proposals,Open Competition,Data Opportunities for Intelligent Mobility,15/16 - 087,20160430,20160607,20160816,,Sole Agency,No,,,Awarded,The contract was awarded to Opus NZ.,20201117 Ministry of Transport,17487610,Request for Proposals,Open Competition,National Land Transport Fund (NLTF) Revenue Forecast Model Review,15/16-090,20160506,20160601,20160704,,Sole Agency,No,,"The Ministry of Transport (the Ministry) is seeking to review its National Land Transport Fund (NLTF) revenue forecast model. The Ministry has run the model successfully for the past two years and the Ministry is generally happy with its performance. However, the Ministry still has some issues with the ways of data use/input and some questions about if the model could be improved with latest data and/or longer-term data series, and if the model outputs could be better presented.",Not Awarded,"The contract for this project was awarded to Schiff & Yue Limited for $36,200 (excluding GST).",20201117 Ministry of Transport,17851933,Request for Proposals,Open Competition,Quantitative and Qualitative Analysis of the New Zealand Road Toll,16/17-022,20160831,20160928,20161102,,Sole Agency,No,None,"What we need? The Ministry of Transport (the Ministry) is consolidating and enhancing a research programme to gain a better understanding of road safety issues to guide our policy, investment, enforcement and research. As part of this programme, the Ministry is seeking a quantitative and qualitative analysis of trends in New Zealand road deaths to gain a better understanding of the factors that have driven the recent changes in road fatalities. Although the primary focus is on the marked increase in the number of deaths over the last two and a half years, there should be a consideration of both long-term and short-term serious injury trends. What we don???t want? We are open to any methodology that would help us to better understand, primarily the factors that have driven the recent changes in road fatalities and should include a consideration of serious injury trends however, we want a New Zealand focus on any analysis provided. What???s important to us? The Ministry is looking for credible providers who have the capability, experience and systems to undertake an analysis of causes of road fatalities, with an emphasis on the recent road fatality increase. They need to have a good track record in econometric modelling and have a working understanding of the land transport sector with a particular focus on safety. Why should you bid? This is an opportunity to be a part of the Ministry???s safety research programme to gain a better understanding of road safety issues to guide our policy, investment, enforcement and research. The successful applicant will help the Ministry to understand the factors behind the recent road toll change that would enable the Ministry to advise Ministers and the public as to why there was/is an increase in the road fatality numbers. A secondary focus on short-term and long-term serious injury trends may also help provide a clearer context or another lens to the recent road toll increase.",Not Awarded,"Supplier: Deloitte Access Economics Pty Ltd Address: GPO Box 78, Melbourne VIC 3001, Australia Contract term: was from 31 October 2016 to 15 March 2017 Total value: $96,880 excl GST",20201117 Ministry of Transport,18712816,Request for Proposals,Open Competition,Auckland Smarter Transport Pricing Project - Project Director,16/17-120,20170607,20170705,20170907,,Sole Agency,No,"Auckland Smarter Transport Pricing Project - Project Manager, Monica Hawthorne, Ministry of Transport, Level 2, 318 Lambton Quay, Wellington","The Ministry of Transport, Auckland Council, Auckland Transport and the New Zealand Transport Agency (the NZ Transport Agency) are seeking a full time Project Director for the Auckland Smarter Transport Pricing Project (the Project). The Project will provide advice to the Government and Auckland Council on whether to introduce pricing for demand management purposes in Auckland. The successful candidate will have three key roles: ??? managing the overall resources provided by agencies and external consultants for the Project and reporting to the Project Steering Group ??? overseeing the stakeholder and public engagement process for the Project ??? ensuring that the overall Project plan is delivered according to time, cost, scope and quality parameters. We anticipate that the Contract will commence as soon as possible. The anticipated Contract term is 18 months to 2 years. Although it should be noted that the project is set up in phases with gateways at the end of each phase for the decision-makers to agree to proceed with the project. This would mean the Ministry of Transport would have discretion to terminate the contract if the decision is taken not to proceed at the end of any of the phases. The role will be based in Auckland. Travel outside of Auckland will be required from time to time.",Awarded,"Supplier: Peter Neilson through Frequency Projects Limited Address: Coretex Chartered Accountants Limited, Level 1, 7 Falcon Street, Parnell, Auckland 1052 Contract term: from 9 August 2017 to 28 February 2019",20201117 Ministry of Transport,19531673,Request for Proposals,Open Competition,Provision Implementation and Support of Business Systems,,20180316,20180417,20180928,,All of Government,No,,"The Ministry of Transport (The Ministry) wishes to procure one comprehensive business system or multiple systems to provide a range of business support functionality, including finance functions, human resource functions and planning, forecasting and reporting. The Ministry is seeking systems that: ??? support modern business practices across the full range of functions being sought ??? are proven solutions in their field ??? provide an excellent user experience including comprehensive workflow ??? are fit for purpose given the size of the Ministry ??? are supported in New Zealand by a competent implementation partner. We are seeking systems that are provided as Software as a Service. Respondents may offer an all-in-one solution or best of breed solutions for all or part of the scope of this RFP.",Awarded,,20201117 Museum of New Zealand Te Papa Tongarewa,8860383,Request for Proposals,Open Competition,Request for Proposal Provision of Website and Online Services,TP2015/080,20150216,20150316,20150819,,Sole Agency,No,"Museum of New Zealand Te Papa Tongarewa, PO Box 467, 55 Cable Street, Wellington, New Zealand","The Museum of New Zealand Te Papa Tongarewa (Te Papa) requires a range of online services (including a content management system, enterprise search solution, visual design, content strategy and information architecture) for the tepapa.govt.nz website and future digital projects. This RFP sets out the general requirements for the above solutions, and the terms and conditions of submitting a response. Please refer to the attached RFP, Te Papa's standard contract and functional requirements documentation.",Awarded,"The RFP requested responses for the provision of services in the following areas: Lot 1: Content Strategy Lot 2: Information Architecture Lot 3: Visual Design Lot 4: Supply and Implementation of content management software Lot 5: Search The responses were evaluated according to the criteria outlined in the RFP document (Section 12 - Evaluation of Proposals). In addition, preference was given to suppliers who were able to deliver multiple or all Lots, either as an organisation or by partnering with other vendors. Outcome: The successful tenderers were: Lots 1-3: NV Interactive Lots 4-5: Catalyst",20201117 Museum of New Zealand Te Papa Tongarewa,9509778,Request for Proposals,Open Competition,Te Papa - Exterior Joint Sealant Replacement RFP,TP2015/085,20150305,20150407,20150812,,Sole Agency,No,"Tender Box, Team Te Papa Entrance, Level 1, Museum of New Zealand Te Papa Tongarewa, 55 Cable Street, Wellington, New Zealand","The Museum of New Zealand Te Papa Tongarewa (???Te Papa???) seeks proposals from suitable companies to replace damaged and degraded joint sealant on the exterior cladding at Te Papa Cable Street. This work will include the removal of the existing joint sealant between Aluminium Composite Panels (ACP) and stone caps and replacement with a new flexible joint sealant system. A staged replacement is proposed with work being completed on sections of the building at a time. This RFP sets out the general requirements for the proposed works and the terms and conditions of submitting a response. Please refer to the attached RFP, photos, drawings, Te Papa???s standard contract and Te Papa???s Code of Conduct when responding to this RFP.",Awarded,Five responses received at the close of the RFP. The responses were evaluated and Goleman Group has been identified as the preferred supplier and awarded the contract.,20201117 Museum of New Zealand Te Papa Tongarewa,17087123,Request for Proposals,Open Competition,Facilitation Services Supplier Panel,TP2015/104,20151221,20160201,20161012,,Sole Agency,No,,"Te Papa is entering a phase of consultation, analysis, and planning the reconfiguration of the exhibition zones and public spaces together with consultation and rethinking of exhibition concepts. Te Papa has identified a need to acquire help to deliver our strategies and approaches to exhibition concepts, content and visitor communication strategies. We are seeking to select and engage with companies who can work with us in a culture of collaboration to facilitate innovative visitor experience projects. These projects include exploration of new exhibitions concepts and the application of tools to successfully deliver visitor-centric exhibitions and programmes such as visitor modelling, interpretive planning and design thinking. We are interested in having both smaller and larger organisations on a supplier panel, and in ensuring we have access to diverse and specific skills through the panel in such areas as design thinking and visitor psychology. The concept design and facilitation approach will call on a range of participants including internal Te Papa management and staff, external subject matter specialists, representatives from key sector stakeholders, representatives from Iwi, representatives from Te Papa???s National Audience Segmental Study (e.g. a cross section of the public). The successful companies will have specialist skills and a track record in designing and facilitating workshops addressing cultural/ concept strategies, exploration of concepts, goals and objectives and interpretive planning and design thinking for visitor experience projects.",Awarded,"Successful respondents: Art of Fact Projects Empathy Ltd Locales Ltd Neil Anderson Consulting Story Inc Ltd DNA Ltd Bucy Associates Tim Walker Associates",20201117 Museum of New Zealand Te Papa Tongarewa,17223424,Request for Proposals,Open Competition,Te Marae Natural Lighting Control System,TP2016/108,20160219,20160225,20160704,,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (???Te Papa???) seeks proposals for the design, installation and commissioning of blackout blinds and window tinting for the windows in the Te Marae event space at Te Papa???s Cable street building. The outcome sought is the design and installation of a set of blackout blinds to cover the Ranginui (stain glass) doors and the two smaller side windows and also the tinting and darkening of all of the other windows in the Te Marae space.",Awarded,RFP was withdrawn. No responses received,20201117 Museum of New Zealand Te Papa Tongarewa,17274634,Request for Proposals,Open Competition,Supplier Panel RFP,TP2016/110,20160304,20160331,20161012,,Sole Agency,No,,"Te Papa is looking to establish a panel consisting of a number of individuals and small-large sized companies who can help deliver our work in partnership with our internal team. Through this RFP, Te Papa is inviting submission of Proposals from suppliers with the capability and expertise to provide services from time to time under one or more of the following service categories: ??? Story Development, Writing, Editing and Translation ??? Props, Forms and Models ??? Graphic Design (2D), and ??? Spatial and Exhibition Design (3D). You do not have to specialise in all areas to respond. We are interested in ensuring we have access to specific and diverse skills.",Awarded,"Successful respondents Story Development, Writing, Editing, Translating: Pacific International Translations (NZ) Ltd Department of Internal Affairs (Translation Service) Shearwater Associates Ltd E T?? Limited Adrienne Jansen Helen Curran Lift Education (South Pacific Press) Torukapa Ltd Clear Edit NZ Jane Blaikie Catchphrase Communications Limited Last Word Writing Services Cognition Education Limited P??kekoblue Science Communication Ltd Armstrong Creative Limited Margot Schwass Props, Forms and Models: Weta Workshop Ltd Te Mahi Ltd Anderson Design Ltd Human Dynamo Workshop Ltd Development Engineering Ltd Spray Marks Graphics Pukekoblue 3D Design Services: Workshop E Ltd Story Inc Ltd. Freeman Ryan Design Cunningham Martyn Design Design Plus Space Ltd Thylacine Design and Project Management 3D Creative Ltd (Craig Turvey) studioplusthree Cannibal (Rapa Ltd) Te Mahi Limited Anderson Design Ltd Design Community Tim Stephenson Design Locales Ltd 2D Graphic Design Services: Freeman Ryan Design DNA Designed Communications Ltd Dileva Design Limited Big Catch Creative McCarthy Design Limited Insight Creative Limited Fortyfive Design Limited Thylacine Design and Project Management Emily Fletcher ??? Rose Cottage Design Homegrown Creative Limited Spencer Levine Emily Bayley Graphic Design Mark Inman Ltd (Blacksheepdesign) Tangerine Design Ltd",20201117 Museum of New Zealand Te Papa Tongarewa,18725352,Request for Proposals,Open Competition,Exhibition Joinery Supplier Panel,TP2017/133,20170606,20170627,20170825,,Sole Agency,No,,"Te Papa is inviting submission of Proposals from suppliers with the capability and expertise to Exhibition Joinery services. This is a fixed term panel to provide the service for the renewal of the Natural History Exhibition zone. Te Papa is interested in having an appropriate number and type of suppliers for this Service (with adequate credentials, capability and capacity) to meet Te Papa???s needs throughout the term of the panel contract. The panel will consist of a number of small to large sized companies who can help deliver to the brief supplied by our internal design team.",Awarded,All respondents appointed to a supplier panel. No work allocated at this stage.,20201117 Museum of New Zealand Te Papa Tongarewa,18748457,Request for Proposals,Open Competition,Exhibition Mechanical Interactives Supplier Panel,TP2017/134,20170613,20170705,20170825,,Sole Agency,No,,Te Papa is inviting submission of Proposals from suppliers with the capability and expertise to provide mechanical interactives for exhibition experiences. We are establishing a supplier panel for exhibition renewal purposes.,Awarded,All respondents appointed to a supplier panel. No work allocated at this stage.,20201117 Museum of New Zealand Te Papa Tongarewa,19070802,Request for Proposals,Open Competition,Combined Maintenance Services Contract & Fan Coil Unit Replacement Project,TP2017/135,20171002,20171030,20180201,Facilities,Sole Agency,No,Not applicable,"This contract opportunity is divided into two potentially separate contracts. Te Papa is seeking a main contractor to become the preferred supplier to: 1. Manage the Combined Maintenance Services Contract. The Combined Services Contract will combine a number of service and maintenance contracts under one master contract managed and coordinated by a Principal Contractor. 2. Manage and deliver the Fan Coil Unit (FCU) Replacement project. The Project involves the replacement of the FCUs located at Te Papa Cable Street. The preference is to engage a Principal Contractor to supply both the Contract and the Project; however if this is not possible for Te Papa's benefit then separate contracts may be let. Please refer to the documents attached to this RFP when responding. Note: Document B17 (Drawings) will be issued to Respondents at the supplier briefing.",Not Awarded,No contract awarded. This RFP has been cancelled. All respondents have been notified.,20201117 Museum of New Zealand Te Papa Tongarewa,19134267,Request for Proposals,Open Competition,Te Papa Collection Valuation Services,TP2017/137,20171013,20171114,20180213,Facilities,Sole Agency,No,,"Te Papa is required to value its collections every three years for financial reporting purposes. This is done by valuing several of the collections each year on a three yearly cycle. To date valuers have been sought each year for the specific collections requiring valuation, however this is inefficient and problematic in terms of planning and scheduling the valuation work. We intend to appoint a valuer or valuers for a three year term to provide certainty both to the museum and the valuers and to allow better forward planning.",Awarded,"This is a panel contract with work to be allocated as required. Suppliers appointed to the panel are Dunbar Sloane, Art and Object and Mowbray Collectables.",20201117 National Institute of Water and Atmospheric Research Limited,17581178,Request for Proposals,Open Competition,New IT Backup Solution,IT16.511,20160607,20160715,20170623,,Sole Agency,No,Electronic submissions only,"The aim of this RFP is to replace NIWA???s current backup system with new backup hardware and/or software and implement a robust solution to protect NIWA???s data. The solution proposed is at the vendor???s discretion and NIWA will consider solutions based purely on tape, a mixture of tape and disk, or disk only. NIWA???s data centres are located in five separate locations in New Zealand with a number of small branch sites replicating data to our main site in Wellington.",Awarded,,20201117 National Institute of Water and Atmospheric Research Limited,17710255,Request for Proposals,Open Competition,"Asbestos Decontamination (Styx Building, Chch)",Styx Building,20160722,20160812,20170623,,Sole Agency,No,Electronic submissions via GETS only,"NIWA seeks to appoint qualified and experienced contractors to scope and carry out decontamination of a wooden-framed warehouse at site in Christchurch. The building is contaminated with residual asbestos containing dust (ACD) from historical recladding of the roof and walls carried out in 1992/3. We require the building and the equipment stored within is decontaminated and made safe for office and storage use under current New Zealand legislation. The successful supplier must co-operate and co-ordinate with an independently appointed, qualified asbestos surveyor and analytical services supplier to verify any potential hazard from airborne asbestos fibres within the building has been eliminated.",Not Awarded,"Contract awarded to Scope Demolition South Ltd. Scope has expressed an interest earlier but were unable to upload files onto GETS so they were downloaded to the project manager via Dropbox. Contract value $350,000",20201117 National Institute of Water and Atmospheric Research Limited,17982391,Request for Proposals,Open Competition,Collaboration Technology Refresh,,20161003,20161031,20161128,,Sole Agency,No,,"NIWA wishes to refresh the video conferencing technology in its collaboration rooms along with the bridge and gateway at the backend that support this service. This new technology must be tightly integrated with the existing Skype for Business (SFB) desk collaboration system and support external H.323/SIP Video Conferencing (VC) communication. NIWA would like to create a single virtual meeting environment that could be joined easily from any meeting room video conferencing system or via any Microsoft Skype for Business client (standard to all NIWA staff), either internally or externally. We are also looking to replace the video conference endpoints in five collaboration rooms with Skype for Business compatible equipment. There are currently 36 meeting rooms across NIWA and the intention in the comings years is to progressively add collaboration capability to all these rooms. In the interim the existing collaboration/VC room systems must be supported and integrated with this technology refresh. The new technology must include a (single touch to join), easy to use touch panel interface and the system must provide all gateway, recording, webcasting, bridging, endpoint management, content translation, and scheduling services. All supplied systems and services must be supportable in New Zealand with local support staff and services",Awarded,,20201117 National Institute of Water and Atmospheric Research Limited,18894099,Request for Proposals,Open Competition,"NIWA Redevelopment of Wellington, Hamilton and Christchurch Sites, Architectural Services",,20170807,20170906,20171207,,Sole Agency,No,,"This RFP relates to the procurement of architectural design services, incorporating lab design and workplace strategy. NIWA requires an Architectural team experienced in delivering new and redeveloped complex building projects, with expertise in workplace strategy, office and lab design to deliver modern workplace environments incorporating technology and innovation, science functions, clinical lab spaces and seismic strengthening.",Not Awarded,Preferred supplier has been identified but no formal Contract award has yet been made.,20201117 National Institute of Water and Atmospheric Research Limited,18894188,Request for Proposals,Open Competition,"NIWA Redevelopment of Wellington, Hamilton and Christchurch Sites, Building Services Engineering",,20170807,20170906,20171207,,Sole Agency,No,,"This RFP relates to the procurement of Building Services Engineering design services, incorporating lab design and workplace design. Building Services Engineers will need to be responsible for mechanical, electrical, hydraulics, lab gases, security, comms, AV, fire protection, lift design, services infrastructure, fire engineering, and acoustic engineering services . NIWA requires a design team experienced in delivering new and redeveloped complex building projects, with expertise in workplace and lab design to deliver modern science workplace environments incorporating technology and innovation, science functions, clinical lab spaces and seismic strengthening.",Not Awarded,Preferred supplier has been identified but no formal Contract award has yet been made.,20201117 National Institute of Water and Atmospheric Research Limited,18894263,Request for Proposals,Open Competition,"NIWA Redevelopment of Wellington, Hamilton and Christchurch Sites, Structural Engineering",,20170807,20170906,20171207,,Sole Agency,No,,"This RFP relates to the procurement of Structural Engineering design services. Structural Engineers will also need to be responsible for Geotech Engineering and Civil Engineering. NIWA requires a design team experienced in delivering new, strengthened and redeveloped complex building projects, with an understanding of workplace and lab design to deliver modern science workplace environments incorporating technology and innovation, science functions and lab spaces.",Not Awarded,Preferred supplier has been identified but no formal Contract award has yet been made.,20201117 National Institute of Water and Atmospheric Research Limited,18894387,Request for Proposals,Open Competition,"NIWA Redevelopment of Wellington, Hamilton and Christchurch Sites, Quantity Surveying",,20170807,20170906,20171207,,Sole Agency,No,,"This RFP relates to the procurement of Quantity Surveying services. Quantity Surveyors will need to be responsible for comprehensive financial management of all three projects and must proactively add value throughout the project. NIWA requires a Quantity Surveyor experienced in delivering new and redeveloped complex building projects, with expertise in workplace strategy and lab design to deliver modern workplace environments incorporating technology and innovation, science functions, lab spaces and seismic strengthening across projects located in Wellington, Hamilton and Christchurch.",Not Awarded,Preferred supplier has been identified but no formal Contract award has yet been made.,20201117 National Institute of Water and Atmospheric Research Limited,19112996,Request for Tenders,Open Competition,NIWA Bream Bay Aquaculture Park Infrastructure Construction,,20171009,20171110,20180522,,Sole Agency,No,,"This RFT relates to the purchase of infrastructure construction services to support existing and future aquaculture activities at NIWA Bream Bay Aquaculture Park. The key outcome that we want to achieve is quality, fit for purpose infrastructure that represents good value to NIWA and is built to specification, on time and within budget. The scope of this construction project includes earthworks, pavement construction, precast concrete service trenches, saltwater, potable water and wastewater reticulation, drainage and minor landscaping, building works and services coordination. The evaluation method is Weighted Attributes. A TWO envelope response is required. One document clearly marked ""Non-Price Attributes"" and a second document marked ""Price"".",Awarded,,20201117 National Institute of Water and Atmospheric Research Limited,19195097,Request for Proposals,Open Competition,SAN Storage Upgrade,,20171102,20171124,20180226,,Sole Agency,No,,"NIWA has recently purchased an IBM Storewize V7000-Gen2+ system with two Low Density formfactor enclosures attached and 24 x 10TB disks installed. The requirement and purpose of this tender is to add additional High-Density IBM 92F enclosures to the system, to provide approximately 1.1-1.2PB of additional raw storage capacity. We expect a configuration similar to ~128x10TB disks will achieve this. This purchase is expected to provide adequate storage for our immediate requirements, fit within budget and allow for future expansion. NIWA is not looking for a new storage solution, and offers of other systems or solutions will not be considered. Vendors must respond strictly to the provision of the two high-density 92F enclosures and disks, suitable for our existing IBM SAN.",Awarded,,20201117 National Institute of Water and Atmospheric Research Limited,19628982,Request for Proposals,Open Competition,"Demoltion of Buildings, 270 Massey Road, Mahanga Bay, Wellington",,20180416,20180504,20180522,,Sole Agency,No,,"We require a demolition contractor with asbestos removal accreditation to demolish and remove all buildings, structures and free-standing items at NIWA???s Aquaculture Facility at 270 Massey Road, Mahanga Bay, Wellington.",Awarded,,20201117 Nelson City Council,17667513,Request for Quotations,Open Competition,Nelson City Council - Switched Network Upgrade,A1567470,20160706,20160804,20160822,,Sole Agency,No,,"1.1. The purpose of this Request for Quotation (RFQ) is the selection of a supplier with whom Nelson City Council (Council) may negotiate an agreement for the upgrade of Council???s switched network. 1.2. Council invites proposals from suitably qualified and experienced suppliers interested in replacing Council???s switched network core and distribution layers, and providing a support contract for same. 1.3. Respondents are requested to submit a proposal, as set out in the Scope (Part B).",Awarded,The contract for this work has been awarded to 2degrees. Nelson City Council thanks all respondents for taking the time to make a response.,20201117 Nelson City Council,17735378,Request for Proposals,Open Competition,Nelson City Council - Haven Precinct Development,A1594243,20160729,20160825,20161007,,Sole Agency,No,,"Haven Precinct Development Request for Proposal 1.1. The purpose of this Request for Proposal (RFP) is the selection of a consultant with whom Nelson City Council (Council) may negotiate an agreement for the preparation of concept design plans and supporting documentation for the development of the Haven Precinct. 1.2. Council invites proposals from suitably qualified and experienced consultants to undertake the concept design plan stage for development of the Haven Precinct.",Awarded,The contract for this work has been awarded to NM Associates Ltd. Nelson City Council thanks all respondents for taking the time to make a response.,20201117 Nelson City Council,17757385,Request for Proposals,Open Competition,Nelson City Council - Enviroschools Coordination and Facilitation Services,A1598049,20160804,20160825,20161010,,Sole Agency,No,,"Purpose 1.1. The purpose of this Request for Proposal (RFP) is the selection of a contractor with whom Nelson City Council (Council) may negotiate an agreement for the delivery of the Enviroschools programme in the Nelson region, including coordination and facilitation services. 1.2. Council invites proposals from suitably qualified and experienced contractors to undertake the delivery of the Enviroschools programme in the Nelson region. 1.3. This document provides Scope (in part B) for proposals to provide coordination and facilitation services for the Enviroschools programme on behalf of Nelson City Council in early childhood, primary and secondary schools in the Nelson region.",Awarded,The contract for this work has been awarded to HG Education Contracting. Nelson City Council thanks all respondents for taking the time to make a response.,20201117 Nelson City Council,17806179,Request for Proposals,Open Competition,Nelson City Council - Environmental Education Programme Review,A1608899,20160818,20160909,20161013,,Sole Agency,No,,"1.1. This document comprises a Request for Proposals (RFP) for a review of the Environmental Education Programme within the Environmental Programmes business unit at Nelson City Council (Council). 1.2. This document part A (General) describes the purpose and background to the RFP. 1.3. Additional parts B (Scope) and C (Terms and Conditions) apply and follow. 1.4. The review seeks to understand what functions and services are provided by Council???s Environmental Education Programme, the current state of these functions and services, the effectiveness and efficiency of these functions and services, and of the current role resourced to deliver them. 1.5. Additionally, this review seeks to understand what outputs and outcomes Council and the community wish to achieve from the Environmental Education Programme, what the agreed set of deliverables should be for this programme, and whether there are any gaps in the management of the programme. 1.6. The review is expected to provide clear recommendations on future options for management of the Environmental Education Programme, and for the resourcing of a role or team function to deliver the programme, with a focus on Nelson 2060.",Awarded,The contract for this work has been awarded to Mobius Research and Strategy Ltd. Nelson City Council thanks all respondents for taking the time to make a response.,20201117 Nelson City Council,17958886,Request for Proposals,Open Competition,Nelson City Council - RFP for Council Chamber Audio and Visual System Upgrade,A1635987,20160927,20161021,20170307,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is the selection of a supplier with whom Nelson City Council (Council) may negotiate an agreement for the upgrade of the Council Chamber Audio and Visual systems. Council invites proposals from suitably qualified and experienced suppliers interested in upgrading the Council Chamber Audio and Visual systems, and providing a support structure for same. The RFP document attached lays out the rules, process, timelines, conditions, scope etc. for this RFP. Council has engaged a suitably qualified consultant to prepare design options for suitable technology for the council chamber. ???Option 2??? has been selected as the preferred design by Council???s Senior Management. This design option is attached as appendix 1. The RFP documentation describes Option 2 in more detail and highlights changes and additional requirements. They must be read in conjunction. Respondents must prepare a response which provides a clear explanation of how each point will be delivered, referencing every numbered point (!) in turn - a summary in a table format would be ideal as an attachment to the response. Respondents must be New Zealand based. Council will not consider responses from overseas based companies.",Not Awarded,,20201117 Nelson City Council,17988325,Request for Proposals,Open Competition,Nelson City Council RFP - Wi-Fi Access System,A1639942,20161005,20161107,20170315,,Sole Agency,No,,"1.1. The purpose of this Request for Proposal (RFP) is the selection of a supplier with whom Nelson City Council (Council) may negotiate an agreement for the supply and installation of a system and technology to enable Wi-Fi access to the Nelson City Council WAN and Internet from multiple locations for staff, visitors and members of the public 1.2. Council invites proposals from suitably qualified and experienced suppliers interested in supplying this system, and providing a support structure for same 1.3. Respondents are requested to submit a proposal, as set out in the Scope (Part B)",Awarded,,20201117 Nelson City Council,18156345,Request for Proposals,Open Competition,Nelson City Council - Top of the South Maps Upgrade - User Interface,A166402,20161118,20161216,20170518,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is the selection of a supplier with whom Nelson City Council (Council), in association with Tasman District Council, may negotiate an agreement for the upgrade of the Top of the South Maps website user interface www.topofthesouthmaps.co.nz Council invites proposals from suitably qualified and experienced suppliers interested in upgrading the Top of the South Maps website user interface, and providing a support structure for same. Respondents are requested to submit a proposal, as set out in the Scope (Part B). Note: To provide continuity of service the respondent is encouraged to provide a response to provide platform hosting of Top of the South Maps as specified in the concurrent RFP on GETS.. The title of the Top of the South Maps platform hosting concurrent RFP on GETS is: Nelson City Council - Top of the South Maps Upgrade - Platform Hosting.",Awarded,,20201117 Nelson City Council,18156463,Request for Proposals,Open Competition,Nelson City Council - Top of the South Maps Upgrade - Platform Hosting,A1664401(2),20161118,20161216,20170609,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is the selection of a supplier with whom Nelson City Council (Council), in association with Tasman District Council, may negotiate an agreement for hosting the Top of the South Maps website; www.topofthesouthmaps.co.nz Council invites proposals from suitably qualified and experienced suppliers interested in hosting the Top of the South Maps website, and providing a support structure for same. Respondents are requested to submit a proposal, as set out in the Scope (Part B). Note: To provide continuity of service the respondent is encouraged to provide a response to upgrade the Top of the South Maps user interface as specified in the concurrent RFP on GETS. The title of the Top of the South Maps user interface concurrent RFP on GETS is: Nelson City Council - Top of the South Maps Upgrade - User Interface.",Not Awarded,"After reviewing responses, Council has decided to undertake platform hosting for this service in-house. Thank you for taking the time to respond to this RFP.",20201117 Nelson City Council,18157560,Request for Proposals,Open Competition,Nelson City Council - Determining the Customer Journey,A1664746,20161118,20161216,20170228,,Sole Agency,No,,"The purpose of this RFP is to select a consultant for a review which will enable change and improvement in the customer journey at Nelson City Council (Council). Council seeks a consultant to work with Council Officers to explore opportunities for transforming the customer journey experienced by our significant customers and stakeholders.",Awarded,,20201117 Nelson City Council,18272233,Request for Proposals,Open Competition,Nelson City Council - Coastal Erosion - First Pass Assessment and Identification of High Risk Areas,A1692935,20170109,20170210,20170307,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this RFP is to select a consultant to undertake the initial stages in a technical assessment of coastal erosion risk in the Nelson region. 1.2. Part B (Terms of Reference) provides background to give context for respondents. 1.3. The selection of a consultant will be made on the basis of responses to Part B. 1.4. Part C sets out the terms and conditions associated with this RFP process. 2. Background 2.1. The work to which this brief relates supports the Nelson City Council’s (Council’s) review of the operative Nelson Resource Management Plan (NRMP), and the preparation of its successor, the Whakamahere Whakatū Nelson Plan (WWNP). 2.2. It involves the initial stages in a technical assessment of coastal erosion risk. 2.3. It will inform the subsequent completion of detailed assessments of identified high risk areas (if required), an engagement strategy, and risk management and planning processes, with a view to progressing a potential variation to the WWNP.",Awarded,,20201117 Nelson City Council,18296738,Request for Proposals,Open Competition,Nelson City Council - RFP for 2017 Weed Control Services,A1697452,20170117,20170213,20170403,,Sole Agency,No,,"2017 WEED CONTROL SERVICES: 1. WILDING CONIFER CONTROL IN THE DUN MOUNTAIN MINERAL BELT 2. SPANISH HEATH, GORSE AND SCATTERED WILDING CONIFER CONTROL IN THE DUN MOUNTAIN MINERAL BELT 3. FOLLOW UP WEED CONTROL IN THE MAITAI AND RODING WATER RESERVES 1.1.1 This document is issued by Nelson City Council (Council). 1.1.2 The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of weed control services as described in the Schedule of Services at Attachments 1, 2 and 3, to assist the Council to determine whether or not it wishes to proceed with a procurement of the services. 1.1.3 This RFIP includes the provision of indicative pricing as set out in Section C – Response Form. 1.1.4 Depending on information received, Council intends to enter into negotiations with one or more parties to contract the Services. 1.1.5 Submitters have the option of submitting for all, or any combination of the three individual portions of weed control services as described in the Schedule of Services at Attachments 1, 2 and 3.",Awarded,,20201117 Nelson City Council,18416439,Request for Proposals,Open Competition,Nelson City Council - Stoke Greenmeadows Centre Cafe Development,A1711520,20170224,20170412,20170712,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this Request for Proposal (RFP) is the selection of a party with whom Nelson City Council (Council) may negotiate an agreement for provision of a café in the Stoke Greenmeadows Community & Sports Facility. 1.2. Council invites proposals from suitably qualified and experienced parties for the provision of a café based on the requirements described in Part B (Scope). 2. Background 2.1. The Stoke Greenmeadows Community & Sports Facility will be built on the corner of Songer St and Main Rd Stoke, backing onto the Greenmeadows sports fields.",Awarded,,20201117 Nelson City Council,18534015,Request for Proposals,Open Competition,"Executive recruitment services - appointment of a Chief Executive, Nelson City Council",A1732770,20170331,20170420,20170616,,Sole Agency,No,,"1.1. Purpose of request for proposal 1.1.1. This request for proposal (RFP) is issued by Nelson City Council (Council). 1.1.2. The purpose of this RFP is to invite parties to submit an outline of a proposed recruitment strategy (including timetable) and price for the provision of executive recruitment services for the appointment of a Chief Executive, and to give respondents sufficient information to provide such an outline and pricing. 1.2. Background 1.2.1. In accordance with local government statutory requirements, the fixed term employment agreement for Nelson City Councils Chief Executive ends during December 2017. The Council wishes to conduct an external contestable recruitment process to appoint a Chief Executive for the next five-year fixed term period to begin as soon as possible after December 2017. 1.2.2. Council has delegated to the Chief Executive Employment Committee, chaired by the Mayor, the responsibility of identifying an executive search provider following an appropriate procurement process. 1.3. Objective 1.3.1. The objective of the RFP process is to identify and engage an executive search provider who brings the optimum balance of specialist knowledge, national and international search networks, demonstrable relevant successful experience and cost, to guide and support the Council in identifying and hiring the best candidate for the role of Chief Executive. 1.3.2. Executive search service providers are invited to submit a proposal to provide executive recruitment services for this appointment process.",Awarded,,20201117 Nelson City Council,18551958,Request for Proposals,Open Competition,Nelson City Council - Forestry Management Services RFP,A1742450,20170407,20170531,20170831,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this Request for Proposal is to select a supplier for provision of forestry management services including replanting, tending, and the harvesting and marketing of forest produce for Nelson City Councils commercial forests. 1.2. Council invites proposals from suitably qualified and experienced contractors to undertake the delivery of these services. 1.3. Additional Parts B Scope and C Terms and Conditions apply and should be considered when reading this RFP.",Awarded,,20201117 Nelson City Council,18564377,Request for Proposals,Open Competition,"Nelson City Council - Recruitment, On-boarding and Org Charting Technology - RFP",A1745017,20170411,20170505,20180122,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this Request for Proposal (RFP) is the selection of a supplier with whom Nelson City Council (Council) may negotiate an agreement for Recruitment, On-boarding and Org Charting Technology. 1.2. Council invites proposals from suitably qualified and experienced suppliers interested in supplying Recruitment, On-boarding and Org Charting Technology, and providing a support structure for same. 1.3. Respondents are requested to submit a proposal, as set out in the Scope (Part B).",Awarded,Contract awarded.,20201117 Nelson City Council,18642830,Request for Proposals,Open Competition,Nelson City Council - Masked Parade and Carnivale Supervisor - RFP,A1757811,20170510,20170608,20170824,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this RFP is to select a contractor to take on the role of the Supervisor of the Masked Parade and Carnivale in the Nelson Arts Festival.",Awarded,,20201117 Nelson City Council,18643225,Request for Proposals,Open Competition,Nelson City Council - Civic House Workplace Improvement - RFP,A1757619,20170510,20170614,20170824,,Sole Agency,No,,"1. Purpose 1.1. This document provides Terms of Reference for workplace improvement at Nelson City Council (Council) premises at 110 Trafalgar Street, Nelson which are known as Civic House Tower Block and Civic House Savings Bank. The building known as Civic House State Advances is out of scope of this engagement. 1.2. Council seeks a consultant for an initial concept design to effect workplace improvements within these buildings. 1.3. The primary focus of the concept design should be on the re-development and improvement of Level 1 but the concept design plans must include Levels 0, 2, 3, 4 and 6 as may be required to effect the required outcomes and to provide additional coherent, effective and efficient workplace improvement across Civic House. 1.4. A separate commission for detailed design plans and project management of the delivery of these improvements may follow if approved and the scope requires respondents to provide indications of price and capability for these activities.",Awarded,,20201117 Nelson City Council,18712726,Request for Proposals,Open Competition,Nelson City Council - Water Meter Reading - RFP,A1766507,20170531,20170626,20170825,,Sole Agency,No,,"1. Purpose 1.1. This document provides a Request for Proposals (RFP) for water meter reading services for Nelson City Council (Council). 1.2. Council is seeking to contract water meter reading services to enable the accurate invoicing of water consumption. 1.3. The work will involve the reading of water meters and communication on the status of the water meter infrastructure. 1.4. The objective is for the production of accurate and timely water consumption invoices based on quality water meter reading data.",Awarded,,20201117 Nelson City Council,18712796,Request for Proposals,Open Competition,Nelson City Council - Aquatic Facilities Management - RFP,A1768808,20170531,20170629,20170831,,Sole Agency,No,,"1.1. This document comprises a Request for Proposal (RFP) for the management of aquatic facilities owned by Nelson City Council (Council) at 25 Riverside in Nelson (Riverside Pool) and 192 Nayland Road in Stoke, Nelson (Nayland Park Pool). 1.2. Nelson City Council (Council) seeks a suitably qualified and experienced contractor to manage the daily and seasonal operations of both facilities.",Awarded,,20201117 Nelson City Council,18775954,Request for Proposals,Open Competition,Nelson City Council - Sale or Lease of Civic House State Advances Building(s),A1781114,20170623,20170719,20180629,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this Request for Proposal (RFP) is the selection of a party with whom Nelson City Council (Council) may negotiate an agreement for sale or lease of the ???Civic House - State Advances??? buildings, Trafalgar Street. 1.2. The Council buildings at 110 Trafalgar Street known as ???Civic House ??? State Advances??? (including the ???Civic House ??? Infill Building???) are within scope for this RFP. 1.3. Council invites proposals from suitably qualified and experienced parties for the development or utilisation of the buildings as described in Part B (Scope) of this RFP. 1.4. Council welcomes innovation in proposals which may vary from the requirements described; in order to assess such proposals all responses must refer specifically to the requirements described and whether these are met or varied.",Awarded,,20201117 Nelson City Council,18784355,Request for Proposals,Open Competition,Nelson City Council - Venue Management - RFP,A1783134,20170627,20170725,20170831,,Sole Agency,No,,"Nelson City Council (Council) invites proposals for Venue Management in accordance with this request for proposals (RFP). The purpose of this RFP is to bring a diverse range of Nelson City Council venues under one service provider, and increase their use. The requirements are as described in Appendix 2 ??? Requirements. Each requirement listed in this Appendix 2 must be addressed specifically in the proposal, with a response made to every numbered point. Responses must be specific to each numbered attribute listed in this section, and should provide a description and assurance of how the respondent proposes to deliver each item. Responses which do not list each numbered attribute with a response against it will be considered non-conforming and may not be assessed.",Awarded,,20201117 Nelson City Council,18823857,Request for Proposals,Open Competition,Nelson City Council - Nelson Buskers Festival Coordinator - RFP,A1791238,20170711,20170720,20170831,,Sole Agency,No,,"2.1 Purpose 2.1.1 The purpose of the Nelson Buskers Festival Coordinator is to deliver an all-ages, entertaining and of international quality Buskers Festival experience. 2.2 Background 2.2.1 The Nelson Buskers Festival is part of Council???s Summer Events programme, a series of free indoors and outdoors events that deliver cultural and artistic performances to entertain our community and visitors to our region. 2.2.2 The Nelson Buskers Festival connects and shares performers with other national buskers festivals; relationships with these festivals is critical to a quality successful and financially well-managed festival. 2.2.3 The Nelson Buskers Festival is a series of several free outdoor and two indoor ticketed events (R18 Buskers Go Bad).",Awarded,,20201117 Nelson City Council,18824052,Request for Proposals,Open Competition,Nelson City Council - New Years Eve Countdown Event Coordinator - RFP,A1791304,20170711,20170720,20170831,,Sole Agency,No,,"2.1 Purpose 2.1.1 The purpose of the New Year???s Eve Countdown Event Coordinator is to deliver an all ages, entertaining musical experience over five hours. 2.2 Background 2.2.1 The New Year???s Eve Countdown is part of Council???s Summer Events programme, a series of free indoors and outdoors events that deliver cultural and artistic performances to entertain our community and visitors to our region. 2.2.2 It is also a platform for members of our community and abroad to engage with and showcase their talent to large and diversified audiences over the summer. 2.2.3 The New Year???s Eve Countdown is a free outdoor evening event that celebrates the ending of a year and the beginning of a new one through music performances and entertainment for all ages at the bottom of the Church Steps, on Upper Trafalgar Street.",Awarded,,20201117 Nelson City Council,18833436,Request for Proposals,Open Competition,Nelson City Council - Long Term Plan 2018 Focus Groups - RFP,A1792173,20170712,20170726,20170829,,Sole Agency,No,,"2.1 Background 2.1.1 Council is currently preparing the Long Term Plan 2018-28. 2.1.2 Part of the pre-consultation on this Plan is to seek the views from the community on issues of importance. 2.1.3 Focus groups are a way of seeking this feedback. 2.2 Purpose 2.2.1 The purpose of the Long Term Plan 2018 Focus Groups engagement is to carry out focus groups seeking feedback from the community on the key issues for the Long Term Plan 2018-28.",Awarded,Preferred respondent notified but work deferred.,20201117 Nelson City Council,18836970,Request for Proposals,Open Competition,Nelson City Council - Review of Development and Financial Contributions Policy - RFP,A1792938,20170713,20170802,20170825,,Sole Agency,No,,"2.1 Purpose 2.1.1 The purpose of the project is to review and update Nelson City Council???s Development and Financial Contributions Policy (DC Policy), procedures and related schedules. 2.2 Objectives 2.2.1 The objective of the DC Policy review project is that the work will broadly fall under three parts: (a) A review of existing policy against strategic objectives, relevant legislation, case law and best practice, (b) Recommending how the policy should be revised, preparing new policy and ensuring changes to the schedules incorporate all relevant new projects, and (c) Implementation matters.",Not Awarded,,20201117 Nelson City Council,18840747,Request for Proposals,Open Competition,Nelson City Council - Legal Services - RFP,A1793791,20170714,20170814,20171120,,Sole Agency,No,,"3.1 Purpose 3.1.1 The purpose of this RFP is to invite proposals from legal service providers who would like to be part of the Councils??? Legal Panel. 3.1.2 The purpose of establishing a Legal Panel is to improve efficiency, transparency, fairness and cost effectiveness in the procurement of external legal services by the Councils. 3.2 Objectives 3.2.1 The Councils would like to appoint a Legal Panel made up of: ?? approximately two national legal service providers that can provide services in all of the areas of law specified in section D of the Requirements in Appendix 2 ?? approximately two or three local legal service providers that can provide services in at least two of the key areas of law specified in section D of the Requirements in Appendix 2. ???Local legal service provider??? means the organisation must have an office within Nelson City and/or Tasman District. 3.2.2 The final number of providers on the Legal Panel will be determined by the Councils once responses to this RFP have been received and evaluated. 3.2.3 The objective is to establish a Legal Panel of external legal providers that can be utilised by either Tasman District Council or Nelson City Council, or potentially by both Councils together or any relevant body established by either or both Councils. 3.2.4 It is intended that each Council will enter into a contract with each successful provider. In other words, successful providers are likely to be awarded two contracts on substantially the same terms - one with Nelson City Council and one with Tasman District Council. However each Council reserves the right, at their discretion, to award a different form of contract, or not award any contract, or possibly enter into a tripartite contract with both Councils and the successful provider(s).",Awarded,,20201117 Nelson City Council,18866368,Request for Proposals,Open Competition,Nelson City Council - Print Services for Rates Invoices - RFP,A1800210,20170725,20170829,20180122,,Sole Agency,No,,"2. SUMMARY 2.1 Background 2.1.1 Council invoices for rates on a quarterly basis and water rates monthly and quarterly (commercial properties) and six monthly for residential properties. This invoicing activity is critical for Council and is our main source of revenue. 2.2 Purpose 2.2.1 The purpose of the Print Services for Rates Invoices RFP is to identify and select a provider for printing services for Councils rates invoices. 2.3 Objectives 2.3.1 The objectives of Print Services for Rates Invoices are (a) To provide timely and accurate production of rates invoices for our customers (b) To ensure cost effective production of rates invoices for Council (c) To ensure reliability and quality of printing services for rates invoices 2.4 Requirements 2.4.1 The requirements are as described in Appendix 2 ??? Requirements.",Awarded,Contract awarded.,20201117 Nelson City Council,18884614,Request for Proposals,Open Competition,Nelson City Council Mountain Biking Economic Study,A1807236,20170802,20170830,20171114,,Sole Agency,No,,"The purpose of the Mountain Biking Economic Study is to complete a report that considers the actual and potential economic benefits of developing mountain biking in the Nelson Region and how to access these benefits and in particular to . (a) Provide a current estimate of the economic benefits to Nelson of mountain biking including by visitors and residents (b) Consider potential economic benefits to be gained by further mountain biking development (c) Provide recommendations on how to access these benefits.",Awarded,,20201117 Nelson City Council,18945706,Request for Proposals,Open Competition,Nelson City Council - Production manager Opera in the Park 2018,A1816112,20170821,20170828,20170831,,Sole Agency,No,,"The purpose of the Production Manager of Opera In The Park is to deliver all technical requirements for this event. Opera In The Park is a biennial event supported by Nelson City Council to provide the Nelson community as well as visitors to the region, an accessible outdoor event based on classical and contemporary music of international standard.",Awarded,,20201117 Nelson City Council,19058051,Request for Proposals,Open Competition,Nelson City Council - Land Development Project Coordination Services - Panel of Suppliers - RFP,A1835938,20170922,20171027,20180103,,Sole Agency,No,,"Council may receive or be involved with large and complex land development or redevelopment projects which require coordination and championing of various interests. Such projects may require experienced and specialised consultants to provide services including the facilitation of smooth interactions between customer commercial interests, elected members of Council, senior Council Officers, and the engineering, consenting and other regulatory functions of Council; the facilitation of close working relationships between the Mayor and elected members, prospective investors, landowners, and customer commercial interests; and the development and execution of partnering arrangements between Council, prospective investors, and commercial land users appropriate to each engagement. The purpose of the RFP is to enter negotiations with consultant/s to join a panel of suppliers, from which a suitable consultant will be engaged for such services as required in each case. Council???s objectives for the panel of suppliers to be appointment are to select supplier/s from the panel when a contract opportunity arises, either: - On a preferred supplier basis (best match against requirements overall), and/or - On best fit for purpose (best match against requirements for an individual contract)",Awarded,Successful respondents contracted to Panel of Suppliers 5Dec2017.,20201117 Nelson City Council,19070857,Request for Proposals,Open Competition,Nelson City Council - Graphic Design Services - Panel of Suppliers - RFP,A1838301,20170927,20171101,20180122,,Sole Agency,No,,"Background Council periodically and regularly requires a range of graphic design services. These graphic design services are various in type and may be required at short notice. Purpose The purpose of the Graphic Design Services - Panel of Suppliers is to provide Council with a qualified panel of suppliers, to whom contracts for graphic design services may be awarded. Objectives Council is advertising here for suppliers to join a qualified panel of suppliers, from which individual suppliers to be engaged for graphic design services may be selected. In order to be able to commission such graphic design services ??? various in type and which may be required at short notice ??? Council requires information on the particular skills of each supplier who is interested in joining this panel. Suppliers should respond specifically to the requirements listed in Appendix 2 Requirements, with sufficient detail and evidence in order that Council will be able to assess and record the particular skills of each provider and therefore to select a best fit when various graphic design services are to be commissioned.",Awarded,Suppliers appointed to panel of suppliers for subsequent allocation of work.,20201117 Nelson City Council,19090125,Request for Proposals,Open Competition,Nelson City Council - Council Chamber Audio Visual Upgrade - RFP,A1840461,20171002,20171102,20180103,,Sole Agency,No,,"Background - The Nelson City Council (NCC) Chamber equipment is due for modernisation. The audio system is dated and issues exist with audio quality. - Over time systems have been added to provide new functionalities, new requirements and dated gear require a complete overhaul of the system. - In May 2017 the Video system required urgent replacement due to system failures. A modern projector and video control system were installed that allow staff full control from an iPad. This system needs to be integrated into the new concept. Purpose - The purpose of the Council Chamber Audio Visual Upgrade is to provide a modern and good quality Council Chamber Audio and Visual system. Objectives - The objectives of the Council Chamber Audio Visual Upgrade are: - Good audio and video quality for anyone present in the chamber, watching the live stream or joining via Video Conference - Good visibility of all video material for anyone present in the chamber, watching the live stream or joining via Video Conference - Integration of the hard of hearing with a good quality system - Flexible and easy control of all systems for Council staff for the various room layouts - A system that caters to the various demands for the NCC Chamber - Ability to connect visitor devices with ease - A reliable and long lasting system - Good maintenance and support arrangements Requirements The requirements are as described in Appendix 2 ??? Requirements.",Awarded,Contract signed with successful respondent 29Nov2017.,20201117 Nelson City Council,19161563,Request for Proposals,Open Competition,Nelson City Council and Tasman District Council - Digital Building Control Services,A1851815,20171020,20171122,20180221,,Sole Agency,No,,"Nelson City Council and Tasman District Council (Councils) invite a proposal for Digital Building Control Services in accordance with this request for proposals (RFP). Nelson City Council and Tasman District Council currently use different building control systems, with varying degrees of digitisation and automation. The two Councils seek a solution which ??? when purchased separately and individually ??? will enable them to work in a similar and collaborative manner. The purpose of the Digital Building Control Services is to select a preferred supplier for Digital Building Control Services with whom Nelson City Council and Tasman District Council will each negotiate a contract for purchase, supply and support of those services. The objectives of the Digital Building Control Services project are: To identify a preferred supplier, who offers a preferred solution which is the best match for Nelson City Council and Tasman District Council???s requirements, as described in Appendix 2 Requirements. That the solution must be suitable for use (separately and individually) by both Nelson City Council and Tasman District Council. That each Council (Nelson City Council and Tasman District Council) will subsequently enter an individual contract with the same preferred supplier for the same preferred solution. That each Council (Nelson City Council and Tasman District Council) will use the solution and product in a similar and collaborative manner to achieve: ?? Potential sharing of building control resources, and ?? Increased efficiency throughout the building control process, and ?? Similar and excellent customer services across the region.",Awarded,,20201117 Nelson City Council,19179680,Request for Proposals,Open Competition,Nelson City Council - IT Core Infrastructure Replacement - RFP,A1854883,20171027,20171122,20180202,,Sole Agency,No,,"Nelson City Council (Council) invites proposals for IT Core Infrastructure Replacement in accordance with this request for proposals (RFP). The purpose of the IT Core Infrastructure Replacement project is to replace Council???s IT Core Infrastructure to the extent described in this RFP, including hardware, services and support for backup, disaster recovery and ongoing system and server management. Council???s preference is to retain on-premise infrastructure equipment, in order to: (a) Ensure highest level of connection speed provisioned to end client devices, (b) Accommodate rapidly changing storage requirements for large files, and (c) To operate out of Civic House as the primary facility in the event of a regional disaster, with limited reliance on external communications links Council???s budgets are for operational expenditure, but Council would consider a fully managed service or a managed asset as a service model. The solution must be entirely externally managed with any support and maintenance costs to be included as part of the service. The objectives of the solution comprise: (a) On-premise and Data Centre services (b) Backup solution elements (c) Production system redundancy (d) DR solution elements (e) Data circuits and secure Internet access for Disaster Recovery (DR) systems Additionally, Council seeks information to be provided in responses to the RFP in order to understand: (a) Products to be used within the solution, including hypervisors or hyperconverged infrastructure products (b) Supplier experience in implementing, managing and supporting similar solutions (c) Supplier relationship with Council (including contracted support services) in the event that the proposal was the preferred response to the RFP (d) Customer reference sites where this design has been implemented",Awarded,,20201117 Nelson City Council,19207997,Request for Proposals,Open Competition,Nelson City Council - Regional Estuarine Monitoring and Reporting Programme - RFP,A1860597,20171107,20171212,20180329,,Sole Agency,No,,"Nelson City Council (Council) has recently commissioned WRIGGLE Limited to provide an estuary vulnerability assessment for the four largest estuaries in the Nelson region (Waimea Inlet, Nelson Haven, Delaware Inlet and Kokorua Inlet). From this assessment, monitoring indicators and approaches have been defined for each estuary along with a long term monitoring and reporting schedule. Council is requesting proposals from contractors to undertake the monitoring and reporting on the state (condition) of Nelson???s estuaries over the next ten years and to update the ecological vulnerability assessment in 2027. The objectives of estuary monitoring programme are: (a) track long-term changes in estuary condition and guide appropriate management in relation to these key issues in a staged, cost effective and defensible manner (b) assess changes in the condition of the estuary over time, to ensure the community and ecological values of our estuaries are maintained or enhanced, and (c) to contribute to a national monitoring and reporting programme.",Awarded,,20201117 Nelson City Council,19253857,Request for Proposals,Open Competition,Nelson City Council - Readers and Writers Programme Coordinator - RFP - Nov2017,A1870498,20171123,20171218,20180221,,Sole Agency,No,,"The Nelson Arts Festival is the annual arts festival of the Nelson/Tasman region. The mission of the Arts Festival is to present a quality, professional and sustainable arts festival that entertains, educates and inspires our community, promotes our region and engages with our wider audience. As part of the Nelson Arts Festival, the Readers and Writers Programme is a series of events that presents the best national writers and occasional international guests. A variety of literary genres and authors is invited to present/introduce their works to the Nelson Arts Festival???s audience, in solo sessions and on panels. The Readers and Writers programme is very popular and contributes to the festival???s reputation of a high standard literary and arts programme. The objectives are to select a contractor to take on the role of the Event Coordinator of the Readers and Writers Programme in the Nelson Arts Festival 2017.",Awarded,,20201117 Nelson City Council,19350712,Request for Proposals,Open Competition,Nelson City Council - Founders Heritage Park - Cleaning Services - RFP - Dec2017,A1889196,20171222,20180208,20180405,,Sole Agency,No,,"Founders Heritage Park is a Nelson City Council owned facility. The park covers an area of 5 hectares with around 30 building and has three functions; visitor attraction, commercial tenancies and events and function venues. The Park is open from 10am ??? 4.30pm daily as a visitor attraction showcasing the region???s early history. The Park has a range of display spaces; the cleaning of these is the scope of this RFP (as defined in Appendix 2 Requirements). The Park has a number of venues which can be hired; the cleaning of these is the scope of this RFP (as defined in Appendix 2 Requirements). The Council???s requirements are as described in Appendix 2 ??? Requirements.",Awarded,,20201117 Nelson City Council,19358171,Request for Proposals,Open Competition,Nelson City Council - CCTV Services - RFP - Jan2018,A1893206,20180108,20180212,20180419,,Sole Agency,No,,"Nelson City Council has existing CCTV services for security in the CBD, established in 2011 and comprising 14 cameras with delivery of data to a control centre at the Nelson Police Station. Existing camera locations are shown on the attached map (ref. Appendix 4(1)). Preferred police coverage is shown on the attached map (ref. Appendix 4(1)). Council expects a solution with sufficient cameras to cover the areas specified in the attached plans, using existing sites and connections where these exist; this would probably require 18 cameras however the respondent should read the requirements and propose a solution they think fits best. Council will initiate coordination between the existing service provider and this contract Respondent to provide a smooth transition of services during that 1 month period. The existing cameras will be disconnected from service by the current service provider who will leave the cameras in place. The purpose of this contract is to provide the best solution CCTV service for Nelson. The objectives of CCTV Services for Nelson are to provide cost effective CCTV services to suit Nelson Police monitoring requirements, and in accordance with the Police CCTV Policy. The Council???s requirements are as described in Appendix 2 ??? Requirements.",Awarded,,20201117 Nelson City Council,19390632,Request for Proposals,Open Competition,Nelson City Council - Biodiversity Management Services ??? Panel Of Suppliers - RFP - Jan2018,A1902519,20180123,20180227,20180329,,Sole Agency,No,,"Nelson Nature is Nelson City Council???s whole of environment biodiversity programme, working with the community to maintain and restore biodiversity in the Nelson Region. A key outcome of Nelson Nature is to protect and enhance remaining significant biodiversity sites on private land. These sites are referred to as SNAs (Significant Natural Areas). Working in partnership with landowners, Nelson Nature seeks to achieve this outcome by addressing threats to biodiversity on the highest value sites in the region. This work primarily involves the control of pest plant species and the re-establishment of native habitat. SNAs on private land are located throughout the Nelson Region, with the majority being in the North Nelson Region. Some of these remnants are on iwi owned land. The objectives of biodiversity work being undertaken on privately owned SNAs are to: (a) Maintain and restore significant remnants of biodiversity in the Nelson Region. (b) Support landowners to protect and enhance remnants. (c) Help to meet Council???s obligations under the Resource Management Act in relation to the protection of biodiversity. Works will be allocated to the Panel of Suppliers by either: (a) Competitive quotes based on the supplier???s expertise, proposed solution and best value for money, or (b) Direct source, based on the best fit for purpose.",Awarded,,20201117 Nelson City Council,19493810,Request for Proposals,Open Competition,Nelson City Council - Contracted Services for the Internal Audit of the Monitoring and Management of Contractor Performance - RFP,A1921923,20180228,20180404,20180503,,Sole Agency,No,,"Nelson City Council employs an Internal Audit Analyst who supervises all internal audits. This request is for contracted services to deliver one or more audits for the purpose/s described. (a) The objective of the Contracted Services for Internal Audit is to identify deficiencies within the audit topic which may indicate that Council is exposed to medium or higher risk. A risk assessment for any area of deficiency found should be determined using Council???s risk criteria, taking into account the consequences of the deficiency being present, and likelihood of those consequences (ref. attachment). (b) To receive learned, practical and achievable recommendations for Council to better align to best practice. Best practice to be interpreted (and noted) as: a) applicable to the local government sector as defined by the Office of the Auditor General, and/or b) accepted superior method or technique which is currently used in business as a benchmark for these kinds of activities",Awarded,,20201117 Nelson City Council,19494091,Request for Proposals,Open Competition,Nelson City Council - Contracted Services for the Internal Audit of Council-Owned Property and Facilities Maintenance - RFP,A1921997,20180228,20180404,20180622,,Sole Agency,No,,"Nelson City Council employs an Internal Audit Analyst who supervises all internal audits. This request is for contracted services to deliver one or more audits for the purpose/s described. The objectives of Contracted Services for the Internal Audit of the Monitoring and Management of Contractor Performance are: (a) The objective of the Contracted Services for Internal Audit is to identify deficiencies within the audit topic which may indicate that Council is exposed to medium or higher risk. A risk assessment for any area of deficiency found should be determined using Council???s risk criteria, taking into account the consequences of the deficiency being present, and likelihood of those consequences (ref. attachment). (b) To receive learned, practical and achievable recommendations for Council to better align to best practice. Best practice to be interpreted (and noted) as: a) applicable to the local government sector as defined by the Office of the Auditor General, and/or b) accepted superior method or technique which is currently used in business as a benchmark for these kinds of activities",Awarded,,20201117 Nelson City Council,19587042,Request for Proposals,Open Competition,Nelson City Council - Contracted Regulatory Services - RFP - March 2018,A1941171,20180329,20180503,20180629,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. Council seeks to contract regulatory services for the implementation and administration of legislated activities at a local level. The objectives of Contracted Regulatory Services are: (a) That the contractor applies the principles of transparency, procedural fairness and natural justice to the administration of all regulatory services. (b) That the contractor assists our community achieve compliance including through supporting environmental best practice (c) That the contractor would deliver the regulatory services in an efficient, effective and legally-compliant manner to ensure best outcomes for Council and the community.",Awarded,,20201117 Nelson City Council,19587326,Request for Proposals,Open Competition,Nelson City Council - Saxton Field Facilities Management - RFP - March 2018,A1941303,20180329,20180503,20180629,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. The purpose of this contract is too manage the facilities at Saxton Field, to provide sporting and recreational opportunities to residents and visitors to Nelson. Nelson???s overall leisure and recreation aspirations represent the Council???s long-term desire to maximise opportunities within the City that: (a) Meet local needs (b) Makes best use of land (c) Boosts user experience (d) Maximises the operational life of the assets concerned (e) Encourages economic and environmental growth. (f) Promotes sustainability Nelson City Council has the following objectives which it will deliver, in part, through implementation of this contract: (a) To provide a first-class maintenance and management service (b) To provide an exceptional user experience (c) To provide consistency and continuous improvement (d) To provide best value to users of our facilities (e) To promote and develop the use of Council facilities (f) To continuously improve the leisure and recreation opportunities we provide to our residents The facilities in this contract, Saxton Stadium, Saxton Pavilion and Saxton Oval are situated in Saxton Field Stoke, in the southern suburb of Nelson. Saxton Field is a jointly owned and funded regional sport and recreation facility benefiting the residents of Nelson and Tasman District.",Awarded,,20201117 Nelson City Council,19651338,Request for Proposals,Open Competition,Nelson City Council - IT Workstation Computer Replacement - RFP,A1954541,20180420,20180518,20180622,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements, including: Delivery of a new fleet of desktops, laptops and tablets (???workstations???) for Council. Deployment solution. Support services. The objectives of the IT Workstation Computer Replacement are: (a) To improve user mobility through more widespread use of laptops and tablets. (b) To enable users to move seamlessly between desks and meeting rooms with their own workstations.",Awarded,,20201117 Nelson City Council,19660822,Request for Proposals,Open Competition,Nelson City Council - Infrastructure Professional Services - Panel of Suppliers - RFP,A1956040,20180423,20180528,20180827,,Sole Agency,No,,"Council is looking for approximately three Professional Services Consultants, with a broad range of experience, skills and technical specialists as well as traditional engineering capability in and out of New Zealand. The objectives of the Infrastructure Professional Services Panel are: (a) Gain expertise that is not available within existing Council resources (b) Obtain services that are unable to be delivered by Council resources (c) Supplement existing Council resources The Council???s requirements are as described in Appendix 2 ??? Requirements.",Awarded,,20201117 Nelson City Council,19667209,Request for Proposals,Open Competition,Nelson City Council - Nelson E-Plan - RFP,A1957457,20180426,20180528,20181017,,Sole Agency,No,,"Nelson City Council (Council) is working on a full review of all of its plans developed under the Resource Management Act 1991 (???RMA Plans???). Once prepared, the reviewed plan will be called the Whakamahere Whakat?? Nelson Plan (the ???Whakamahere???, or ???Nelson Plan???). Nelson???s current RMA Plans include the Nelson Regional Policy Statement, Nelson Air Quality Plan and the Nelson Resource Management Plan which incorporates the district plan, regional plan and regional coastal plan. The Nelson Plan will integrate all of these RMA Plans into one document. Council requires a digital solution (the Nelson E-Plan) to store and manage the Nelson Plan online. The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. The objectives of the Nelson E-Plan project are to: (a) Enable Council???s planning administrators to create, manage and edit the content of the Nelson Plan in an online, digital format. (b) Enable external consultants to create, manage and edit the content of the Nelson Plan in an online, digital format. (c) Provide Council staff with a digital solution to manage submissions on the Nelson Plan. (d) Provide an online service for external customers, enabling them to easily navigate and search the content of the Nelson Plan; including the ability to: ?? View the entire Nelson Plan ?? View the relevant rules for a selected property ?? Access the relevant Nelson Plan and plan change information (including objectives and policies for an individual property) ?? Make submissions online (e) Provide a reliable and robust solution to storing and managing the Nelson Plan. (f) Provide a reliable and robust solution to managing submissions on the Nelson Plan. (g) Provide reliable maintenance and support arrangements for the Nelson E-Plan to Council and its customers.",Awarded,,20201117 Nelson City Council,19697007,Request for Proposals,Open Competition,Nelson City Council - Nelson Residents Survey 2018 - RFP,A1962916,20180504,20180524,20180622,,Sole Agency,No,,"Nelson City Council has commissioned annual resident surveys since 1998. Reports for recent years including 2016 can be found on Council???s website. The surveys are conducted over a three year cycle, with a full resident survey every third year covering all Council activities, and shorter surveys in the intervening years which gather data on Long Term Plan performance measures. The 2018 survey will be a short survey and will comprise a phone survey with the characteristics listed in the requirements (ref. Appendix 2). The objectives of Nelson Residents Survey 2018 are: (a) Provide statistically representative results on residents??? satisfaction with Council???s performance and residents??? preferences, priorities, and behaviours; (b) Identify opportunities for improving satisfaction and performance; (c) Measure trends and changes over time; (d) Provide analysis and interpretation of the results in a clear, easy to digest format.",Awarded,,20201117 Nelson City Council,19719963,Request for Proposals,Open Competition,Nelson City Council - Maitai and Roding Water Reserve Goat Control Services - RFP,A1967992,20180511,20180614,20180802,,Sole Agency,No,,"Nelson City Council (Council) manages 8800 ha of land in the Maitai River and Roding River catchments as Local Purpose Reserves under the Reserves Act 1977. These catchments provide Nelson City???s water supply and are managed to protect water quality and natural values. The purpose of this contract is to plan and execute a search and destroy operation annually for three years in the Maitai and Roding Water Reserves in Nelson. The target is goats, but deer and pigs are to be destroyed if encountered. In year one, control work will focus on a core area of 4677 ha to protect sensitive vegetation types. From year two, this will be expanded to encompass the full 7229 ha area shown on the map in Appendix 4. The objectives of this work are: (a) To effectively hunt the control area such that the entire area is searched and all resident goats are destroyed. (b) To destroy any deer and pigs that are encountered within the operational area. The Council???s requirements are as described in Appendix 2 ??? Requirements.",Awarded,,20201117 Nelson City Council,19724403,Request for Tenders,Open Competition,Nelson City Council - EC3701 Saltwater Creek Bridge Replacement Tender,A1929267,20180514,20180628,20190606,,Sole Agency,No,,"Tenders are invited for the construction of a new bridge over Saltwater Creek in Nelson. This will involve: ??? Fabrication of new bridge structure off site. ??? Excavation and construction of new bridge piles, abutments and concrete walls on both north and south sides. ??? Removal of existing bridge intact. ??? Installation of new bridge superstructure utilising crane. ??? Construction of timber retaining wall and associated earthworks on north side of bridge. ??? Earthworks and re-contouring of existing path on north side, including new path extensions. ??? Construction of adjoining paths to both sides of new bridge. ??? Miscellaneous work to finish, e.g. balustrade, lighting, signage and landscaping. Tender documents and drawings can be downloaded from the Government Electronic Tenders Service (GETS) on www.gets.govt.nz The Council contact person is: Andy High (Senior Engineering Officer, Nelson City Council) email andy.high@ncc.govt.nz All communications as to this RFP, or requests for clarification or further information should be submitted via GETS. The Council contact person should not be contacted directly unless the question relates solely to accessing or using GETS. Tenders must be received on GETS no later than 4.00 pm on Thursday 28th June 2018. Note: Tenders placed or delivered to ???Tenders Box??? located in Nelson City Council Customer Service Centre will not be accepted. The lowest or any tender will not necessarily be accepted.",Awarded,,20201117 Nelson City Council,19740997,Request for Proposals,Open Competition,Nelson City Council - Nelson Tasman Emergency Response Team NZ-RT2 Vehicles Purchase,A1971748,20180518,20180608,20180704,,Sole Agency,No,,"The Nelson Tasman Emergency Response Team (NZRT2) requires two vehicles as set out in the attached requirements for the conduct of its day to day operations and to undertake responses to emergencies in the region. The objective of this request is to obtain the two vehicles as specified in the in the requirements by 30 June 2018.",Awarded,,20201117 Nelson City Council,19745034,Request for Proposals,Open Competition,Nelson City Council - Health and Safety Information Management System - RFP,A1972452,20180521,20180626,20190301,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. In October 2015 Council began using INX InControl for the recording of its health and safety events (incidents, hazards, and assurance activities). Contractor health and safety events, and employee health and safety training are also recorded on InControl. Over time Council has developed other uses for InControl, including the recording of employee conflicts of interest declarations and internal audit findings and actions. All Council staff can access and enter information into InControl, and the system is administered and moderated by Council???s small health and safety team. The objectives of the Health and Safety Information Management System RFP are: (a) Provision of an information management system that allows for the reporting, recording and management of its health and safety data. (b) Potentially, for the reporting, recording and management of other events such as employee conflicts of interest declarations and internal audit findings and actions. (c) Focus on a user-friendly interface with ease of use for all Council employees.",Not Awarded,,20201117 Nelson City Council,19755437,Request for Proposals,Open Competition,Nelson City Council - Investigate and Plan an Inter-Generational Activity Park in Stoke - RFP,A1973715,20180523,20180618,20180802,,Sole Agency,No,,"Nelson City Council has, through community input, identified a need for a youth facility or park in Stoke. There has been previous work undertaken by the Council to establish such a facility which did not come to fruition. Council has committed in the 2018/28 Long Term Plan to investigating, designing and constructing a youth focused facility/park over the next two to three years. This RFP aims to initiate the project by scoping the project, preparing a draft business case and indicative timeline for delivery. Subsequent work out of scope of this engagement may include assistance with consultation, assistance with seeking potential sponsorship, engaging and managing designers and then oversight of the construction phases. The project management services requested in this RFP are for an initial preliminary investigation and early planning activities. Council expects that the project management services requested in this RFP would be in the range of 40 ??? 50 hours work. The objectives of Project Management Services to Investigate and Plan an Inter- Generational Activity Park in Stoke, Nelson are: (a) In order to provide for a range of needs within the community the Nelson City Council is intending to investigate and plan an inter-generational activity park for Stoke, Nelson. (b) The purpose of the park will be active recreation with a focus on youth. (c) Council wants the investigation to include the feasibility of extending the park to include active recreation for young children and adults in the wider community.",Awarded,,20201117 Nelson City Council,19826548,Request for Proposals,Open Competition,Nelson City Council - Ticketing Services for Events - RFP,A1992786,20180618,20180723,20180820,,Sole Agency,No,,"Council regularly runs the Buskers Festival and the Opera in the Park events. The Nelson Buskers festival is an annual event and is part of the Summer Events Programme run by Council. The Nelson Buskers Festival is a set of two 2-hours indoor evening performance shows for an approximate amount of 160 customers each evening with tickets sold online, at local outlets and at the door. Opera in the Park is a biennial event and is part of the Summer Events Programme run by Council. Opera in the Park is an outdoor 5-hours family-friendly musical show. An approximate 7,000 to 8,000 people attend the event. Tickets are sold online, at local outlets and at on site at the several point of entries. The objectives of Ticketing Services for Events are: (a) To contract ticketing services for the sale of tickets to Buskers Festival and the Opera in the Park. (b) For the management of all aspects of ticketing services for these events, from the production, marketing of and sale of tickets, the customer relationship, to the collection of monies on behalf of Council.",Awarded,,20201117 Nelson City Council,19842439,Request for Proposals,Open Competition,Nelson City Council - Legal Advice Services for Nelson Plan - RFP,A1977509,20180622,20180720,20180910,,Sole Agency,No,,"Council wishes to appoint a firm to provide legal advice through the development of the Nelson Plan from Draft right through to finalisation of appeals. It is intended that the Council will enter into a contract with the successful supplier. Nelson City Council (Council) is working on a full review of all of its plans developed under the Resource Management Act 1991 (???RMA Plans???). Once prepared, the reviewed plan will be called the Whakamahere Whakat?? Nelson Plan (the ???Nelson Plan???). Nelson???s current RMA Plans include the Nelson Regional Policy Statement (RPS), Nelson Air Quality Plan and the Nelson Resource Management Plan which incorporates the district plan, regional plan and regional coastal plan. The Nelson Plan will be Nelson???s single integrated Unitary Resource Management Plan. It will include the Regional Policy Statement and Regional, District and Coastal Plan provisions.",Awarded,,20201117 Nelson City Council,19875098,Request for Proposals,Open Competition,Nelson City Council - EC 3843 Traffic Surveys - RFP,A2003406,20180703,20180807,20181017,,Sole Agency,No,,"Nelson City Council has a current contract for traffic survey services. The current contract comprises 5 monthly inductive loop sites and various portable tube count sites, 4 travel time surveys (done with a floating car) and various pedestrian and carpark vehicle occupancy surveys. Council now requires increased data and data quality with more frequent scheduled and unscheduled counts of vehicle and pedestrian movements, carpark occupancy and duration of stay. The objectives of the new contract for traffic surveys sought in this RFP are: (a) Increased data and data quality (b) More frequent scheduled and unscheduled counts of vehicle and pedestrian movements, carpark occupancy and duration of stay",Awarded,,20201117 Nelson City Council,20032813,Request for Tenders,Open Competition,Nelson City Council - York Valley and Eves Valley Landfills Operation and Maintenance - RFT - August 2018,A2031690,20180816,20180927,20181203,,Sole Agency,No,,"The Nelson City Council on behalf of the Nelson Tasman Regional Landfill Business Unit (NTRLBU) invites tenders from interested parties (???Tenderers???) to achieve a range of objectives for the operation and maintenance of York Valley Landfill and Eves Valley Landfill. Waste acceptance will primarily be at York Valley Landfill with Eves Valley Landfill managed as a closed landfill but available for emergency waste disposal, if required. The NTRLBU???s objectives for the Works are: - Protect the health and safety of workers and landfill users - Compliance with legislative requirements, resource consents and the landfill management plans - Efficient placement and compaction of refuse and cover material to conserve landfill volume - Achieve operation and maintenance efficiencies and cost-effectiveness by allowing contractors to be innovative in operation and maintenance activities - Provide confidence to the Nelson Tasman Regional Landfill Business Unit (NTRLBU) that the landfills are well operated and maintained NTRLBU is seeking a ???smart??? landfill operator for the operation and maintenance of the joint landfills, York Valley Landfill and Eves Valley Landfill. The successful contractor will have proven expertise in landfill management and operation. NTRLBU is seeking a Contractor with specialist landfill and civil works expertise, with a focus on site innovation and problem solving, and who uses up-to-date technology and methods. The Contractor will be expected to pro-actively contribute to formal Asset Management Planning on an annual basis. The Contractor is to provide resources to enable the contract to commence as soon as possible provided the Contractor has availability of a suitable landfill compactor to commence the contract. The latest Date of Commencement shall be 31 January 2019.",Awarded,,20201117 Nelson City Council,20056268,Request for Proposals,Open Competition,Nelson Tasman Future Development Strategy - RFP - August 2018,A2034305,20180822,20180919,20181031,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. The National Policy Statement on Urban Development Capacity (NPS-UDC) encourages local authorities that have part or all of a medium growth urban area within their district or region to prepare a future development strategy (FDS). The boundaries of the urban areas do not restrict the area in which the local authorities apply the policies. Local authorities that have part or all of a high growth urban area within their district or region must prepare an FDS. At recent joint Nelson City Council and Tasman District Council (Councils) workshops, there has been wide support for the preparation of an FDS. It was agreed that the strategy must be finalised by July 2019, to inform the local elections in October 2019 and the Councils??? long term plans (LTPs) 2021-2031. Councils now seek consulting services to prepare a Future Development Strategy for the Nelson and Tasman regions.",Awarded,,20201117 Nelson City Council,20163870,Request for Proposals,Open Competition,Nelson City Council - State of Environment Laboratory Services - RFP - September 2018,A2059616,20180914,20181015,20181203,,Sole Agency,No,,"Council anticipates that: (a) A successful delivery of the State of Environment (SoE) programme is reliant on the laboratory service provider meeting council and national environmental monitoring and reporting requirements for sample delivery, reporting of laboratory results and data quality assurance standards. (b) The Council State of Environment programme is continually evolving to meet national legislative requirements including the National Environmental Monitoring Standards (NEMS) and for reporting to the Land Air Water Aotearoa (LAWA) web domains. (c) The regional council LAWA web portal currently reports on water quality (rivers and lakes), quantity, air quality and landcover. (d) Changes in regional council reporting requirements in response to new legislation will more than likely require additional monitoring and analysis in the future. (e) The Laboratory Service provider will be accredited and required to provide appropriate laboratory methods and report data that meet the national monitoring and reporting standards for regional councils, which are principally defined by the NEMs and LAWA reporting requirements.",Awarded,,20201117 Nelson City Council,20184306,Request for Tenders,Open Competition,Nelson City Council - EC3901 Sewer Pipeline Renewal - Inner City - RFT - September 2018,A1908991,20180920,20181025,20181204,,Sole Agency,No,,"The Contract comprises the following work: - Rehabilitation and repairing works of sewer pipes: ----- Pipe diameter ranges from 100mm to 300mm. ----- Existing pipe materials include Earthenware, Asbestos Cement, uPVC and Spun Concrete. - The liaison with residents and businesses prior to and during the Contract. - The checking and updating of installation records. - The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. - All other works indicated, described or implied in the Contract Documents. The work included in this contract and to which the specifications refer, is located within the Nelson CBD i.e. Halifax Street, Wakatu Lane, Achilles Avenue, Hardy street, Collingwood Street and Bronte Street (Provisional) (as shown on the location map in the Drawing Register).",Awarded,,20201117 Nelson City Council,20237052,Request for Proposals,Open Competition,Nelson City Council - Community Stormwater Education - RFP - October 2018,A2069937,20181003,20181108,20190103,,Sole Agency,No,,"Discharges through the stormwater network affect the water quality of urban streams, estuaries and the sea. Nelson is subject to rubbish on beaches and streams as has been recently demonstrated by clean ups in the Nelson area which have collected large amounts of rubbish. Isolated environmental incidents related to stormwater management in the Nelson area have also been reported, including fuel dumping to stormwater, which have a high impact on biodiversity and may cause significant damage. Council has previously provided printed information targeted at the industrial and trade sector to inform stormwater education but has not provided similar information for the general community. Council has no specific stormwater education programme currently focussed on community, non-industrial workplaces or schools. Council seeks to improve the community awareness of the difference between wastewater and stormwater, including that stormwater drains straight to the nearest waterway. Schools and Early Childhood Centres are focal points of the community and children are more likely to engage with, and take home messages around stormwater discharges. A creative and innovative plan is needed to engage the Nelson community to reduce their impact of contaminants on water quality through discharges to stormwater.",Awarded,,20201117 Nelson City Council,20238727,Request for Tenders,Open Competition,Nelson City Council - Collingwood Street Bridge Painting Refurbishment - RFT - October 2018,A2071330,20181003,20181115,20181210,,Sole Agency,No,,"The Contract comprises the following work: ??? Paint refurbishment of the Collingwood Street bridge of all structural steel (above and below deck) and handrails. ??? The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. ??? The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. ??? All other works indicated, described or implied in the Contract Documents.",Awarded,,20201117 Nelson City Council,20284335,Request for Quotations,Open Competition,Nelson City Council - EC3798 - Residential Water Meter Renewals - Supply and Delivery - RFQ - October 2018,A2077087,20181012,20181112,20190103,,Sole Agency,No,,"Nelson City Council has a network of approximately 15,665 mechanical meters in the residential network that were installed in years earlier than and including 2007. Council intends to renew these meters with modern day equivalent mechanical meters. This replacement programme is expected to be carried out over three financial years ??? 2018/19, 2019/20 and 2020/21. The main objective of Residential Water Meter Renewal is to renew residential water meters that have reached the end of their service life.",Awarded,,20201117 Nelson City Council,20311836,Request for Tenders,Open Competition,Nelson City Council - 17 Athol Street Landslip Remedial Works - RFT - October 2018,A2080555,20181019,20181129,20190110,,Sole Agency,No,,"The Contract comprises the following work: ??? Landslip remedial works involving earthworks, installation of new timber retaining wall and fence, installation of subsoil drains, installation of retaining wall ground, retro fit existing road retaining anchors and wailers. Work area is over private land and road reserve. ??? The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. ??? The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. ??? All other works indicated, described or implied in the Contract Documents.",Awarded,,20201117 Nelson City Council,20371823,Request for Proposals,Closed Competition,Nelson City Council - EC3798 - Residential Water Meter Renewals - Installation - RFP - October 2018,A2089161,20181105,20181203,20190103,,Sole Agency,No,,"Nelson City Council has a network of approximately 15,658 mechanical meters in the residential network that were installed in years earlier than and including 2007. Council intends to renew these meters with modern day equivalent mechanical meters. Council intends to procure these mechanical meters directly from a supplier and deliver them to the installer???s yard for installation. New non-return valves are to be provided by the installer to these mechanical meters as part of the replacement programme. The objectives of Residential Water Meter Renewal are: (a) To renew water meters that have reached the end of their service life (b) To carry out the installation over four financial years ??? 2018/19, 2019/20, 2020/21 and 2021/22 (c) To improve accuracy of readings from new meters The Council???s requirements are as described in Appendix 2 ??? Requirements.",Awarded,,20201117 Nelson City Council,20425882,Request for Proposals,Open Competition,Nelson City Council - Community Predator Control Coordination Services - RFP - November 2018,A2093612,20181115,20181217,20190201,,Sole Agency,No,,"Nelson City Council???s Nelson Nature programme aims to protect and enhance native bird populations in Nelson. This initiative is targeted in response to expected changes in bird abundance due to birds dispersing from the predator-free Brook Waimarama Sanctuary. The area of predator control and habitat enhancement to enhance bird populations outside the Brook Waimarama Sanctuary is termed the Nelson Halo. Nelson Nature has prepared an operational plan to guide the development and implementation of the Nelson Halo which is currently in draft. There are a number of community groups and individuals in Nelson who are controlling introduced predators in parks and backyards with the goal of enhancing wildlife populations. Coordination and support of existing and new community predator control initiatives is needed to develop the Nelson Halo and maximise outcomes for native bird populations in Nelson. Council seeks a suitable contractor to provide coordination, technical advice and support of community predator control in the Nelson Halo. Council expects that it will take the contractor approximately 2 days per week (delivered in whatever format the supplier chooses) to deliver the outcomes specified in Council???s requirements as described in Appendix 2 ??? Requirements. The objectives of Community Predator Control Coordination Services are: (a) To coordinate community predator control initiatives in the Nelson Halo (b) To work with the community to increase the effectiveness of their predator control initiatives",Awarded,,20201117 Nelson City Council,20476713,Request for Proposals,Open Competition,Nelson City Council - Urban Design Panel of Suppliers - RFP - November 2018,A2100364,20181126,20190117,20190410,,Sole Agency,No,,"The current Urban Design Panel members have been providing impartial advice for applicants within both the Nelson and Tasman Regions since 2009. The functions of the Panel have been reviewed and it is now time to renew the Panel membership through the Request for Proposals process. There is no limit on how many terms each member can be on the Panel. Three members will be selected from the pool of approved panellists on an as required basis to form the Urban Design Panel for projects either in the Nelson City Council or Tasman District Council regions. One person will be selected to be the Chair of the Urban Design Panel and another member will be the Deputy Chair. The Chair or the Deputy Chair will be one of the three panellists for each meeting. The objectives of the Urban Design Panel are to provide: (a) Impartial, independent advice on the urban design implications of proposed developments (b) Support for high quality urban design and achievement of Councils??? urban design objectives (c) Approval of Nelson City Special Housing Area developments when they achieve Council???s urban design objectives (d) Advice to Nelson City and Tasman District Councils to support innovative high quality designs for their projects that meet the needs of their communities (e) Professional advice to Councils on relevant proposed plan changes",Awarded,,20201117 Nelson City Council,20508148,Request for Proposals,Open Competition,Nelson City Council - Elma Turner Library Redevelopment Community Engagement - RFP - December 2018,A2099998,20181203,20190128,20190429,,Sole Agency,No,,"The Elma Turner Library is the largest and most centrally-located of the three Nelson City Council libraries. Council has budget for a programmed upgrade to the Elma Turner Library allocated in the Long Term Plan 2018-2028. Approximately $14 million has been allocated for this purpose from 2018-2023. The objectives of the Elma Turner Library Redevelopment are that: (a) The new library will be a welcoming indoor public space for all citizens providing learning opportunities for all. (b) It will be a landmark for the city and connect the river to the CBD. (c) The new library will reach more people and support learning for more people, thereby helping to create a smart community for the ???smart little city???, and making Nelson an even better place to live, work and play. Nelson City Council (Council) seeks a consultant to manage community engagement for the redevelopment of the Elma Turner Library as follows: (a) In cooperation with and under supervision of the Library Manager investigate what the community wishes for their new public library. (b) Utilise modern ways of working with community involvement such as design thinking or similar approaches. (c) Employ knowledge about modern libraries, and build bridges from professional knowledge through to community outcomes. (d) Help to mediate expectations between decision makers and the public.",Awarded,,20201117 Nelson City Council,20594580,Request for Tenders,Open Competition,Nelson City Council - 20 Blick Terrace Retaining Wall - RFT - 11Jan2019,A1916964,20190111,20190207,20190305,,Sole Agency,No,,"The Contract comprises the following work: - The work required for the construction of a 14m long 2.2 to 2.5m high wooden pole and lagging retaining wall and the construction of riprap erosion protection. - The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. - The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. - All other works indicated, described or implied in the Contract Documents. The work included in this contract and to which the specifications refer, is located at #20 Blick Terrace, Brook Nelson.",Awarded,,20201117 Nelson City Council,20637028,Request for Tenders,Open Competition,Nelson City Council - Queen???s Garden Toilet Block - RFT - Jan2019,A2128427,20190124,20190221,20190404,,Sole Agency,No,,"This Contract involves the construction of a new architecturally designed toilet block facility with a high quality finish. The building is located in a high profile location on Bridge Street, beside the Suter Art Gallery and the Queens Gardens in Nelson. It has been designed by Jerram Tocker Barron Architects Ltd. This project involves the construction of a toilet block facility and all associated infrastructure including the provision of sewerage, water and power services required to complete and operate the building to a high standard. Tenderers should note they must meet mandatory pre-conditions for their tenders to be considered. Refer to clause 107.1 for details.",Awarded,,20201117 Nelson City Council,20637477,Request for Proposals,Open Competition,Nelson City Council - Supply of E-Bikes to Nelson City Council - RFP - Jan2019,A2128499,20190124,20190226,20190426,,Sole Agency,No,,"Nelson City Council has a Travel Demand Management programme to implement initiatives to encourage active transport choices, to reduce congestion and the single vehicle occupancy on short trips. Travel Demand Management promotes the adoption of alternative modes of transport to free up urban city spaces from private vehicles. One of the initiatives of Travel Demand Management is to encourage the uptake of cycling to and from work. Electric Bikes (e-bikes) represent one solution to encourage active transport choices, to reduce congestion and the single vehicle occupancy on short trips but can be a prohibitively high-priced solution. Council???s Regional Land Transport Plan includes relevant objectives and community outcomes of including more transport choice. Council seeks the following benefits from the purchase of fleet e-bikes and the facilitation of staff purchases of e-bikes: (a) Council seen to be supporting the Regional Land Transport Plan by use of fleet e-bikes (b) Increased staff use of e-bikes including staff purchase and use of these The respondent must have a strong local presence in Nelson including: 1.1.1. At least one store in the Nelson/Tasman region 1.1.2. Employs at least 3 local staff in the Nelson/Tasman region 1.1.3. Business established in the Nelson/Tasman region for at least 2 years",Awarded,,20201117 Nelson City Council,20649453,Request for Proposals,Open Competition,Nelson City Council - Ecological Restoration Plan Development - Panel of Suppliers - RFP - Jan2019,A2130922,20190129,20190228,20190410,,Sole Agency,No,,"Nelson City Council seeks to appoint suppliers to a Panel of Suppliers to whom work will be allocated to develop Ecological Restoration Plans for select Parks and Reserves and priority biodiversity management sites in the Nelson region, in particular privately owned Significant Natural Areas. The Ecological Restoration Plans will be used to guide the protection and enhancement of ecological values at these sites. The Ecological Restoration Plans will be used to guide annual work programmes for Council, landowners (where this is not Council), contractors, and volunteers to maintain and restore these sites. The Ecological Restoration Plans will be used to help achieve Council and the community???s vision and objectives as described in Parks and Reserves Management Plans, Nelson Biodiversity Strategy and the Nelson Nature programme. The objectives of the Ecological Restoration Plans are to: - Guide the ecological restoration of selected Parks and Reserves and other priority biodiversity management sites in the Nelson region (for example, privately owned Significant Natural Areas). - Guide annual work programming for protection and enhancement of ecological values of the sites. - Support Council, landowners (where this is not Council), contractors and volunteers to protect and enhance the ecological values of the sites - Help meet Council???s obligations under the Resource Management Act in relation to the protection of biodiversity and Nelson Nature goals and objectives. - Help meet Council???s goals and objectives under the Conservation and Landscape Reserves Management Plan 2009, the Esplanade and Foreshore Reserves Management Plan 2008, and to meet the levels of service under the Parks and Reserves Asset Management Plan 2018-2028.",Awarded,,20201117 Nelson City Council,20655266,Request for Tenders,Closed Competition,Nelson City Council - Bishopdale Reserve - York Stream Footbridge Renewal - RFT - Jan2019,A2132133,20190130,20190219,20190322,,Sole Agency,No,,"This RFT is for works including removal of the existing concrete footbridge, installation of scour protection (at the project engineers direction), construction of a replacement timber footbridge; and reinstatement of the work site to reserve standards. All works are to be done in accordance with NCC Global Resource Consents RM175025 and RM175033 (see Attachment 6 ??? Information Provided). The Works that are the subject of this tender are set out in the Specification (Attachment 5 ??? Specification). The Works are to be provided in accordance with the Contract Conditions (Attachment 4 - Contract Conditions).",Awarded,,20201117 Nelson City Council,20794685,Request for Tenders,Open Competition,Nelson City Council - Nelson City Road Maintenance and Renewals - RFT - Mar2019,A2092324,20190301,20190328,20190530,,Sole Agency,No,,"The scope of the work is fully described in the attached tender document, and key items of work are: ??? Routine maintenance of approximately 272kms of sealed and 21kms of unsealed Local Authority roads, 316km of footpaths, and 33kms of shared paths/off road cycleways, 11.5kms of walkways, 33 Shared Path/Walkway Retaining Walls and 400 retaining walls on Road Reserve in the Urban and Rural areas of Nelson City. ??? Maintenance of pavements, drainage and signs assets and winter maintenance, incident response, and other elements as necessary to maintain the transportation infrastructure and other Council assets. ??? Routine maintenance of 63 road bridges, 400 culverts, 28 foot bridges, and two vehicle fords. ??? Maintenance of eight major off street car parks in the CBD and Stoke. Various road, walkway and car park areas within parks and reserves areas. ??? The preparation for and provision of sealed road resurfacing services sufficient enough to meet the Council???s annual resurfacing commitment (approximately 20km of resurfacing per annum) including car park areas as directed by the Engineer. ??? Contract rates are to cover all works identified by the Engineer within Nelson City Council boundaries irrespective of location and ownership. ??? Infrastructure and asset maintenance or renewal may be added or deleted at any time during the contract. ??? Work carried out on any additional areas added (Council owned or not) shall be undertaken at scheduled rates irrespective of quantities added. ??? Programmed remedial works required as a result of an emergency shall be completed at schedule rates. ??? During the term of the contract new assets may be vested in the Council. The Council will advise the contractor who will be required to manage and maintain these assets with no increase in the contract rates for the remainder of that financial year. ??? The Principal will undertake an annual review and advise in the scope of the work prior to the commencement of each year, agreeing any revisions to schedule rates for lump sum annual or per month items. Generally, revisions shall be on a pro-rata basis for the quantum of the particular asset. Any such revisions shall apply for the full 12 months without further revision during that period. The Contractor shall note that historically up to 2km of new roads are being added to the network each year at present. Occasionally sections of road are deleted. This tender document is for the operation and maintenance of roads in Nelson City.",Awarded,,20201117 Nelson City Council,20834803,Request for Proposals,Closed Competition,Nelson City Council - Eco-Sourced Plant Supply - Panel of Suppliers - RFP - Mar2019,A2154860,20190314,20190430,20190514,,Sole Agency,No,,"The next four years, and possibly beyond, will see many more trees planted in the Nelson Region as a result of Government incentives and Council projects such as: forestry retirement; Nelson Nature Bio-corridors and Halo Projects; and an increase in riparian plantings. It is estimated that over the next four years there could be up to an additional 100,000 trees per year planted across Council???s environmental programmes, retired forestry programme, and Parks conservation reserves. Ensuring a reliable source of supply for these plants is critical as Government contracts are likely to be in place which will require auditing of plant survival. While plants could potentially be brought in from outside of the Nelson Region, these would not meet eco sourcing requirements and even if seed is collected locally, they would be grown under different environmental conditions. The objectives of establishing a panel of suppliers for eco-sourcing of native plants are: (a) To ensure a reliable source of plants appropriate to local conditions including climate, soil and aspect are available to meet demand (b) To ensure that eco-sourced guidelines are adhered to and locations of seed supply are able to be tracked and reported on (c) To give assurance to Council and the community on the availability of plants, as well as providing assurance to nursery suppliers that demand will match supply. Council intends to contract the panel of suppliers for eco-sourcing of native plants for a 5-year period, and to allocate work during that period by issue of service order/s. Regardless, Council reserves the right to refresh or expand the Panel during the contract period.",Awarded,,20201117 Nelson City Council,20843775,Request for Tenders,Open Competition,Nelson City Council - Westbrook Terrace / Brook Street Convergence Bridge - RFT - 15Mar2019,A2156355,20190315,20190411,20190430,,Sole Agency,No,,"The Contract comprises of the following work: ??? Redecking of WestBrook Terrace Bridge ??? Scaffolding and full containment during construction to prevent any contaminant entering the waterway ??? Refurbishment of Steel members ??? Replacement of timber footway ??? Pavement construction Testing has been undertaken for the presence of red lead paint and red lead paint removal is not required. The contractor shall adhere to the painting works as set out in the technical specification. The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records.",Awarded,,20201117 Nelson City Council,20867066,Request for Proposals,Open Competition,Nelson City Council - Bi-cultural Freshwater Education Programme - RFP - Mar2019,A2151320,20190322,20190501,20190522,,Sole Agency,No,,"The bi-cultural freshwater education programme previously known as Waimaori initially came about as a Whitebait Connection Pilot in 2005 under the Department of Conservation in Nelson-Tasman. The programme is ready for a refresh and the requirements include re-branding and marketing the programme. The objectives of the bi-cultural freshwater education programme are: (a) To promote awareness of M??ori values and practices around waterways and deliver sessions through a cultural lens by: ??? Showing respect for tikanga M??ori and the traditional practices relating to mahinga kai and resource gathering ??? Encouraging the understanding of whakapapa in our natural environment ??? Supporting the revival and protection of the mauri of waterways e.g. spawning sites, wahi tapu, historical kai gathering areas and high use recreational areas ??? Inspiring pride and action towards the protection of the natural values of streams and rivers, and the role of kaitiaki ??? Using Cultural Health Indicators (CHI) alongside scientific methods (b) To provide hands-on experiences and activities related to catchments and waterways that increase awareness and understanding of their value, and use a range of monitoring methods to: ??? Show how a catchment works ??? Illustrate the necessity of biodiversity and common threats to stream health and fish passage ??? Facilitate observations and experiences on the physical features of waterways and the habitats needed for different types of species ??? Enable the collection of meaningful data on the health of waterways by participants and support the use of this data (c) To encourage and support actions that will enhance the health of waterways including: ??? The role of riparian planting with an emphasis on shade-providing native vegetation ??? A range of practical solutions to enhance stream health and fish passage",Not Awarded,,20201117 Nelson City Council,20921663,Request for Proposals,Closed Competition,Nelson City Council - Condition Assessments for Property and Facilities - RFP - Apr2019,A2163885,20190408,20190502,20190521,,Sole Agency,No,,"Council prepares Asset and Activity Management Plans every three years, detailing the budgets and work programmes for Council assets. These plans inform the Long Term Plan. The next plans to be developed are to inform the 2021-31 Long Term Plan. Condition assessments inform Council???s knowledge about the current state of the assets and the required maintenance and renewals on them. The objectives of Property and Facilities Condition Assessments are: (a) To generate detailed information about the condition of the Council buildings included in the list; and (b) To record detailed information about the renewals and maintenance requirements and associated budget for Council buildings included in the list and to include this in ongoing work programmes",Awarded,,20201117 Nelson City Council,20930731,Request for Proposals,Closed Competition,Nelson City Council - Residents Survey 2019 - RFP - Apr2019,A2174389,20190410,20190508,20190514,,Sole Agency,No,,"Nelson City Council has commissioned annual resident surveys since 1997. Reports for recent years can be found on Council???s website (ref. http://www.nelsoncitycouncil.co.nz/council/plans-strategies-policies/strategies-planspolicies-reports-and-studies-a-z/residents-survey/). The surveys are conducted over a three year cycle, with a full resident survey every third year covering all Council activities, and shorter surveys in the intervening years which gather data on Long Term Plan performance measures. The 2019 survey will be a short survey and will comprise a phone survey with the characteristics listed in the Requirements (ref. Appendix 2). The objectives of Nelson Residents Survey 2019 are: (a) Provide statistically representative results on residents??? satisfaction with Council???s performance and residents??? preferences, priorities, and behaviours; (b) Identify opportunities for improving satisfaction and performance; (c) Measure trends and changes over time; (d) Provide analysis and interpretation of the results in a clear, easy to digest format.",Awarded,,20201117 Nelson City Council,20933093,Request for Proposals,Open Competition,Nelson City Council - Opera in Park 2020 - Production Manager - Apr2019,A2174956,20190410,20190509,20190626,,Sole Agency,No,,"Opera in the Park is a biennial event supported by Nelson City Council to provide the Nelson community as well as visitors to the region, an accessible outdoor event based on classical and contemporary music of international standard. The Production Manager???s role is ??? to ensure that all technical aspects are fully delivered in time ??? to ensure that all costs are within a budget set by Nelson City Council ??? to comply with all relevant regulatory aspects such as Traffic Management Plan (including road closure and parking management) and building consents. The objectives of Opera in the Park are: (a) To provide an outdoor musical experience of international standard (b) To facilitate access to high quality entertainment for our community (c) To contribute to our community???s well-being (d) To strengthen the city???s reputation",Awarded,,20201117 Nelson City Council,21005083,Request for Proposals,Open Competition,Nelson City Council - Sculpture Lighting - RFP - May 2019,A2187000,20190507,20190606,20190626,,Sole Agency,No,,"The purpose of this RFP is to receive Proposals for the delivery of the RFP Outcomes as set out in Appendix 2 ??? Requirements. The two Sculptures that are the subject of this RFP are: (a) The Taurapa by Mia Hegglun (b) The Welcome Cloak by Adie Tait Objectives for the project (for both sculptures) are as follows: (a) To allow the Sculptures to be seen and enjoyed by the public at night. (b) To maximise value for money on investment of public funds in public artwork- maximising viewer hours and quality. (c) To emphasise the sculptures materials and form artistically in ways that cannot be seen in sunlight or without lighting. (d) To ensure that the most creative lighting designs are proposed. (e) To ensure lighting proposals are efficient and durable. (f) To ensure no negative lighting effects are created in the surrounding area. (g) To ensure professional installation and use of the best/most appropriate lighting units are used. Objectives for the project (Taurapa sculpture only) are: (a) To allow the Taurapa to act as a gateway or beacon to the city particularly when entering from SH 6 and the Maitai river. (b) To emphasise the presence of Maori in the rohi 24/7 and 360 days a year since human presence in Aotearoa. (c) To allow special anniversaries or events such as Waitangi Day and Matariki to be signalled to the community using seasonal lights on the sculpture. (d) To attract the public to use the Maitai walkway after dark. Objectives for the project (Welcome Cloak sculpture only) are: (a) To emphasise the kinetic element to the sculpture with will move slightly in wind. (b) To allow lighting on the sculpture to enhance the immediate area around Millers Acre including the i-Site and bus drop off area.",Awarded,,20201117 Nelson Marlborough District Health Board,7410230,Request for Proposals,Open Competition,NMDHB - Water Chiller Equipment,RFP1402,20141215,20150123,20160824,,Sole Agency,No,,This Request for Proposal (RFP) is being issued to interested parties to enable NMDHB to gather information from which it can make decisions on the supply of replacement packaged chillers. NMDHB requires nominal 1000kWr of water chilling capacity.,Awarded,,20201117 Nelson Marlborough District Health Board,14125671,Request for Proposals,Open Competition,Services to Improve Equity in Cervical Screening Coverage,,20150717,20150925,20160824,,Sole Agency,No,,Nelson Marlborough District Health Board is seeking responses from suitably qualified and experienced providers capable of providing invitation and recall services to improve equity in cervical screening coverage throughout the Nelson Marlborough DHB area.,Awarded,,20201117 Nelson Marlborough District Health Board,16365991,Request for Proposals,Closed Competition,Arthur Wicks Building Seismic Strengthening Project,,20150909,20151023,20151126,,Sole Agency,No,,We require a principal contractor for the completion of the Arthur Wicks Seismic Strengthening Project. This final tender is open to the shortlisted contractors as selected by the previous ROI. We are now seeking to select the best overall proposal that minimises disturbance while completing within a fixed price budget.,Awarded,,20201117 Nelson Marlborough District Health Board,16997714,Request for Proposals,Open Competition,Learning & Development Centre Conceptual Design,,20151117,20151204,20151223,,Sole Agency,No,,Nelson Marlborough District Health Board (NMDHB) is seeking responses from parties with the capability to work with our requirements for a new Learning & Development Centre and to produce concept designs for our Executive Leadership Team and Board to consider. We are also seeking design advice for short-medium term additional clinical spaces.,Awarded,,20201117 Nelson Marlborough District Health Board,17021957,Request for Proposals,Open Competition,Land Development Partnership - Residential and / or Motel Development and / or Health Services Development,,20151124,20151223,20160405,,Sole Agency,No,,"Nelson Marlborough District Health Board (NMDHB) is seeking responses from parties with an interest in working with NMDHB to develop a large plot of vacant land. NMDHB has a large block of vacant land and wishes to maximise the value of this land prior to disposing of it. We are seeking responses from parties with expertise in developing property in the belief that the development of the property is likely to provide a stronger return than the sale of the property as bare land. We are open to all ideas but consider Residential and / or Motel Development and / or Health Services Development as preferable. The site of the vacant land is adjacent to Wairau hospital, Blenheim.",Not Awarded,,20201117 Nelson Marlborough District Health Board,17031075,Request for Proposals,Closed Competition,"SIP Trunking, Landline and Cellular Review",,20151126,20151224,20160824,,Sole Agency,No,,"NMDHB is looking for providers who have the capability, experience and infrastructure to deliver communications technology to NMDHB. We are seeking responses that cover SIP Trunking, Landline and Cellular networks.",Awarded,,20201117 Nelson Marlborough District Health Board,18105167,Request for Quotations,Open Competition,Nelson Marlborough Primary & Community Health Environment,,20161104,20161129,20170721,,Sole Agency,No,,"The Top of the South Health Alliance (ToSHA) has been operating for nearly three years. As part of its work plan it has recently facilitated the development of the Primary & Community Health Strategy which aims to transform the planning and delivery of primary and community health services.  The key deliverable is a Report incorporating: 1. A summary of the core competencies required across the Nelson Marlborough system to deliver the Primary and Community Health (PCH) Strategy; 2. A review of current service arrangements in relation to its capacity to deliver the Primary and Community Health (PCH) Strategy including:  Review of current DHB and PHO’s service delivery models  Review of existing Governance and Management/leadership arrangements; 3. Options development:  Options for organisational service delivery, leadership and governance arrangements from strengthening role clarity of the existing organisations through to a new Primary and Community Care Organisation  Options for service integration and / or devolution, including how effective accountability for service sustainability, quality, decision making would be achieved and maintained  Identification of the key steps required to pursue different options, their relative benefits and risks  Options analysis to be configured against the NZ Triple Aim which includes: − Improved quality, safety and experience of care − Improved health and equity for the NM population − Best value for public health system resources  How any potential risk to service delivery could be addressed; including consideration of proposed transition arrangements  Clinical and fiscal benefits of each option",Awarded,,20201117 Nelson Marlborough District Health Board,18441673,Request for Proposals,Open Competition,Home and Community Support Services,,20170306,20170421,20170814,,Sole Agency,No,,"This procurement relates to the provision of Home and Community Support Services. From 2014-2016, consultation with key stakeholders [including consumers, current NMH HCSS suppliers, Allied Health, NASC and other clinicians across the continuum of care] occurred regarding a proposed change in the model of delivery of HCSS provision across the Nelson Marlborough region. Through the application of a restorative model of care developed from the Calderdale Framework, [a workforce development tool that ensures safe and effective client-centred care] this new model changes current HCSS provision from a fee-for-service model, to a bulk funded model, focused on client goal obtainment and increasing independence, along with supporting all people appropriately and equitably. It aims to not only facilitate improved quality of life for the older person but reduce demand on funded support services. The change in model of care for HCSS was included in the 2016-2017 NMH Annual Plan. This new model aligns with the newly introduced Ministry of Health 2016 Health Ageing Strategy, and supports the implementation of the In-between Travel settlement outcomes regarding regularisation of the workforce.",Awarded,Contracts awarded on a 50/50 market share basis.,20201117 Nelson Marlborough District Health Board,18712911,Request for Quotations,Open Competition,Pain Management Pumps,,20170531,20170621,20171102,,Sole Agency,No,,"This procurement relates to the delivery of pain management medicines via intravenous, epidural, intrathaecal and peripheral nerve catheter to the end users of Nelson Marlborough Health, by the Acute Pain Service and Maternity Services. We are looking to replace our fleet of near end of life Pain Management Pumps that are used in Nelson and Wairau Hospitals.",Awarded,,20201117 Nelson Marlborough District Health Board,18855731,Request for Proposals,Closed Competition,The Supply and Maintenance of Anaesthetic Workstations,,20170720,20170810,20170914,,Sole Agency,No,,"Nelson Marlborough Health (NMH) has recently completed an evaluation of new anaesthetic workstations in preparation for upgrading our fleet. Ideally, the solution will be a workstation supply and equipment servicing agreement with a sole supplier, creating opportunities for NMH and the successful Respondent to realise the benefits of a standardised fleet of anaesthetic workstations in the Nelson and Wairau hospitals.",Awarded,,20201117 Nelson Marlborough District Health Board,18909665,Request for Proposals,Open Competition,Supply of Coal,NMH-0001,20170811,20170904,20171102,,Sole Agency,No,,"We are seeking suppliers that are able to demonstrate the capability and capacity to produce coal to specification and either deliver it themselves or organise the delivery of the coal to Nelson and Wairau hospitals. What???s important to us - As providers of essential and critical health services Nelson and Wairau Hospitals cannot run out of coal, therefore we seek coal Delivered in Full, On time, In Specification (DIFOTIS) including during national and regional emergencies.",Not Awarded,"RFP cancelled, to be reissued in early 2018.",20201117 Nelson Marlborough District Health Board,19239991,Request for Proposals,Open Competition,Interpreter Services For Nelson Marlborough Health,NMH-0006,20171117,20180216,20180523,,Sole Agency,No,,"What we need Nelson Marlborough Health provides a wide range of health services to the people of Nelson and Marlborough. As the population has become increasingly more ethnically diverse the need for interpreters in the health setting has grown. We are seeking an organisation who can manage and coordinate the face to face interpreter/ communicator workforce for Nelson Marlborough Health services ensuring that interpreters are available that are skilled, trained to deliver services in a health environment and well supported. Linked with these services we also want an organisation who can provide our staff with cultural competency training and knowledge of best practice for working with interpreters. What we don???t want We do not require the delivery of telephone based or written interpreting services. We do not want proposals that focus on only one part of the District. What???s important to us Nelson Marlborough Health is looking for credible providers who have the knowledge and capacity to provide quality assurance for interpreter services, leading to positive and successful interactions for our clients with health services. Providers will need to have effective networks within the ethnic communities of Nelson and Marlborough to ensure that the needs of local communities are being met by: ??? ensuring that patients who need a translator to have a quality interaction with our health services are getting skilled translators; ??? that our health staff have the opportunity to learn about how best to interact with people from different cultures.",Awarded,,20201117 Nelson Marlborough District Health Board,19718601,Request for Proposals,Open Competition,Water Cooling Towers Nelson Hospital,NMH-0011,20180511,20180608,20180807,,Sole Agency,No,,"The Nelson Hospital, operated by NMDHB, utilises chilled water to provide cooling of air in several areas of the buildings HVAC system. The existing cooling towers are unsatisfactory and are due to be replaced. NMDHB intend to procure two new replacement towers with the same duty. One will serve an existing 900kWr water chiller, the other will serve a new 900kWr chiller that is being procured in a separate RFP. This Request for Proposal (RFP) covers the supply and commissioning of new cooling towers as specified in this RFP.",Awarded,,20201117 Nelson Marlborough District Health Board,19719622,Request for Proposals,Open Competition,Water Chiller Equipment Nelson Hospital,NMH-0012,20180511,20180608,20180807,,Sole Agency,No,,"The Nelson Hospital, utilises chilled water to provide cooling of air in several areas of the buildings HVAC system. Chilled water is provided by a centralised water chilling plant, and is then distributed throughout the hospital to a number of cooling coils whereby it is utilised to cool HVAC air. The system is closed loop whereby the water is returned to the central chiller plant for re-chilling prior to being redistributed. Building cooling is critical to the operation of the hospital and therefore safe and reliable operation of the water chilling plant is also critical. The existing water chiller is unsatisfactory and is due to be replaced. This Request for Proposal covers the supply and commissioning of new chiller plant as specified in this RFP.",Awarded,,20201117 Nelson Marlborough District Health Board,19719738,Request for Proposals,Open Competition,Air Handling Unit Replacement Wairau Hospital,NMH-0013,20180511,20180611,20180807,,Sole Agency,No,,"The Wairau Hospital, operated by the Nelson Marlborough District Health Board (NMDHB), is a hospital campus located in Blenheim. The hospital provides a variety of services and facilities, including two operating theatres. Each operating theatre has a dedicated air handling unit (AHU), and these two AHU???s have now reached the end of their economic life and will be replaced. Operating theatre availability is critical to the operation of the hospital and therefore the AHU replacements must be undertaken one after the other in a very timely manner without time or cost overruns to ensure only one Theatre is out of service at a time for a firmly specified period of time.",Awarded,,20201117 Nelson Marlborough Institute of Technology,19638685,Request for Tenders,Open Competition,Catering Services - Nelson Campus,CS 1,20180418,20180515,20180615,,Sole Agency,No,,"The purpose of this tender is to give the wider Nelson Community the opportunity to take part in this exciting business opportunity. NMIT prides itself in being the ???Top of the South??? education provider, offering an exciting learning experience. Part of that is a provision of a vibrant Caf?? for the students, staff and visitors on Campus. What we need NMIT are seeking a catering provider who can think outside the box and meet student catering needs. They will be responsible for the day to day running of all the Catering services that a student caf?? provides. The Campus Facilities are also hired by a number of outside organisations (afterhours eg evenings, weekends and student holiday periods). If catering is required for these functions the contractor is welcome to submit appropriate menus and costs, included is the potential provision for business meeting lunches and morning/afternoon teas. Currently during peak semester/term time there can be up to 1500 students and 400 staff attending the campus on a daily basis. These numbers are likely to increase with the planned collocation of other businesses on the site during the next 12 months. International Students and dietary needs, must been considered within the daily food choices, alongside student budget restrictions. NMIT recognises the limitations of the student market so visits by the members of the public and visitors are encouraged.",Not Awarded,"NMIT would like to thank everyone for their expressions of Interest. NMIT have gone for an alternative option which better suits its strategic pathway.",20201117 Nelson Marlborough Institute of Technology,19930404,Request for Tenders,Open Competition,Nelson Campus - Cleaning Services,,20180723,20180910,20190109,,All of Government,No,jude.spencer@nmit.ac.nz,"Nelson Marlborough Institute of Technology is interested in receiving proposals for the provision of cleaning services for its Nelson and Richmond Campuses. The purpose of this tender is to give the wider Nelson Community the opportunity apply for this important contract. NMIT prides itself in being the Top of the South education provider, offering an exciting learning experience. Part of that provision is being able to provide a clean, smart and vibrant environment. What we need NMIT is seeking a cleaning provider who prides themselves in providing a good quality service. They will be responsible for cleaning the whole campus consisting of multiple buildings, five of which are multi-storey. Campus facilities may be hired by outside organisations when not in use by students and so cleaning is required all year round with holiday times being a good opportunity for more detailed work to be carried out. Currently during peak semester/term time there can be up to 1,500 students and 400 staff attending the campus on a daily basis. These numbers are likely to increase with the planned co-location of other businesses on the site over the next 12 months. What we don???t want We don???t want an average service provider. We take pride in our facilities and would like a contractor who has the same pride. What???s important to us We are looking for a company that can offer a consistent service and would be willing to engage in our multi-use/flexible spaces. We are looking for a company that takes on the responsibility of providing us with a good service and who would be willing to form a good relationship with NMIT staff and students. Why should you bid? This is a unique opportunity to be part of a major successful New Zealand education provider and be part of that team. A bit about us Nelson Marlborough Institute of Technology (NMIT) is an NZQA-rated Category 1 institute, and has been educating successful graduates since 1905. Over 7,000 students study with NMIT every year across more than 100 programmes of study. As well as supporting business needs in our region, NMIT specialises in providing education in viticulture and winemaking, aquaculture, maritime, aviation engineering and conservation. Students can study internationally respected qualifications full time, part time, online and on-campus, guided by industry-savvy tutors and the latest technologies.",Awarded,,20201117 Newlands School,17483153,Request for Tenders,Open Competition,Newlands School Uniform tender,,20160816,20160914,20170623,,Sole Agency,No,"Newlands School, postal address: PO Box 26068, Newlands, Wellington physical address: 200 Newlands Road, Newlands, Wellington","Newlands School inspires lifelong successful creative learners. Our mission is: To have outstanding levels of achievement in literacy and numeracy for all learners. To grow the ???whole person??? to enable students to be healthy and resilient members of our community as well as lifelong, successful and creative learners. To ensure our learners have a vibrant and purposeful place to learn. We are a contributing primary school in the northern suburb of Newlands in Wellington City. We celebrated our centenary in 2006, proudly providing quality education to the community of Newlands for 110 years. We are a decile 8 school with a roll of 355 (August 2016). Newlands School has a school uniform and wishes to conduct a tender for the supply of this uniform. The tender is focused on ensuring the school gets the highest quality uniform at a competitive cost. Newlands School does not wish to significantly alter the colour or style options available as part of the current uniform. A copy of our current school uniform brochure and order sheet are included under 'attachments' The RFP information document and respondent forms are also included under 'attachments'.",Not Awarded,The Newlands School Uniform tender contract was awarded to Academy Apparel. All tenders were notified personally and received a debrief letter.,20201117 New Zealand AID - PGT,19355826,Request for Tenders,Open Competition,"Public Expenditure Review of the Economic, Social and Environmental Sectors",Partner Government (CK171819),20180104,20180123,20180220,,Sole Agency,No,,"For Cook Islands Partner Government: Request for Tender (RFT) for Consultancy Services The Ministry of Finance and Economic Management (MFEM) seek a suitably qualified company or individual to submit a tender to review and determine whether sectors are adequately resourced to achieve the Cook Islands national priorities, with a focus on the Economic, Social and Environmental sectors. A copy of the RFT can be downloaded from the http://procurement.gov.ck/current-tenders Tender Closing Time and Date: 3.30pm (CI Time) Monday 22nd January 2018 Please do not direct any enquires through GETS. For more information of this tender, please contact Angelia Williams via email angelia.williams@cookislands.gov.ck on phone +682-29 521",Not Awarded,"Posted on behalf of the Cook Islands Government Awarded for administrative purposes only.",20201117 New Zealand AID - PGT,19363357,Request for Quotations,Open Competition,Study of Foreign Investment in the Cook Islands,Partner Govt Ref ID CK171818,20180111,20180120,20180220,,Sole Agency,No,natalie.cooke@cookislands.gov.ck,"On behalf of the Cook Islands Government The Ministry of Finance and Economic Management (MFEM) seek a suitably qualified company or individual to submit a quote for the Study of Foreign Investment in the Cook Islands. The project is aimed gaining a greater understanding of the current stock of foreign investment in the Cook Islands and the subsequent socio-economic impacts. It is expected that the results of the study will shape future changes to the Cook Islands Investment Code. There are three main outcomes for study: ??? Government has information on the level and composition of foreign direct investment in the Cook Islands. ??? The socio-economic impacts of current levels of foreign direct investment on the Cook Islands are understood. ??? Future impacts of foreign direct investment are assessed and relevant policy recommendations are provided. The terms of reference is attached to this advertisement. Deadline to submit a proposal is 3:00 p.m. Friday, 19 January 2018 Cook Islands time. Proposals can be submitted in hard copy format or electronic copy to MFEM attention Natalie Cooke, or email via natalie.cooke@cookislands.gov.ck . Please do not send any enquiries through GETs but direct any enquiries and copies of the Terms of Reference to Natalie Cooke, phone: +682 29-511 or via the email provided above.",Not Awarded,"Posted on behalf of the Cook Islands Government. Awarded for administrative purposes.",20201117 New Zealand AID - PGT,19367554,Request for Tenders,Open Competition,Cook Islands Occupational Safety and Health (OSH) National Reform,Partner Govt (ref 171807),20180115,20180215,20180220,,Sole Agency,No,,"On behalf of the Cook Islands Government Labour and Consumer Division, Ministry of Internal Affairs The Principal wishes to seek proposals for technical assistance for the review and drafting of Occupational Safety and Health legislation. This RFT is for services in the review of legislation and drafting of policy and legislation drafting instructions, and public relations development relating to Occupational Health and Safety in the Cook Islands. This also includes research and review of the Worker???s Compensation Ordinance and Employer???s Liability Insurance legislation. The scope of the work involves: ??? Situational Analysis on the current state of OSH as well as WCO and ELI ??? Drafting of policy/policies ??? Drafting of instruction for legislation and/or drafting legislation Technical assistance must provide an element of training and capacity building for staff in the Labour and Consumer Division of the Ministry of Internal Affairs, which contributes to the sustainable development of the Division. Your tender submission must include supplier qualifications and experience, a work plan and schedule of prices for the work. Tenders will be accepted for either part or whole of the tender requirements (please refer to Attachment 2). It is the Tenderer???s responsibility to carry out any site visits in order to assess the true cost to complete the project where necessary. Refer to the attached document for further information. Please direct all queries regarding this tender to Sandrina Thondoo, Phone: (+682) 29370, E-mail: Sandrina.thondoo@cookislands.gov.ck",Not Awarded,"Posted on behalf of the Cook Islands Government Awarded for Administrative purposes only",20201117 New Zealand AID - PGT,19468347,Request for Tenders,Open Competition,Development and Implementation of the Ministry of Transport Quality Management System,Partner Government,20180221,20180313,20180412,,Sole Agency,No,,"This tender is posted on behalf of the Cook Islands Government The Ministry of Transport seeks Tender Submissions for the Development and Implementation of their Quality Management System. To address Ministry of Transport international Maritime and Civil Aviation obligations, Technical Assistance is sought to: 1. Develop and implement the MoT QMS and supporting policy and procedures for Maritime, Aviation and Corporate divisions. - Build on existing draft Quality Management System by the Maritime Technical Advisor - Incorporating reporting requirements to the International Maritime Organisation and International Civil Aviation Organisation 2. Providing QMS training and a training strategy for sustainability. This work is expected to be completed within a six month period. Tenderers must tender for whole of the requirements specified in the tender document. Prospective tenderers should register their interest to participate in this RFT process by registering on the Cook Islands Government E-Government Procurement portal at: https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home Original hard copy tenders shall be packaged and labelled ???CONFIDENTIAL??? and have the following information clearly exhibited on the outside: Attention: Secretary of Transport Ministry of Transport Tender Reference No.: CK171824 Avatiu Rarotonga Cook Islands See attachment labelled CK171824 RFT - Development Implementation of MoT QMS.docx for more information For any enquiries, contact Junior Ngatokorua on 28810 or email: junior.ngatokorua@cookislands.gov.ck Tender submission closes 4pm, Monday 5th March 2018.",Not Awarded,awarding this tender for administration purposes only.,20201117 New Zealand AID - PGT,19741820,Request for Quotations,Open Competition,PROCUREMENT OF BITUMEN AND SEALING MATERIALS FOR ROAD AND AIRPORT CONSTRUCTION OF THE KIRIBATI OUTER ISLANDS ROADS AND AIRFIELDS UPGRADING PROJECT,On Behalf of Govt of Kiribati,20180518,20180527,20180626,,Sole Agency,No,,"ON BEHALF OF THE GOVERNMENT OF KIRIBATI In accordance with the Government of Kiribati, KV 20 Programme, the Ministry of Infrastructure and Sustainable Energy is planning to procure sealing materials required for the construction and rehabilitation of five hundred and thirty three (533) kilometres of Road and nineteen (19) airport runways throughout the Kiribati archipelago. Please see attached tender documentation for further information. All questions must go to the following: MISE Director of Engineering Services: Lindsey Davison Director of Engineering Services Ministry of Infrastructure and Sustainable Energy (MISE) Betio, Tarawa Phone (Office): (686) 751 26192 Email address: director@mise.gov.ki",Not Awarded,"Update for administration purposes only, this notice was on behalf of the Government of Kiribati",20201117 New Zealand AID - PGT,19741889,Request for Quotations,Open Competition,PROCUREMENT OF PLANT AND EQUIPMENT FOR THE KIRIBATI OUTER ISLANDS ROADS AND AIRFIELDS UPGRADING PROJECT,On behalf of Govt of Kiribati,20180518,20180527,20180626,,Sole Agency,No,,"ON BEHALF OF THE GOVERNMENT OF KIRIBATI In accordance with the Government of Kiribati, KV 20 Programme, the Ministry of Infrastructure and Sustainable Energy is planning to procure Civil Engineering Plant and Equipment to undertake the construction and rehabilitation of five hundred and thirty three (533) kilometres of Road and nineteen (19) airport runways throughout the Kiribati archipelago. Please see attached tender documentation for further information. All questions must go to the following: MISE Director of Engineering Services: Lindsey Davison Director of Engineering Services Ministry of Infrastructure and Sustainable Energy (MISE) Betio, Tarawa Phone (Office): (686) 751 26192 Email address: director@mise.gov.ki",Not Awarded,"Update for administration purposes only, this notice was on behalf of the Government of Kiribati",20201117 New Zealand AID - PGT,20944561,Request for Tenders,Open Competition,Technical Assistance service to prepare a Business Case for the Mei Te Vai Ki Te Vai (MTVKTV) Wastewater Project,Partner Government,20190415,20190508,20190517,,Sole Agency,No,https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home,"The Government of Cook Islands' invites tenders for Technical Assistance Service to prepare a Business Case for the Mei Te Vai Ki Te Vai (MTVKTV) Wastewater Project All queries regarding this Request for Tender should be directed to Contact Officer. The Contact Officer for this tender is: Name of Person: Sione Likiliki Title: Contracts Manager Address: P.O Box 120, Ministry of Finance and Economic Management, Avarua, Rarotonga, Cook Islands Phone: (682) 29521 E-mail: sione.likliki@cookislands.gov.ck Reference No: CK181922 Prospective tenderers should register their interest to participate in this RFT process by registering on the Cook Islands Government E-Government Procurement portal at https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home In order to participate in the tender process you will need to register on the Portal as a supplier. As part of registration you will need to specify relevant ???Business Categories??? for your business. This tender will be listed under the following category: Category: 53121700 Title: Business cases",Not Awarded,"This award notice is posted for administrative purposes only. All queries regarding this Partner Government Tender should be directed to the Ministry of Finance and Economic Management, Rarotonga Cook Islands via the Official Contact Officer. The Contact Officer for this tender is: Name of Person: Sione Likiliki Title: Contracts Manager Address: P.O Box 120, Ministry of Finance and Economic Management, Avarua, Rarotonga, Cook Islands Phone: (682) 29521 E-mail: sione.likliki@cookislands.gov.ck Reference No: CK181922",20201117 New Zealand Aid Programme,436416,Request for Proposals,Open Competition,Fiji Evacuation Centre Upgrade - Old GETS ref# 42738,,20140707,20140801,20161028,,Sole Agency,No,Ministry of Foreign Affairs and Trade c/- Beca International Consultants - 85 Molesworth Street - PO Box 3942 - Wellington,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Beca International Consultants, acting for and on behalf of the New Zealand Aid Programme for the Secretary of Foreign Affairs and Trade (MFAT) is seeking submission of proposals from suitably qualified and experienced Contractor???s to provide construction services for the construction of two evacuation centres located in Fiji. The New Zealand Ministry of Foreign Affairs and Trade is seeking to reduce vulnerability and increase preparedness for natural disasters in Fiji through the provision of appropriate infrastructure. Upgrading evacuation centres will ensure there is an increased amount of high quality shelter available during and after natural disaster events. Contract No. A11624. Only electronic copies of the Tender Submissions will be accepted and these must reach the email tender box (fijievacuationcentre@beca.com) no later than 12.00pm on Friday 1st August 2014 (New Zealand time). All Tender Submissions must be addressed to: Nicola Cornforth Ministry of Foreign Affairs and Trade c/- Beca International Consultants 85 Molesworth Street PO Box 3942 Wellington",Awarded,Awarded to Modern Investment Services Limited.,20201117 New Zealand Aid Programme,2580757,Request for Proposals,Open Competition,Public Private Partnerships (PPP) Research Project,DSE-PPP,20140805,20140901,20150115,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of responses from suitably qualified and experienced consultants to undertake research to inform whether and how the New Zealand Aid Programme should be engaging in Public Private Partnerships (PPPs) to reach development goals. The purpose of the PPP Research Project (hereinafter referred to as the project) is to explore the feasibility of using PPPs, within the broader context of private sector engagement, in the New Zealand Aid Programme. The research will examine the use of PPPs in comparison to other ways that the New Zealand Aid Programme can deliver international development programmes in its partner countries. This project will be completed in two separate Phases. MFAT envisage that the project will take five to six months to complete, starting in the third quarter of the 2014 calendar year, with an indicative budget of NZ$100,000 of which 30% is anticipated for Phase One. Further details of the work and the skills required are contained in the attached Terms of Reference.",Awarded,"Please note this post award notice is for administration purposes only. The successful and unsuccessful respondents have already been notified of the outcome, and de-briefing sessions have been offered by MFAT.",20201117 New Zealand Aid Programme,3212720,Request for Proposals,Open Competition,Sludge Management Assessment for Rarotonga and Aitutaki,PGT,20140812,20140823,20150115,,Sole Agency,No,,"INFRASTRUCTURE COOK ISLANDS - WATSAN UNIT REQUEST FOR PROPOSALS SLUDGE MANAGEMENT ASSESSMENT FOR RAROTONGA AND AITUTAKI The Water, Waste and Sanitation (WATSAN) Unit of the Ministry of Infrastructure Cook Islands (ICI) manages programmes relating to the upgrade of water, waste and sanitation facilities in the Cook Islands. The WATSAN Unit invites proposals from appropriately qualified, experienced and equipped consultants or consulting firms who can perform the services of providing expert assessments of the capacity and capability of current sludge management infrastructure and related services on Rarotonga and Aitutaki. Proposals close at 3pm on Thursday, 21st August 2014, Cook Islands time, and must be submitted in hard copy to the ICI Office in Arorangi inside a sealed envelope addressed to: Mr Mac Mokoroa Secretary Infrastructure Cook Islands PO Box 102 Rarotonga Cook Islands and clearly marked with ???SLUDGE MANAGEMENT ASSESSMENT FOR RAROTONGA AND AITUTAKI CW001/2015??? and the proposer???s name. For enquiries or a copy of the Request for Proposals (RFP) document contact Tangi Taoro on telephone +682 20321 or email tangi.taoro@ici.gov.ck PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER, THIS NOTICE IS PUBLISHED ON BEHALF OF THE MINISTRY OF INFRASTRUCTURE COOK ISLANDS",Not Awarded,This GETS notice has been posted by MFAT for administration purposes only. This process was a partner government tender for the Government of the Cook Island. All correspondence and notifications will come from the contact in the Cook Islands.,20201117 New Zealand Aid Programme,3432933,Request for Proposals,Open Competition,Evaluation of Infrastructure Investment Services in the Pacific,DSE-INF,20140815,20140910,20150115,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of responses from suitably qualified and experienced organisations and consultants to undertake the Evaluation of Infrastructure Investment in the Pacific. The purpose of this evaluation is to: ??? Identify lessons and examples of good practice from past infrastructure investments to help MFAT make better decisions when designing and implementing future infrastructure Activities. ??? Assess whether lessons learned from past infrastructure investments on what worked or didn???t work, are being applied to current or new renewable energy infrastructure Activities. ??? Identify lessons learned from the design, implementation and management of current renewable energy Activities. ??? Develop an overarching results framework, including a monitoring and evaluation plan, for current and future renewable energy infrastructure Activities. MFAT anticipate evaluation assignment will commence late September 2014 and be completed in two stages. Further details of this evaluation assignment including the required experience and skills are contained in the attached Terms of Reference",Awarded,"Please note this post award notice is for administration purposes only. The successful and unsuccessful respondents have already been notified of the outcome, and de-briefing sessions have been offered by MFAT.",20201117 New Zealand Aid Programme,4505245,Request for Proposals,Open Competition,Engineering and Related Services Panel,SP05,20140919,20141015,20150320,,Sole Agency,No,,"MFAT is retendering for a new Engineering and Related Services Panel of suppliers. MFAT is seeking organisations that possess knowledge and experience in the Engineering and related Project Management categories. The Engineering and Related Services Panel will comprise of suppliers who are able to offer a range of services across MFAT???s international development activities to assist our delivery of infrastructure activities internationally. The Panel will be MFAT???s primary sourcing method for activities within scope of the panel. The Panel offers successful proposers the following opportunities and benefits: ??? Streamlined engagement for direct engagement or competitive quote process to the Panel for up to four years ??? Strong collaborative relationship with MFAT ??? International work including direct involvement in a diverse and interesting range of International development projects. Interested suppliers can to respond to this RFP in two areas: 1 ??? Multi disciplinary organisations or consortia that can provide the following sector capabilities: ??? Transport ??? Water supply ??? Wastewater and Storm water ??? Solid waste management ??? Urban development infrastructure. ??? Electrical generation and reticulation ??? Disaster and emergency response (internationally) 2 ??? Specialist Capabilities that individuals or organisations can respond to: ??? Geotechnical advice ??? Asset management ??? ICT connectivity ??? Project Management of construction infrastructure projects. Full details on the Engineering and Related Services scope, core competencies, sector specialisms and technical capabilities are in the RFP and associated documentation. The Panel structure will be open for a two year term with the option to extend for a further additional two year term at MFAT???s sole discretion. Please note that the RFP documentation includes an invitation to attend supplier briefings: ??? Auckland at 1pm on Wednesday 24 September 2014. ??? Christchurch at 1pm on Thursday 25 September 2014 ??? Wellington at 10am on Monday 29 September 2014 (Includes teleconference) Please follow the briefing registration details in the RFP for this briefing (Appendix 2, Part A Section 3). Please follow the intention to tender details in the RFP. This RFP notice supersedes our NOI previously advertised on GETS (reference number 2416695).",Awarded,"Spiire (Calibre Consulting), MWH Global, Aecom, Jacobs, Beca International, GHD, Cardno, Waugh Infrastructure, Network Strategies and Manteena Security.",20201117 New Zealand Aid Programme,4784942,Request for Proposals,Open Competition,Kiribati Fisheries Director,,20140925,20141022,20150115,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), are inviting submissions from suitably qualified and experienced individuals acting as a sole trader or from an organisation to assist the Government of Kiribati in the provision of technical assistance to support the sustainable development and management of coastal fisheries, in line with Kiribati???s National Fisheries Policy 2012 ??? 2025 (KNFP). The over arching goals that MFAT are seeking from the Technical assistance are to: ??? Promote sustainable management and development of maritime resources to maximise economic benefits and sustain livelihoods in Kiribati. ??? Support community and private sector led fisheries development initiatives to provide for better economic benefits, improve livelihoods and food security. ??? Provide the sustainability within Kiribati for coastal fisheries The assignment is for three years, of which the first 2 years are expected to be residential in Tarawa. The appointee will also act as the Interim Director of Fisheries for at least the first year of the assignment. At an agreed time (not yet determined) the appointee will move into the role of Fisheries Management Advisor, and at some point the assignment is expected to become non-residential ??? i.e. the advisor may be based elsewhere and not be full time.",Not Awarded,"This GETS contract award notice has been posted by MFAT for administration purposes only. This process was closed off as unsuccessful due to only receiving 1 non-conforming response. Please direct any queries on this award notice to submissions@mfat.govt.nz.",20201117 New Zealand Aid Programme,4998804,Request for Proposals,Open Competition,"Evaluation 2014/15 of Four Country Programmes (Cooks Islands, Niue, Tokelau and Samoa)",,20141002,20141022,20150115,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), are inviting submissions of responses from suitably qualified and experienced consultants to deliver the evaluations of four country programmes (Cook Islands, Niue, Tokelau and Samoa). Evaluation experts will be engaged to assess the impact of the four country Programmes and how effectively they are being managed. A big picture view of what is being achieved across the full suite of New Zealand engagements in the partner country and the overall coherence and strategic direction of that contribution will be provided. The evaluations will deliver an evidence base to help: ??? inform MFAT and its partners of improvements to be made ??? identify lessons learned to apply to on-going and future work in these countries and elsewhere ??? underpin the overall coherence and future strategic direction of New Zealand???s investment in the country Programmes ??? demonstrate achievements to our partners, stakeholders and taxpayers. These evaluations will also pilot an approach to evaluating country Programmes with a view to establishing a generic framework and approach for future use based on learnings and feedback from those involved in these evaluations. Details of the work and the skills required are contained in the attached Terms of Reference.",Awarded,"This GETS contract award notice has been posted by MFAT for administration purposes only. The successful and unsuccessful respondents have already been formally notified of the outcome by MFAT. Please direct any queries on this award notice to submissions@mfat.govt.nz",20201117 New Zealand Aid Programme,5497942,Request for Proposals,Open Competition,Cook Islands Pearl Industry Revitalisation - Manihiki Lagoon Environmental Impact Assessment,PGT-CI-2014,20141017,20141110,20150115,,Sole Agency,No,,"PGT Notice - Cook Islands Pearl Industry Revitalisation - Manihiki Lagoon Environmental Impact Assessment The Cook Islands Government in partnership with the New Zealand Ministry of Foreign Affairs and Trade are investing in the revitalisation of the Cook Islands Pearl Industry through the bilateral aid programme. The Cook Islands Ministry of Marine Resources now invites Proposals to complete an Environmental Impact Assessment of the impacts of the discarded pearl farming equipment and other debris within Manihiki Lagoon, and a Feasibility/Cost Benefit Study into the removal and disposal of any significant pollutants. The Request for Proposals documentation is available both on www.procurement.gov.ck and relevant resource documents are available electronically from http://1drv.ms/1rjWgDm. Submissions close at 2pm on Monday 3 November 2014 (Cook Islands time). Proposals must be submitted in the Tender box located at the Ministry of Marine Resources Office in Tutakimoa, Avarua, Rarotonga, Cook Islands in accordance with the specific requirements of the tender document. Interested contractors are encouraged to register their intent when uploading documents to ensure inclusion in the answers to any queries other parties may raise. All enquiries to be directed to: Contact Officer: Dorothy Solomona Telephone: (+682) 28721 Email: d.solomona@mmr.gov.ck",Not Awarded,"This GETS notice has been posted by MFAT for administration purposes only. This process was a partner government tender, all correspondence will come from the contact in the Cook Islands.",20201117 New Zealand Aid Programme,6155100,Request for Proposals,Open Competition,Design and Implementation of a Safe Vegetable Activity in Viet Nam,GLO-SVIV,20141111,20141212,20150925,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement a Safe Vegetable activity in Viet Nam. This is aimed at developing an effective, practical, certifiable and sustainable system for the production and postharvest handling of vegetables that meets clear quality and food safety standards. The goal of this safe vegetable activity (hereinafter referred to as the Activity) is to improve the safety and livelihoods of vegetable farmers and the safety of consumers in Binh Dinh as a model for Viet Nam. The anticipated outcomes by the end of the 5-year activity include: ??? Improved safety of consumers; ??? Improved safety of vegetable farmers; and ??? Improved livelihoods/financial outcomes for vegetable farmers This Activity will be completed in two separate Phases. MFAT envisage that the Activity implementation would be a five year intervention (depending on the Activity design) anticipated to commence second quarter 2015 and within the indicative total budget of NZ$5 million covering both Phase One and Two. Further details of the work and the skills required are contained in the attached Terms of Reference.",Awarded,"Please note this post award notice is for administration purposes only by MFAT. The successful and unsuccessful respondents have already been notified on the outcome. The earlier post award (see RFx ID: 16826000) is a duplicate of this award notice.",20201117 New Zealand Aid Programme,6497177,Request for Proposals,Open Competition,PGT - Samoa Tourism Authority - FINANCIAL RISK MANAGEMENT SPECIALIST,PGT,20141119,20141222,20150115,,Sole Agency,No,,"PLEASE NOTE: The times stated herein are Samoa Time Proposals are being sought from suitably qualified and experienced Consultants who can fulfill all the requirements associated with the Financial and Environmental Risk Management component of the Tourism Cyclone Recovery Programme (TCRP). An individual consultant is required who can fulfill the eligibility requirements associated with the project. The consultancy services duration is estimated to be two (2) months during which time the consultant will work together with STA, the Tourism Cyclone Recovery Programme Sub-committee (TCRP SC) and tourism stakeholders. A single contract will be drawn between the Samoa Tourism Authority and the Consultant prior to its commencement. All Proposals must be addressed to The Secretary, Government Tenders Board, Samoa Ministry of Finance, Private Bag, Level 4 ??? Central Bank of Samoa Building, Apia and clearly marked ???Proposals for the Tourism Cyclone Recovery Programme: Financial Risk Management Specialist ??? Strictly Confidential??? no later than 10:00am (Samoan time zone) Monday 22nd December 2014. One original and 4 copies of the Proposal are required as detailed in the RFP Document. Interested consultants may obtain the detailed Request for Proposal from: Amiaifolau Afamasaga ??? Luatua. P.O. Box 2272. Ground Floor - FMFM II Building. Telephone (685) 63506, Fax (685) 20886 Apia, Samoa/Email: amiaifolau@samoa.travel Please refer to the attached Advertisement for all details.",Not Awarded,"This award notice update is for administration purposes only. This was a partner government tender, for and on behalf of the Samoan Government.",20201117 New Zealand Aid Programme,6523695,Request for Proposals,Open Competition,Services for the Supervision of theTe Mato Vai Project (Cook Islands),TMV-RFP.003/2014,20141120,20141201,20150115,,Sole Agency,No,,"Please note that the closing date and time is Cook Islands Time Zone Closes 12 noon on 1 December 2014 (Cook Islands time) Services for the Supervision of the Te Mato Vai Project Reference: TMV-RFP.003/2014 The Te Mato Vai project invites Requests for Proposals (RFP) from qualified parties for the Procurement of Services for the Supervision of the Te Mato Vai Project Stage 2 Construction, Rarotonga, Cook Islands. RFP documents will be available from the Project Management Unit (PMU) office at the Te Mato Vai Compound, Avarua or from the WATSAN website http://watsan.gov.ck, the Pacific Water and Wastes Association website http://www.pwwa.ws/, NZ Government Electronic Tenders Service http://www.gets.govt.nz/ from the Cook Islands Government Procurement website http://www.procurement.gov.ck/ and the Te Mato Vai Website http://www.tematovai.com/ Interested parties that have downloaded a copy of the RFP document are asked to send an email through to the Project Manager immediately (latu@kew.com.ws) Proposals must be delivered by 12 noon on 1 December 2014 (Cook Islands time) to the address below in a sealed envelope and clearly marked TMV-RFP.003/2014 Procurement of Services for the Supervision of the Te Mato Vai Project Stage 2 Construction. Te Mato Vai Project Management Unit PO Box 3286, Avarua, Rarotonga, Cook Islands All enquiries to: Project Manager latu@kew.com.ws Phone: +682 28 851 Mobile: +682 52 807",Not Awarded,This GETS notice has been posted by MFAT for administration purposes only.,20201117 New Zealand Aid Programme,6759802,Request for Proposals,Open Competition,Solomon Islands - Honiara City Council Lead Adviser,IDG/DSE SI-HCC Lead Adviser,20141126,20141222,20150507,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), are inviting submissions of responses from suitably qualified and experienced consultants to undertake the position of Honiara City Council Lead Adviser. The Lead Adviser will be based in Solomon Islands at the Honiara City Council offices. He or she will lead the delivery of the New Zealand funded Honiara Economic Development Support Programme; provide technical advice to HCC on programme implementation and day-to-day management; support HCC to improve organisational, operational, governance and decision making strategies, policies and procedures; and provide leadership and professional development support to staff. The preferred candidate will have experience in senior management roles in local government. This will include proven experience in developing strategic and operational policies, and, mentoring and developing the in-line and leadership capacity of staff. He or she will also have experience in all aspects of project and programme management, including experience in budgeting and delivering reporting and monitoring requirements. Demonstrated interpersonal and relationship building skills with experience in a Pacific or developing country is required. This role is for a period of 18 months, however, it may be extended for a further six months. Details of the work and the skills required are contained in the attached Terms of Reference (TOR).",Awarded,"Commonwealth Local Government Forum - File Note. This is to close out the award process - no email notifications are required to be issued from GETS because the suppliers have already been notified by MFAT.",20201117 New Zealand Aid Programme,7103729,Request for Tenders,Open Competition,Vanuatu Interisland Shipping Support Project,W01/14,20141204,20150211,20150421,,Sole Agency,No,,"Contract VISSP W01/14 - The Construction and Rehabilitation of Wharves and Jetties in the Republic of Vanuatu The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of The Republic of Vanuatu to deliver the construction and rehabilitation of wharves and jetties in Vanuatu. (VISSP) This project is jointly funded by the Asian Development Bank (ADB) and the Ministry of Foreign Affairs and Trade in New Zealand (MFAT). The goal of the VISSP project is to improve the inter-island shipping capability around Vanuatu. Bidders will be required to construct 5 wharves and associated facilities and repair 2 existing concrete wharves. The eligibility rules and procedures of the ADB will govern the bidding process with the Works being carried out across different locations in Vanuatu during 2015-2017. For more information bidders are invited to: ??? log into the New Zealand Government Electronic Tender Services (GETS) website to view the supporting VISSP tender notice (see GETS ref #7103729) ??? contact The Director - Vanuatu Project Management Unit on procurementvissp@vanuatu.gov.vu or (678) 33420 ??? view the ADB notice on their procurement website http://www.adb.org/sites/default/files/coso/van2820-g0273-W0114.pdf The deadline for submission of bids is 2:00pm (Vanuatu Time) on Wednesday 11 February 2015. Please note the time shown in the GETS notice are in equivalent New Zealand time.",Awarded,"MFAT Submissions - this is a file note to close out a partner government tender, this was posted on behalf of another government, MFAT isn't managing this process.",20201117 New Zealand Aid Programme,7769580,Request for Proposals,Open Competition,Tokolau Renewable Energy Project,PGT TREP,20150105,20150130,20150421,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of Tokolau in seeking the services of a contractor for the maintenance and monitoring of three established power systems in three atolls, including the provision of training. Information and detailed instructions including a copy of the terms of reference are available from the General Manager of Energy - Robin Pene (rpene@clear.net.nz) copied to Whelma Villar-Kennedy (whelma.villar-kennedy@undp.org) Proposals must be submitted to the General Manager of Energy, Office of the Council for the Ongoing Government of Tokolau. Submissions close at 1600 hours (4pm) on the 30th January 2015 Local Samoa Time. The proposed term of contract is 3 years.",Awarded,MFAT Submissions - this was a partner government tender (PGT) that MFAT was supporting and not running. All responses would have been directed to the nominated contact.,20201117 New Zealand Aid Programme,8520903,Request for Proposals,Open Competition,Te Mato Vai Stage 2 Construction Works,TMV Stage 2 (PGT),20150131,20150323,20150421,,Sole Agency,No,,"PROCUREMENT OF CONSTRUCTION/REHABILITATION OF WATER INTAKES, TREATMENT PLANTS, STORAGE, TRUNKMAIN PIPELINES AND ROAD IMPROVEMENTS (TE MATO VAI PROJECT) TENDER NO. TMV-S2C.001/2014 The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of the Cook Island in seeking proposals from qualified parties for the procurement of construction and rehabilitation services for the Te Mato Vai Project. RFP documents will be available from the WATSAN website http://watsan.gov.ck, the Pacific Water and Wastes Association website http://www.pwwa.ws/, NZ Government Electronic Tenders Service http://www.gets.govt.nz/ from the Cook Islands Government Procurement website http://www.procurement.gov.ck/ and the Te Mato Vai Website http://www.tematovai.com/ Interested parties who have not registered at the time of downloading a copy of the RFP document will not be eligible to bid. All registrations must be emailed to peggy@kew.com.ws. Proposals must be delivered to the address below by 12:00pm, (Cook Islands time), 23 March 2015 in sealed envelopes and clearly marked as specified in the RFP document, to: Te Mato Vai Project Management Unit Avarua PO Box 3286 Rarotonga Cook Islands All enquiries to: Russell Abrams Project Manager Project Management Unit russell@kew.com.ws Phone: +682 28 851 and CC to Scott Cairney Engineer GHD Limited scott.cairney@ghd.com Phone: +64 9 370 8268",Awarded,"MFAT Submissions - file note to close out the tender process, this was a partner government tender and not being run by MFAT",20201117 New Zealand Aid Programme,8814270,Request for Proposals,Open Competition,Registration and Certification Systems for Vessels and Seafarers in Tonga,PGT,20150212,20150302,20150421,,Sole Agency,No,,"Request for Proposal: Design, Build and Implement ??? Registration and Certification Systems for Vessels and Seafarers in Tonga The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of Tonga in seeking the services of a contractor for the design, build and implementation of a registration and certification system for vessels and seafarers in Tonga. The Marine & Ports Division (MPD) of the Ministry of Infrastructure (MoI) in the Kingdom of Tonga has been provided with funding from the Ministry of Foreign Affairs and Trade (MFAT) to undertake a number of maritime safety initiatives in the Kingdom. MPD is seeking proposals from suitably qualified and experienced organisations and / or individuals to design, build and implement a registration and certification system for vessels and seafarers in Tonga. A high level design has already been completed and MPD now require a supplier to provide services that include the detailed design, build / test and implementation of a database and associated business processes for this system. The system needs to be simple and pragmatic in line with the low IT capability within MoI. The purpose of this RFP is to: ??? Invite a range of suppliers to confirm their interest in delivering the Services described in the procurement documentation and Systems Requirement Specification; ??? To identify and capture information regarding expertise, experience, capacity, capability and understanding of the requirements from the potential supplier(s) ??? to select a supplier based on fully costed and time framed proposals to design and deliver the services. To receive the detailed procurement documentation, please email the Central Procurement Unit of the Ministry of Finance and National Planning, Nuku???alofa, Tonga: Ms Melesungu Halaholo mhalaholo@finance.gov.to There is a project manager available onsite who can assist with queries throughout this process (direct through Procurement contact listed). Deadline for RFPs: 12.00 noon (NZT), 2 March 2015. (please note there is no time difference between Tonga and New Zealand)",Awarded,"MFAT Submissions - this is a file note to close out this PGT tender from the system, all responses would be managed by the external nominated contact.",20201117 New Zealand Aid Programme,9028589,Request for Proposals,Open Competition,Services for the Supervision of Te Mato Vai Project Stage 2 Construction,TMV Stage 2 Supervision (PGT),20150218,20150304,20150706,,Sole Agency,No,,"SERVICES FOR THE SUPERVISION OF TE MATO VAI PROJECT STAGE 2 CONSTRUCTION RFP TMV-RFP.001/2015 The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of the Cook Island in seeking proposals from qualified parties for the procurement of construction supervision services for the Te Mato Vai Project, in Rarotonga, Cook Islands. RFP documents will be available from the WATSAN website http://watsan.gov.ck, the Pacific Water and Wastes Association website http://www.pwwa.ws/, NZ Government Electronic Tenders Service http://www.gets.govt.nz/ from the Cook Islands Government Procurement website http://www.procurement.gov.ck/ and the Te Mato Vai Website http://www.tematovai.com/ Interested parties who have not registered at the time of downloading a copy of the RFP document will not be eligible to bid. All registrations must be emailed to peggy@kew.com.ws. Proposals must be delivered to the address below by 12:00pm, (Cook Islands time), 04 March 2015 in sealed envelopes and clearly marked as specified in the RFP document, to: Te Mato Vai Project Management Unit Avarua PO Box 3286 Rarotonga Cook Islands All enquiries to: Russell Abrams Project Manager Project Management Unit russell@kew.com.ws Phone: +682 28 851",Awarded,"This is a file note to close out the process - this was posted on behalf of a ""partner government"".",20201117 New Zealand Aid Programme,9609700,Request for Tenders,Open Competition,CONTRACT for Vanuatu Tourism Infrastructure Project ??? Contract 1: Buildings. Contract N?? TIP-1,TIP-1,20150313,20150508,20150925,,Sole Agency,No,,"This contract is one of three concurrent construction contracts that together make up the Vanuatu Tourism Infrastructure Project (VTIP) at Port Vila, Vanuatu ??? reference GETS Advanced Notice RFX 6022186. The VTIP is being undertaken by Government of Vanuatu (GoV), partially funded by the New Zealand Ministry of Foreign Affairs and Trade (MFAT), to support the Vanuatu tourism sector by enhancing the tourist facilities at Port Vila. This contract covers construction at Port Vila of a new tourist reception building at the main cruise ship wharf, two new market buildings at the seafront precinct, and the associated demolition and building services work. The Conditions of Contract are based on NZS3910:2003 and the Principal will be the GoV. Beca International Consultants (Beca) have been engaged to manage this tender process. Interested parties should email Kane.Satterthwaite@beca.com as the authorised contract person to obtain a copy of the Request for Tender (RFT) document package or for more information.",Awarded,"Please note this post award notice is for administration purposes only by MFAT. The contract was awarded by the Government of Vanuatu (GoV). The successful and unsuccessful respondents have already been notified on the outcome.",20201117 New Zealand Aid Programme,9609733,Request for Tenders,Open Competition,CONTRACT for Vanuatu Tourism Infrastructure Project ???Contract 2: Upper Port Road Improvements. Contract N?? TIP-2,TIP-2,20150313,20150508,20150925,,Sole Agency,No,,"This contract is one of three concurrent construction contracts that together make up the Vanuatu Tourism Infrastructure Project (VTIP) at Port Vila, Vanuatu ??? reference GETS Advanced Notice RFX 6022186. The VTIP is being undertaken by Government of Vanuatu (GoV), partially funded by the New Zealand Ministry of Foreign Affairs and Trade (MFAT), to support the Vanuatu tourism sector by enhancing the tourist facilities at Port Vila. This contract covers improvements at Port Vila to the Wharf Road (high level) including pavement widening, pavement for the western port gate turning bay and associated channel and drainage works. The Conditions of Contract are based on NZS3910:2003 and the Principal will be the GoV. Beca International Consultants (Beca) have been engaged to manage this tender process. Interested parties should email Kane.Satterthwaite@beca.com as the authorised contract person to obtain a copy of the Request for Tender (RFT) document package or for more information.",Awarded,"Please note this post award notice is for administration purposes only by MFAT. The contract was awarded by the Government of Vanuatu (GoV). The successful and unsuccessful respondents have already been notified on the outcome.",20201117 New Zealand Aid Programme,9609834,Request for Tenders,Open Competition,CONTRACT for Vanuatu Tourism Infrastructure Project ??? Contract 3: Seafront Precinct. Contract N?? TIP-3,TIP-3,20150313,20150508,20150925,,Sole Agency,No,,"This contract is one of three concurrent construction contracts that together make up the Vanuatu Tourism Infrastructure Project (VTIP) at Port Vila, Vanuatu ??? reference GETS Advanced Notice RFX 6022186. The VTIP is being undertaken by Government of Vanuatu (GoV), partially funded by the New Zealand Ministry of Foreign Affairs and Trade (MFAT), to support the Vanuatu tourism sector by enhancing the tourist facilities at Port Vila. This contract covers work at Port Vila for the rehabilitation and development of two public waterfront spaces: the Seafront and Portside Precincts. This includes removal of existing structures and redundant facilities, seawall refurbishment and construction of a pier and a jetty, rock revetment and beach nourishment, roading, paths, public toilets, play grounds, other park amenities, drainage and landscaping. The Conditions of Contract are based on NZS3910:2003 and the Principal will be the GoV. Beca International Consultants (Beca) have been engaged to manage this tender process. Interested parties should email Kane.Satterthwaite@beca.com as the authorised contract person to obtain a copy of the Request for Tender (RFT) document package or for more information.",Awarded,"Please note this post award notice is for administration purposes only by MFAT. The contract was awarded by the Government of Vanuatu (GoV). The successful and unsuccessful respondents have already been notified on the outcome.",20201117 New Zealand Aid Programme,10732243,Request for Proposals,Open Competition,Review of Tourism and Hospitality Programmes of the National University of Samoa,PGT,20150408,20150420,20150421,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Government of Samoa in seeking the request for proposals from qualified consultants or training institutes. This is to conduct a comprehensive research and analysis to review the current Curriculum of the Certificate in Tourism and Hospitality and the Diploma in Tourism programme at the National University of Samoa to best suit the current and future needs of the tourism sector. This comes under the New Zealand Aid funded Tourism Cyclone Recovery Programme. (TCRP) All interested Respondents must submit their proposal in accordance with the Request for Proposal (the ???RFP???) document. Respondents who meet the Qualifications and Essential Criteria are required to submit application letter including detailed financial and works proposal with CV and 3 references. Applications must be received no later than 10.00am on Monday 20th April 2015. (Please note the times are in Samoa Time) Applications must be directed and submitted to: The Secretary Tenders Board Private Bag Ministry of Finance Level 4, Central Bank Building APIA, Samoa Late applications will not be considered. For more information, please contact Faamatuainu Suifua or Sheena Ng Lam on phone numbers 63500/ 63508 or emails faamatuainu@samoa.travel or sheena@samoa.travel",Awarded,MFAT Submissions - this is a partner government tender.,20201117 New Zealand Aid Programme,11128485,Request for Proposals,Open Competition,Activity Evaluation Services for Preventable Blindness Programmes In Pacific Island Countries.,EVAL PICS,20150504,20150525,20150708,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting the submission of proposals for the delivery of evaluation services for outputs across two phases. (the ???Activity???) 1) Inform decision making around the future investment in preventable blindness activities, and 2) Improve the design, management and implementation of any future activities that contribute to reducing preventable blindness in Pacific Island Countries. MFAT is seeking proposals from individuals, consultants or organisation with prior experience in health based evaluations of non-government organisations (NGO???s), use of development assistance criteria (DAC) and relevant country experience. The assignment is expected to take about 12 months commencing on the indicative contract. The scope of the evaluation will include: 1) A geographical focus on the Pacific region including Papua New Guinea: 2) Activities funded by the New Zealand Aid programme within the time period; 3) Scope to include (a) Pacific Regional Blindness Prevention Programme Phase 1-3; and (b) the Regional Eye Centre, Solomon Islands and (c) New Zealand Medical Treatment Scheme. Please review the attached terms of reference and the draft terms and conditions of Contract before responding. For all enquiries and clarifications please contact submissions@mfat.govt.nz",Awarded,"This is a file note to close out the procurement process, a successful contract was awarded and negotiated with Allen and Clarke. All the suppliers in the process have been notified by letters and notifications and offered debriefs.",20201117 New Zealand Aid Programme,16248122,Request for Proposals,Open Competition,"Te Mato Vai Project Stage 1 Rarotonga, Cook Islands.",TMV-RFP.002/2015,20150907,20150918,20150918,,Sole Agency,No,,"PROCUREMENT OF MATERIALS FOR THE COMMISSIONING OF THE RINGMAIN FOR THE TE MATO VAI PROJECT STAGE 1 RFP REFERENCE NO. TMV-RFP.002/2015 The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands, in seeking request for proposals (RFP's) from suitably qualified and experienced parties to provide the procurement of materials for the commissioning of the ringmain for the Te Mato Vai Project, Rarotonga, Cooks Islands. RFP documents will be available from the WATSAN website http://watsan.gov.ck, the Pacific Water and Wastes Association website http://www.pwwa.ws/, NZ Government Electronic Tenders Service http://www.gets.govt.nz/ from the Cook Islands Government Procurement website http://www.procurement.gov.ck/ and the Te Mato Vai Website http://www.tematovai.com/ Interested parties who have not registered at the time of downloading a copy of the RFP document will not be eligible to bid. All registrations must be emailed to peggy@kew.com.ws. Proposals must be delivered to the address below by 12:00pm, (Cook Islands time), 18 September 2015 in sealed envelopes and clearly marked as specified in the RFP document, to: Te Mato Vai Project Management Unit Avarua PO Box 3286 Rarotonga Cook Islands For all enquiries and correspondence, please contact: Russell Abrams Project Manager Project Management Unit russell@kew.com.ws Phone: +682 28 851 and CC to Adrian Teotahi CWS Team Leader/Asset Management Coordinator Project Management Unit adrian.teotahi@kew.com.ws Phone: +682 28 851",Awarded,File Note- this is a file note to close off the procurement in the system. This was posted on behalf of the Government of the Cook Islands. The procurement is being managed by them.,20201117 New Zealand Aid Programme,16379633,Request for Proposals,Open Competition,Test,,20150909,20150909,20150909,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16383343,Request for Proposals,Open Competition,test2,,20150909,20150909,20150909,,Sole Agency,No,,,Awarded,test run 2,20201117 New Zealand Aid Programme,16497944,Request for Quotations,Open Competition,Post Earthquake Seismic Engineering Assistance,Exemption,20150911,20150911,20150911,,Sole Agency,No,,Exemption,Awarded,Exemption,20201117 New Zealand Aid Programme,16498140,Request for Proposals,Open Competition,Design and Implementation - Building Business Support Services Networks in PICs,,20150911,20150911,20150911,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16498238,Request for Proposals,Open Competition,Evaluation of Legislative Drafting Assistance to Pacific Nations,,20150911,20150911,20150911,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16594397,Request for Proposals,Open Competition,Management Service Contractor,,20150914,20150914,20150914,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16596396,Request for Proposals,Open Competition,Massey-University of Mataram Agribusiness Innovation in Nusa Tenggara Barat,,20150914,20150914,20150914,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16603539,Request for Proposals,Open Competition,Papua New Guinea Fresh Produce Initiative: Mt Hagen Airport Cool Store,,20150914,20150914,20150914,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16683109,Request for Proposals,Open Competition,Scholarships selection support,,20150915,20150915,20150915,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16684047,Request for Proposals,Open Competition,Scholarships selection support,,20150915,20150915,20150915,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16684350,Request for Proposals,Open Competition,Technical Assistance to the Fiji Higher Education Commission,,20150915,20150915,20150915,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16685231,Request for Proposals,Open Competition,Technical Input into Indonesia Energy Portfolio,,20150915,20150915,20150915,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16685832,Request for Proposals,Open Competition,Tonga Village Network Upgrade Project S2 & 3: Probity Assurance Services,,20150915,20150915,20150915,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16820262,Request for Proposals,Open Competition,Funafuti Government Rooftop PV Installations,,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16820338,Request for Proposals,Open Competition,"Mekem Strong Soloman Islands Fisheries Phase 2 Activity, Team Leader and Institutional Development Advisor",,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16820487,Request for Proposals,Open Competition,Niue Primary School Infrastructure Project - Engineering,,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16820564,Request for Proposals,Open Competition,"PF 2-349 NIWA Improved governance, management and sustainability of the demersal line fishery in Tonga",,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16820940,Request for Proposals,Open Competition,Contract for Services Erromango Sandalwood Activity,,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16821110,Request for Proposals,Open Competition,"Solomon Islands Programme, Works Division Adviser (Honiara City Council)",,20150921,20150921,20150921,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16824615,Request for Proposals,Open Competition,Energy Services Panel to Support International Development,,20150922,20151030,20161028,,Sole Agency,No,,"The New Zealand Aid Programme presently operates a panel of pre-qualified companies and individuals offering professional services in a variety of energy sectors. Having reviewed the needs of upcoming projects, the Ministry has identified a benefit in adding additional expertise in the following areas: - Technical and advisory services in Geothermal Energy. - Appraisal Services (across all energy sectors) ??? to accompany MFAT staff on missions and/or offer appraisal and peer review services of MFAT Activity designs and implementation outputs. (MFAT considers that individuals or sole-proprietorships will be best placed to offer this niche Appraisal Service.) Please note that Professional Indemnity insurance is a requirement for inclusion on the Energy Panel. Successful respondents will be engaged under and Head Contract (Deed of Standing Offer) which agrees terms, conditions and rates. Individual assignments will be awarded in accordance with the Panel procedures and contracted as individual Statements of Work. For more information about the Panel operation see Appendix 4. The term of the Energy Panel is scheduled to expire on 30 October, 2017.",Awarded,Awarded to include the addition of 14 new panel members.,20201117 New Zealand Aid Programme,16824747,Request for Proposals,Open Competition,Colombia Dairy Value Chain Project,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16824876,Request for Proposals,Open Competition,Fiji Dairy Short Term Training Courses and Recruitment of Extension Worker,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16824913,Request for Proposals,Open Competition,Indonesia Development of the National Disaster Response Framework,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16824969,Request for Proposals,Open Competition,PF 4-438: Improving water resource management and use to enhance agricultural development in Columbia and Ecuador,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825025,Request for Proposals,Open Competition,Procurement Adviser for the Vanuatu Correctional Services Partnership,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825076,Request for Proposals,Open Competition,Timor-Leste: Redesign of Community Policing Support in Timor-Leste,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825124,Request for Proposals,Open Competition,Vanuatu Correctional Services Partnership Coordinator,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825220,Request for Proposals,Open Competition,"ASEAN Regional Programme, Design of ASEAN English Languaue Training and Related Services",,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825525,Request for Proposals,Open Competition,Contract for Services Erromango Sandalwood Activity,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825590,Request for Proposals,Open Competition,English Language Training for Lao PDR ASEAN Officials,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825611,Request for Proposals,Open Competition,Kiribati Housing Procurement and MSQA Services,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825667,Request for Proposals,Open Competition,New Zealand Partnerships for International Development Fund: PF 4-439: Cool Season Crop Improvement Programme for Nepal,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825726,Request for Proposals,Open Competition,PF 4-438 Improving water resource management and use to enhance agriculture development in Colombia and Ecuador,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825792,Request for Proposals,Open Competition,Audit of the New Zealand Nauru Operational Account,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825836,Request for Proposals,Open Competition,New Zealand Partnerships for International Development Fund: PF 4-439: Cool Season Crop Improvement Programme for Nepal,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825869,Request for Proposals,Open Competition,"PNG Programme, Technical Advisor for Rural On-Grid Extension Project",,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825906,Request for Proposals,Open Competition,Project Development Services Tsak Valley PNG,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16825975,Request for Proposals,Open Competition,Rakhine Winter Crop Activity,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16826000,Request for Proposals,Open Competition,"Viet Nam, Binh Dinh Safe Vegetables",,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16826088,Request for Proposals,Open Competition,"Contract For Services - Rural On Grid Extension Project - Central Province, PNG",,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16826123,Request for Proposals,Open Competition,Milk Chilling Centre Upgrades for the Fiji Dairy Development Initiative,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16826155,Request for Proposals,Open Competition,Milk Chilling Centre Upgrades for the Fiji Dairy Development Initiative,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,Rule 15 - 9 (d)(i) - The original contract was openly advertised.,20201117 New Zealand Aid Programme,16826247,Request for Proposals,Open Competition,Design and Implementation - Builiding Business Support Services Networks in PICs,,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16826282,Request for Proposals,Open Competition,"Interim Director of Fisheries, Kiribati",,20150922,20150922,20150922,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828126,Request for Proposals,Open Competition,Kiribati Marine Beacon and VHF design and project management,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828322,Request for Proposals,Open Competition,Administrator Services for the Oceanic Customs Organisation (OCO) Secretariat,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828394,Request for Proposals,Open Competition,"Development of a Concept Note and Activity Design Document for a Rural Economic Development Activity in Rakhine Stat, Myanmar",,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828433,Request for Proposals,Open Competition,Fiji Evacuation Upgrade: Contract Tender and Construction Supervision,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828467,Request for Proposals,Open Competition,"Latin America and Caribbean Regional Programme, Caribbean Geothermal Workshop",,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828493,Request for Proposals,Open Competition,Logistics Support for the Solomon Islands Inland Revenue Division,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828542,Request for Proposals,Open Competition,"NZ MFAT: Samoa PV Tranche 1, Part 2",,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828613,Request for Proposals,Open Competition,Caribbean Geothermal Workshop Logistics,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828657,Request for Proposals,Open Competition,Kiribati Maritime Safety Vessel Construction Contract,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16828713,Request for Proposals,Open Competition,Logistics Support for the Solomon Islands Inland Revenue Division,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829154,Request for Proposals,Open Competition,MSSIF Offshore Fisheries Advisor,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829193,Request for Proposals,Open Competition,Pacific Biosecurity Coordinator,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829216,Request for Proposals,Open Competition,Rarotonga Airport West PV Installation,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829262,Request for Proposals,Open Competition,Samoa Dog Control Shelter Design and Supervision,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829290,Request for Proposals,Open Competition,Solomon Island Tax Commissioner,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829319,Request for Proposals,Open Competition,Veterinary Support Fiji Livestock Sector - Principal Veterinary Officer,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829642,Request for Proposals,Open Competition,Cook Islands Renewable Energy - Northen Group,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16829685,Request for Proposals,Open Competition,Kiribati Maritime Safety Vessel Construction Contract,,20150923,20150923,20150923,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16830957,Request for Proposals,Open Competition,MISSIF Inshore Fisheries Advisor,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16830990,Request for Proposals,Open Competition,PF 2-344 Counties Manukau District Health Board Neonatal Education and Development Activity in Fiji,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831036,Request for Proposals,Open Competition,Solomon Islands Emergency Flood Response Replacement of Old Mataniko Bridge,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831273,Request for Proposals,Open Competition,Solomon Islands Public Financial Management Advisor,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831304,Request for Proposals,Open Competition,Tuvalu Renewable Energy Porjects (Outer Islands),,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831733,Request for Proposals,Open Competition,Veterinary Support Fiji Livestock Sector - Principal Veterinary Officer,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831827,Request for Proposals,Open Competition,Design of an Economic Development Activity in Eastern Indonesia,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831918,Request for Proposals,Open Competition,Kiribati - Maritime Safety in-Country Project Coordinator,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16831953,Request for Proposals,Open Competition,"Latin America and the Caribbean Programme, Design of the Colombia Dairy Initiative",,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832014,Request for Proposals,Open Competition,Oceans Research Project,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832166,Request for Proposals,Open Competition,PF 2-342 The Cook Islands Emergency Response Service,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832294,Request for Proposals,Open Competition,Quality Teaching and Learning for Basic Education in Tonga: Inception Phase,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832312,Request for Proposals,Open Competition,"Solomon Islands Inland Revenue Division, Logistics and Contract Support - Phase 1",,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832327,Request for Proposals,Open Competition,Technical and Training Support to the ASEAN Humanitarian Assistance Centre 2014 - 2016 Implementation Phase,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832548,Request for Proposals,Open Competition,Design of an Economic Development Activity in Eastern Indonesia,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832624,Request for Proposals,Open Competition,Pacific Literacy and School Leadership Programme,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832723,Request for Proposals,Open Competition,Samoa Tourism Support Porramme: Tourism Project Officer,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832792,Request for Proposals,Open Competition,"Solomon Islands Inland Revenue Division, Logistics and Contract Support - Phase 1",,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832814,Request for Proposals,Open Competition,Tuvalu Fisheries Building Design and MSQA,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16832975,Request for Proposals,Open Competition,Aquaculture Development in Timor-Leste,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16833130,Request for Proposals,Open Competition,Caribbean Geothermal Advisor Preparatory Visit,,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16833185,Request for Proposals,Open Competition,Technical Assistance (TMV Detailed Design & Construction),,20150924,20150924,20150924,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16847523,Request for Proposals,Open Competition,Caribbean Geothermal Advisor Preparatory Visit,,20150930,20150930,20150930,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16847577,Request for Proposals,Open Competition,Early Childhood Education National Liason Officer,,20150930,20150930,20150930,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16848529,Request for Proposals,Open Competition,Joint Evaluation of Timor-Leste Community Policing,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16848571,Request for Proposals,Open Competition,"Papua New Guinea, Foreign Service Training Programme (FSTP)",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16848650,Request for Proposals,Open Competition,"Scholarships Programme, Management of Short Term Training Awards",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16848907,Request for Proposals,Open Competition,"Solomon Islands, Literacy Advisor",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16848974,Request for Proposals,Open Competition,Beef Sector Training Initiative in Botswana,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849018,Request for Proposals,Open Competition,"English Language Teacher Capacity Building, Myanmar",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849434,Request for Proposals,Open Competition,Kiribati Fisheries Training Strengthening,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849490,Request for Proposals,Open Competition,Kiribati Solid Waste Management Equipment (Green Bag Truck),,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849523,Request for Proposals,Open Competition,National Advisor Preschool and Early Learning Curriculum Training,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849593,Request for Proposals,Open Competition,New Zealand Partnerships for International Development Fund: PF 3-402 Transforming agriculture for economic prosperity and poverty reduction through strengthened veterinary educaiton in Sri Lanka,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849612,Request for Proposals,Open Competition,Preschool and Early Learning Curriculum Training Advisor,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849882,Request for Proposals,Open Competition,Transformation of Basic Education Tokelau,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16849946,Request for Proposals,Open Competition,Arrangement on Delegated Co-Operation,,20151001,20151001,20151001,,Sole Agency,No,,,Not Awarded,,20201117 New Zealand Aid Programme,16850040,Request for Proposals,Open Competition,"ASEAN Programme, English Language Training for Myanmar Officials",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,Contract falls under Rule 15 - 9 (c)(i)(ii)(iii),20201117 New Zealand Aid Programme,16850298,Request for Proposals,Open Competition,"Biocontrol for Sustainable Farming Systems, Ecuador",,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16850428,Request for Proposals,Open Competition,Evaluation of Infrastructure investment in the Pacific,,20151001,20151001,20151001,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16851666,Request for Proposals,Open Competition,Meteorological Forecasting and Monitoring for the Southwest Pacific Cyclone Season 2014 - 2017,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16851822,Request for Proposals,Open Competition,Samoa Renewable Energy Partnership: Technical Assistance Programme,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16852016,Request for Proposals,Open Competition,"Solomon Islands Progrmme, Interim Works Division Adviser (Honiara City Council)",,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16852180,Request for Proposals,Open Competition,Transformation of Basic Education Tokelau,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16852345,Request for Proposals,Open Competition,Biocontrol for Sustainable Farming System Ecuador,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16852615,Request for Proposals,Open Competition,Building resilience to Biosecurity threats from invasive species throrughout the Pacific,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853275,Request for Proposals,Open Competition,Te Vaka Moana Programme Coordinator,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853322,Request for Proposals,Open Competition,Technical Advisor Philippine Red Cross,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853366,Request for Proposals,Open Competition,Transform Basic Education Tokelau,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853520,Request for Proposals,Open Competition,Borrow Pits Remediation Project,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,Exemption Under Rule 15 - 9 (ii)(iii),20201117 New Zealand Aid Programme,16853625,Request for Proposals,Open Competition,Country Programme Evaluations,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853735,Request for Proposals,Open Competition,Infrastructure Skills Training in Timor-Leste,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853942,Request for Proposals,Open Competition,Kiribati Housing Project,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16853961,Request for Proposals,Open Competition,"PF 2-349 NIWA Improved governance, management and sustainability of the demersal line fishery in Tonga",,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16854016,Request for Proposals,Open Competition,Viet Nam - New Zealand Downstream Community Safety Initiative Phase 2,,20151002,20151002,20151002,,Sole Agency,No,,,Awarded,Exemption Rule 15 - 9 d (i)(ii)(iii),20201117 New Zealand Aid Programme,16869873,Request for Proposals,Open Competition,"Warehousing, Management and Freight Forwarding Services for New Zealand's Humanitarian Relief Supplies",PHM,20151009,20151109,20170214,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of responses from suitably qualified and experienced organisations (including consortia) to provide warehousing, management and freight forwarding services for its humanitarian relief supplies. (the ???Activity???). These supplies are dispatched in short timeframes to Pacific and Asia countries during emergency and humanitarian events at MFAT???s request. The goal of the contract is to provide a streamlined end to end supply chain that supports the efficient and effective distribution of relief supplies from New Zealand. The service is expected to be available 24/365 (on call). The anticipated contract term is for a 3 year period that may be extended for a further 2 year period. The contract will include: ??? The provision of an Auckland based warehouse operation; ??? Purchasing of supplies on behalf of MFAT; ??? Picking and packing of supplies; ??? Transportation of the supplies to designated departure locations; ??? Freight forwarding services to the destination countries; ??? Management of all associated documentation including customs requirements and declarations; Examples of the relief supplies dispatched from New Zealand include tarpaulins for shelter, collapsible water bottles, generators, tool kits and chainsaws. The successful supplier(s) will be instructed to purchase and manage the supplies on MFAT???s behalf from its nominated suppliers of relief supplies. New Zealand???s requirements for response include the Pacific Cyclone season, which is typically November to March. For all enquiries and correspondence contact Hayden Mischefski at submissions@mfat.govt.nz",Not Awarded,Procurement Terminated.,20201117 New Zealand Aid Programme,16908566,Request for Proposals,Open Competition,"Development of a humanitarian monitoring and evaluation framework, guidance and tools and evaluative case study of the NZ response to Tropical Cyclone PAM",,20151021,20151021,20151021,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16908641,Request for Proposals,Open Competition,"In-country English Language Teaching (IC-ELT), New Zealand ASEAN Scholarships (NZAS) Pre-award Mangement, and Associated Services in Cambodia, Indonesia, Lao PDR and Myanmar",,20151021,20151021,20151021,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16909020,Request for Proposals,Open Competition,Kiribati MTC Fishing Training Platform,,20151021,20151021,20151021,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16909101,Request for Proposals,Open Competition,"Pacific Maritime Safety Programme Phase two, Pacific Maritime Sector Project Manager",,20151021,20151021,20151021,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16912748,Request for Proposals,Open Competition,"Pacific Regional Navigation Initiative, Pacific Maritime Sector Project Manager",,20151022,20151022,20151022,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,16921571,Request for Proposals,Open Competition,Materials for the Installation of Water Meters for the Te Mato Vai Project,TMV-RFP.003/2015,20151023,20151109,20160212,,Sole Agency,No,,"PROCUREMENT OF MATERIALS FOR THE TE MATO VAI WATER METERS INSTALLATION, RFP REFERENCE NO. TMV-RFP..003/2015 The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands, in seeking request for proposals (RFP's) from suitably qualified and experienced parties to provide the procurement of materials for the installation of water meters for the Te Mato Vai Project, Rarotonga, Cooks Islands. RFP documents will be available from the WATSAN website http://watsan.gov.ck, the Pacific Water and Wastes Association website http://www.pwwa.ws/, NZ Government Electronic Tenders Service http://www.gets.govt.nz/ from the Cook Islands Government Procurement website http://www.procurement.gov.ck/ and the Te Mato Vai Website http://www.tematovai.com/ Interested parties who have not registered at the time of downloading a copy of the RFP document will not be eligible to bid. All registrations must be emailed to peggy@kew.com.ws. Proposals must be delivered to the address below by 12:00pm, (Cook Islands time), 09 November 2015 in sealed envelopes and clearly marked as specified in the RFP document, to: Te Mato Vai Project Management Unit Avarua PO Box 3286 Rarotonga Cook Islands For all enquiries and correspondence, please contact: Russell Abrams Project Manager Project Management Unit russell@kew.com.ws Phone: +682 28 851 and CC to Adrian Teotahi CWS Team Leader/Asset Management Coordinator Project Management Unit adrian.teotahi@kew.com.ws Phone: +682 28 851",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17004849,Request for Proposals,Open Competition,Supply and Deployment of Temporary Voice and Data Telecommunications Systems in an Emergency,PHM SAT,20151118,20151217,20161223,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of Responses from suitably qualified and experienced organisations (including consortia) to provide emergency voice and data telecommunication systems for deployment during New Zealand???s humanitarian responses for 3 years. MFAT leads and coordinates New Zealand???s response to natural disasters in the Pacific and South East Asia in support of affected governments. We use a range of approaches in our responses, from directly purchasing relief supplies for distribution to affected communities to targeted technical assistance, competitive funding for NGO projects, and grant contributions to leading responders and global pooled funds. Under this RFP, MFAT invites proposals for either the dedicated hire and deployment of emergency communications systems or the sale of systems where deemed to be cost effective. New Zealand???s requirements for emergency response focus primarily on the Pacific Cyclone season, which is typically November to March, however year-round availability is required.",Awarded,Awarded to Wright Satellite Communications Limited.,20201117 New Zealand Aid Programme,17019782,Request for Proposals,Open Competition,Agricultural Technical Assistance in Africaa Initial Mission,,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17019822,Request for Proposals,Open Competition,ASEAN English Language Training and Related Services,,20151123,20151123,20170602,,Sole Agency,No,,,Not Awarded,"This award notice has been posted for administrative purposes only. Please note this is a duplicate award notice - Refer to RFx ID 6912783 for details of stage one of this procurement - Refer to RFx ID 16825220 for the award notice",20201117 New Zealand Aid Programme,17019830,Request for Proposals,Open Competition,Panel of Suppliers for the 2015-2018 Programme Evaluations,IDG 2015-18 Panel,20151126,20151223,20160330,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is inviting submissions of responses from suitably qualified and experienced providers to apply to manage and deliver a schedule of Programme evaluations. The purpose of the evaluations is to: ??? Decision-making: shape our future strategic direction and inform decision-making on our development interventions. ??? Learning: to identify what works and what does not, and apply lessons learnt to continuously improve the delivery of our development assistance. ??? Accountability: to help account to tax payers, partner countries and other stakeholders for the resources provided and the difference they have made. Programme evaluations also assess our performance in managing the Programme, including how well we have managed relationships with our partner countries (on delivery and policy dialogue) and key stakeholders, and how effectively we have applied the development effectiveness principles. Programme evaluations allow a big picture view of what is being achieved across the full suite of New Zealand engagements in each Programme and the overall coherence and strategic direction of that contribution. MFAT envisage that the evaluation will start in February/March 2016. Further details of the work and the skills required are contained in the attached Terms of Reference.",Not Awarded,"Awarded to 4 Suppliers - IOD PARC, ASI, Allen & Clarke and Sapere Research Group.",20201117 New Zealand Aid Programme,17019885,Request for Proposals,Open Competition,"Caribbean, University of West Indies Seismic Research Centre Volcanic Monitoring Activity Implementation",,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17019935,Request for Proposals,Open Competition,Co-Funding Agreement - Tininga Highlands Fresh Produce Supply Chain,,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020001,Request for Proposals,Open Competition,Contract for Service for the delivery of agriculture drought adaption strategies in PNG Highlands,,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020048,Request for Proposals,Open Competition,Dairy Extension Manager,,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020130,Request for Proposals,Open Competition,"In-country English Language Teaching (IC-ELT), New Zealand ASEAN Scholarships (NZAS) Pre-award Management and Associated Services in Cambodia, Indonesia, Lao PDR and Myanmar",,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020270,Request for Proposals,Open Competition,Kiribati MTC Fishing Training Programme,,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020337,Request for Proposals,Open Competition,"Mekem Stong Solomon Islands Fisheries Phase 2 Activity, Human Resource Development Adviser",,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17020397,Request for Proposals,Open Competition,Pacific Aeronautical Charting and Procedure Project (PACP),,20151123,20151123,20151123,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17082089,Request for Proposals,Open Competition,"Request for Proposal for Evaluation Services (Financial, Legal and Economic)",PGT for MFEM,20151216,20160122,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking suitable companies, groups or individuals to submit a tender for the provision of evaluation services concerning the underwriting of direct air services between Sydney and Rarotonga, and Los Angeles and Rarotonga. This evaluation will contain two components, and interested parties are invited to submit proposals for one or both components. The first component is a Financial and Contract Review of the existing contract (requiring technical aviation industry analysis), while the second component will be an Economic, Social and Environmental Review of the underwrite agreement and the associated costs and benefits to the Cook Islands. For all information in regards to the Request for Proposal for Evaluation Services ???Air New Zealand Underwrite, including the tender documents please visit: http://procurement.gov.ck/current-tenders Or the Ministry of Finance and Economic Management website: http://www.mfem.gov.ck Or contact: Mr Tristan Metcalfe for all correspondence Email:tristan.metcalfe@cookislands.gov.ck Phone: +682 29511 ext 8314 Tenders Close: 3pm Friday 22 January 2016 Cook Island Time",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17086214,Request for Tenders,Open Competition,Public Expenditure Review on Health for the Cook Islands,Partner Govt,20151218,20160122,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking suitable companies, groups or individuals to submit a tender for the provision of a review of public expenditure on health. The public expenditure review will be assist the Cook Islands and the New Zealand governments to forecast health spending in the Cook Islands to meet the functions stipulated in the Ministry of Health Act 2013, the goals of the National Health Strategy and the National Sustainable Development Goals particularly in the area of staff remuneration, ICT, disease burden particularly on Non Communicable Diseases (NCDs), professional development and health infrastructure. Tender documents and specification can be uplifted from the Funding & Planning office of the Ministry of Health in Tupapa, is available on website www.health.gov.ck; www.mfem.gov.ck or contact Mrs Ana Mataitini on ph 29664 ext 710, fax 23109 or email: roana.mataitini@cookislands.gov.ck. Tenders Close: 22 January 2016 at 3.00pm. (Cook Island Time)",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17093323,Request for Proposals,Open Competition,Co-funding agreement,,20151222,20151222,20151223,,Sole Agency,No,,,Awarded,,20201117 New Zealand Aid Programme,17097593,Request for Tenders,Open Competition,Services to the Cook Islands International Civil Aviation Organisation,Partner Government,20151224,20160126,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking suitable companies, groups or individuals to submit a tender for the provision of Technical Assisstance to implement the Cook Islands International Civil Aviation Organisation Universal Safety Oversight Audit Programme and Continuous Monitoring Approach Corrective Action Plan. Tender documents can be obtained from the Development Coordination Division, MFEM, Level 3, Cook Islands Government Building, Avarua or downloaded from the Cook Islands Government Procurement website: http://procurement.gov.ck For any enquiries please contact: Lavinia Tama Email: lavinia.tama@cookislands.gov.ck Ph: +682 29521 Tender Closes: 3pm Tuesday 12th January, 2015 (Cook Islands Time).",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17097873,Request for Proposals,Open Competition,Evaluation of Cook Islands Social Impact Fund,Partner Government,20151224,20160118,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking suitable companies, groups or individuals to submit a tender for the to submit a proposal for the provision of evaluation services of the Cook Islands Social Impact Fund (SIF). The evaluation is being conducted to identify learnings focused on SIF and inform decision making on the future of the SIF. For further information with regards to the Request for Proposals for the Evaluation of the Cook Islands Social Impact Fund, including the tender documents please visit: http://procurement.gov.ck/current-tenders Or the Cook Islands Ministry of Internal Affairs website: http://www.intaff.gov.ck/ Or contact the Evaluation Managers: Angeline Tuara Email: angeline.tuara@cookislands.gov.ck Phone: +682 29378 Hilary Gorman Email: hilary.gorman@mfat.govt.nz Phone: +682 22201 ext 24 Tenders Close: 3pm Monday January 18 2016, Cook Islands time",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17103348,Request for Tenders,Open Competition,Purchase of Consultancy Services - Financial and Systems,Partner Government,20160108,20160121,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking suitable companies, groups or individuals to respond to their RFT. The Cook Islands Ministry of Finance and Economic Management (MFEM) wishes to engage a high level accounting and systems consultant for a period of 6 months from January ??? May 2016 to play a lead role in managing the selection of a centralised Financial Management Information System. For further information and to download RFT documentation please visit: http://procurement.gov.ck Or contact: Mr Russell Hynd Email: russell.hynd@cookislands.gov.ck Phone: +682 29511 ext 8307 Tenders Close: 4pm Thursday 21 January 2016 (Cook Islands Time)",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17135893,Request for Proposals,Open Competition,Design and Implementation of a Dairy Extension Services Support Activity in Zambia,GLO-DESSZ,20160121,20160218,20160830,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement a dairy extension services support activity in Zambia. The goal of this dairy extension services support initiative in Zambia (hereinafter referred to as the Activity) is to improve the productivity and profitability of small holder farms by strengthening agricultural extension services in Zambia. The Activity is expected to contribute to the New Zealand Aid Programme Strategic Plan 2015-2019 outcome of ???increase economic and food security benefits from agriculture???. The Activity will be completed in two separate Phases. Phase One is to design the Activity, based on the approved Activity Concept Note, and produce an Activity Design Document (ADD). The scope of services conducted under Phase Two - implementation of the Activity - will be determined during Phase One. This is likely to include development and delivery of a dairy extension programme in partnership with public and private extension workers. The Activity will look to build capacity of farmer organised milk collection centres and strengthen links to the formal processing sector through improved milk quality testing and payment systems to better incentivise behaviour change. The Activity has a total value of up to NZ$5.5 million, including the cost of the design phase, and will be implemented over five years. Phase One is expected to be completed during 2016, with implementation of the Activity to start around September 2016. Details of the work, desired team skills and resources required are contained in the Terms of Reference. Please log into www.gets.govt.nz and search for this RFx to view the full document package.",Not Awarded,"Please note: (1) Contract awarded to Prime Consulting International Limited (2) This award notice has been posted by MFAT for administrative purposes only. (3) The successful and unsuccessful respondents have already been notified on this outcome.",20201117 New Zealand Aid Programme,17138203,Request for Tenders,Open Competition,Development of Models and Recommendations on the Medium Term Infrastructure Plans for the Education Sector in the Cook Islands,Partner Govt on behalf of,20160126,20160204,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking through its Ministry of Education (MOE), a suitably qualified company or individual to submit a tender for the provision of Technical Assistance to provide services for the Development of Models and Recommendations on Medium Term Infrastructure Plans for the Education Sector in the Cook Islands. Tender documents and specifications can be obtained from the Ministry of Education in Nikao or downloaded from the Cook Islands Government Procurement website: http://procurement.gov.ck For all enquiries please contact: Gail Townsend Email: gail@education.gov.ck Ph: +682 29357 Tender Closes: 3:00 pm on Thursday 4th February 2016 (Cook Islands Time).",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17154371,Request for Tenders,Open Competition,Tourism Consultancy Services - Investment Strategy and Prospectus for the Development of Tourism in the Cook Islands.,Partner Govt on behalf of,20160126,20160208,20160212,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking through the The Cook Islands Tourism Corporation (CITC) , a suitably qualified company or individual to submit a tender for the provision of Technical Assistance to provide services to conduct the development of an Investment Strategy and Prospectus for the development of Tourism in the Cook Islands. Tender documents and specifications can be obtained from the Cook Islands Tourism Corporation Office in Avarua or downloaded from the Cook Islands Government Procurement website: http://procurement.gov.ck For any enquiries please contact: Halatoa Fua Email: halatoa.fua@cookislands.gov.ck Ph: +682 29435 Tender Closes: 3pm Monday 8th February, 2016 (Cook Islands Time).",Not Awarded,FILE NOTE: this was posted on behalf of the Cook Island's nominated contact person. For all enquiries contact their offices directly.,20201117 New Zealand Aid Programme,17177188,Request for Tenders,Open Competition,Strengthening Immigration Cook Island,Partner Government,20160203,20160215,20160330,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Ministry of Foreign Affairs and Immigration (MFAI) seeks a suitably qualified company or individual to submit a tender for the provision of Technical Assistance to finalise the draft Immigration policy, develop standard operating procedures and provide recommendations for legislative change. Tender documents and specifications can be obtained from the Ministry of Foreign Affairs and Immigration Office in Avarua or downloaded from the Cook Islands Government Procurement website: http://procurement.gov.ck For any enquiries please contact: Kairangi Samuela Email: kairangi.samuela@cookislands.gov.ck Ph: +682 29347 Tender Closes: 4pm Monday 15th February, 2016 (Cook Islands Time).",Not Awarded,"This GETS notice has been posted by MFAT for administration purposes only. This process was a partner government tender, for and on behalf of the Cook Islands Government.",20201117 New Zealand Aid Programme,17202712,Request for Proposals,Open Competition,Project Manager for the Manihiki Lagoon Clean Up,Partner Government,20160212,20160224,20160330,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting The Government of the Cook Islands in seeking through the MFEM and Ministry of Marine Resources, a suitably qualified company or individual to submit a tender for the provision of project management oversight for planning and the implementation of the Manihiki Lagoon Clean Up, the final phase to this three year Pearl Revitalisation Project. Tender documents can be obtained from the Development Coordination Division, MFEM, Level 3, Cook Islands Government Building, Avarua. For all enquiries please contact: Michelle Aisake Email: michelle.aisake@cookislands.gov.ck Ph: +682 29521 Tender Closes: 3pm Tuesday 24th February, 2016 ??? Cook Islands Time http://procurement.gov.ck/current-tenders http://procurement.gov.ck/tender=1271",Not Awarded,"This GETS notice has been posted by MFAT for administration purposes only. This process was a partner government tender, for and on behalf of the Cook Islands Government.",20201117 New Zealand Aid Programme,17251194,Request for Proposals,Open Competition,East Indonesia Innovative Farm Systems and Capability for Agribusiness Activity,,20160226,20160226,20160226,,Sole Agency,No,,,Not Awarded,Awarded to Massey University under exemption #36142,20201117 New Zealand Aid Programme,17265975,Request for Proposals,Open Competition,Indonesia Early Childhood Education Technical Advisor,Indonesia ECE TA,20160304,20160405,20161028,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to provide Early Childhood Education Sector Technical Advisor Services to support early childhood education objectives as outlined in the Terms of Reference. (See Attachment One) The Adviser will support the implementation of the UNICEF-MFAT Early Childhood Education (ECE) Activity in Indonesia (the ???Activity???). The outcome of the activity is to improve the quality and access to early childhood education for up to 7,400 children in remote rural communities in Nusa Tenggara Timor province. The Activity outcomes to be achieved are: ??? Capacity building and professional development delivery; ??? ECE centre facilities repaired and upgraded to provide water, sanitation, play and learning environments; ??? Strengthened management of community based ECE services; ??? Parent and teacher associations; ??? Local policy development, quality assurance and monitoring; ??? Study tours to explore ECE policy and governance. MFAT envisages that the Adviser will work with UNICEF to provide high-level analysis and technical inputs to ensure quality delivery of the Activity and robust monitoring and evaluation. The Activity will run for a four year period (2016-2020) and it is expected that the Adviser will work on a fly in fly out model throughout this time, as well as providing some online engagement and remote support when not in country. Details of the work, desired skills and resources required are contained in the Terms of Reference (see Attachment One).",Awarded,Awarded to Massey University,20201117 New Zealand Aid Programme,17470513,Request for Proposals,Open Competition,Ethiopia Dairy Development Activity,SED-EDDA,20160429,20160624,20161223,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement an Ethiopia Dairy Development Activity (the Activity). The goal of the Activity is to develop a commercially sustainable Ethiopian dairy sector that is inclusive of smallholder dairy farmers. The Activity will support Ethiopian priorities as outlined in the Government policy document Growth and Transformation Plan II 2015-2020 (GTP II). Outcomes to be achieved are: ??? increased contribution to GDP by substituting existing, or future increases, in milk powder imports and developing export potential; ??? increased net farm household income; and ??? increased women???s empowerment in agriculture.",Awarded,,20201117 New Zealand Aid Programme,17512374,Request for Quotations,Open Competition,Rainwater Harvesting - Supply of Materials and Parts for South Tarawa,KiribatiWASH,20160513,20160613,20160727,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the New Zealand High Commission - Tarawa is inviting the submission of quotes to provide rainwater harvesting materials and associated freight to South Tarawa, Kiribati. A materials list and summary of service requirements is contained in Attachment One, Terms of Reference. The Republic of Kiribati has a total population of over 100,000 with about half living in South Tarawa. In the context of the water, sanitation and hygiene (WASH) sector, accelerating population growth highlights the insufficient safe water supply, especially in the urban areas. With its high density and population growth rate, South Tarawa already faces significant unmet demand for water which is primarily sourced through groundwater extraction. The aim of this Activity is to provide materials suitable for use in collecting and storing rainwater for potable uses.",Awarded,,20201117 New Zealand Aid Programme,17521778,Request for Proposals,Open Competition,Design and Implementation of a Samoa Coco Industry Development Initiative,SCIDI,20160517,20160615,20160830,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and potentially implement a Samoa Coco Industry Development Initiative. The goal of the Samoa Coco Industry Development initiative (hereinafter referred to as the Activity) is to ensure sustainable growth of the cocoa sub-sector through increased investment. In particular, the initiative aims to increase returns to cocoa farmers, as well as to increase the volume of cocoa exports through a sustainable production and quality management base. The services will be completed in two separate Phases. Phase One is to design the Activity, based on the approved Activity Concept Note, and produce an Activity Design Document (ADD). The scope of services conducted under Phase Two - implementation of the Activity - will be determined during Phase One. This is likely to include developing a system for improving crop husbandry and cocoa yields and increasing the planted area; and developing systems and infrastructure for improved cocoa processing. The Activity will build industry coordination to drive initiatives which will increase the quantity, and improve the quality, of cocoa for export. MFAT envisage that the Activity implementation would be a 5-year intervention (depending on the Activity design) starting in November 2016, with an indicative budget of NZ$5M. Details of the work, desired team skills and resources required are contained in the Terms of Reference (TOR). Please log into www.gets.govt.nz and search for this RFx to view the TOR and full RFP document package.",Not Awarded,"Please note: * Contract awarded to The AgriChain Centre Limited * This award notice has been posted by MFAT for administrative purposes only. * The successful and unsuccessful respondents have already been notified on this outcome.",20201117 New Zealand Aid Programme,17544532,Request for Proposals,Open Competition,Fiji Electrical Distribution Network,,20160524,20160524,20160524,,Sole Agency,No,,,Not Awarded,Awarded to Powernet Limited,20201117 New Zealand Aid Programme,17544894,Request for Proposals,Open Competition,Fiji Electricity Distribution Network,,20160524,20160524,20160524,,Sole Agency,No,,,Not Awarded,Awarded to Northpower Limited,20201117 New Zealand Aid Programme,17544962,Request for Proposals,Open Competition,Kiribati Urban Development Coordinator,,20160524,20160524,20160524,,Sole Agency,No,,,Not Awarded,"Awarded to Cushing, Kathleen (Exemption applied)",20201117 New Zealand Aid Programme,17545244,Request for Proposals,Open Competition,Vanuatu Cyclone Recovery and Economic Strengthening Programme: Essential Curriculum Materials and Equipment Replacement for Schools,,20160524,20160524,20160524,,Sole Agency,No,,,Not Awarded,Awarded to Coffey International Development Pty Limited (exemption applied),20201117 New Zealand Aid Programme,17568487,Request for Proposals,Open Competition,Agriculture Sector Research in Papua New Guinea and Vanuatu,,20160531,20160531,20160531,,Sole Agency,No,,,Not Awarded,Awarded to Tuia International,20201117 New Zealand Aid Programme,17568534,Request for Proposals,Open Competition,Scholarships Applications Peak Processing Support - 2016,,20160531,20160531,20160531,,Sole Agency,No,,,Not Awarded,Awarded to Kelly Services (New Zealand) Limited,20201117 New Zealand Aid Programme,17568578,Request for Proposals,Open Competition,Industry Marketing and Communications Technical Adviser,,20160531,20160531,20160531,,Sole Agency,No,,,Not Awarded,Awarded to Megan Thompson,20201117 New Zealand Aid Programme,17582377,Request for Proposals,Open Competition,"Binh Dinh Province Safe Vegetables Project, Viet Nam",40800,20160607,20160607,20160607,,Sole Agency,No,,,Not Awarded,Awarded to The New Zealand Institute for Plant and Food Research Limited,20201117 New Zealand Aid Programme,17582649,Request for Proposals,Open Competition,Bespoke English Language Training for Officials Services (BELT),,20160607,20160607,20160607,,Sole Agency,No,,,Not Awarded,Awarded to Victoria Link Ltd,20201117 New Zealand Aid Programme,17588664,Request for Proposals,Open Competition,Fiji Distribution Network,40715,20160609,20160609,20160609,,Sole Agency,No,,,Not Awarded,Awarded to Horizon Services Limited,20201117 New Zealand Aid Programme,17591994,Request for Proposals,Open Competition,Consultancy Services Order,40734,20160610,20160610,20160610,,Sole Agency,No,,,Not Awarded,Awarded to KPMG (Wellington Branch),20201117 New Zealand Aid Programme,17608882,Request for Proposals,Open Competition,Fiji ??? Tropical Cyclone Winston Recovery - Additional Structural Engineering and Project Management Services,41228,20160616,20160616,20160616,,Sole Agency,No,,,Not Awarded,"Awarded to MWH New Zealand Ltd, Christchurch",20201117 New Zealand Aid Programme,17628225,Request for Proposals,Open Competition,"Indonesia, Development of the National Disaster Response Framework",40184,20160623,20160623,20160623,,Sole Agency,No,,,Not Awarded,"Awarded to FCG ANZDEC Limited Note: Historical Record - Uploaded for Reference.",20201117 New Zealand Aid Programme,17632113,Request for Tenders,Open Competition,Cook Islands - Tereora College Stage 1 Works,Partner Government,20160624,20160818,20161028,,Sole Agency,No,,"The Cook Islands Government through Cook Islands Investment Corporation (CIIC), is inviting tenders from suitably experienced Contractors for the construction work associated with stage 1 of the Tereora College Redevelopment Project. Stage 1 is funded by the New Zealand Aid Programme. Tenders are invited on a turn-key basis for 2 individual two-storey buildings of a total area of approximately 3000m2. These buildings will house the technology centre and student services and administration. This is a NZS 3910:2003 physical works lump sum construction contract. The Request for Tenders document and attachments are available from the CIIC website: http://ciiconline.com/advertisements/ Respondents should note that the requirements relating to the lodgement and content of responses as set out in sections 4 to 20 of the RFT are mandatory. Respondents should also ensure they are registered and have downloaded or received all files for this RFT including all prospective notices. ??? Registrations close: 12pm, Wednesday 6 July 2016 (CI time) ??? Deadline for submissions of questions from Respondents: 12pm, Wednesday 27 July 2016 (CI time) ??? Deadline for submission of tenders: 4pm, Thursday 18 August 2016 (CI time) Tenders must be submitted electronically to tenders@cookislands.gov.ck All registrations and inquiries relating to this RFT must be in writing and directed to the Official Liaison Officer: Anne Taoro Cook Islands Investment Corporation email: anne.taoro@cookislands.gov.ck",Awarded,Awarded by the Cook Islands Government to Land Holdings Limited.,20201117 New Zealand Aid Programme,17652491,Request for Tenders,Open Competition,"Tropical Cyclone Winston Recovery ??? Repair and Reconstruction in Northern Lau Group, Fiji",Activity No. A12545,20160701,20160812,20170322,,Sole Agency,No,,"This RFT follows Advance Notice 17519415 for Tropical Cyclone Winston repair and reconstruction services to be contracted under NZS 3916. The New Zealand Aid Programme is supporting the Government of Fiji to undertake repairs to and reconstruction of school infrastructure, government buildings, staff accommodation and associated utilities in the Northern Lau Group (Vanua Balavu and Cikobia) following damage caused by Tropical Cyclone Winston. The work sites are remote, requiring the successful Contractor to be largely self sufficient with respect to accommodation, food, water, wastewater, electrical and all other amenities necessary for the Contractor's personnel. MWH-Stantec has been appointed to provide tender management services and serve as Official Liaison Officer. Small and medium enterprises are encouraged to partner with lead organisations capable of managing and delivering the full set of services required. Please be advised on an optional site visit scheduled for Thursday 9 July. Registration and payment is required by 4pm Tuesday, 5 July.",Awarded,Awarded to Pacific Building Solutions,20201117 New Zealand Aid Programme,17660106,Request for Proposals,Open Competition,IELTS Services for New Zealand Scholarship Applicants,IELTS,20160705,20160805,20161223,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to provide International English Language Testing Services (IELTS) to support services as outlined in the Terms of Reference. The goal of the IELTS initiative (hereinafter referred to as the Activity) is to provide access to IELTS testing services and preparatory study material for New Zealand scholarship applicants to gain the required level of English language proficiency required for University studies. The goals to be achieved are: ??? To provide access to IELTS testing as part of the scholarships selection process in-country in PNG, Fiji, Tuvalu, Samoa, Solomon Islands, Tonga, Vanuatu, Kiribati, (8 countries). IELTS testing is usually the final stage of the selection process before admission is sought for the Candidate at a New Zealand tertiary education institution, so it is important that access to IELTS testing occurs in a timely manner which allows sufficient time for placement requests to be processed ahead of applicants commencing study in New Zealand. ??? To provide preparatory study services to be delivered to Candidates (Candidates) immediately before the IELTS tests (the Tests). This is to ensure that the Tests are as accurate a reflection of the Candidate???s English language ability as possible, and that test scores are not unduly influenced by the Candidate???s lack of familiarity with the material or uncertainty about the testing conditions. Please note the deadline for the submission of responses is 5pm (NZ Time) 02 August 2016",Awarded,Awarded to Auckland UniServices Limited,20201117 New Zealand Aid Programme,17682563,Request for Proposals,Open Competition,Technical Assistance to the Tuvalu Electricity Corporation,40655,20160711,20160711,20160719,,Sole Agency,No,,,Not Awarded,Exemption Applied.,20201117 New Zealand Aid Programme,17705180,Request for Proposals,Open Competition,Supporting Tokelau in Transforming Basis Education,41079,20160718,20160718,20160719,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17706186,Request for Proposals,Open Competition,Solomon Islands Airport Management Reform Chief Financial Officer,40793,20160719,20160719,20160719,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17741862,Request for Proposals,Open Competition,Emergency Response Boats,PHM/NDMO,20160801,20160902,20170321,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is working with the National Disaster Management Office (NDMO) in Fiji in inviting the submission of responses from suitably qualified and experienced organisations to supply marine craft for emergency response work, including disaster response and search and rescue. The goal of the emergency response support initiative (hereinafter referred to as the Activity) is to build disaster response and search and rescue capability. The outcomes to be achieved are: ??? Six (6) boats ??? 3 standard and/or 3 demonstrating amphibious capability; ??? Technicians to provide training support and manuals; ??? Preventative maintenance programme, including servicing and parts; and ??? Improved inter-operability with other emergency services and disaster response agencies. Please refer to the seperate attached Terms of Reference. For all enquiries, clarifications and tender responses please email submissions@mfat.govt.nz",Awarded,Note- Sealegs International Limited was awarded the contract under a dual source approach for the amphibious craft component. The delivery of the standard design craft is still under negotiation with a second supplier.,20201117 New Zealand Aid Programme,17762830,Request for Proposals,Open Competition,Solomon Islands Tourism Activity Design,SOL TOUR,20160805,20160831,20161216,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design a Solomon Islands Tourism activity. The goal of the Solomon Islands Tourism initiative (hereinafter referred to as the Activity) is to increase the value of the tourism sector in the Solomon Islands. The outcomes to be achieved include: ??? Enhance the quality and range of tourism products and services; ??? Greater visitor satisfaction in target areas; ??? Increased employment opportunities in the tourism sector; and ??? Growing the profile of the Solomon Islands as a tourist destination. Details of the work, desired skills and resources required are contained in the Terms of Reference.",Awarded,Awarded to GHD Limited,20201117 New Zealand Aid Programme,17790325,Request for Tenders,Open Competition,Manihiki Lagoon Clean-Up Project,PGT (#161703),20160812,20160907,20161012,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT) is supporting the Development Co-ordination Division (DCD) of the Ministry of Finance and Economic Management (MFEM) and the Ministry of Marine Resources in seeking suitably qualified groups or companies to submit a tender for the provision of Contractor services. The request for tender requires that the Contractor implement a lagoon clean-up programme in the Manihiki lagoon. Hard copy tender documents can be obtained from the Development Coordination Division, MFEM, Level 3, Cook Islands Government Building, Avarua. Electronic copies of the tender documents are available from the Tender Manager. For all enquiries and submissions please contact: Tender Manager, Mr. Raymond Newnham Email: raymond@moanagems.co.ck; Ph.: +682 22317 or +682 54317. Tenders Close: 1pm Wednesday 7 September, 2016 (Cook Islands Time). (Note - Wellington New Zealand is 22 hours ahead of the Cook Islands)",Not Awarded,Partner Government Tender,20201117 New Zealand Aid Programme,17792173,Request for Proposals,Open Competition,Cambodia Quality Horticulture,41595,20160812,20160812,20160812,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17823984,Request for Proposals,Open Competition,Send Money Pacific: Reducing the transaction costs of remittances to the Pacific,41760,20160823,20160823,20160823,,Sole Agency,No,,,Not Awarded,Exemption Applied.,20201117 New Zealand Aid Programme,17824293,Request for Proposals,Open Competition,"Inshore Fisheries Advisor, Mekem Strong Solomon Islands Fisheries ( MSSIF) Programme",41556,20160823,20160823,20160823,,Sole Agency,No,,,Not Awarded,Awarded to Consultant,20201117 New Zealand Aid Programme,17825870,Request for Proposals,Open Competition,Fiji Programme: Large Animal Veterinarian (1),41859,20160823,20160823,20160823,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17847890,Request for Proposals,Open Competition,Industry Marketing and Communications Technical Adviser,40712,20160830,20160830,20160831,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17855867,Request for Proposals,Open Competition,New Zealand Scholarships Alumni Tracer Study,,20160901,20160930,20170203,,Sole Agency,No,submissions@mfat.govt.nz,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement a New Zealand Scholarships Alumni Tracer Study. The goal of the Tracer Study initiative (hereinafter referred to as the Activity) is to to understand the impact that alumni have on our goal to develop shared prosperity and stability in our region and beyond??? drawing on the best of new zealand???s knowledge and skills.",Awarded,,20201117 New Zealand Aid Programme,17875024,Request for Proposals,Open Competition,Bespoke English Language Training for Officials Services (BELT),41176,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17875233,Request for Proposals,Open Competition,Tuvalu Technical Adviser Ministry of Transport and Communication,41401,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17875436,Request for Proposals,Open Competition,Climate Change and Disaster Risk Reduction Research Project,41512,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Exemption Applied.,20201117 New Zealand Aid Programme,17875819,Request for Proposals,Open Competition,"Team Leader, Mekem Strong Solomon Islands Fisheries (MSSIF) Programme",40361,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17875865,Request for Proposals,Open Competition,Vanuatu Strategic Tourism Action Plan Team Leader,40393,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876260,Request for Proposals,Open Competition,Myanmar Dairy Excellence Project Phase 2,40491,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876300,Request for Proposals,Open Competition,Evaluation of the Local Government Technical Assistance Facility for Pacific Island Countries,40606,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876344,Request for Proposals,Open Competition,Management Services Contractor,40564,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876388,Request for Proposals,Open Competition,Fiji Electricity Distribution Network,40679,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876502,Request for Proposals,Open Competition,Consultancy Services Order,40734,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876551,Request for Proposals,Open Competition,Fiji Electrical Distribution Network,40677,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876652,Request for Proposals,Open Competition,Travel support services for Pacific Fisheries Ministers' study tour,40684,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876712,Request for Proposals,Open Competition,Vanuatu Cyclone Recovery and Economic Strengthening Programme: Essential Curriculum Materials and Equipment Replacement for Schools,40508,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876783,Request for Proposals,Open Competition,Fiji Electrical Distribution Network,40784,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876827,Request for Proposals,Open Competition,Fiji Electricity Distribution Network,40747,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17876876,Request for Proposals,Open Competition,Activity Design Document for Vanuatu Agriculture,40944,20160906,20160906,20160906,,Sole Agency,No,,,Not Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17888469,Request for Proposals,Open Competition,International Development Investment Readiness Programme,41478,20160908,20160908,20160908,,Sole Agency,No,,,Awarded,Awarded to Consultant,20201117 New Zealand Aid Programme,17888819,Request for Proposals,Open Competition,"Development of a joint DFAT/MFAT monitoring and evaluation framework, guidance, tools and training for humanitarian responses in the Pacific.",41664,20160908,20160908,20160909,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912495,Request for Proposals,Open Competition,Chief Technical Advisor to the Philippines-New Zealand Dairy Project,41788,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912603,Request for Proposals,Open Competition,"Inshore Fisheries Advisor, Mekem Strong Solomon Islands Fisheries ( MSSIF) Programme",41556,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912666,Request for Proposals,Open Competition,Valuation and Condition Assessment of Solomon Islands Airport Assets,41606,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912702,Request for Proposals,Open Competition,Design and Implementation of a Samoa Cocoa Industry Development Initiative,41860,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912730,Request for Proposals,Open Competition,Fiji Programme: Large Animal Veterinarian (2),41858,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Awarded to Consultant.,20201117 New Zealand Aid Programme,17912747,Request for Proposals,Open Competition,Viet Nam ??? New Zealand Dam Safety Project: Phase 2,41169,20160915,20160915,20160915,,Sole Agency,No,,,Awarded,Exemption Applied.,20201117 New Zealand Aid Programme,17920836,Request for Proposals,Open Competition,New Zealand Medical Treatment Scheme: Specialist Health Services,NZMTS,20160916,20161028,20170321,,Sole Agency,No,,"New Zealand has been supporting access to lifesaving medical treatment for patients from certain Pacific countries for over 30 years. The New Zealand Medical Treatment Scheme (NZ MTS) will provide timely and high quality specialist health services to Vanuatu, Fiji, Kiribati, Tonga and Tuvalu. All countries, except Vanuatu, have their own government funded overseas referral schemes, which the NZMTS complements. A 2014 review found clear qualitative evidence that the NZMTS was successfully meeting clinical needs and funding specialist hospital treatment needs that would otherwise be unmet. Offers are invited from suitably qualified and experienced organisations and consortia for the next phase of NZMTS service provision. NZMTS Services include the provision of visiting medical teams to the countries, overseas referrals for treatment within the region and support to strengthen in-country clinical capacity and capability within the annual budget allocated to each country. The next phase of the NZMTS will commence on 1 February 2017 and continue until 31 December 2019, with the possibility of a 2 year extension to the term. MFAT has planned for a phased transition to full service provision by 1 April 2017 and 1 May 2017, depending on the service. Within the contract term, MFAT may adjust the budget allocated to each country and the number of countries to whom the NZMTS is available. In addition to a response meeting all requirements of the Terms of Reference, Respondents may provide alternative proposals offering additional innovation within the scheme. See the RFP and ADD documents for more details.",Awarded,,20201117 New Zealand Aid Programme,17951306,Request for Proposals,Open Competition,Construction Management Services,41557,20160923,20160923,20160923,,Sole Agency,No,,,Awarded,Exemption Applied,20201117 New Zealand Aid Programme,18009587,Request for Proposals,Open Competition,PNG - Lae Market Project Management,,20161007,20161115,20170413,,Sole Agency,No,,"The New Zealand Aid Programme wishes to engage project management and technical services to support Lae City Council (PNG) in planning and delivering the Lae Market redevelopment project. Services under this assignment include working with Lae City Council to understand project needs and recommending an appropriate project plan and procurement approach. Future services may include project management, design services, tender management, contract management and construction supervision.",Awarded,Awarded to Johnstaff International Development Pty Ltd,20201117 New Zealand Aid Programme,18097457,Request for Proposals,Open Competition,"Pacific Maritime Safety Programme-Phase 2: Technical Adviser to the Govt of Kiribati, Ministry of Information, Communications, Transport and Tourism Development",41924,20161102,20161102,20161102,,Sole Agency,No,,,Awarded,Awarded under the exemption policy - Govt Rules of Sourcing Rule 15 9(c)(i),20201117 New Zealand Aid Programme,18102404,Request for Proposals,Open Competition,Munda Airport Emergency Alternate Status (EAS) Air Rescue Firefighting Facility,39016,20161103,20161103,20161103,,Sole Agency,No,,,Awarded,Awarded to Reeves Consrtuction,20201117 New Zealand Aid Programme,18102512,Request for Proposals,Open Competition,Munda Airport Emergency Alternate Status (EAS) Airfield Perimeter Security Fencing,39017,20161103,20161103,20161103,,Sole Agency,No,,,Awarded,Awarded to Consultant,20201117 New Zealand Aid Programme,18102637,Request for Proposals,Open Competition,Construction of Evaluation Centre,42118,20161103,20161103,20161103,,Sole Agency,No,,,Awarded,"Contracted through direct engagement, managed by Beca as consulting engineer overseeing the project delivery. Kanta were identified after a number of other construction firms were approached and declined to submit proposals. Kanta offered a proposal and were awarded a contract after a negotiation process at the recommendation of Beca in order to replace the current contractor",20201117 New Zealand Aid Programme,18102714,Request for Proposals,Open Competition,Fiji Dairy Industry Development Initiative (FDIDI),42171,20161103,20161103,20161223,,Sole Agency,No,,,Awarded,Awarded to Prime Consulting,20201117 New Zealand Aid Programme,18102786,Request for Proposals,Open Competition,Kiribati-Special Adviser,41921,20161103,20161103,20161103,,Sole Agency,No,,,Awarded,Awarded to Consultant,20201117 New Zealand Aid Programme,18131844,Request for Quotations,Open Competition,Design for Phase Two of Strengthening Pacific Partnerships (SPP),SPP,20161111,20161205,20170602,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade, is inviting the submission of quotes from suitably qualified and experienced consultants to complete a design for Phase Two of Strengthening Pacific Partnerships (SPP) programme. The assignment is expected to take 3 months commencing on the indicative contact start date below. Details of the work and the skills required are contained in Attachment One, Terms of Reference.",Awarded,Awarded to Analytic Matters Limited.,20201117 New Zealand Aid Programme,18371284,Request for Proposals,Open Competition,Niue Search and Rescue (SAR) and Tokelau Inter Atoll Transport and SAR Marine Craft,SAR,20170223,20170323,20170627,,Sole Agency,No,,"The New Zealand Aid Programme, acting for and on behalf of the Secretary of Foreign Affairs and Trade (MFAT), is supporting the Governments of both Niue and Tokelau in inviting the submission of responses from suitably qualified and experienced organisations (including consortia) to supply and deliver marine craft. Organisations may respond to supply one or both vessels. Additional requirements include the provision of accessory systems, consumables, spare parts, manuals in-country commissioning along with customs-clearance and transport services to Niue and Tokelau. The goal of the initiative (hereinafter referred to as the Activity) is to improve overall search and rescue capability in the Pacific.",Awarded,RFP awarded to ICON Custom Boats New Zealand Ltd,20201117 New Zealand Aid Programme,18382968,Request for Proposals,Open Competition,New Zealand Scholarships: Selection Process Support,,20170213,20170309,20170330,,Sole Agency,No,,"WHAT WE NEED The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is seeking support for elements of the selection process for New Zealand Scholarships, awarded under the New Zealand Aid Programme. MFAT administers six scholarship schemes under the New Zealand Aid Programme. Each year we receive over 13,000 applications from over 90 developing countries, and make 530 awards. There is a rigorous selection process to award scholarships to the highest quality candidates. The services that are in scope for this procurement are: - Phase 1: the assessment and moderation of long-listed New Zealand Scholarships applications by appropriately qualified and experienced assessors. - Phase 2: the interviews of shortlisted candidates (including preparation and post-interview work) by appropriately qualified and experienced interviewers (plus administrative support). WHAT'S IMPORTANT TO US New Zealand Scholarships are prestigious scholarships for people from developing countries to study in New Zealand and the Pacific. Our scholarships foster and build future leaders, as well as equipping individuals with skills and knowledge to benefit their home countries. The selection of high quality candidates is fundamental to ensuring that the substantial investment made in the Scholarships programme leads to the best possible development outcomes for the countries involved. We are looking for suppliers with the ability to recruit good people who can follow our rigorous processes, cope with variable workloads and deliver on time, to the prescribed standards. ABOUT US The New Zealand Aid Programme is the Government’s international aid and development programme managed by MFAT. Its mission is to support sustainable development in developing countries in order to reduce poverty and contribute to a more secure, equitable and prosperous world through: - Effective, innovative aid - Sustainable economic development - Working in partnership - Reducing disaster risk - Safe and secure communities - Human development ADDITIONAL ATTACHMENTS Document 1: Selection Process Guidelines 2016 Document 2: Application Assessment Guide 2016 Document 3: SAM Quick Reference Guide 4 - Assesments Document 4: Interview Guide 2016 Document 5: Policy Statement - New Zealand Scholarships Document 6: Privacy of Information 2016 Document 7: MFAT's Standard Terms and Conditions",Awarded,,20201117 New Zealand Aid Programme,18437176,Request for Quotations,Open Competition,ICT in Education in the Pacific - Investment Options,,20170303,20170316,20170428,,Sole Agency,No,,"MFAT's Pacific and Development Group is seeking to develop a policy position on investment in ICT in education in the Pacific. The goal of the Activity is to identify possible areas of intervention and opportunities to improve access to and quality of education in the Pacific through the use of ICT. The Activity supports MFAT's intention to explore opportunities to make use of new technologies to deliver education services and meet labour market demands for technical skills as outlined in the New Zealand Aid Progamme Strategic Priorities 2015-2019. The outcome to be achieved from the Activity is: - MFAT can articulate a clear position on where and how ICT investments in the education sector could be provided to support Pacific Island countries to achieve their strategic education goals. The work is anticipated to take between 30 and 40 working days and should be completed by 31 May 2017.",Awarded,,20201117 New Zealand Aid Programme,18568318,Request for Proposals,Open Competition,Solomon Islands A.R.F.F. Vehicles,,20170412,20170516,20171206,,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is sponsoring the staged upgrade of the Munda airfield, in the Western Province of the Solomon Islands, to achieve emergency alternate status (EAS) to the Henderson airfield at Honiara. This is a project under the New Zealand Aid Programme. The Solomon Islands A.R.F.F. Vehicles project involves the procurement of three serviceable second hand fire trucks for use on, in and around the Munda and Henderson International Airports; two for Munda and one for Henderson. The trucks for Munda will be housed in the new Airfield Rescue Firefighting Facility (ARFF). The ARFF project is one of four contracts in Phase 2 of the Munda airfield upgrade, along with this project, and two others providing improved fencing, lighting and navigational aids. The goods and services that are in scope for this procurement are: 1. Provision of the following goods in accordance with the attached A.R.F.F. Vehicles Tender Specifications document: o Three ARFF vehicles (minimum 6000L capacity each). o Operational equipment, including personal protective equipment (PPE) (Appendix A to the Specifications document). o Spare parts (Appendix B to the Specifications document). o Any other components Respondents deem critical in addition to Appendix A and B. Purchase of any other components will be optional by the Buyer (MFAT). 2. Delivery of the above goods to the Munda and Henderson airfields, Solomon Islands. Ownership and risk transfers from the supplier to the Solomon Islands Government (SIG) on acceptance of the goods. 3. Provision of the following services: o Onsite training of fire crews in basic vehicle operation (including driving) and maintenance. o Establishment of ongoing supply arrangements with SIG for operational equipment, spare parts and the provision of technical advice, as required. The anticipated Contract start date is mid-late June 2017, with the ARFF vehicles delivered to the Solomon Islands in September 2017.",Awarded,"Contract awarded on the 02/11/2017 for the supply of A.R.F.F. Vehicles for the Solomon Islands. Company Two Fire 283 Foster Road Varnville SC 29944 for the supply of A.R.F.F. Vehicles.",20201117 New Zealand Aid Programme,18651576,Request for Proposals,Open Competition,APEC Protocol and Liaison Officer Training for the Government of Papua New Guinea,,20170511,20170607,20171006,,Sole Agency,No,,"WHAT WE NEED The New Zealand Government has been asked to assist the Government of Papua New Guinea (GoPNG) with training for GoPNG employees as liaison and protocol officers leading up to PNG???s hosting of APEC during 2018. The goal of the training is to support PNG to organise and host a successful APEC meeting that reflects well on PNG and the wider Pacific region. The training is targeted at government protocol and liaison officers, security officers and drivers from key GoPNG departments and agencies. It will cover liaison and protocol basics, managing protocol and logistics, interacting with delegations, interagency coordination and ???train the trainer??? components for selected agency employees. Training will take place in Port Moresby, PNG. MFAT has decided to separately contract a project manager to provide expertise in the key areas of APEC, protocol and liaison processes/training, and PNG culture and customs. Suppliers are NOT expected to independently source expertise in these key areas. WHAT'S IMPORTANT TO US The primary outcome we are seeking from this procurement is: ??? PNG officials and employees with frontline contact with visiting APEC delegations play an effective liaison role between their guests and APEC organisers, contributing to a successful APEC 2018. To achieve these outcomes, MFAT seeks the following in this procurement: ??? A high level of experience and expertise in the design and delivery of adult education and training to public sector officials and in international contexts. ??? Proven success in delivering quality and efficient projects/programmes on time, to budget and which meet/exceed client expectations. ??? Evidence of establishing strong and constructive relationships across a range of stakeholders. ??? The ability to take cultural considerations into account, in particular identifying the unique characteristics and needs of the PNG public sector and designing training to meet these needs. ??? The flexibility to react to changing circumstances ???on the ground??? and amend the approach accordingly. ??? Value for money. The proposed training is of high importance to MFAT as it is an opportunity to help enhance the international image of PNG and the Pacific region and further strengthen our relationship with the GoPNG. Consequently, and because APEC is a high profile event, it is critical that the training achieves its intended goal and outcome, reflecting well on both governments.",Awarded,"Contract awarded to Skills international Limited Award date 28/07/2017",20201117 New Zealand Aid Programme,18778171,Request for Proposals,Open Competition,Solomon Islands Project Manager - Youth Engagement Activity,,20170623,20170719,20170830,,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is seeking a project manager to manage the upgrade of a community hall and adjoining facilities in Honiara, Solomon Islands. The Youth Engagement Activity aims to increase opportunities for youth to engage in sports, arts and cultural activities, as well as access health and other support services. A qualified engineer is preferred for this role, which requires living and working in Honiara for up to 18 months from August 2017. The Youth Engagement Activity has a total budget of $5.5 million, including all costs associated with the project manager role. The Solomon Islands Project Manager - Youth Engagement Activity will be responsible for managing the project to completion. The Youth Engagement Activity supports Solomon Islands??? priorities to empower youths socially and economically so they can contribute to the long term peace and security of Solomon Islands with resulting long term economic growth and prosperity. The short term outcomes of the facilities upgrade are: ??? Youth use safe and inclusive space for sport and other recreation. ??? Youth use safe and inclusive space to access services and learning opportunities. ??? Solomon Islands have increased facilities for Pacific Games. To achieve the outcomes of the Youth Engagement Activity, it is important that the Solomon Islands Project Manager - Youth Engagement Activity delivers the services to the highest professional standards and maintains personal integrity, a high standard of ethics and a strong client focus during the assignment. The scope of this procurement is the appointment of an individual project manager to manage the upgrade of the community and youth facilities. MFAT is not seeking responses from suppliers of related professional services such as design, infrastructure or engineering. The project manager will be responsible for procuring all professional services for the implementation of the Youth Engagement Activity. Ongoing maintenance of the upgraded facilities are also out of scope of this procurement.",Awarded,Contract awarded,20201117 New Zealand Aid Programme,18790576,Request for Proposals,Open Competition,Solomon Islands Provincial Airfields ??? Detailed Design for the upgrading of four airfields,,20170629,20170731,20180426,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced consultants to prepare a detailed design for four provincial airfields and potentially provide subsequent tender management, contract management, and construction supervision services.",Awarded,"Contract awarded on the 20/03/2018 to AECOME New Zealand Limited 8 Mahuhu Crescent Auckland Central Auckland 1010 New Zealand",20201117 New Zealand Aid Programme,18852208,Request for Tenders,Open Competition,COMMISSIONING OF THE RINGMAIN FOR THE TE MATO VAI PROJECT STAGE 1,Partner Government,20170719,20170819,20170921,,Sole Agency,No,,"COMMISSIONING OF THE RINGMAIN FOR THE TE MATO VAI PROJECT STAGE 1 CONTRACT NO. TMV-RFT.001/2017 The Te Mato Vai Project Management Unit invites proposals from qualified parties for the Commissioning of the Ringmain for the Te Mato Vai Project Stage 1, Rarotonga, Cook Islands. RFT documents will be available from the Cook Islands Government Procurement website http://procurement.gov.ck/tender=1844, the Te Mato Vai Website http://www.tematovai.com/ and NZ Government Electronic Tenders Service http://www.gets.govt.nz/. Prospective tenderers should register their interest to participate in this RFT process on the Cook Islands Government E-Government Procurement portal at https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home A Tender Workshop will be conducted with registered Tenderers on Wednesday 02 August 2017 where the intentions of the Contract Form and the proposed methodology shall be discussed. Proposals must be delivered to the address below by 3:00pm, (Cook Islands time), 16 August 2017 as specified in the RFT document, to: Te Mato Vai Project Management Unit Avarua PO Box 3286 Rarotonga Cook Islands All enquiries to: Daryl Rairi Deputy Project Manager Project Management Unit darylrairi@gmail.com Phone: +682 28 851 and CC Adrian Teotahi Construction and Asset Management Project Management Unit adrian.teotahi@cookislands.gov.ck Phone: +682 28 851 Please do not direct any enquiries through GETs. All Enquiries need to go through Daryl Rairi.",Not Awarded,"This award notice is for administration purposes only. Please refer to the Cook Islands Government for further information on the contract.",20201117 New Zealand Aid Programme,18893929,Request for Proposals,Open Competition,MFAT Energy Services Panel,,20170807,20170905,20180524,,Sole Agency,No,,"MFAT is seeking to identify and contract with suppliers who possess specialist knowledge and experience within the energy industry and who are passionate about delivering their expertise to developing countries through the New Zealand Aid Programme. The delivery of MFAT???s energy portfolio will require a range of providers from sole proprietors, small and medium enterprises and multi-disciplinary firms. MFAT considers our requirements will be met by a panel membership consisting of approximately 20 professional service providers in the following sectors: ??? Energy Strategy, Policy, Regulatory and Commercial Advisory ??? Electricity Systems: Planning, Design, Operation and Management ??? Energy Efficiency ??? Renewable Energy Generation (Photovoltaic Systems, Wind Energy, Hydro Power, Bioenergy) ??? Geothermal Energy ??? Institutional Strengthening This is an 'open' panel, however future opportunities to join the panel will be at MFAT's sole discretion and may not occur before the panel's term expires. The initial panel term is 2 years, with an opportunity to extend for an additional 2 years. Successful panel members will be contracted under a Deed of Standing Offer (see Attachment 2) to agree terms, conditions and rates. Specific services will subsequently be awarded work either via 'Direct Source' or 'Competitive Quote' process via Statement of Work. See Attachment 1 for more detail regarding how the panel will be operated. Proposals must satisfy a number of preconditions in order to be evaluated. Please see the RFP document for more detail.",Not Awarded,"The following companies have been successful in the Energy Services panel refresh 2017: Adam Smith International AECOM New Zealand Ltd Auckland UniServices Limited Castalia Limited Concept Consulting Group Ltd Contact Energy Limited David Wright Limited Deloitte Limited DETA Consulting Ltd East Harbour Energy Limited Ekistica Elemental Power and Renewables Limited Energy Solution Providers Limited FCG ANZDEC Limited GHD Limited GSES Infratec Limited IT Power (Australia) Pty Limited Jacobs New??Zealand Limited JRG Energy Consultants Limited Mitchell Daysh Limited Nicole Baker Consulting Opus International Consultants Ltd Plan to Profit Limited PowerSmart NZ Limited Stantec New Zealand Limited WINTEC Limited WorleyParsons New Zealand Limited",20201117 New Zealand Aid Programme,18958694,Request for Proposals,Open Competition,RSE Worker Training Programme II,WPG-0100022,20170825,20171002,20180305,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement of a RSE Worker Training Programme II procurement to support the development benefits of the Recognised Seasonal Workers Policy by providing further numbers of RSE workers with access to transferrable work skills training during their time in New Zealand, all as outlined in the Terms of Reference. The Recognised Seasonal Employment (RSE) Worker Training Programme has trained approximately 4,000 RSE workers since its inception in 2009. Training courses have included English language, numeracy and financial literacy in the Bay of Plenty, Hawkes Bay, Nelson, Marlborough and Otago. The RSE migrant scheme meets a low skilled, seasonal labour gap in the New Zealand horticulture and viticulture industries. Many Pacific RSE workers have limited formal education and come from rural Pacific communities with limited employment opportunities. The RSE Worker Training Programme maximises worker time in New Zealand, providing training and opportunities to acquire transferrable skills. The outcome of this RFP will be the selection of a preferred Supplier to implement the RSE Worker Training Programme Phase II, to include increased rigor into the course curriculum and create learning opportunities outside of the classroom with an e-learning platform. This phase will provide RSE workers with access to skills training during their time working in New Zealand, delivering training to a minimum 6,000 workers over a five year period.",Awarded,Contract Awarded to Fruition Horticulture (BOP) on the 01/03/2018,20201117 New Zealand Aid Programme,19102626,Request for Proposals,Open Competition,Government of Tokelau - Design team - Reducing risks of coastal inundation,WPG-0100321,20171005,20171101,20180214,,On behalf of procurement agent,No,,"The New Zealand Government has been asked to assist the Government of Tokelau in the procurement of a design team to design an Activity for reducing the risks of coastal inundation in Tokelau. MFAT has agreed to act as the Government of Tokelau???s procurement agent, managing the procurement process on behalf of the Government of Tokelau, who will be the contracting party. It is important for suppliers to understand that they will be signing a contract for services (in NZD) with the Government of Tokelau and not with MFAT. The Government of Tokelau and MFAT anticipate having the design team in place by the end of November 2017, in preparation for a design mission to Tokelau in February 2018. The design stage should be completed by 30 April 2018. The services that are in scope for this procurement are categorised into four key outputs: Output 1: Background research and development of the design mission work plan (November 2017). Output 2: Design mission to Tokelau (February/March 2018). Output 3: Draft Activity Design Document (March 2018). Output 4: Final Activity Design Document (April 2018). The outcomes to be achieved from the Activity are: ??? Strengthened integration of climate change and disaster risk into asset management and capital development planning; and ??? Enhanced coastal resilience of Tokelau against inundation from climate change and related hazards. The primary outcome we are seeking from this procurement is: ??? Design team selected by mid-late November 2017, ready for the Government of Tokelau to contract. To achieve this outcome, MFAT seeks the following in this procurement: ??? An activity design specialist to lead the design team and draft the Activity Design Document (ADD). ??? A qualified engineer with expertise in coastal resilience and coastal hazard risk reduction, preferably in a small island developing state in the Pacific. ??? A gender/social impact expert with a strong understanding of gender, human rights and environmental issues in activity design and implementation (could be the same person as the design specialist). This procurement is for the design stage only. Separate procurement will be undertaken for the implementation stage, expected to begin in mid-2018.",Awarded,"The contract was awarded by the Government of Tokelau to Jacobs New Zealand Ltd on 12 December 2017: Jacobs New Zealand Ltd Level 2, Carlaw Park 12-16 Nicholls Lane Parnell Auckland 1010 New Zealand",20201117 New Zealand Aid Programme,19122275,Request for Quotations,Open Competition,Temaiku Land and Urban Development - Continuation of Programme Management Services,WPG-0042947,20171011,20171026,20171207,,On behalf of procurement agent,No,submissions@mfat.govt.nz,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced providers for a New Zealand based provider to continue to provide programme management and related services for the Temaiku Land and Urban Development Project in Kiribati. The services will be required to commence on 1 November 2017 and end on 31 March 2018 (five months).",Not Awarded,"Contract awarded on the 24th November 2017 (Ref WPG-100423) to: Janszoon Limited 2 Rewa Road Hataitai Wellington",20201117 New Zealand Aid Programme,19158507,Request for Proposals,Open Competition,New Zealand Scholarships Programme Evaluation,WPG-0100410,20171019,20171115,20180214,,Sole Agency,No,,"The purpose of this procurement is to select an external evaluation provider to undertake an evaluation of the New Zealand Scholarships Programme (the Scholarships Programme) over 2012???17. The Scholarships Programme consists of seven scholarship types which offer a mixture of tertiary, short-term and vocational/professional study in New Zealand and the Pacific. The scope of the evaluation includes a global geographic focus on all seven scholarship types over 2012-17. The evaluation is to be undertaken in two phases, with key outputs as follows: Phase One key outputs (design): ??? Wellington briefings and scoping sessions with relevant MFAT stakeholders. ??? Stakeholder consultation (likely New Zealand partner organisations and potentially in-country partners). ??? Evaluation plan (due February 2018). Phase Two key outputs (implementation) ??? Confirming evaluation team members and budget. ??? Fieldwork, data analysis and reporting. ??? Stakeholder presentations/workshops (to present key findings). This procurement is for Phase One only, with the implementation of Phase Two dependent upon the approval of the evaluation plan and associated funding. Should MFAT decide to proceed with Phase Two, it may invite the Phase One provider to submit a new proposal, including budget, or it may decide to compete the opportunity openly on the market.",Awarded,"The contract was awarded to Coffey International Development on 20 December 2017. The winning tender was in the range of under $100k. Coffey International Development Worldpark, Level 1, 33 Richmond Road Keswick South Australia 5035",20201117 New Zealand Aid Programme,19264633,Request for Proposals,Open Competition,e-learning for Science in Pacific Schools,,20171125,20180115,20180517,,Sole Agency,No,,"MFAT needs skilled and experienced professionals to enter into individual contracts for services with MFAT to form a programme team for the design/implementation of the Activity. MFAT has chosen this approach due to the range of skill sets required and our need to ensure that we find the best person for each role. The overarching goal to which this Activity contributes is to equip Pacific secondary graduates in science, technology, engineering and maths (STEM) with 21st century skills to contribute to economic, social and cultural development in the Pacific. The immediate goal of this Activity is to raise student achievement in science through the introduction of e-learning programmes to secondary schools in up to four Pacific Island countries (PICs) by 2020. A significant issue is a shortage of trained and qualified science teachers, alongside high costs associated with providing fully equipped science laboratories for students to acquire practical skills. This Activity aims to address the identified shortage of teaching expertise in science through an e-learning initiative. Specifically, it will provide targeted support for the teaching of Year 11 general science, by teachers who are not science specialists, through the development of a suite of interactive e-learning resources. Teachers in selected PICs will receive training in the use of e-learning tools and in facilitating learning based on these tools. In-country curriculum and technical support will also be provided through the Activity. To achieve these outcomes, MFAT intends to contract a programme team for the design stage, initially, with a view to retaining suppliers for the implementation stage. Decisions about the implementation stage will be made at the end of the design stage, following a formal appraisal of the Activity Design Document. The design stage has an expected duration of 5 months, to August 2018. The implementation stage has an expected duration of 1-2 years. Please ensure you 'subscribe to notices' in order to access the tender documents for this contracting opportunity.",Awarded,"Contract awarded to: Queensland University of Technology 2 George Street Brisbane Queensland 4001 Australia On the 17/04/2018",20201117 New Zealand Antarctic Institute,11814027,Request for Proposals,Open Competition,IT Infrastructure Replacement,,20150511,20150603,20161019,,Sole Agency,No,,"This opportunity in a nutshell What we need A solution to replace Antarctica New Zealand???s existing Christchurch based IT server and storage infrastructure, which is now past its useful life. This includes hardware and services for: ??? Virtualised server and storage replication between two sites. ??? Backup and restore solution. ??? Network design. ??? Consulting services ??? project management, design, implementation and migration. ??? Additional software licenses, if required. What we don???t want ??? Replacement of current telephony infrastructure. ??? Replacement of the current firewall solution. ??? An alternative to our VMware Infrastructure. ??? External data centre or cloud hosting.",Awarded,,20201117 New Zealand Antarctic Institute,18052670,Request for Proposals,Open Competition,Sharepoint Upgrade,,20161019,20161118,20170622,,Sole Agency,No,,"This opportunity in a nutshell What we need A solution to upgrade Antarctica New Zealand’s existing SharePoint 2010 platform which has reached the end of life for mainstream support from Microsoft. SharePoint is Antarctica New Zealand’s document and records management system. We also require ongoing SharePoint support post implementation. Finally we are seeking proposals for future improvements in the form of enhancements or alternatives to our current way of working. What we don’t want • An alternative to SharePoint • A cloud based solution • Disruption to organisational business as usual What’s important to us? Antarctica New Zealand is looking for a credible provider with the capability, proven experience and appropriate tools to support our needs. Ideally the provider will have a local Christchurch presence. The provider must have a proven track record in the management and implementation of SharePoint upgrades. A key attribute of the successful provider will be its focus on supporting us to be successful. Why should you bid? This is a unique opportunity to support New Zealand's iconic Antarctic Programme which has been operating for 60 years supporting New Zealand's activities in Antarctica.",Awarded,Contract was awarded to Information Leadership in January 2017.,20201117 New Zealand Antarctic Institute,19003801,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Request for Proposals,,20170912,20171011,20180212,,Sole Agency,No,,"The New Zealand Antarctic Institute, otherwise known as Antarctica New Zealand, has now begun a process of the redevelopment of Scott Base in Antarctica (the Project). At the end of the Project, Antarctica New Zealand wishes to have delivered a redeveloped Scott Base that: ??? Promotes safe, functional, operational and environmental excellence; ??? Complies with New Zealand legislation and standards insofar as possible; and ??? Ensures New Zealand???s ongoing presence and credibility in Antarctica through the provision of a base which permits and encourages the delivery of high-quality science REQUEST FOR PROPOSALS Under this Request for Proposal (RFP), Antarctica New Zealand are seeking experienced, pragmatic engineering and design consultants (from one or multiple companies) working as a united team who will ensure the safe and efficient redevelopment of Scott Base. These consultants must offer experience and relevant skills in disciplines including: 1. Architectural design, including cold climate (polar) engineering, and design where living and working in the same space is a key criteria; 2. Civil & Structural Engineering including site surveying, drainage design, permafrost engineering and cold climate engineering; 3. Building Services Design; 4. Quantity Surveying; This team will create a design that ensures a safe, healthy and functional base for the next forty years. Please Note that each service is being procured independently. You can submit a Proposal for one or more of the four services listed above, however these must be separate proposals in their own service discipline. Suppliers can note preferred partnerships in their proposal e.g. Structural & civil partnering with Architectural. SUPPLIER BRIEFING Antarctica New Zealand is holding a supplier briefing on 18th September 2017 in Christchurch, New Zealand, related to this Request for Proposal. Suppliers who are genuinely considering submitting a Proposal are encouraged to attend the briefing but are kindly requested to limit numbers to 2 attendees per organisation. If you would like to attend the supplier briefing please follow the following link for more details and to register: https://www.research.net/r/ScottBaseBriefing. Registrations close 15th September 2017.",Awarded,"Antarctica New Zealand would like to announce the following organisations have been awarded Contracts as part of the Scott Base Redevelopment Project: Architectural Services: Jasmax and Hugh Broughton Architects Building Services: Steensen Varming Civil & Structural Services: Opus Quantity Surveyor Services: Turner & Townsend We would also like to thank all organisations and individuals who were a part of process and acknowledge the time and effort you put into the process. Kind Regards",20201117 New Zealand Antarctic Institute,19998396,Request for Proposals,Open Competition,RFP for Scott Base Water Storage Tank Replacement (2 off),,20180808,20180831,20181009,,Sole Agency,No,Nil,Antarctica New Zealand plans to replace two of its 40kL bolted potable water storage tanks at Scott Base over the next 18 months. The replacement tanks will be shipped to Antarctica early 2019. The installation crew will then deploy to Scott Base during the 2019-2020 summer for installation and commissioning.,Awarded,,20201117 New Zealand Blood Service,16921764,Request for Proposals,Open Competition,Mobile Phone Application for Blood Donors & Application Programme Interface.,MOBAPP_2015,20151027,20151117,20170710,,Sole Agency,No,,"Due to changing technology, advancement of mobile phone applications and feedback from donors we are requesting a proposal to develop the following two items: 1) A ne New Zealand Blood Service mobile phone app for blood donors and 2) An API to link between the created app and the NZBS Customer Relationship Management CRM system, which is called Donor Relationship Management System.",Not Awarded,Contract awarded to SUSH Global Solutions Limited.,20201117 New Zealand Blood Service,17161052,Request for Proposals,Open Competition,Supply of Calibration Services,Calibrate29012016,20160202,20160401,20170719,,Sole Agency,No,,"To seek proposals from suitable suppliers in order to identify a sole provider of a quality and reliable service for performing calibrations on selected New Zealand Blood Service Equipment. NB: All questions relating to this RFP should be sent by no later than 25 March 2016, in writing (preferably e-mail) to: Andrew Mills Associate National Manager Technical Services New Zealand Blood Service Private Bag 92-071 Auckland New Zealand Please do not ask questions via G.E.T.S",Not Awarded,Awarded to Calibration Services Limited,20201117 New Zealand Blood Service,17495350,Request for Proposals,Open Competition,Supply of a Next Generation Sequencing System for HLA typing.,NEXTGENHLA_09052016,20160512,20160603,20170710,,Sole Agency,No,,"NZBS currently undertakes HLA typing for compatibility testing of solid organ and stem cell transplant recipients and donors in the National Tissue Typing Laboratory located in Auckland. This process is currently carried out using a mixture of Sanger sequencing, PCR-SSO and PCR-SSP. The intention is to replace these methods with a single pass high resolution Next Generation Sequencing (NGS) method, for which NZBS now seeks to obtain proposals for supply.",Not Awarded,Contract awarded to Illumina Australia Pty Ltd.,20201117 New Zealand Blood Service,17560693,Request for Proposals,Open Competition,Print Management Services,NZBSPRINTMAN,20160530,20160704,20170710,,Sole Agency,No,,Seeking a Supplier to provide a complete Print Management Service to the New Zealand Blood Service across multiple sites.,Not Awarded,Contract awarded to True North New Zealand Ltd.,20201117 New Zealand Blood Service,17631341,Request for Proposals,Open Competition,Roster / Time and Attendance and Integration / Professional Services.,RATARFPJUN2016,20160624,20160722,20170710,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite interested parties to submit a proposal for the provision of a Roster and Time & Attendance solution with time capture options, associated professional services, and integration.",Not Awarded,Contract awarded to Time Target NZ Limited.,20201117 New Zealand Blood Service,18864374,Request for Proposals,Open Competition,Customer Relationship Management (CRM) Solution.,NZBSCRM01,20170726,20170831,20171212,,Sole Agency,No,,"We are requesting a proposal for a solution to enable our Donor Recruitment teams to manage, track, develop and grow relationships, where data is captured accurately, in a timely manner and provides visibility and tracking abilities for Team Leaders.",Not Awarded,Contract Awarded to Datacom Systems Limited.,20201117 New Zealand Blood Service,18906626,Request for Proposals,Open Competition,Supply of Automated Blood Grouping Systems for New Zealand Blood Service Blood Banks.,AutoBloodGrpAug2017,20170814,20170923,20190522,,Sole Agency,No,,The main objective of this request for proposal (RFP) is to seek proposals from suitable suppliers to provide automated testing systems to support NZBS Blood Banking testing requirements for blood grouping and associated tests.,Not Awarded,Awarded to Grifols Australia Pty Ltd.,20201117 New Zealand Blood Service,19694218,Request for Proposals,Open Competition,Supply of Quality Controls and Quality Assurance Materials.,Qualcon_May2018,20180507,20180608,20190530,,Sole Agency,No,,The main objective of this request for proposal (RFP) is to seek proposals from suitable suppliers to provide quality assurance materials for monitoring of testing for the New Zealand Blood Service Donation Accreditation laboratories.,Not Awarded,"Contract for NAT QC Controls and all EQAS Panels awarded to NRL. Contract for Serology QC Controls awarded to Bio-Rad.",20201117 New Zealand Blood Service,20051049,Request for Proposals,Open Competition,Contact Centre for New Zealand Blood Service,NZBS_CONCNTRE_21082018,20180822,20180917,20190517,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to identify a strategic partner who has experience and infrastructure to provide a Contact Centre Service, ideally within the health sector, capable of supporting New Zealand Blood Services operations.",Not Awarded,Contact Centre Contract awarded to Atlantis Healthcare Limited.,20201117 New Zealand Blood Service,20342349,Request for Quotations,Open Competition,Supply of biscuits to New Zealand Blood Service.,NZBS 2018_5,20181029,20181109,20190501,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Supply of Biscuits contract opportunity.,Not Awarded,Awarded to Griffins Foods Limited.,20201117 New Zealand Customs Service,9395625,Request for Proposals,Open Competition,Vessel Automatic Identification System,,20131022,20131213,20150302,,Sole Agency,No,,,Awarded,"Agency Name: New Zealand Customs Service Agency Address : 1 Hinemoa Street, Wellington Successful supplier name: Kordia Successful supplier Address: Kordia NZ Head Office, Level 3, 162 Victoria Street West, Auckland, P O Box 2495 Description of the Service or Goods : The provision of vessel Automatic Identification System (AIS) services. Date Contract was Awarded: 22nd February 2015 Price Band: $1m - $5m Duration of the Contract: 5 Years",20201117 New Zealand Customs Service,17495125,Request for Proposals,Open Competition,RFP - Substance Identification Instruments,,20160509,20160608,20161026,,Sole Agency,No,,"The New Zealand Customs Service (Customs) is tasked with protecting New Zealand from risk and harm and stopping the import of illicit substances and goods through enforcement activities at the border and post-border. To ensure Customs officers are able to carry out these duties the officers need the right technology. This initiative is to equip border points of entry around the country with fourteen (14) substance identification instruments. These instruments will enable Customs officers to safely, quickly, and accurately identify a range of unknown, and confirm known narcotics, chemicals, drugs, explosives, and other common and toxic substances that officers find in cargo, mail, and carried by passengers imported in the sea and air pathways.",Awarded,"On 30 September 2016 New Zealand Customs Service awarded a contract for the provision of Substance Identification Instruments. This contract was awarded to Warsash Scientific. Price band: $500,000 - $1,500,000.",20201117 New Zealand Customs Service,19034402,Request for Proposals,Open Competition,Address Verification and Geocoding solution,,20170915,20171012,20180111,,Sole Agency,No,,"The purpose of this RFP is to identify a suitable supplier to provide an Address Verification and Geocoding solution. The New Zealand Customs Service has a number of systems, databases and applications that use or store address data. Currently, no consistent address standard is being used, which is causing alignment and integration issues. Customs requires a tool(s) to manage address data quality, including address validation and geocoding addresses.",Awarded,,20201117 New Zealand Customs Service,19259218,Request for Proposals,Open Competition,Digital Display Wall Replacement RFP,,20171124,20171222,20180417,,Sole Agency,No,,"This Request for Proposal is for the replacement of the current digital display wall at the Integrated Targeting and Operations Centre (ITOC) at the Auckland Customhouse. The ITOC currently have a multi-screen display wall which supports the activities of the centre by dynamically displaying information from a number of sources simultaneously, as decided by ITOC control staff. The current wall was built a number of years ago with technology which is now end of life and critical components have failed. The objective of this RFP is to engage the market to select a preferred supplier based on the proposed ease of use, approach to delivering the wall, display capability and the cost.",Awarded,,20201117 New Zealand Defence Force,2827539,Request for Tenders,Open Competition,Human Resources Support Services,Rfx_475,20140807,20140909,20141009,,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for a Human Resources Supplier to provide support services through all phases of change management by ensuring that NZDF personnel needs are met in regards to career choice transitioning and personal wellbeing. The Agreement will be for an initial period of two years with provision for two subsequent rights of renewal, each for a period of one year. The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ""register now"". To If you require assistance this is available by email to dcs@nzdf.mil.nz.. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"New Zealand Defence Force, Trentham Grafton Consulting Limited Rfx_475 Human Resources Support Services 8 October 2014 2 years",20201117 New Zealand Defence Force,2827574,Request for Tenders,Open Competition,Parachute Rated Pilot and Aircraft,RFX 430,20140807,20140905,20170622,,Sole Agency,No,,"The tender is available on NZDF???s SmartProcure website https://nzdf.bravosolution.com All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. New Zealand Defence Force (NZDF) wishes to engage an accredited Supplier to provide Piloted Civil Aircraft capable of supporting military parachuting activities. Although services will predominately be conducted around the Auckland area, there may be on occasion the requirement to support Parachuting displays at other NZ locations. The aircraft will be required to carry a minimum of six military parachutists wearing military operational parachutes with Parachute Drop Bags (PDB's) plus two NZDF despatchers up to an altitude of 13,000 feet Above Mean Sea Level (AMSL). The aircraft and pilot will be required to support military static line and freefall parachuting activities. The Agreement will be for an initial period of three years with provision for two subsequent rights of renewal, each for a period of one year. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers.",Awarded,Commercial Helicopters Ltd successful for a term of 3 years with 2 rights of renewal each for a period of 1 year.,20201117 New Zealand Defence Force,3613084,Request for Tenders,Open Competition,Blank Ammunition 40mm and 105mm,RFX 471,20140819,20141003,20141120,,Sole Agency,No,,"The tender is available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. NZDF has a requirement for 40mm and 105mm Blank Ammunition. The Cartridge 40mm Blank .25kg is classified for use with the RNZN 40mm Portable Saluting Gun. The Cartridge 105mm Blank .25kg and the Cartridge 105mm Blank .5kg are classified for use with the NZ Army 105mm Field Gun in the L119 configuration. Estimated annual NZDF requirements are as follows: ??? 100 x Cartridge 105mm Blank .25kg ??? 100 x Cartridge 105mm Blank .5kg ??? 1,400 x Cartridge 40mm Blank .25kg. The Agreement will be for an initial period of four years with provision for two subsequent rights of renewal, each for a period of two years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers.",Awarded,"Ordnance Developments Limited 6 Bryce Street Wanganui Awarded: 13 Nov 14 Contract Term : 4 years with two rights of renewal each for two years.",20201117 New Zealand Defence Force,4370429,Request for Tenders,Open Competition,Demountable Fire Pods for Rural Fire Fighting,RFx 492,20140915,20141015,20141121,Capital Acquisition,Sole Agency,No,,"Overview The New Zealand Defence Force (NZDF) has a requirement for seventeen Demountable Fire Pods for Rural Fire Fighting. The supply of these will start in December 2014 and is planned for completion during May 2015. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"NZDF DCS Messines Defence Centre, Somme Road, Trentham, Upper Hutt, New Zealand Fraser Fire and Rescue Limited 4370429 Demountable Fire Pods for Rural Fire Fighting 20 November 2014 Duration TBA Cost $1,200,000",20201117 New Zealand Defence Force,5044860,Request for Tenders,Open Competition,NZDF Foundation Training Development,RFX_485,20141002,20141029,20150312,Contracts,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is looking to enter into a contractual arrangement to support the NZDF College to create Foundation Training Development documentation to meet those external and internal legislation, compliance and standards. The Supplier will be prepared to work within current NZDF systems, templates and processes. This is not a course development role. The agreement will be for an initial period of six months with potential to extend for a further three years subject to strategic direction, finance availability and approval. The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's smartProcure message system. NZDF will endeavor to respond in writing to written enquiries within two working days.",Awarded,"NZDF Wellington The Sysdoc Group Foundation Training Development Awarded - 25 February 2015 Duration - four months",20201117 New Zealand Defence Force,5654555,Request for Tenders,Open Competition,SH-2G(I) Synthetic Training Devices Upgrade and TLS,rfx_408,20131216,20140627,20141023,Contracts,Sole Agency,No,,"NZDF intends to introduce into service ten Seasprite SH-2G(I) maritime helicopters to replace its existing fleet of five SH-2G(NZ) helicopters. As a part of this introduction into service, Synthetic Training Devices (STDs) consisting of one Full Mission Flight Simulator (FMFS) and six Part Task Trainers (PTTs) and associated spares have been purchased. The NZDF is seeking a Supplier to provide obsolescence upgrade development/implementation to required system elements of the FMFS, and obsolescence planning for the PTTs; and provide 'turn key' Through Life Support (TLS) to both the FMFS and PTTs. This is the second stage of a two-stage process consisting of both a ROI and RFP. Tenderers will be provided appropriate data and information to propose upgrade options and implementation plan, including proposal of price options, and to allow pricing for TLS to meet NZDF requirements. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within five working days.",Awarded,"New Zealand Defence Force Supplier: CAE New Zealand Description: Upgrade of the Seasprite SH-2G(I) Full Mission Flight Simulator and Through Life Support Contract Award date: 6 October 2014 Duration: 15 years Estimated cost of procurement: $26,531,650 excluding GST",20201117 New Zealand Defence Force,5747315,Request for Tenders,Open Competition,Health and Safety Awareness Training Framework Design,RFX_509,20141028,20141124,20150312,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is looking to enter into a contractual arrangement to support the New Zealand Defence College (NZDC) to develop framework to deliver Health and Safety (H&S) awareness training within NZDF. The Supplier will be required to review the current state, and give a detailed examination of the required future state to meet new legislation Health Safety Reform Bill 2015 (HRSB 2015). The Agreement will be for an initial period of five months to meet the go live date for this project being 01 April 2015. The tender is available on NZDF's SmartProcure Website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. registration is simple and free, just click ""register now"". if you require assistance this is available by email to dcs@nzdf.mil.nz. There is no documentation on the GETS site. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavor to respond in writing to written enquiries within two working days.",Awarded,"NZDF Wellington Beca Health and Safety Awareness Training Development Awarded - Jan 15 Duration - 4 months $50k - $150k",20201117 New Zealand Defence Force,6338320,Request for Proposals,Open Competition,Veterans' Affairs Case and Claims Management Solution,NZDF Rfx 418,20141114,20141212,20150408,Procurement,Sole Agency,No,,"NZDF seeks a comprehensive case and claims management solution, and the assistance of qualified specialists to, implement and maintain the selected solution. The solution will support the activities of Veterans' Affairs New Zealand. The Supplier or panel of suppliers may also potentially be selected as the preferred provider for on-going support and development of the selected system. The RFP is available on NZDF's SmartProcure website https://nzdf.bravosolution.com Reference Rfx 418. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require assistance this is available by email to dcs@nzdf.mil.nz Before proceeding please note that it is essential that Respondents can commit and be capable of delivering any proposed solution, providing consulting and management services with the specified project timing requirements. It is expected that the selected solution be fully implemented and integrated by November 2015 in support of administering recently approved Veterans??? Support Act entitlement provisions, by December 2015. The Agreement will be for an initial period of three years, with the option of two extensions, each for a period of one year. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"1. Agency Name: NZDF 2. Agency Address: Defence Commercial Services Defence Logistics Command National Service Centre Alexander Road Private Bag 902 Trentham Upper Hutt, 5140 NEW ZEALAND 3. Successful Supplier Name: FINEOS 4. Description of the Service or Goods: Delivery of Veterans' Affairs Case and Claims Management Soln. 5. Date Contract was Awarded: March 2015 6. Duration of the Contract: 3 Years 7. Estimated cost of the Procurement $3m",20201117 New Zealand Defence Force,6408270,Request for Quotations,Open Competition,Portable Fire Fighting Pumps,RFx_505,20141117,20141218,20150225,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for 39 portable fire-fighting pumps. The supply of these will start in February 2015 and is planned for completion during April 2015. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. The SmartProcure tender reference is: RFx_505 ??? Portable Fire Fighting Pumps (PFFP) If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"RFx_505 for the supply of Portable Fire Fighting Pumps to NZDF Agency : NZDF Address: Messines Defence Centre, Somme Road, Trentham Awarded to: Wormald - Portable Fire Pumps Awarded on: 25 Feb 15 Amount: $250,000",20201117 New Zealand Defence Force,6912286,Request for Tenders,Open Competition,Tactical Engagement Simulation System,RFX 487,20141128,20150123,20160906,Procurement,Sole Agency,No,,"Overview The New Zealand Defence Force (NZDF) has a requirement for a laser based live tactical engagement simulation system (TESS) to aid the training of dismounted soldiers in minor tactics. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Not Awarded,Awarded,20201117 New Zealand Defence Force,7190466,Request for Tenders,Open Competition,Microsoft SharePoint Services,Rfx 342,20130409,20130520,20141208,Contracts,Sole Agency,No,,Tenderers were directed to SmartProcure,Awarded,"NZDF, Alexander Road, Trentham Upper Hutt Provoke Solutions - Microsoft SharePoint Services 3 November 2014 - 3 years $5m",20201117 New Zealand Defence Force,7488862,Request for Proposals,Open Competition,Procurement Specialist Contractors,RFx_527,20141217,20150123,20150312,Procurement,Sole Agency,No,,"Defence Commercial Services (DCS) is responsible for the effective and efficient delivery of Commercial Services through a Procurement Centre of Excellence to the whole of NZDF. Due to a large demand on this area, DCS requires some additional support and are looking for a maximum of four skilled Procurement Specialist Contractors. This support is to assist with the increasing volume of sourcing activities now required to be undertaken by DCS to meet its expanded role to support all NZDF over the next 12 months. The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Please log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavor to respond in writing to written enquiries within two working days.",Awarded,"NZDF Wellington Techspace, McColl Enterprises Ltd, Joseph Corby, Powerhouse Procurement Specialist Contractors date awarded 12 Mar 2015 Duration 12 months cost $500k - $700k",20201117 New Zealand Defence Force,7784395,Request for Tenders,Open Competition,Diver Underwater tracking and Communications System,RFx 455,20150106,20150209,20150612,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for two diver underwater communication and tracking systems. The systems must be capable of monitoring multiple divers at any one time and ongoing maintenance of the system. It is anticipated the supply of these will start in March 2015 and is planned for completion during June 2015. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"NZDF DCS Trentham Monitoring Technologies Ltd Diver Underwater Tracking & Communication System 15 April 2015 $300,000",20201117 New Zealand Defence Force,7784401,Request for Tenders,Open Competition,Containerised Two Compartment Recompression Chamber,RFx 503,20150106,20150223,20150612,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for one containerised two compartment diver recompression chamber. It is anticipated the supply of this will occur in April 2015. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"NZDF, DCS Trentham Draeger Safety Pacific Pty Ltd Containerised Two Compartment Recompression Chamber 12 June 2015 $600,000",20201117 New Zealand Defence Force,7863123,Request for Tenders,Open Competition,Mental Health Helpline Services,12121,20141218,20141218,20150108,Contracts,Sole Agency,No,,,Awarded,"Agency: NZDF Vendor: Medibank Health Solutions NZ Ltd Description of service: Helpline services Date awarded: 17 Nov 2014 Duration: 1 year Estimated cost: $100k-$250K",20201117 New Zealand Defence Force,8518691,Request for Proposals,Open Competition,Explosive Ordnance Disposal Diagnositcs,RFX 524,20150204,20150304,20160201,Capital Acquisition,Sole Agency,No,,"The RFP is available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz .NOTE: There is no tender documentation on GETS New Zealand Defence Force (NZDF) has a requirement for a range of equipment that must be capable of detecting, diagnosing and monitoring the following: ??? Toxic Industrial Chemicals / Materials (TIC/Ms), ??? Chemical Warfare Agents (CWA), ??? Biological Agents, ??? Radiological/Nuclear Sources, ??? Explosives and their chemical precursors to replace the current in service equipment, and. ??? Oxygen deprivation and enrichment. The ideal solutions are Commercial off the Shelf (COTS) products that are capable of conducting field diagnostics (detection and identification) of a wide range of chemical, biological agents and radiological/nuclear sources that may be incorporated into an Improvised Explosive Device (IED) to create a weapon of Mass Effect. NZDF requires to equip 10 Explosive Ordnance Disposal (EOD) teams and two training pools with this equipment. A Repair & Maintenance Pool may also be established (quantities to be determined). NZDF encourages responses from those suppliers that can supply one or more of the requirements. Suppliers should note that if their equipment is deemed suitable after initial evaluation, NZDF will require the loan of equipment for physical evaluation as part of the evaluation process. Questions are encouraged and Tenderers may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. The Agreement for Purchase will be from the start date of the warranty period for a period equivalent to the warranty term agreed. All enquires regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days",Awarded,"Agency: NZDF Successful Supplier Name: Explosive Protective Equipment, Brisbane, Australia Warsash Scientific, NSW, Australia Date Contract Awarded: 9 Dec 2015 Estimated Cost of the Procurement: $4.2m Description of the Goods: Explosive Ordnance Disposal detection, diagnosis, and monitoring equipment Duration of the contract: purchase of the equipment only",20201117 New Zealand Defence Force,8687613,Request for Proposals,Open Competition,Production of a Commemorative Publication - Operation NEPTUNE - Royal New Zealand Navy 75th Anniversary,RFX_534,20150210,20150320,20170118,,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is looking to enter into a contractual arrangement to support the Royal New Zealand Navy (RNZN) for the production of a high quality commemorative publication to celebrate Operation NEPTUNE - RNZN???s 75th Anniversary in mid 2016. The publication will be distributed to members of the New Zealand public, Officers and Ratings from RNZN, and personnel of visiting Navies. The publication is to be produced at no cost to NZDF, on the understanding that the successful supplier will earn sufficient revenue from the sale of advertising space within the publication to make the venture commercially viable. The Agreement will be for an initial period of nine months with the publication expected for distribution by Waitangi Day, 06 February 2016. The tender is available on NZDF???s SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days.",Awarded,"NZDF, PO Box 902, Upper Hutt 5140 Faircount Media Asia Ltd Production of a Commemorative Publication - Operation Neptune -- RNZN 75th Anniversary Awarded 25 June 2015 $0-$10k",20201117 New Zealand Defence Force,9483509,Request for Tenders,Open Competition,Working at heights safety equipment - Upgrade of access stands,Rfx_542,20150303,20150402,20150909,Capital Acquisition,Sole Agency,No,,"Overview The Royal New Zealand Air Force (RNZAF) currently has a significant number of working at height access stands which are located in four separate locations throughout New Zealand. These stands range from one to two step platforms up to 12 step platform stairs and hydraulically adjustable platforms. The majority of the stands will require, to varying degrees, upgrading or replacing in their entirety to ensure they comply with the appropriate New Zealand Safety Standards. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. The SmartProcure tender reference is: RFx_542 ??? Working at heights safety equipment ??? upgrade of access stands If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"Agency: NZDF DCS Address: DCS Trentham Supplier: Spray Mark Engineering Description: Working at Heights - Upgrade to access stands Contract award date: TBA Duration: TBA Est Cost: $400k - $500k",20201117 New Zealand Defence Force,9665919,Request for Tenders,Open Competition,Facilities Management Wellington Region,Rfx_389,20140219,20140530,20150309,Contracts,Sole Agency,No,,Advertised on SmartProcure,Awarded,"Agency Name -NZDF Address : Alexander Road, Trentham Successful Supplier - PAE New Zealand Limited Estimated Cost $25m (five years) Facilities Management and Maintenance Services Duration - Five plus five years",20201117 New Zealand Defence Force,9666025,Request for Tenders,Open Competition,Facilities Management Tasman Region,Rfx_389,20140219,20140530,20150309,Contracts,Syndicated Opportunity,No,,Advertised on SmartProcure,Awarded,"Agency: NZDF Address: Alexander Road, Trentham Supplier: PAE New Zealand Limited Description: Facilities Management and Maintenance Services to Tasman Region Awarded: October 2014",20201117 New Zealand Defence Force,9845611,Request for Tenders,Open Competition,Disposal of BAK 12 Mobile Airfileld Arrestor Systems,Rfx_559,20150312,20150325,20150415,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) invites tenders for the purchase and removal of two (2) used BAK 12 Mobile Airfield Arrestor Systems (MAAS). The units are driven by a 70hp diesel engine with petrol driven compressor and have integrated lifting hydraulics and a compressed air stake driver. They are fitted with a 1 1/4 inch hook cable and can arrest aircraft up to 60000 lbs (max engagement speed 158 knots), max arrest speed 190 knots (20000 - 40000 lbs AUW), 1200 ft. run out. The units are to be sold as a single lot complete with spares on an ???as is, where is??? basis. The Tender is available on NZDF's SMARTPROCURE website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within four working days. NOTE: There is no tender documentation on GETS",Awarded,"Agency Name : New Zealand Defence Force Successful Purchaser Name : Duncan McGregor Date of Award :15 April 2015 Price Band :$0-$10K Description of Goods : BAK12 Mobile Airfield Arrestor Systems",20201117 New Zealand Defence Force,9860310,Request for Tenders,Open Competition,Submersible Mini Remotely Operated Vehicle (Mini ROV),RFx_519,20150317,20150424,20160902,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) requires a portable submersible Mini Remotely Operated Vehicle (MROV). The MROV system is to be a fully integrated system, including a submersible Remotely Operated Vehicle (ROV), power supply (portable generator to enable non-platform continuous supported application), control console, surface display and recording capability, navigation/tracking (Geo locating) unit, camera(s) and high definition sonar, umbilical and reel, transport cases and relevant technical and operational documentation. With the exception of the associated power generation, it is to be a self contained platform fitted with all the interfaces required for its operation. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. The SmartProcure tender reference is: RFx_519 ??? Mini ROV If you require assistance to register please contact dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,Currency USD.,20201117 New Zealand Defence Force,10007419,Request for Proposals,Open Competition,Deployable Health Capability One - Role Two Enhanced Platform,RFX 404,20140130,20140324,20150316,Procurement,Sole Agency,No,,"Description The NZDF has a requirement to procure a deployable health system that is modular and scalable, which can be deployed and established either in part or complete. Each module must be robust, portable and capable of withstanding frequent movement, deployment and pack-up, without incurring any damage that would either prevent or delay the full operation of any individual module of the deployed system. The complete capability will consist of identical modules including: 1. internal linings and dividers; 2. floors; 3. power generation and reticulation; 4. lighting systems; 5. environmental control units (ECU); 6. air conditioning ducting; 7. transport equipment; and 8. packaging. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by August 2014. NZDF reserves the right to amend this timeframe at any stage",Awarded,"Agency: NZDF Address: Alexander Rd, Upper Hutt Awarded to: HDT Expeditionary Description: Deployable Health Capability Awarded: 2 Mar 15 Duration: 2 years Estimated Cost of Proc: <$5m",20201117 New Zealand Defence Force,10221918,Request for Proposals,Open Competition,Lawn Mowing and Gardening Services - NZDF Veterans' Affairs,RFX 579,20150413,20150507,20150713,Procurement,Sole Agency,No,,"Veterans??? Affairs is a fully operational unit of the New Zealand Defence Force (NZDF). It is headed by a General Manager, who is also the Secretary for War Pensions, a statutory position responsible for the administration of the War Pensions Act 1954. The Veterans??? Affairs mission is: ???Veterans??? Affairs exists to meet government???s obligation to veterans through the provision of policy advice to the government and service delivery to the veteran community.??? The services provided by Veterans??? Affairs include: a. Provision of policy advice on and administration of, a wide range of issues relating to veterans??? entitlements, care, and recognition. b. Management of the government???s relationship with veterans and their representative organisations. NZDF has a requirement to procure lawn mowing and garden services on behalf of Veterans' Affairs. It is desirable to appoint a national supplier of these services. The Agreement will be for an initial period of three years with provision for one subsequent right of renewal, for an additional period of three years (3+3). The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"Agency Name : New Zealand Defence Force Successful Purchaser Name : Crewcut Franchise Group Limited Price Band :$10M - $25M Description of Goods : Lawn Mowing and Gardening Services - Veterans Affairs",20201117 New Zealand Defence Force,10489350,Request for Proposals,Open Competition,Operation NEPTUNE - Communications Professional Services - Royal New Zealand Navy 75th Anniversary,RFX 538,20150331,20150429,20170118,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is looking to enter into a contractual arrangement for professional services to develop and execute a communications strategy to support the Royal New Zealand Navy (RNZN) 75th Anniversary known as Operation NEPTUNE. The aim of Operation NEPTUNE is to enhance the reputation of the RNZN within New Zealand, to enhance relationships with the Navies who we collaborate with to deliver operational capability and outputs to Government, to enhance the retention of trained naval personnel by recognising their achievements and commitment, and to support the recruitment of new Navy personnel. The Agreement will be for an initial period of eighteen months until the end of November 2016. The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. registration is simple and free, just click ""register now"". If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. An information session for prospective suppliers will be held at the PHILOMEL Seminar Centre, Devonport Naval Base on Tuesday 07 April 2015, 1.00 pm to 4.00pm Please RSVP via email to timothy.oliver@nzdf.mil.nz your attendance including names and contact phone numbers. Please note that all other tender questions must be via the BravoSolution message system.",Awarded,"NZDF, PO Box 902, Upper Hutt 5140 Senate SHJ Operation Neptune - Communications Professional Services Awarded 25/6/2015 Ext $242,000",20201117 New Zealand Defence Force,10968887,Request for Tenders,Open Competition,Ships Agent Services,12433,20140605,20141130,20150415,Contracts,Sole Agency,No,,,Awarded,"Agency: NZDF Freyberg House 2-12 Aitken Street Werllington 6011 Supplier: Toll Remote Logistics (TRL) Service: Ships Provedoring Services Award date: 1 December 2014 Duration: 2 years 7 months Estimated cost: $8 million Justification: DFO 52 para 8.61e; 8.69i (8.78) 8b",20201117 New Zealand Defence Force,11139610,Request for Tenders,Open Competition,Organisational Management Consultancy Services,12243,20140429,20140502,20150421,Procurement,Sole Agency,No,,,Awarded,"NZDF Freyberg House 2-12 Aitken Street Werllington 6011 Supplier: PricewaterhouseCoopers (PwC) Service: Organisational Management Consultancy Services Award date: 07 May 2014 Duration: 2 months Estimated cost: $364,860 Justification: DFO 52 para 8.61e; 8.69i (8.78) 8b",20201117 New Zealand Defence Force,11252066,Request for Proposals,Open Competition,Palliative Podiatry Services for Veterans,Rfx_600,20150508,20150612,20150929,Procurement,Sole Agency,No,,"Veterans??? Affairs is a fully operational unit of the New Zealand Defence Force (NZDF). The services provided by Veterans??? Affairs include: a. Provision of policy advice on and administration of, a wide range of issues relating to veterans??? entitlements, care, and recognition. b. Management of the Government???s relationship with veterans and their representative organisations. NZDF has a requirement to procure palliative podiatry services on behalf of Veterans' Affairs. It is desirable to appoint a national supplier of these services. The required services to be procured under palliative podiatry care are: a. non-invasive strategies and interventions; b. non-invasive cutting and filing of toenails; c. non-invasive filing to reduce calluses; d. moisturizing to help reduce hyperkeratosis skin; e. thorough foot examinations; f. information provided to veterans related to the potential cause(s) of the problem(s); g. treatments and management plans that will help to prevent the recurrence of the problem(s); and h. referral process for podiatry services which are not covered under palliative. The Agreement will be for an initial period of three years with provision for one subsequent right of renewal, for an additional period of three years (3+3). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by June 2015. The estimated start date for the agreement is July 2015. NZDF reserves the right to amend this timeframe at any time. The tender is available on NZDF???s SmartProcure website https://nzdf.bravosolution.com Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance this is available by emailing dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system.",Awarded,"This Tender has been awarded to - Foot Mechanics Limited",20201117 New Zealand Defence Force,11384083,Request for Proposals,Open Competition,Working Dog Video Capability,rfx_457,20150428,20150520,20150827,Capital Acquisition,Sole Agency,No,,"The NZ Defence Force (NZDF) has Introduced Into Service (IIS) a Military Working Dog (MWD) capability. This capability is currently limited as the dog handlers have limited situational awareness of the dog???s environment. An integrated dog camera would provide real time footage to the handler. These dogs are capable of deploying by day and night, in rural and urban terrain in order to detect, deter or defeat combatants and terrorists. The dogs, equipped with cameras to assist with situational awareness, are typically deployed as a force protection measure ahead of the assault forces. One important task of the MWD is to provide off-leash clearance of buildings and areas beyond line-of-sight of the handler and friendly force troops. This task requires a harness-mounted canine video transmitter and handheld receiver. A Mission Profile describing intended use is at Annex A. The proposed system would consist of quantity four (4) complete capabilities of a Military/Commercial off the Shelf (MOTS/COTS) dog mounted camera, RF transmitter and associated handheld Video Receiver. Infrequent information from the camera will need to be saved; this may necessitate transferring required data onto a SD memory card. Included in the scope of the project is the following: Receiver/Transmitter; Batteries; Battery Charger; Antennae; Protective Case; Licencing and Software; Advanced Encryption Standard (AES) Receiver/Transmitter 256 Bit Decryption/Encryption; Initial spares requirements and Support & Test Equipment; Integrated Logistic Support (ILS) considerations; and SD Card. The Agreement will be for an initial period of three years with provision for one subsequent rights of renewal, for a period of two years. *************************************************************************************************************************************************** The Tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no tender documentation on GETS",Awarded,"Capital Acquisitions on behalf of NZDF Trentham EPE (NZ) Military Working Dog Video Awarded 26 August 2015 Cost $280,000",20201117 New Zealand Defence Force,11523230,Request for Proposals,Open Competition,Authorised Financial Advisers,rfx_599,20150501,20150529,20160902,Procurement,Sole Agency,No,,"NZDF have the need to a network of independent financial advisers (AFA). This will provide access for DFSS members and other NZDF personnel to low or no cost , externally provided, independent financial advice. The Tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no tender documentation on GETS",Not Awarded,"NZDF Trentham Awarded to: Milestone Direct limited Term 25/08/2106 to 24/08/2020",20201117 New Zealand Defence Force,11523462,Request for Proposals,Open Competition,Security Guard Force Services at RNZAF Base Auckland and RNZAF Base Ohakea,rfx_ 578 and GETS ID 10259783,20150324,20150518,20160902,Procurement,Syndicated Opportunity,No,,"This is not a new opportunity. GETS ID 102597783 was cancelled in error. This notice republishes that opportunity. The Tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no tender documentation on GETS",Not Awarded,"NZDF Trentham Awarded to: First Security Guard Services Term: 01/01/2016 to 31/12/2018",20201117 New Zealand Defence Force,12062550,Request for Proposals,Open Competition,Operation NEPTUNE - Event Management Professional Services,RFX_587,20150518,20150611,20170118,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is looking to enter into a contractual arrangement for Event Management Professional Services for the planning and management of events in support of the Royal New Zealand Navy (RNZN) 75th Anniversary known as Operation NEPTUNE. The aim of Operation NEPTUNE is to enhance the reputation of the RNZN within New Zealand, to enhance relationships with the Navies who we collaborate with to deliver operational capability and outputs to Government, to enhance the retention of trained naval personnel by recognising their achievements and commitment, and to support the recruitment of new Navy personnel. The Agreement will be for an initial period of up to eighteen months until the end of November 2016. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. ** An information session for prospective suppliers will be held at PHILOMEL Seminar Centre, Devonport Naval Base on Friday 22 May at 1.00 pm. Please RSVP your attendance including names and contact phone numbers, to melissa.whittingham@nzdf.mil.nz. Tenderers are very strongly encouraged to attend.** The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's Smartprocure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by mid to late June with the estimated start date for the agreement to be discussed with the successful Tenderer. NZDF reserves the right to amend this timeframe at any stage.",Awarded,"NZDF, PO Box 902, Upper Hutt 5140 Orange Productions Operation Neptune - Event Management Professional Services Awarded 6 July 2015 Est $134,000",20201117 New Zealand Defence Force,12611431,Request for Proposals,Open Competition,Home Help,rfx_566,20150608,20150706,20150921,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) is procuring Home Help services on behalf of New Zealand Veterans' Affairs (VANZ). The service is predominantly cleaning, laundry and meal preparation for veterans. Generally, two (2) hours of services are provided each week per veteran. NZDF's preference is for one, or a limited number of, supplier(s) nationwide. The opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com You must log on to access the opportunity and submit a response. Registration is simple and free; just click ""Register Now"". Assistance is available by email if you require it dcs@nzdf.mil.nz All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no documentation with regard to this opportunity on GETS.",Awarded,"Agency: NZDF and Veterans' Affairs Agency Address: Trentham, Upper Hutt Successful Supplier: Healthcare of New Zealand Limited Services: Household Management Date Awarded: 17 September 2015 Contract Duration: 6 years (3+3)",20201117 New Zealand Defence Force,13533251,Request for Proposals,Open Competition,Water Cooler Services - Closed Cluster,Rfx_592,20150716,20150813,20160113,Procurement,Cluster,No,,"The New Zealand Defence Force (NZDF) and the Department of Corrections (Corrections) have consolidated their procurement requirements for water cooler services and are engaging the market as a Closed Cluster. The key objective of this tender is to ideally select a national supplier with the capability of providing water cooler services which consist of: a. Bottled cooler solutions; b. Filtered solutions; c. Inline Plumbed in solutions; and d. Underbenched Plumbed in solutions. NZDF and Corrections requires all potential suppliers to propose: a. Water cooler servicing with options for either lease, purchase or Water Coolers as a Service (WCAAS); b. Water cooler servicing and repair; c. Reduction in current expenditure of providing water coolers; d. Range of water cooler options available; e. Comprehensive monthly reporting, including water cooler type, location and history faults; f. Electronic invoicing and payments; and g. WCAAS model. The Agreement will be for an initial period of four years with provision for two subsequent rights of renewal, each for a period of four years (4+4+4). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by September 2015. The estimated start date for the agreement is November 2015. NZDF reserves the right to amend this timeframe at any stage.",Not Awarded,"Agency Name : New Zealand Defence Force Successful Purchaser Name : Big Blue Limited Price Band :$10M - $25M Description of Goods : Water Cooler Services",20201117 New Zealand Defence Force,13657187,Request for Tenders,Open Competition,Working at heights safety equipment - Portable overhead fall restraint system,RFx_541,20150706,20150804,20160906,Capital Acquisition,,No,,"The New Zealand Defence Force (NZDF) has a requirement for seven portable overhead fall restraint systems in three locations to provide fall arrest protection for a minimum of two workers. The supply of these will start in September/October 2015. Tenderers are advised that to register and view this tender in detail they MUST go to the NZDF???s SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this tender must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Not Awarded,Cancelled,20201117 New Zealand Defence Force,13931948,Request for Proposals,Open Competition,Autoclaves,rxi_638,20150713,20150803,20150915,Procurement,Sole Agency,No,,"NZDF currently has 31 autoclaves in 12 locations around NZ. The autoclaves are used in both static facilities and in the field environments. There is a shortage of units to meet current and future requirements. There is an immediate requirement for 11 (eleven) replacement autoclaves. There is also the potential to standardise the autoclaves and contract to supply the remaining twenty (20) autoclaves as they reach the end of their useful lives. The opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com You must log on to access the opportunity and submit a response. Registration is simple and free; just click ""Register Now"". Assistance is available by email if you require it dcs@nzdf.mil.nz All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no documentation with regard to this opportunity on GETS.",Awarded,"Agency name: NZDF Agency Address: DCS Procurement, Trentham Successful supplier: Sirona Dental Systems Description of goods: Autoclaves Date contract was awarded: 15 September 2015 Duration of contract: one off capital purchase",20201117 New Zealand Defence Force,13932620,Request for Proposals,Open Competition,Dental Chairs,rfx_633,20150713,20150803,20150928,Procurement,Sole Agency,No,,"NZDF has 30 (thirty) dental chairs; 29 (twenty nine) are currently in service and are reaching the end of their life. There is an immediate, urgent need to purchase five (5) chairs; three of which will be installed in the new premises at Trentham and must be on site by the beginning of October 2015. It is proposed to replace the other 25 chairs on a rolling six (6) year schedule. The opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com You must log on to access the opportunity and submit a response. Registration is simple and free; just click ""Register Now"". Assistance is available by email if you require it dcs@nzdf.mil.nz All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no documentation with regard to this opportunity on GETS.",Awarded,,20201117 New Zealand Defence Force,14195586,Request for Proposals,Open Competition,Extraoral X-ray Devices,rfx_649,20150721,20150812,20151021,Procurement,Sole Agency,No,,"NZDF has a number of Extraoral digital X-ray devices that are reaching the end of their useful/economic lives and as such have become inefficient and possibly unsafe for on-going use. This procurement is for one (1) device. However, the device chosen is likely to become the standard device that will replace the remaining units over the next two to three years. The opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com You must log on to access the opportunity and submit a response. Registration is simple and free; just click ""Register Now"". Assistance is available by email if you require it dcs@nzdf.mil.nz All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days. NOTE: There is no documentation with regard to this opportunity on GETS.",Not Awarded,Extra-Oral X-Ray Units,20201117 New Zealand Defence Force,15314218,Request for Tenders,Open Competition,Facilities Management Southern Region,Rfx_496,20141117,20150202,20150818,,Syndicated Opportunity,No,,,Awarded,"NZDF Spotless Facility Services (New Zealand) Limited 01 June 2015 Duration 5+5 years",20201117 New Zealand Defence Force,15400217,Request for Proposals,Open Competition,Electronic Components,RFx 615,20150819,20150909,20160201,Procurement,Sole Agency,No,,"The tender is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. NZDF has a range of contracts within its Industrial and Engineering Consumables Category including Electronic Components. NZDF wishes to establish a contract for the supply of Electronic Components. Electronic Components includes a wide range of product that is broadly described below: a. electronic components, power supply equipment for electronics, and connectors. b. electronic automation equipment, and cables. c. electronic tools and equipment. d. electronic test equipment. The Agreement will be for an initial period of four years with provision for two subsequent rights of renewal, for two years and then one year. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by Sep 15.",Awarded,"Agency: NZDF Successful Supplier Name: RS Components Date Contract Awarded: 20 Jan 2016 Estimated Cost of the Procurement: $2.8m Description of the Goods: electronic components Duration of the contract: 4 years with 2 rights of renewal for 2 years and 1 year.",20201117 New Zealand Defence Force,15799672,Request for Tenders,Open Competition,Commercial Rental Vehicles (Utes and Minibuses),rfx_629,20150828,20150918,20151126,Procurement,Sole Agency,No,,"NZDF is seeking submission of proposals for provision of Commercial rental vehicle services, specifically utes and minibuses. The vehicles will be used for pre-deployment training and other travel requirements, will be required at short notice and may be required for longer term hire periods. The Tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within four working days. NOTE: There is no tender documentation on GETS.",Awarded,"Agency Name : NZDF Successful supplier: Hirepool Ltd Description of Services: Commercial Rental Vehicles (Utes and Minibuses) Date of Contract Award: 20 November 2015 Duration of Contract: (3+2+1) years Estimated Cost: $4.5 million over six years",20201117 New Zealand Defence Force,15878654,Request for Proposals,Open Competition,Electric Power Supplies,RFP 641,20150831,20150921,20160314,,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF wishes to establish a contract for the supply of Electrical Power Consumables that meet 240V New Zealand standard and (to support NZDF???s naval fleet) 110 -115V/60Hz requirements, including but not limited to: a. cables, b. fittings, c. lamps, d. connectors, e. switch board materials, f. ducting, and g. electrical test and measurement equipment. The Agreement will be for an initial period of four years with provision for two subsequent rights of renewal, for two years and then one year. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by Sep 15.",Awarded,"Successful Supplier Name: J.A. Russell Date Contract Awarded: 24 Feb 2016 Estimated Cost of the Procurement: $6.65m Description of the Goods: Electrical Power Supplies Duration of the contract: 4 years plus two rights of renewal for two years and one year",20201117 New Zealand Defence Force,16017275,Request for Proposals,Open Competition,Automotive Consumables,RFX 639,20150902,20150928,20170118,Procurement,Cluster,No,,"The New Zealand Defence Force (NZDF) and the Department of Corrections have consolidated their procurement requirements for automotive consumables and are engaging the market as a Closed Cluster. There is potential for a number of New Zealand technical institutes to join this Closed Cluster. The key objective of this tender is to ideally select a national supplier with the capability of supplying and delivering automotive consumables including but not limited to: a. Automotive Parts b. Automotive Batteries; and c. Automotive cleaning materials and equipment Products out of scope include specialised cleaning products to support warranties, products requiring special removal and/or regular monitoring of chemical composition. . The Agreement will be for an initial period of four (4) years with a renewal period of two (2) years and a further renewal period of one (1) year a (a potential agreement for a total of seven ( 7) years ). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by early November 2015. The estimated start date for the Agreement is 01 May 2016. NZDF reserves the right to amend this timeframe at any stage.",Awarded,"NZDF, Private Bag 902, Upper Hutt 5140 Repco NZ, Automotive Consumables 16 December 2016 Est $2,000,000",20201117 New Zealand Defence Force,16460900,Request for Proposals,Open Competition,Field Dental Operating Units,rfx_674,20150910,20151005,20160512,Procurement,Sole Agency,No,,"NZDF has an immediate requirement for four (4) field dental operating units. The NZDF's dental capability operates as a stand alone facility and/or as an extension to the Army's surgical team in tented or shipboard facilities. The capability is a transportable dental unit designed to provide essential care in remote, disaster or war zones. The field dental equipment has to be robust as they are transported by air, ship and truck. The units may be transferred from ship to ship, at sea, via helicopter or jackstay (flying fox). The field dental operating units must be able to operate whilst vessels are at sea. The units must be securable. NOTE: There is no documentation with regard to this opportunity on GETS. The opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com You must log on to access the opportunity and submit a response. Registration is simple and free; just click ""Register Now"". Assistance is available by email if you require it dcs@nzdf.mil.nz All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within two working days.",Awarded,"NZDF Trentham Ivoclar Vivadent - supply of field dental operating units Awarded February 2016 Value between $80K and $150K",20201117 New Zealand Defence Force,16595011,Request for Proposals,Open Competition,The development and implementation of a Supplier Relationship Management model for the New Zealand Defence Force.,RFP_670,20150914,20151013,20170410,Procurement,Sole Agency,No,,"In support of the New Zealand Defence Force's (NZDF) new operating and governance framework, NZDF is wanting to implement a Supplier Relationship Management (SRM) model, which once implemented will support the future development and implementation of an Enterprise Relationship Management (ERM) framework across NZDF. The contracted services will be undertaken in two stages: Stage 1: SRM Model Objective: Develop and implement a SRM model based on best practice models incorporating NZDF's internet based Bravo Vendor Performance (eVPM) module. Tasks: a) Undertake stakeholder engagement as to ensure functional and non-functional requirements are captured and issue identified. b) Undertake a skill assessment and gap analysis of personnel who will be operating in various roles within the SRM Framework. c) Develop and deliver training / coaching programme to relevant personnel. d) Establish processes, tools and templates for use in the SRM model. e) Undertake initial supplier segmentation using the SRM model. Stage 2: ERM Framework Objective: Development of high level options for a ERM framework. Tasks: Recommend the most appropriate options for NZDF, detailing but not limited to: a) The current high level state of ERM across NZDF. b) The design principles for the application of the recommended ERM model. c) A gap analysis between current state and recommended option. d) The skills required for staff operating in the various roles within the recommended ERM model. e) A high level implementation plan. To respond to this tender you must register on NZDF???s SmartProcure website: https://nzdf.bravosolution.com to access the tender documentation and to submit a response. A Guide to SmartProcure is attached. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system.",Not Awarded,,20201117 New Zealand Defence Force,16752564,Request for Proposals,Open Competition,Business Intelligence & Analytic Proof of Concept,RFX 669,20150916,20150928,20151217,Procurement,Sole Agency,No,,"The Director of Knowledge and Information Management (DKIM) at the New Zealand Defence Force (NZDF) is leading an initiative on behalf of Chief Joint Defence Services (CJDS) to develop a Business Intelligence and Analytics (BIA) system (people, process and technology) that supports both corporate and military decision making across NZDF. DKIM has developed a BIA roadmap, the first stage of which involves running a series of BIA Proof of Concepts (PoCs) to inform the requirements for, and accelerate the development of, the full BIA system. This Tender is looking for an appropriately skilled resource to scope, plan, manage and deliver the PoCs, in collaboration with NZDF technical resource and business area subject matter experts (SMEs), under the direction of DKIM. The length of the agreement will be until 30 June 2016 with one 12 month right of renewal. The total agreement term including the right of renewal will be 19 months. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by the end of October 2015. The estimated start for the agreement is mid November 2015. NZDF reserves the right to amend this timeframe at any stage.",Awarded,"Agency Name: NZDF Agency Address: Wellington Name of Successful Supplier: Theta Systems Limited Description of Service/Goods: To source an appropriately skilled resource to scope, plan, manage and deliver the proof of concepts, in collaboration with NZDF's technical resource and business area subject matter experts under direction of NZDF's Director of Knowledge and Information Management Date Contract Awarded: 16 December 2015 Duration of Contract: approximately 6 months from commencement Price Band: $500K - $700K. Please note the change in the award Price Band",20201117 New Zealand Defence Force,16821189,Request for Proposals,Open Competition,Catering Equipment and Supplies,RFX 612,20150921,20151019,20160202,Procurement,Syndicated Opportunity,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF and Other Government Agencies wish to establish an open syndicated contract for the supply of Catering Equipment and Supplies consisting a wide range of commercially available Catering Equipment and Supplies including, but not limited to: (1) crockery, (2) cutlery, (3) glassware, (4) tableware, (5) knives, (6) cookware and utensils, (7) bakery, (8) barware, (9) food processing, (10) refrigeration, (11) food storage, (12) coffee and beverage equipment, (13) kitchen and food service equipment, (14) dishwashing equipment, (15) consumables specific to equipment sold, (16) buffet equipment, and (17) display ware (cabinets). This Agreement is subject to endorsement by the Syndicated Contracts Review Board. At any stage during the life of this Agreement (with the consent of the Supplier and NZDF) eligible Government Agencies may choose to join the agreement under the same terms and conditions. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by Dec 15.",Awarded,"Agency: NZDF Successful Supplier Name: Southern Hospitality Date Contract Awarded: 20 Jan 2016 Estimated Cost of the Procurement: $8.5m (syndicated), $1.7m (NZDF) Description of the Goods: Catering Equipment and Supplies Duration of the contract: 3 years with 1 right of renewal for 2 years.",20201117 New Zealand Defence Force,16821533,Request for Proposals,Open Competition,Commercial Household Goods and Appliances,RFP 614,20150921,20151019,20160202,Procurement,Syndicated Opportunity,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF and Other Government Agencies wish to establish an open syndicated contract for the supply of Commercial Household Goods and Appliances consisting a wide range of commercially available goods ranging from: ??? whiteware (washing machines (both domestic and commercial heavy duty), dryers, fridges, freezers, and dishwasher), ??? televisions (LED , plasma, and LCD televisions), ??? microwaves, ??? stereos, ??? AV cables, ??? Basic electrical appliances (kettles, toasters, blenders etc). The Agreement will be for an initial period of three years with provision for one subsequent right of renewal for two years. This Agreement is subject to endorsement by the Syndicated Contracts Review Board. At any stage during the life of this Agreement (with the consent of the Supplier and NZDF) eligible Government Agencies may choose to join the agreement under the same terms and conditions. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by Dec 15.",Awarded,"Agency: NZDF Successful Supplier Name: Noel Leeming Group Date Contract Awarded: 20 Jan 2016 Estimated Cost of the Procurement: $8.25m (syndicated) $1.65m (NZDF) Description of the Goods: Commercial Household Goods and Appliances Duration of the contract: 3 years with 1 rights of renewal for 2 years.",20201117 New Zealand Defence Force,16834958,Request for Proposals,Open Competition,NZDF 81mm Mortar Ammunition,RFx 660,20150925,20151103,20170622,Procurement,Sole Agency,No,,"NZDF has a requirement for 81mm Mortar Ammunition for training and operational purposes for supply from 2017. The RFP is available on NZDF's SmartProcure website https://nzdf.bravosolution.com Reference Rfx 660. Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ""register now"". Please refer to the attached Guide to Smart Procure for supplier advice and if you require further assistance this is available by email to dcs@nzdf.mil.nz It is expected that the selected supplier will be able to support any transition into service of proposed offered ammunition, which will allow NZDF to initiate orders during 2016 for shipment and delivery to meet 2017 requirements. The Agreement will be for an initial period of four years, with the option of two extensions, each for a period of two years. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Not Awarded,"NZDF Requirements awarded to Hirtenberger Defence Technology for a term of four years with two further rights of renewal, each for a period of two years. Commencement date 12 July 2016.",20201117 New Zealand Defence Force,16835634,Request for Proposals,Open Competition,Supply and Servicing of Commercial Line (CL) Material Handling Equipment (MHE),RFP 625,20150928,20151029,20170329,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. The New Zealand Defence Force, Department of Corrections, Department of Conservation and KiwiRail (""the Agencies"") have consolidated their procurement requirements for MHE, namely forklifts, electric walkers, stock pickers, jiffys and associated support services. The Agencies are engaging the market as a closed cluster for the procurement of a MHE solution that encompasses fleet management, supply and servicing of MHE. The Agencies encourage responses from those suppliers that have proven experience in the implementation and management of MHE solutions that deliver operational and cost efficiencies through (but not limited to): ??? Reducing fleet running costs ??? Optimising fleet size and usability ??? Supplier consolidation ??? Lower purchase and lease costs ??? Simplifying the process for replacing and/or adding a forklift to a fleet ??? Improving environmental controls ??? Ensuring on going compliance to Health and Safety and Work Place Safety regulations and practices Suppliers looking to respond must have (but not limited to): ??? A nation wide support network ??? Able to support and maintain multiple brands of MHE ??? Proven experience in the implementation and management of MHE Solutions ??? Competitive pricing and support structures that will lower Agencies total cost of ownership A shortlist of potential suppliers (if any) may be engaged to undertake fleet reviews across a number of sites, at their own cost and using their proposed solution, provide recommendations back to the Agencies. From these reviews and supporting RFP responses a preferred Supplier(s) (if any) will be selected.",Not Awarded,,20201117 New Zealand Defence Force,16839404,Request for Proposals,Open Competition,B757-200 Flight Deck Simulator Training,RFX 623,20150928,20151016,20160902,Procurement,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) requires fight deck simulator training for it's personnel for it's Boeing B757-200 aircrafts , including: 1. Wet lease initial conversion to type training; 2. Wet lease rating upgrade to captain Training; 3. Dry lease simulator access for pilot continuation training; 4. Dry lease simulator access for instructor familiarisation and re-certification engine running training; and 5. Dry lease simulator access for engine running familiarisation and continuation training. The key objective of the procurement is a requirement for the provision of the training syllabus for both Flight and Engine running courses The length of the agreement will be aligned to the life of the aircraft which is 2021. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by the end of November 2015. The estimated start for the agreement is mid December 2015. NZDF reserves the right to amend this timeframe at any stage.",Not Awarded,"NZDF Trentham Awarded to: BAA Training Boeing US Training and Flight Services CAE Australia Pty Ltd SIM Aviation Group Term: 24/11/2015 to 31/12/2020",20201117 New Zealand Defence Force,16853363,Request for Proposals,Open Competition,Shipping Containers,RFX 601,20151002,20151102,20170621,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for the supply and lease of shipping containers. The NZDF would like the supplier to provide: 1. Sourcing (hire, buy or lease) 2. Maintenance (modify, repair and compliance) 3. Fleet management and reporting. The length of the agreement will be for a term of three years with two rights of renewal for two years each (3+2+2). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. The NZDF expects to advise Tenderers of the outcome of this tender by the end of November 2015. The estimated start for the agreement is mid January 2016. The NZDF reserves the right to amend this timeframe at any stage.",Not Awarded,The RFX for shipping containers has been completed with the contract awarded to Royalwolf Trading New Zealand Limited.,20201117 New Zealand Defence Force,16868211,Request for Proposals,Open Competition,NZDF Fleet Disposals and Project Management,rfx_689,20151008,20151106,20151203,Procurement,Sole Agency,No,,"NZDF's National Disposal Office (NDO) requires an experienced contractor to manage significant disposals and project manage other initiatives. The key objective of the procurement is to secure the services of a contractor with experience in fleet disposal, international contract development and negotiation and a high level of political nous. The contractor/organisation will oversee major fleet disposals with full cognisance of NZDF and international responsibilities and disposal rules; minimising risk to NZDF, maximise funding returns and minimising physical disposal costs. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,"Agency name - NZDF Trentham Successful supplier - Forge Technologies Ltd - disposals and project management Date awarded - 3 December 2015 Contract - 3+2 years",20201117 New Zealand Defence Force,16868225,Request for Proposals,Open Competition,Housing Solution for NZDF Personnel - Auckland Region,RFP 691,20151009,20151109,20170410,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) currently leases 60 houses in Hobsonville Auckland and owns a number of houses on RNZAF Base Whenuapai Auckland. As of July 2016, 15 leases will expire, with the remaining leases expiring from July 2017. There are also plans to remove 16 of the on-base houses to make room for other infrastructure developments which will commence within the next 12 to 18 months. The housing that will become unavailable is tenanted by service personnel and their families and NZDF wishes to procure a replacement ( ???housing solution???). To ensure continuity of housing assistance for service personnel and their families NZDF is looking for a housing solution that meets the following requirements. 1) 75 houses comprising 2, 3 and 4 bedroom dwelling units. 2) Housing within 30 minutes driving distance of RNZAF Base Whenuapai Auckland. 3) Housing of good uniform quality and no older than 10 years in age. 4) A housing solution that has contiguous dwelling units. Other non contiguous options may be considered. 5) Housing that is available on a phased basis from July 2016 through to July 2017. 6) An initial lease period of five years. The primary objective of this Request for Proposal is to identify potential suppliers who have the proven experience and capability to provide a housing solution for NZDF service personnel who work out of RNZAF Base Whenuapai Auckland. Responses will be evaluated based on the requirements detailed in this RFP. Suppliers looking to respond need to consider the following criteria : 1) Approved funding for their proposed housing solution 2) Able to provide best practice Facilities Management (FM) services. 3) Any leasing agreement will be with one party only as Lessor. 4) Capability to provide 75 house of the required standard, on a phased basis from July 2016 through to July 2017. To respond to this tender you must register on NZDF???s SmartProcure website: https://nzdf.bravosolution.com to access the tender documentation and to submit a response. A Guide to SmartProcure is attached. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system.",Not Awarded,Estimated WOLC $3m,20201117 New Zealand Defence Force,16884632,Request for Proposals,Open Competition,NZDF Domestic and International Courier Services,Rfx_570,20151029,20151130,20170622,Procurement,Syndicated Opportunity,No,,"The New Zealand Defence Force (NZDF) and other Government Agencies have a requirement for Domestic and International Courier Services from 1 July 2016. It is intended that NZDF will conduct this market engagement collaboratively with ACC which aims to engage one or two providers to deliver domestic and international courier services while also leading back office account efficiencies on this high transactional purchase order processing. All detailed Tender information is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. (SmartProcure User Guide attached) Suppliers must logon to access the tender and submit a response. Registration is simple and free just click ""register now"". If you require assistance this is available be emailing dcs@nzdf.mil.nz It is intended that responses will be evaluated against the following non-cost criteria weightings: a. Company Profile - 10% b. Delivery Proposal - 10% c. Customer Service - 15% d. Account Management - 10% e. Information Management - 35% f. Transition - 5% g. Continuous Improvement - 10% h. Sustainability - 2% I. Syndication - 3% All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in to writing to written enquiries within two working days.",Awarded,"ACC as syndicated lead Agency. Refer to ACC for joining opportunity",20201117 New Zealand Defence Force,16886501,Request for Proposals,Open Competition,C-130H(NZ) Hercules Flight Deck Simulator Training,RFX 681,20151014,20151116,20160905,Procurement,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) requires a contract for the provision of simulator training for its C-130H(NZ) Hercules personnel. The simulator will be utilised to conduct conversion to type training, continuation training and maintenance engine ground running training. The RNZAF requires C-130H(NZ) flight deck simulation training and the use of the flight simulation facilities, including: 1. Dry lease initial conversion to type training for pilots and flight engineers; 2. Dry lease captaincy upgrade training; 3. Dry lease pilot and flight engineer continuation training; 4. Dry lease instructor familiarisation and Qualified Flying Instructor / Qualified Aircrew instructor (QFI/QAI) on type qualification training; 5. Dry lease maintenance engine ground training; and 6. Dry lease simulator access for initial Night Vision Goggle (NVG) training. The length of the contract will be aligned to the life of the aircraft (approximately 10 years). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. PLEASE NOTE: The tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require further assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of this tender by the beginning of December 2015. The estimated start for the contract is mid December 2015. NZDF reserves the right to amend this timeframe at any stage.",Awarded,"Agency : NZDF Supplier: CAE USA INC for the supply of C-130H(NZ) Hercules simulator training. Date of Award: 12 Aug 16 Estimated Cost: 2.5m",20201117 New Zealand Defence Force,16983030,Request for Proposals,Open Competition,General Consultancy Panels,RFX 705,20151111,20151207,20160613,Procurement,Cluster,No,,"New Zealand Defence Force (NZDF) has a requirement for Consultancy Services to accommodate current and anticipated future projects. Currently NZDF sources consultants for Procurement and Purchasing, Finance, Logistics, Project Management, Business Analysis, and Human Resources from its General Consultancy Panel which is due to expire 31 December 2015. NZDF has been awaiting delivery of the Ministry of Business, Innovation and Employment (MBIE) All of Government (AoG) Consultancy Solution to supersede the NZDF Panel. Tranche 1 of MBIE's AoG Consultancy Solution includes Procurement and Purchasing, Finance, and Logistics and was released early November however it left a need for NZDF to tender for the following categories: a. Human Resources b. Business Analysts c. Project Management (excluding Construction and ICT) NZDF is committed to participating in the final AoG Consultancy Solution but has an immediate need for an interim solution from 01 January 2016 for the above three categories. The NZDF General Consultancy Panels will be a short term contract of nine months with provision for four rights of renewal (9 months + 3 months + 3 months + 3 months + 3 months). It is important to note that participation or selection onto the NZDF interim Consultancy Panel will have no influence on NZDF's final selection once the full AoG solution is in place. This is a Closed Syndication opportunity for Eligible Agencies. *** The Tender and supporting documents are available on NZDF's SmartProcure website - https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. Questions are encouraged and you may request that they are kept confidential, providing they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender MUST be in writing through NZDF's SmartProcure message system. NZDF will endeavour to reply to your message within two working days.",Awarded,"Good afternoon, Following the return of all signed contracts, NZDF would like to advise the successful suppliers for the General Consultancy Panels. Note that the suppliers are listed in alphabetical order and not in ranking. HUMAN RESOURCES: Accenture NZ Limited Deloitte Ernst & Young Limited KPMG Services Limited Martin, Jenkins & Associates Limited PricewaterhouseCoopers Consulting (New Zealand) LP Starfish Consulting Limited The Hackett Group Australia Pty Ltd The Sysdoc Group Limited BUSINESS ANALYSIS Accenture NZ Limited Beca Limited Davanti Consulting Limited Deloitte Ernst & Young Limited Gemtech Solutions Limited Jacobs New Zealand Limited KPMG Services Limited Maven Consulting Limited Morrison Low & Associates Limited PricewaterhouseCoopers Consulting (New Zealand) LP Redvespa Consultants Limited Starfish Consulting Limited Tenzing Limited Xelocity Limited PROJECT MANAGEMENT Accenture NZ Limited Beca Limited Davanti Consulting Limited Deloitte Ernst & Young Limited Gemtech Solutions Limited KPMG Services Limited Martin, Jenkins & Associates Limited Morrison Low & Associates Limited PricewaterhouseCoopers Consulting (New Zealand) LP Starfish Consulting Limited Tenzing Limited Xelocity NZDF would once again like to thank you for your participation in this tender. Kind regards NZDF Procurement Team",20201117 New Zealand Defence Force,16985010,Request for Proposals,Open Competition,Information Communication Technology (ICT) Professional Services Panel,RFX 645,20151112,20151209,20160620,Procurement,Cluster,No,,"New Zealand Defence Force (NZDF) has a requirement for Professional Services across a range of Information Communication Technology (ICT) functions to meet current outputs and to accommodate anticipated future project approvals and new initiatives. Suppliers are invited to respond to one or more of the following panels: a. Initiate b. Analyse/Design c. Build and Test d. Operate e. ICT Management f. End User Computing g. Network and Communications h. Mobility i. Central Processing j. Application Data We do not envisage more than 15 suppliers per panel however the final number of panel members will be at NZDF's discretion. The Agreement will be for an initial three year period with provision for two subsequent rights of renewal, each for a period of two years (3+2+2). This is a Closed Syndication opportunity for Eligible Agencies. Due to the Ministry of Business, Innovation and Employment (MBIE) tendering for an All of Government (AoG) contract which is forecast to be ready for the market during 2017, the contract term may be limited to three years. NZDF, as the current Lead Agency, will retain the right under the Agreement to terminate earlier than three years. It is important to note than participation or selection onto the NZDF ICT Professional Services Panel will have no influence on NZDF's final selection onto MBIE's AoG contract **** The tender and supporting documents are available on NZDF's SmartProcure website - https://nzdf.bravosolution.com. Suppliers must log on to access and submit a response. Registration is simple and free, just click 'register now'. if you require assistance with your log on please email dcs@nzdf.mil.nz Questions are encouraged and you may request that they are kept confidential, providing they are commercially sensitive. NZDF reserves the right to provide supplementary information to all tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing though NZDF's SmartProcure message system. NZDF will endeavour to reply to your message within two working days.",Awarded,"Good afternoon, Following the return of all signed contracts, NZDF would like to advise the successful suppliers for the Operate, ICT Management, and End User Computing ICT Professional Services Panels. Note that the suppliers are listed in alphabetical order and not in ranking. OPERATE PANEL: Atos (New Zealand) Limited Beca Limited Datacom Systems (Wellington) Limited Deloitte Enterprise IT Limited Fujitsu New Zealand Limited Hewlett-Packard New Zealand Intergen Limited Middleware New Zealand Limited Optimation New Zealand Limited Scientific Software & Systems Limited ICT MANAGEMENT PANEL: Accenture NZ Limited BSSTech Consulting Limited trading as archTIS Azimuth Consulting Limited Beca Limited Deloitte Ernst & Young Limited IntegrationQA Limited Integrity Consulting Services Limited (Integri-T) KPMG Services Limited Maven Consulting Limited PricewaterhouseCoopers Consulting (New Zealand) LP Starfish Consulting Limited Stockwell Bretton Limited Tenzing Limited X4 Consulting Limited END USER COMPUTING PANEL: Accenture NZ Limited CSC (New Zealand & Pacific Islands) Limited Datacom Systems (Wellington) Limited Deloitte Dimension Data New Zealand Limited Fujitsu New Zealand Limited Hewlett-Packard New Zealand Zephyr Consulting (Wellington) Limited NZDF would once again like to thank you for your participation in this tender. Kind regards NZDF Procurement Team",20201117 New Zealand Defence Force,16985334,Request for Proposals,Open Competition,Dunedin Defence Centre,,20151112,20151204,20160906,Property Group,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking proposals for a new defence facility in Dunedin. TwentyTwo has been engaged by NZDF to lead this procurement process. The Dunedin Defence Centre The NZDF Defence Centre will be a modern new facility supporting the requirements of the NZ territorial and cadet forces, infantry regiment, regular forces and defence careers in the Otago region. The Defence Centre will support NZDF activities in the event of an emergency. Resilience (seismic resilience, low risk of flooding and liquefaction) is an important requirement for the new site. The main building will need to be constructed to Importance Level 4 (IL4) standard under the New Zealand Building Code. The estimated land area required to support the Service Centre is 4,300m2. Request for Proposals The attached PDF sets out relevant information required for parties wishing to respond to this Request for Proposal (RFP). TwentyTwo and NZDF are looking to work collaboratively with parties to ensure the best outcome for both parties. Proposed Timeline for this Project TwentyTwo and NZDF are proposing to: ??? Issue this RFP on TwentyTwo???s website and GETS (Government Electronic Tender System) on 12 November 2015 ??? Close responses to the RFP by 4pm, 4 December 2015 ??? Target Date to Select shortlisted parties 15 January 2016 ??? Complete evaluation of shortlisted options and select the preferred party by 12 February 2016 Further information on NZDF's requirements is available online at www.twentytwo.co.nz/briefs or by contracting: Catherine Bignell 021 848 813 Catherine@twentytwo.co.nz",Not Awarded,This RFP was withdrawn as no suitable sites could be found in Dunedin.,20201117 New Zealand Defence Force,17024098,Request for Proposals,Open Competition,"International and Domestic Freight Forwarding Services, including Customs Brokerage",RFx 706,20151124,20151222,20170314,Procurement,Cluster,No,Not applicable,"The New Zealand Defence Force (NZDF) and the Government Communications Security Bureau (GCSB) have a requirement for Domestic Freight Forwarding Services. NZDF, GCSB and KiwiRail Limited (KiwiRail) also have a requirement for Global Freight Forwarding Services, including Customs Brokerage. We are seeking a lead supplier to deliver International and Domestic Freight forwarding and customs brokerage services. This RFP will be undertaken in two stages. The first stage will involve suppliers submitting a response to each of NZDF, GCSB and KiwiRail combined requirements. Responses will be evaluated againat the specified criteria and those who are assessed as being capable of meeting the requirements, will be invited to submit fees for service and pricing movement scenarios. All information with respect to this RFx 706 event can be accessed and responded to via NZDF's SmartProcure and all enquiries regarding this tender must be in writing through NZDF's SmartProcure messaging system at https://nzdf.bravosolution.com A guide to using NZDF's SmartProcure is included as an attachment. NZDF will endeavour to respond in writing to written enquiries within two working days. NZDF expects to advise Tenderers of the outcome of stage one of this tender by mid February 2016 and for those invited to participate in stage two, by mid April 2016. NZDF reserves the right to amend these timeframes at any time and will notify suppliers of those changes via GETS and the details of the actual changes being made using NZDF's SmartProcure messaging.",Awarded,,20201117 New Zealand Defence Force,17051531,Request for Proposals,Open Competition,New Zealand Veterans' Affairs Medical Alarms,rfx_714,20151203,20160118,20160512,Procurement,Sole Agency,No,,"NZDF, on behalf of NZVA, is going to the market for the supply and monitoring of medical alarms for NZ veterans. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Please note that there will be no-one monitoring emails or answering questions between 18 December 2015 and 12 January 2016. The contract to supply and monitor medical alarms to NZ veterans is due to expire on 29 February 2016. It is hoped that a new contract will be in place to begin 1 March 2016. The key objective of this procurement is secure a single provider, if possible to provide those veterans with the requirement for medical alarms. A 'single' supplier may well be a consortia of suppliers working together to provide the services. However, veterans and NZVA expects only one point of contact. The anticipated benefits of a 'single provider' are: ??? A single process nationwide ??? A single point of contact nationwide ??? Consistency for all veterans ??? No cold calling by medical alarms companies on veterans ??? Consistency for all NZVA case managers ??? A single monthly invoice ??? Reduced administration for all parties This procurement will help NZDF achieve its long-term strategies and goals by minimising the service risk to veterans whilst providing security of service at the optimal value.",Awarded,"NZDF on behalf of NZVA Red Wolf High level Monitoring - supply and monitoring of medical alarms Awarded 1 May 2016 for three years with a right of renewal for a further two years Value between $1.3m and $2m for whole of contract",20201117 New Zealand Defence Force,17116629,Request for Proposals,Open Competition,Computer Equipment,rfx_731,20160115,20160211,20160905,Procurement,Sole Agency,No,,"NZDF is seeking submission of proposals for supply and delivery of computer equipment that includes network components, servers and processors on an ongoing basis. The agreement will be for an initial period of 3 years with one right of renewal, for a period of two years. The Tender opportunity is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenderers must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to: dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquiries within four working days. **NOTE: There is no tender documentation in relation to this opportunity on GETS.**",Awarded,"Agency Name: NZDF Successful tenderer: Spark NZ Trading Ltd Description of Services : Supply of computer equipment Date of Contract agreement : 21 July 2016 Duration of Contract: (3 +2) years Estimated Cost: $12.5 million over 5 years",20201117 New Zealand Defence Force,17118275,Request for Proposals,Open Competition,Exterior House Cleaning for NZ Veterans,rfx_747,20160121,20160217,20160512,Procurement,Sole Agency,No,,"The key objective of this procurement is to source a single, if possible, supplier to provide/co-ordinate nationwide exterior house cleaning, i.e. annual house wash, bi-annual spouting cleaning and bi-annual exterior window cleaning, for eligible NZVA veterans. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,"NZDF Trentham on behalf of NZVA Chemwash Cleaning Ltd - NZVA Exterior House Cleaning Awarded 1 May 2016 for three years with a right of renewal for a further three years Full contract value between $1.5m and $2m.",20201117 New Zealand Defence Force,17167525,Request for Proposals,Open Competition,Service Housing Provider - Auckland Region,RFP 754,20160204,20160317,20170410,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) wishes to enhance the standard of housing that it currently makes available to service personnel. In order to achieve this outcome, the intent is to engage an external Service Housing Provider (SHP) to: ??? Source modern housing for NZDF (head lease individually or in parcels) and make this available to service personnel on sublease or service tenancy (Lease Procurement); and ??? Manage NZDF???s interest in each head lease (Lease Management). The key objective of this procurement is to engage a SHP who will act on NZDF's behalf within the Auckland region to provide both Lease Procurement and Lease Management. The SHP will be required to work with NZDF to meet NZDF???s housing needs in the Auckland region (initially in Papakura and North Shore). The SHP and NZDF will collaboratively prepare an initial Detailed User Requirement (DUR) that will address: ??? Preferred micro locations; ??? Preferred site attributes ??? e.g. site size, fencing, proximity to public transport, schools etc.; ??? Dwelling size; ??? Type of housing; ??? Ancillary features ??? garaging, parking etc.; ??? Rental parameters. The DUR will be reviewed and amended from time to time in accordance with NZDF???s operational and commercial requirements. Key Attributes It is envisaged that the SHP will have the following attributes: ??? Demonstrated understanding of the residential property market targeted by NZDF; ??? Lease procurement professional competency; ??? Lease management professional competency; ??? Financial management capability; ??? Independence from residential rental property owners and their agents; ??? Ability to proactively facilitate a supply of modern rental housing with integrity and transparency using due process; ??? Ability to maintain a call centre to enable responses to facilities management requirements as advised by occupants To respond to this tender you must register on NZDF???s SmartProcure website: https://nzdf.bravosolution.com to access the tender documentation and to submit a response. A Guide to SmartProcure is attached. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system.",Not Awarded,,20201117 New Zealand Defence Force,17231695,Request for Proposals,Open Competition,Security Services at RNZAF Bases - Auckland & Ohakea,rfx_578,20160222,20160222,20160222,Procurement,Sole Agency,No,,"The Royal New Zealand Air Force requires the provision of security guard services at its Auckland and Ohakea airbases. The Tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Tenders must log on to access the tender and submit a response. Registration is simple and free, just click ""Register Now"". If you require assistance by email, this is available by email to dcs@nzdf.mil.nz All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to written enquires within two working days. NOTE: There is no tender documentation on GETS.",Not Awarded,"Please Note that there has been a an award made for this tender. See details below: Agency: NZDF Agency Address: Wellington Successful Supplier: First Security Guard Services Ltd Description of Services: To source a supplier that can provide security guard services to the Royal New Zealand Air Force at its bases at Auckland and Ohakea and possibly at other NZDF bases. Date Contract Awarded: 15 July 2015 Duration of Contract: Three (3) years plus one right of renewal for three (3) years Price Band: $5m - $5.8M",20201117 New Zealand Defence Force,17299003,Request for Tenders,Open Competition,RFX_759 - Supply of Six Milling Machines,RFX_759,20160401,20160429,20170622,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,,20201117 New Zealand Defence Force,17340738,Request for Tenders,Open Competition,Vessel of Opportunity Survey Systems,rfx_780,20160331,20160506,20170126,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is releasing this Request for Tender due to a requirement for Vessel of Opportunity (VOO) Survey Systems. The NZDF invites submissions from organisations who have a history of supplying and supporting VOO Survey Systems that will provide more readily deployable and better employable units for short notice survey taskings on small craft (less than 24m in length). Respondents are advised that to register and view this RFT in detail they MUST go to the NZDF's SmartProcure website at: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require assistance to register please contact dcs@nzdf.mil.nz All enquiries regarding this RFT must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to enquiries within 3 working days.",Not Awarded,NZDF have awarded the contract for Vessel of Opportunity Survey Systems to CEE Hydro Systems.,20201117 New Zealand Defence Force,17372136,Request for Tenders,Open Competition,Instructor Parachute Systems,RFx_729,20160408,20160520,20170120,Capital Acquisition,Sole Agency,No,,"The New Zealand Defence Force (NZDF) requires 30 Instructor Parachute systems that will replace the current in-service Talon Instructor Parachute systems. The NZDF invites submissions from organisations who have a history of supplying and supporting parachute systems for Parachute Jump Instructors to provide air to air instruction to NZDF parachutists, as well as utilising these systems for Royal New Zealand Air Force (RNZAF) displays. Respondents are advised that to register and view this RFT in detail they MUST go to the NZDF's SmartProcure website at: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ""register now"". If you require assistance to register please contact dcs@nzdf.mil.nz All enquiries regarding this RFT must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to enquiries within 3 working days.",Not Awarded,p';dfk;asdfdksasdfjdfsl,20201117 New Zealand Defence Force,17569601,Request for Proposals,Open Competition,RFX_789 - Cloud Venue Fitout for Operation Neptune (AUK),RFX_789,20160601,20160629,20170622,Procurement,Sole Agency,No,,"The Design and Fitout of the Cloud Venue in Auckland for the Royal New Zealand Navy and the International Navy Review in November 2016. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,NZDF Requirements successfully awarded to Orange Productions Ltd.,20201117 New Zealand Defence Force,17570101,Request for Proposals,Open Competition,NZDF Environmental Panels,rfx_794,20160601,20160629,20160930,Procurement,Sole Agency,No,,"NZDF wishes to establish a panel of consultants to provide environmental consultancy services for the Defence Property Group (DPG). The panel will increase NZDF???s organisational efficiency and reduce the cost to industry of continually tendering for similar services. DPG has few subject matter experts relying on the provision of specialist technical advice and documentation by external service providers. The panel will comprise as many members as NZDF believes is necessary to establish and maintain competition in provision of a wide range of services. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,"NZDF Trentham Panel members: 4Sight Consulting aadi Defence Pty Ltd AECOM Aurecon New Zealand Ltd Babbage Consultants Ltd Beca Ltd Bioreseraches Group Cawthron Institute Coffey ENGEO Ernst & Young Golder Associates (NZ) Ltd Harrison Grierson Consultants NIWA Opus iNternational Consultants Pattle Delamore Partners Ramboll Environ NZ Ltd Tonkin & Taylor Wildland Consultants Awarded 30 September 2016 for a contract period of 3+2+2 years",20201117 New Zealand Defence Force,17606531,Request for Proposals,Open Competition,NH90 Full Flight Simulator Services,RFX_813,20160616,20160713,20170118,Procurement,Sole Agency,No,,"NZDF requires NH90 Full Flight Simulator (FFS) training, including: 1. Wet lease initial conversion to type training; and 2. Dry lease simulator access for pilot continuation training; The key objective of the procurement is to establish an ongoing Standing Offer with an external organisation offering a training syllabus for conversion to type training and access to the FFS under dry lease for any potential currency training requirements. Simulation facilities must represent the NZDF NH90 Helicopter to an acceptable standard. The Agreement will be for an initial period of three years with provision for one subsequent right of renewal, for a period of two years. NZDF will not guarantee hours under any agreement. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. ** This tender is available on NZDF's SmartProcure website https:\\nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by mid August 2016. The estimated start date for the agreement is 01 January 2017. NZDF reserves the right to amend timeframes at any stage.",Awarded,"NZDF, PO Box 902, Upper Hutt 5140 HFTS Helicopter Flight Training Services GmbH NH90 Full Flight Simulator Services Awarded 1 September 2016 Ext $8.4M",20201117 New Zealand Defence Force,17646460,Request for Proposals,Open Competition,Workboat Services,rfx_890,20160630,20160720,20180208,Procurement,Sole Agency,No,,"NZDF has a requirement for a supplier to provider the RNZN workboat services. It is broken down into 2 distinct parts: (1) The general provision of Workboat Services (sections 3 ??? 19 including appendices 1 & 2) (2) The provision of Workboat Services for Operation Neptune (page 14 onwards including appendix 3) Tenderers can respond to one or both sections of these requirements. Tenderers will not be disadvantaged in any way should they only be responding to one section. The Agreement will be for an initial period of three years with provision for two subsequent rights of renewal, for a period of one year each. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. ** This tender is available on NZDF's SmartProcure website https:\\nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by late July 2016. The estimated start date for the agreement is 01 September 2016. NZDF reserves the right to amend timeframes at any stage.",Not Awarded,Awarded to Air Affairs Ltd,20201117 New Zealand Defence Force,17651711,Request for Tenders,Open Competition,RFX_748 - Boeing B757-200 Aircraft Strip and Repaint,RFX_748,20160701,20160801,20170619,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,,20201117 New Zealand Defence Force,17655213,Request for Proposals,Open Competition,RFX 905 Environmental Operational Support to Veterans Support Systems,RFX 905,20160706,20160729,20170330,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking responses to a Request for Proposal (RFP) regarding the provision of a Managed Service to provide Environmental Operational Support to the Veterans Support Systems (VSS). The NZDF invites responses from organisations that have experience in the provision of IT Managed Services. As all activities regarding this RFP will be carried out via SmartProcure, all respondents must log on to access the RFI document and to submit a response .Registration is simple and free (please refer to the attached Smart Procure User Guide) Potential respondents are advised that to register and view this RFP document they MUST go to the NZDF???s SmartProcure website at: http://nzdf.bravosolutions.com If you require assistance to register on Smart Procure please contact dcs@nxdf.mil.nz All enquires regarding the RFP must be in writing using the NZDF???s SmartProcure message system",Not Awarded,This Contract has been awarded to Datacom,20201117 New Zealand Defence Force,17667441,Request for Proposals,Open Competition,Supply of Rations,rfx_687,20160707,20160801,20180208,Procurement,Syndicated Opportunity,No,,"NZDF is looking for a prime supplier to furnish them with rations throughout their locations in New Zealand, 365 days/year. The key outcomes that this procurement aims to achieve are: 1. to select a single prime supplier with proven ability to supply competitively priced, quality assured rations to NZDF nominated facilities, field training activities and to Naval bases throughout NZ; 2. to select a supplier that can deliver 365 days of the year; 3. to have access to a cost effective piece of electronic ordering technology; 4. a target value for money solution. The agreement will be for an initial period of 3 years with the provision for 2 subsequent right of renewal, each for a period of 2 years. The estimates start date for the agreement will be 1st October 2016 however NZDF reserves the right to amend this Agreement for the balance of the term. Currently, Auckland City Council, Taratahi Agricultural Training Centre and the Ministry of Social Development have indicated that they may join this syndicated opportunity with NZDF as lead agency. ** This tender is available on NZDF's SmartProcure website https://nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. A guide to SmartProcure is also included as an attachment to this GETS notification. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to queries within 2 business days.",Awarded,"Contract awarded to Bidfood Ltd, subsidiary of Bidvest NZ Ltd",20201117 New Zealand Defence Force,17669845,Request for Tenders,Open Competition,Sniper Rifle Replacement Project,P11629,20160706,20160831,20170807,Capital Acquisition,Sole Agency,No,,"NZDF is looking for 42 sniper rifles to replace the current fleet. ** This tender is available on NZDF's SmartProcure website https:\\nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond to queries within 2 business days.",Not Awarded,The NZDF Sniper Rifle Replacement has been awarded to NIOA.,20201117 New Zealand Defence Force,17679581,Request for Proposals,Open Competition,Consultant for the Counter Explosive Hazard Project,RFP 896,20160708,20160805,20170118,,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. NZDF is developing an expeditionary counter-explosive capability and has instigated the Counter Explosive Hazard Project (C-EH) Project to facilitate this requirement. NZDF wishes to employ a contractor/consultant to carry out a Scoping Study that will provide the requirements for Organisational and Training Analyses. NZDF will appoint a contractor/consultant capable of completing both pieces of work - the Scoping Study and the Organisational and Training Analyses. The first step will consist of the completion of the Scoping Study. The second step will consist of the preferred supplier formally quoting on, and delivering, the Organisational and Training Analyses against a Statement of Work (SOW) derived from the completed Scoping Study. It is estimated that the production of all RFP requirements will take 6 months.",Awarded,,20201117 New Zealand Defence Force,17720054,Request for Proposals,Open Competition,Safety Event Management Tool,pro_513,20160725,20160822,20170330,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Overview of Requirements In 2014 the NZDF Health and Safety Improvement Programme was established to: ???deliver an integrated Safety Management system; ???meet the requirements of the Health and Safety at Work Act 2015 (HSW Act). There are numerous safety reporting systems within NZDF that range from spreadsheets to bespoke applications. Having a myriad of safety reporting systems creates challenges e.g.: support, maintenance, individual reporting and lack of consolidated reporting. For example, the following systems are utilised across the NZDF: ???NZDF uses a Safety Reporting System, capturing the occurrence of some safety events across the NZDF; ???Navy uses N-SHAIR, capturing the Navy safety events and has some mobility capabilities on a ship ???RNZAF uses a customised Flight Safety Event system. Having multiple safety recording systems does not allow NZDF to capture data to a single source and report upon that data in a consistent manner. Due to the disparities in collection and reporting it is difficult to accurately quantify safety events and/or their costs. NZDF requires a system that will support the centralised capture and reporting of safety events, risks, hazards, etc. and provide NZDF with a level of confidence that it is meeting its legislative requirements. The HSW Act and Defence Force Orders mandate the implementation of a system that will support centralised capture and reporting of hazards, safety events and risks and record additional safety information, such as findings and agreed actions resulting from safety related investigations. The system is the Safety Event Management Tool (SEMT).",Not Awarded,Contract awarded to Noggin Pty Ltd,20201117 New Zealand Defence Force,17758518,Request for Proposals,Open Competition,Disposal of C130 and P3 Surplus Parts,rfx_713,20160804,20160804,20160804,Procurement,Sole Agency,No,,"Due to incorrect cancelling of the previous tender of the same name this notice is only open to inform the outcome of the previous tender. New Zealand Defence Force (NZDF) is seeking the submission of proposals from prospective purchasers for the Royal New Zealand Air Force (RNZAF) C-130 Hercules and P3 Orion Surplus parts. These parts are to be sold on an ???as is, where is??? basis without any warranty as to fitness for purpose or airworthiness in their current state. This package consists of: a) Used C-130 and P-3 Navigation and Communications associated equipment and spares: and b) New C-130 and P-3 general spares. The NZDF is offering three purchase options: 1. The complete package; 2. Used C-130 and P-3 Navigation Communications associated equipment and spares; 3. New C-130 and P-3 General spares. Tenderers are to note that used components will have RNZAF serviceability labels attached but not Original Equipment Manufacturer (OEM) Certificates of Conformance. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,"NZDF Trentham, NZ Successful Supplier: Reliance Aircraft International, Inc. Contract Awarded: 29 July 2016 Value: between $500K and $1m",20201117 New Zealand Defence Force,17885592,Request for Proposals,Open Competition,NZDF Computer Training,rfx_948,20160908,20161005,20180329,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must log in to SmartProcure to access the documentation and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz Questions are encouraged; if they are commercially sensitive you may request that they are kept confidential. NZDF reserves the right to provide supplementary information to all respondents should a confidential question highlight a point requiring clarification to others. All enquiries regarding this opportunity must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. The key objective of the procurement is to secure a suitable organisation to deliver professional computer training for NZDF IT professionals and end users. The scope of work includes: a. IT Training Services for specific training which may include the following: i. Public courses (conducted by the supplier at their premises, using their publicly scheduled courses): ??? Train the trainer skills training; ??? Microsoft official learning curriculum (MOC); ??? CompTIA; ??? UNIX and Solaris systems training; ??? CISCO systems; ??? ITIL; ??? Linux; ??? IBM ??? Lotus Domino and Sametime; ??? Crystal reports; ??? Bluecoat; ??? Riverbed; ??? Fortinet; ??? Palo Alto; ??? Java; ??? Bluecoat; ??? Train the trainer; ??? CITRIX; and ??? VMWare. ii. In-house courses (at various locations as defined by NZDF) iii. Training Support: ??? Purchase of Pearson VUE exam vouchers on behalf of NZDF; ??? Purchase of selected student and instructor courseware on behalf of NZDF, for NZDF instructed courses; and ??? Develop training workshop packages for NZDF specific training. It is anticipated that the contract will be for three years with the potential for a right of renewal for a further three years (3+3).",Awarded,"Successful Supplier: Auldhouse Computer Training Services: Computer Training Date of Award: 19 June 2017 Duration of Contract: 3 Years with 1 further right of renewal of 3 Years (Potential Total 6 Years)",20201117 New Zealand Defence Force,17887325,Request for Tenders,Open Competition,Phase Servicing Platforms for C130,rfx_949,20160923,20161027,20170407,Capital Acquisition,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) has a requirement to procure a Phase Servicing Platform for a C130 Hercules aircraft to ensure they are compliant when working at heights. All correspondence for this acquisition is to be through Smart Procure (https://nzdf.bravosolution.com)",Not Awarded,Phase Servicing Platform for the C130 has been awarded to Aero Pacific GSE Ltd.,20201117 New Zealand Defence Force,17887408,Request for Tenders,Open Competition,Phase Servicing Platform for P3 Orion,rfx_950,20160923,20161027,20170407,Capital Acquisition,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) has a requirement to procure a Phase Servicing Platform for a P3 Orion aircraft to ensure they are compliant when working at heights. All correspondence for this acquisition is to be through Smart Procure (https://nzdf.bravosolution.com)",Not Awarded,The Phase Servicing Platform for the P3 Orion has been awarded to Aero Pacific GSE Ltd,20201117 New Zealand Defence Force,17887424,Request for Tenders,Open Competition,Phase Servicing Platform for SH_2G Seasprirte,rfx_951,20160923,20161027,20170407,Capital Acquisition,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) has a requirement to procure a Phase Servicing Platform for a SH2G Seasprite aircraft to ensure they are compliant when working at heights. All correspondence for this acquisition is to be through Smart Procure (https://nzdf.bravosolution.com)",Not Awarded,The Phase Servicing Platform for the SH_2G Seasprite has been awarded to Easy Access Company.,20201117 New Zealand Defence Force,17971186,Request for Proposals,Open Competition,"Doctors, Dentists, Practice Nurses and Allied Health Administrators for NZDF Casual Pool",RFX_850,20160929,20161026,20170622,Procurement,Sole Agency,No,,"NZDF is to establish Casual Pools for Doctors, Dentists, Practice Nurses, and Allied Health Administrators (including Dental Assistants, Dental Hygienists, and Health Administrators), which will allow the temporary placement of health personnel to cover permanent employees who are deployed or to cover in instances such as extended leave. Please note that to fulfil the requirements of this tender you can be a company or an individual health professional. The Casual Pools required are as follows: a. Dentists b. Practice Nurses c. Doctors d. Allied Health Administrators (including Dental Hygienists, Dental Assistants, and Health Administrators) Casual Pool positions to be filled will be required at Defence Health Centre locations. These include: a. Devonport b. Papakura c. Whenuapai d. Waiouru e. Ohakea f. Linton g. Trentham h. Wellington i. Woodbourne j. Burnham The Agreement will be for an initial period of three years with provision for two subsequent rights of renewal, each for a period of three years (3+3+3). An annual, or as required, open market tender process will be undertaken to allow for new suppliers to be added. Suppliers may also be added at NZDFs discretion. **PLEASE NOTE this tender is available on NZDF SmartProcure website nzdf.bravosolution.com. Suppliers must log on to access the tender and submit a response. Registration is simple and free, just click 'register now'. If you require assistance this is available by email to dcs@nzdf.mil.nz. ** PLEASE DO NOT RESPOND TO THIS GETS NOTICE",Not Awarded,"Multiple respondents successfully on boarded and formed a NZDF Medical Specialist Locum Recruitment Panel. Open on-boarding application process details available from Defence Commercial Services, NZDF.",20201117 New Zealand Defence Force,18029129,Request for Quotations,Open Competition,Veteran's Affairs Research,,20161013,20161111,20161117,,Sole Agency,No,,"APPLICATIONS FOR RESEARCH GRANT/AWARD BEING SOUGHT The Veterans??? Health Advisory Panel (the Panel) is a statutory board established under section 254 of the Veterans??? Support Act 2014 (the Act) and appointed by the Minister of Veterans??? Affairs (the Minister). A core function of the Panel is to invest in health research relating to veterans by deciding how the income of the Veterans??? Medical Research Trust Fund is to be applied to research grants and awards. The Panel is now seeking applications from New Zealand-based researchers (individuals or teams) interested in generating knowledge and understanding of veterans to improve their mental, physical, and social health outcomes. A two stage application process is being used. The deadline for stage 1. proposals is noon, Friday 11 November 2016. The research application pack (attached) incudes information on: ??? the type of research the panel is seeking ??? the funding available ??? the two stage application process ??? an application form ??? the Panel, and its role in funding research ??? the Panel???s Guiding Principles for Investment ??? veterans ??? contact details for the Panel, and where to send stage 1. inquiry proposals. The agreement for any research work awarded will be under the VA Grants Consultancy Services Agreement (draft attached).",Not Awarded,No responses received through GETS,20201117 New Zealand Defence Force,18068245,Request for Proposals,Open Competition,Physiotherapy Services,RFx 981,20161027,20161124,20170724,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. New Zealand Defence Force (NZDF) provides health services for its serving personnel. The Defence Health strategy going forward aims to maintain, improve and restore Military health throughout the organisation; transitioning from Health care to Health. The objective of this procurement activity is to engage professional, competent and qualified Physiotherapists, to provide physiotherapy and rehabilitation services to serving Military personnel across all camps and bases. Please note that offers of service can be offered on a regionalised or national basis.",Awarded,"1) Agency Name: NZDF 2) Agency Address: Defence Commercial Services, Trentham, Upper Hutt. 3) Successful Supplier names: APM Workcare Ltd and Southern Physiotherapy Ltd 4) Description of the Services: Physiotherapy and rehabilitation services 5) Date Contract was Awarded: 01 July 2017 6) Duration of the Contract: Initial period of five years with provision for two subsequent rights of renewal, each for a period of one year. 7) Price Band($100K - $250K) is indicative per site",20201117 New Zealand Defence Force,18314587,Request for Tenders,Open Competition,NZDF - Infrastructure Master Plans Refresh,Rfx_1013,20170120,20170217,20170410,Procurement,Sole Agency,No,,"Overview The purpose of this Request for Tender (RFT) is to obtain professional services to undertake strategic urban planning for the New Zealand Defence Force, using the provided guidelines and planning considerations to deliver a national set of Infrastructure Master Plans, advancing upon the completed documents formerly known as Estate Strategic Frameworks (ESFs). Interested parties are advised that to register and view this RFT in detail they MUST go to the NZDF’s SmartProcure e-procurement website at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration in SmartProcure is simple and free, just click “register now”. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF’s SmartProcure message system unless specified within RTF documents.",Not Awarded,This Tender has been awarded to Boffa Miskell Ltd,20201117 New Zealand Defence Force,18428018,Request for Proposals,Open Competition,Ammunition Destructors,RFP 1012,20170301,20170404,20171030,Procurement,Sole Agency,No,,"NZDF wishes to establish a contract for the supply of two Ammunition Destructors to replace aging and obsolete equipment. Please note that this tender, and all documentation related to it, is only available on NZDF’s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click “Register Now”. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by 4 May 15. NZDF reserves the right to amend this timeframe at any stage.",Awarded,,20201117 New Zealand Defence Force,18490277,Request for Tenders,Open Competition,Supply of Coal to Burnham Military Camp,RFx_1021,20170321,20170412,20170517,Procurement,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. The New Zealand Defence Force ("NZDF") has a requirement to procure the supply of coal to Burnham Military Camp. Coal is currently the prime heating fuel at Burnham Military Camp. NZDF seeks a cost effective supply of Coal Based Energy in terms of dollar/gigajoule of delivered energy, subject to its suitability for use in the boilers at Burnham Military Camp.",Awarded,"Birchfield Coal Mines Ltd The Supply of Coal to Burnham Military Camp Contact Length: 6 years total Awarded on: 17 May 2017",20201117 New Zealand Defence Force,18518464,Request for Tenders,Open Competition,Papakura Regeneration,RFX_1125,20170328,20170426,20170801,Property Group,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is currently under-going development at Rennie Lines within Papakura Military Camp. This project consists of a series of new builds and site works with multiple stages (more information available in tender documents). NZDF are seeking Requests for Tender from the construction industry for the work specified above. Interested parties are advised that to register and view this RFT in detail they MUST go to the NZDF SmartProcure e-procurement website at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration in SmartProcure is simple and free, just click register now. A guide to Smartprocure is found under attachments and should provide all the information your require. If you need further assistance, please don't hesitate to contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF's SmartProcure message system unless specified within RFT documents.",Not Awarded,Contract has been awarded to Downer New Zealand Ltd,20201117 New Zealand Defence Force,18521414,Request for Tenders,Open Competition,Procurement of Volunteers Services for Anzac Day commemorations at Gallipoli 2018,VOS2018,20170328,20170526,20170914,Procurement,Sole Agency,No,,"The Australian Government Department of Veterans’ Affairs (DVA) and the New Zealand Defence Force (NZDF) are seeking expressions of interest from volunteer organisations to participate in activities supporting commemorations at the Gallipoli Campaign Historical Site (“Gallipoli Peninsula”) in the Republic of Turkey in April 2018. The Governments of Australia and New Zealand, with assistance from the Government of the Republic of Turkey and local authorities, plan, deliver and seek to continually improve arrangements for the Anzac Day commemorations. The relationship with Turkish authorities in critical to the planning and delivery of the service. Commemorations conducted by the Australian and New Zealand Governments on Anzac Day (25 April) currently include: 1.Anzac Day Dawn Service at the Anzac Commemorative Site, 2.Australian Memorial Service at Lone Pine; and 3.New Zealand Memorial Service at Chunuk Bair. DVA and NZDF are seeking an experienced volunteer organisation to participate in activities supporting Anzac Day commemorations in Turkey in 2018, with a possibility of an additional five x one year extensions up to and including 2023. Note that this procurement is being advised on GETS for the purpose of directing interested parties to the Australian Government tender website: AusTender www.tenders.gov.au, from where the procurement will be managed. The ATMID for this is VOS2018. To view the tender requirement please copy and paste this link into an internet browser: https://www.tenders.gov.au/?event=public.ATM.list&orderBy=Close+Date+%26+Time+-+Ascending&number=&keyword=volunteer",Awarded,,20201117 New Zealand Defence Force,18534080,Request for Tenders,Open Competition,Rfx_1068 Avionic Test Equipment,Rfx_1068,20170403,20170427,20170627,Procurement,Sole Agency,No,,"The Royal New Zealand Airforce (RNZAF) requires the replacement of two items of Avionic Test Equipment, these being: a. Quantity one Semi-Anechoic Chamber with through life support. b. Quantity one Electro-Magnetic Interference Test Receiver with through life support. To meet the requirement for the two types of equipment this RFT is structured as an open competitive two lot RFT. Interested parties are advised that to register and view these RFTs in detail they MUST go to the NZDF’s SmartProcure e-procurement website at: https://nzdf.bravosolution.com Suppliers must logon to access the RFTs and submit a response. Registration in SmartProcure is simple and free, just click “register now”. A User guide has been attached for your information. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF’s SmartProcure message system unless specified within RTF documents.",Not Awarded,"This Procurement was a Multi-Lot RFT with two winning contracts as follows: Avionic Test Equipment - EMI Receiver - awarded to RF Test Solutions. Avionic Test Equipment - Semi-anechoic Chamber - awarded to Comtest Engineering Ltd.",20201117 New Zealand Defence Force,18570284,Request for Proposals,Open Competition,NZDF - Precinct Block Plans,Rfx_1138,20170413,20170515,20170706,Procurement,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to obtain professional services to undertake precinct capacity and feasibility testing using the guidelines and planning considerations provided to create a national suite of Precinct Block Plans. The requirements for this RFT are set out in a Request for Professional Services (RPS) document in the attachments section of this RFT. Interested parties are advised that to register and view this RFT in detail they MUST go to the NZDF SmartProcure e-procurement website at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration in SmartProcure is simple and free, just click - register now. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through the NZDF SmartProcure messaging system unless specified within RTF documents.",Not Awarded,Contract awarded to Warren & Mahoney (and partners),20201117 New Zealand Defence Force,18610195,Request for Tenders,Open Competition,Rfx_1058 Aviation Ground Support Equipment,Rfx_1058,20170501,20170529,20170629,Procurement,Sole Agency,No,,"As a component of the FY 16/17 Financial Year Life of Type Replacement (LOTR) the Royal New Zealand Airforce (RNZAF) requires the replacement of two equipment types of Aviation Ground Support Equipment, these being; a. Quantity one Portable Universal Hydraulic Test Stand for C130 & P3 Aircraft including through life maintenance support. b. Quantity five Aircraft Towbars (C130 x 2 & P3 x 3) To meet the requirement for the equipment this RFT is structured as an open competitive two lot RFT. Interested parties are advised that to register and view this RFT in detail they MUST go to the NZDF’s SmartProcure e-procurement website at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration in SmartProcure is simple and free, just click “register now”. Please find the User Guide attached. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF’s SmartProcure message system unless specified within RFT documents.",Not Awarded,"This was a two lot RFT for Aviation Ground Support Equipment. Equipment 1. Aviation Towbars for C130 & P3 Aircraft - contract awarded to AeroPacific GSE Ltd. Equipment 2. Portable Universal Hydraulic Test Stand - contract awarded to Dewtec (NZ) Ltd.",20201117 New Zealand Defence Force,18816805,Request for Proposals,Open Competition,NZDF Workboats,RFP 1209,20170707,20170804,20171002,,Sole Agency,No,,"NZDF requires two Commercial-off- the-shelf (COTS) Workboats. The Workboats will be used to support diving and hydrographic operations both in NZ and overseas. The Workboats will be transported by both NZDF 4WD vehicle and trailer and RNZN ships. Please note that this tender, and all documentation related to it, is only available on NZDF's SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. NZDF expects to advise Tenderers of the outcome of this tender by Sep 17. NZDF reserves the right to amend this timeframe at any stage.",Awarded,,20201117 New Zealand Defence Force,18862207,Request for Proposals,Open Competition,rfx_1090 - Constructive Simulation Software,rfx_1090,20170724,20170807,20180208,Capital Acquisition,Sole Agency,No,,"Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. The New Zealand Defence Force (NZDF) is committed to supporting personnel to ensure that NZDF have a strong, up skilled Defence Force, ready to deploy whenever required. To achieve this there is a focus on simulation training, which is transforming the way NZDF train, sustain and deliver capabilities, supporting individual training and collective training delivery. Currently, NZDF utilises constructive simulation software to stimulate command and control (C2) capability for mission rehearsal, to stimulate Army???s C2 capability for individual and collective training, and to provide simulated forces, combat resolution, and post H-Hour decision making for Command Post Exercises (CPX). The objective of this procurement activity is therefore to engage with suppliers who can offer constructive simulation software to enable advanced simulation training outputs while supporting current army concepts, resulting in capability that enables NZDF to deliver and execute Joint and multi-national training. The contract is intended to commence with a fully supported license agreement for an initial four years, with the ability to the right of annual renewals, to either extend this or move to a service only agreement, up to an additional four years. This procurement will be managed with a two phased approach. Phase one will result in NZDF shortlisting suppliers via their qualification, technical and commercial responses. Phase two will result in those shortlisted being invited to provide NZDF with a trial of their proposed software. The approach is detailed further within the Request for Proposal (RFP). Note you will have 10 working days to complete the questions in SmartProcure in order to move through to the shortlisting phase.",Awarded,,20201117 New Zealand Defence Force,18887801,Request for Proposals,Open Competition,Unmanned Ground Vehicles and Neutralisation Systems,RFP 1052,20170804,20170901,20181217,Capital Acquisition,Sole Agency,No,,"The tender is available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. A Guide to SmartProcure is attached. In order to deal with Explosive Ordnance Disposal (EOD), NZDF requires to replace existing Unmanned Ground Vehicle (UGV) platforms and Neutralisation Systems that enable EOD operators to operate remotely in extremely hazardous situations. Exact quantities to be procured will depend on the capability offered in tender responses. There will be a requirement for the solutions to replace the current fleet of Mk8 Revolution Wheelbarrow and Packbot UGV???s. To provide sufficient capability to meet required outputs there is a need for the solution(s) to encompass normal domestic EOD operations and Special Operations (SO) domestic operations. It is assessed that the solution(s) will be a mixed fleet of UGV platforms due to differing roles and scenarios. This RFP will be managed as a multi-LOT process where all respondents will be required to complete the Qualification Envelope. Separate responses may be submitted for the SO UGV and SO Neutralisation Systems as it is desirable for the SO UGV to be capable of firing disruptors, but not essential. Domestic Neutralisation Systems must be capable of being fitted and fired remotely by the Domestic UGV solution(s) and manually, off the UGV platform. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Any complaints can be directed to the Procurement Manager: Hanelie.lategan@nzdf.mil.nz. NZDF expects to advise Tenderers of the outcome of this tender by xx xxx 17. NZDF reserves the right to amend this timeframe at any stage.",Awarded,,20201117 New Zealand Defence Force,18982656,Request for Proposals,Open Competition,Unmanned Ground Vehicles and Neutralisation Systems,RFP 1052,20170901,20170922,20181217,,Sole Agency,No,,"This GETS Item is a time extension to GETS RFx ID 18887801. The tender (RFP 1052) is available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. A Guide to SmartProcure is attached. In order to deal with Explosive Ordnance Disposal (EOD), NZDF requires to replace existing Unmanned Ground Vehicle (UGV) platforms and Neutralisation Systems that enable EOD operators to operate remotely in extremely hazardous situations. Exact quantities to be procured will depend on the capability offered in tender responses. There will be a requirement for the solutions to replace the current fleet of Mk8 Revolution Wheelbarrow and Packbot UGV???s. To provide sufficient capability to meet required outputs there is a need for the solution(s) to encompass normal domestic EOD operations and Special Operations (SO) domestic operations. It is assessed that the solution(s) will be a mixed fleet of UGV platforms due to differing roles and scenarios. This RFP will be managed as a multi-LOT process where all respondents will be required to complete the Qualification Envelope. Separate responses may be submitted for the SO UGV and SO Neutralisation Systems as it is desirable for the SO UGV to be capable of firing disruptors, but not essential. Domestic Neutralisation Systems must be capable of being fitted and fired remotely by the Domestic UGV solution(s) and manually, off the UGV platform. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Any complaints can be directed to the Procurement Manager: Hanelie.lategan@nzdf.mil.nz. NZDF expects to advise Tenderers of the outcome of this tender by Oct 17. NZDF reserves the right to amend this timeframe at any stage.",Awarded,,20201117 New Zealand Defence Force,19166330,Request for Proposals,Open Competition,NZDF Maintenance Tractors (West Melton Range and Tekapo Training Area),RFx 1176,20171025,20171124,20180329,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for two Ground Maintenance Support Tractors with configured ancillaries from an established industry supplier who can also present a cost effective through life (on-site) maintenance support plan for up to 20 years. These Tractors and ancillaries are to be located at the West Melton Rifle Range (Canterbury) and Tekapo Military Training Area (Mackenzie District, Canterbury). NZDF acknowledges that industry has a key role in maintaining a modern, credible and capable Defence Force and seeks to utilise the experience, knowledge and expertise of external subject matter experts to inform, develop and validate capability requirements and to present value for money solutions. Although a Commercial off the Shelf (COTS) non-complex procurement, NZDF is looking to develop a long term equipment support relationship which will be conducted with openness and co-operation, engendering the development of mutual trust, respect and co-operation between NZDF and Supplier employees with a job to do. **PLEASE NOTE this tender is available on NZDF SmartProcure website nzdf.bravosolution.com. Suppliers must log on to access the tender RFx 1176 and submit a response. Registration is simple and free, please refer to the attached Guide to Smart Procure for supplier advice. Once registered as a Supplier then all enquiries regarding this tender content must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in to writing to written enquiries within two working days. This tender will close at 5.00pm Friday 24th November 2017. If you require further assistance in registering as a Supplier then this is available by email to dcs@nzdf.mil.nz Any complaints should be directed to the NZDF Procurement Manager, hanelie.lategan@nzdf.mil.nz ** PLEASE DO NOT RESPOND TO THIS GETS NOTICE **",Awarded,"Successful Supplier - Drummond & Etheridge, Christchurch Deliverables - Two Maintenance Tractors with Ancillaries and Through Life Service Plan Awarded - 29 March 2018 Duration - Whole of Life Support (Est 20 years)",20201117 New Zealand Defence Force,19194891,Request for Tenders,Open Competition,RNZAF Aviation Ground Power Units,Rfx - 1290,20171102,20171201,20180108,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking solutions from capable industry equipment suppliers to supply quantity two Aviation Ground Power Units. Interested parties can view this opportunity on the NZDF???s SmartProcure website portal at https://nzdf.bravosolution.com The RFT reference is: rfx_1290 RNZAF Aviation 90 Kva Ground Power Units (GPU) Suppliers must logon to SmartProcure to access the RFT and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF???s SmartProcure message system. NZDF will endeavour to respond to enquiries within two working days.",Not Awarded,Due to restrictive user requirements this tender will be re-advertised early in 2018 with updated requirements.,20201117 New Zealand Defence Force,19246971,Request for Tenders,Open Competition,Composite Bay Curing Oven,Rfx_1316,20171121,20171218,20180516,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) requires quantity one Composite Bay Curing Oven to be delivered and installed onsite Royal New Zealand Air Force Base, Auckland. The Curing Oven will be used for aeronautical component moisture removal, pre-impregnated laminate curing, component post cure and elevated composite component cure. Interested parties can view this RFT on the NZDF???s SmartProcure website portal at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF???s SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Awarded,,20201117 New Zealand Defence Force,19332913,Request for Proposals,Open Competition,XIE Platform Proof of Concept,RFx_1370,20171215,20180202,20180518,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking to identify and source the ""technology platform"", to support the development of the XIE concept through a proof of concept process. This procurement process is intended to identity technology platforms available in the market that can support NZDF requirements and outcomes. NZDF also encourage the vendor community to respond with innovative solutions to NZDF requirements, potentially identifying platforms that have not been considered to date. The Agreement will be for an initial period of twelve (12) months with provision for a Six (6) month right of renewal. If you have any complaints or feedback regarding this procurement process, please direct these to the Procurement Manager - Hanelie.Lategan@nzdf.mil.nz. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz.",Awarded,,20201117 New Zealand Defence Force,19359590,Request for Proposals,Open Competition,NZDF Avionics Virtual Maintenance Training capability,RFx 1333,20180112,20180209,20180912,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking to introduce a new Avionics Virtual Maintenance Simulation Training (AVMST) capability to support preparing RNZAF Avionic Technicians maintain both current and future RNZAF aircraft fleets. The key objective of this procurement is to enter into a contractual arrangement with a single provider delivering not only the initial proven software solution which delivers enhanced AVMST capability, but also to provide cost effective through life software support arrangements, including upgrade improvements, for the estimated minimum period of 10 years. NZDF acknowledges that industry has a key role in maintaining a modern, credible and capable Defence Force and seeks to utilise the experience, knowledge and expertise of external subject matter experts to inform, develop and validate capability requirements and to present value for money solutions. Although a Commercial off the Shelf (COTS) non-complex procurement, NZDF is looking to develop a long term equipment support relationship which will be conducted with openness and co-operation, engendering the development of mutual trust, respect and co-operation between NZDF and Supplier employees with a job to do. **PLEASE NOTE this tender is available on NZDF SmartProcure website nzdf.bravosolution.com. Suppliers must log on to access the tender RFx 1333 and submit a response. Registration is simple and free, please refer to the attached Guide to Smart Procure for supplier advice. Once registered as a Supplier then all enquiries regarding this tender content must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in to writing to written enquiries within two working days. This tender will close at 5.00pm Friday 9 Feb 2018. If you require further assistance in registering as a Supplier then this is available by email to dcs@nzdf.mil.nz Any complaints should be directed to the NZDF Procurement Manager, hanelie.lategan@nzdf.mil.nz ** PLEASE DO NOT RESPOND TO THIS GETS NOTICE **",Awarded,"NZDF Pennant International Ltd Contract Award Date: 16 Aug 18 Term: 10 year whole of Life Service Support",20201117 New Zealand Defence Force,19495092,Request for Proposals,Open Competition,Residential Real Estate Services,Rfx_1392,20180301,20180330,20180508,Procurement,Sole Agency,No,,"This RFP relates to the purchase of nationwide residential real estate services. The key outcomes for NZDF are to contract a supplier to provide residential real estate services, on an as required basis, to eligible NZDF personnel on permanent postings across New Zealand. The services cover the sale of houses, advertisement, auction fees, competitive commission fees charged and other value added services that may be outlined in this tender. NZDF currently reimburse real estate fees to NZDF Personnel which involves some 75 residential real estate sales per year. Demand peaks in the fourth quarter of each year due to the posting cycles. Interested parties can view this RFT on the NZDF???s SmartProcure website portal at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF???s SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Awarded,,20201117 New Zealand Defence Force,19561349,Request for Tenders,Open Competition,RNZAF 90 Kva GPU,Rfx_1375,20180321,20180423,20180621,Procurement,Sole Agency,No,,"This RFT is for the supply and on-going support of quantity two Aviation 90Kva Ground Power Units required to provide ground support to a variety of RNZAF fixed wing aircraft. It is anticipated this may be available Commercially Off The Shelf (COTS) or Military Off The Shelf (MOTS). Please note this RFT was initially published as Rfx_1290 Ground Power units during 2017 and is now re-issued as Rfx_1375. Interested parties can view this RFT on the NZDF???s SmartProcure website portal at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click ???register now???. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDF???s SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,Awarded to Guinault SA,20201117 New Zealand Defence Force,19677410,Request for Proposals,Open Competition,Residential Relocation and Storage Services (Domestic and International) [SYNDICATED] RFx - 1410,RFx - 1410,20180516,20180620,20190204,Procurement,Syndicated Opportunity,No,,"NOTE: This Procurement is being managed through SmartProcure. Refer to the attached ""Guide to SmartProcure"" on how to access this opportunity. Refer http://nzdf.bravosolution.com OVERVIEW The New Zealand Defence Force (NZDF) has personnel located throughout New Zealand and overseas. From time to time personnel are required to relocate to accommodate NZDF???s operational requirements. Relocating personnel between residential locations may at times require storage facilities to be made available. As such, a customer focused, cost effective, and professional service, accommodating NZDF Personnel residential relocation requirements is being sought at this time. The proposed term of the Agreement is 7 years, made up of an initial 3 year term with two rights of renewal for 2 years each. (3+2+2) Since this Agreement is syndicated with eligible Government Agencies, it is subject to endorsement by MBIE (Ministry of Business, Innovation and Employment). At any stage during the term (by agreement between the selected Supplier and NZDF) eligible Government Agencies may utilise the services under this Agreement for the remainder of the term. During the tender period, questions are encouraged. Respondents may ask for their questions to be kept confidential if these are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a question/answer reveal information required by all Respondents to this tender. All inquiries regarding this tender must be in writing through NZDF's SmartProcure message portal. NZDF will endeavour to respond to all inquiries within two business days. If you have any complaints, please direct these to the Procurement Manager, Hanelie Lategan (hanelie.lategan@nzdf.mil.nz).",Not Awarded,"Good morning, This notice to advise that New Zealand Van Lines has been appointed as the Preferred Supplier for the delivery of Residential Relocation and Storage Services for NZDF and syndicated agencies.",20201117 New Zealand Defence Force,19774327,Request for Proposals,Open Competition,"Trauma, Resuscitation and Cardiac Simulation Aids",RFx_1398,20180601,20180711,20190611,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) wishes to engage with suppliers who can provide Trauma, Resuscitation and Cardiac Simulation Aids and training devices including supporting software, consumables, parts, on-going servicing and can provide an overall training solution to meet NZDFs military health personnel training needs. NZDF develops and trains personnel to ensure they can effectively operate and be continually upskilled in Trauma, Resuscitation and Cardiac Simulation Aids areas. To ensure this is achieved personnel are to be trained in areas including but not limited to basic first aid (including resuscitation), levels one to seven and some instances above and beyond level seven. It is key for supplier to have the ability to enhance the capability of training as well as ensure the technologies utilised are up to date with the market. This procurement process is intended to identity technology training solutions available in the market that can support NZDF requirements and outcomes. NZDF also encourage the vendor community to respond with innovative solutions to NZDF requirements, potentially identifying training solutions that have not been considered to date. The Agreement will be for an initial period of five (5) years with two right of renewals, one of three (3) years and the other one (1) year. If you have any complaints or feedback regarding this procurement process, please direct these to the Procurement Manager - Hanelie.Lategan@nzdf.mil.nz. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz.",Not Awarded,The contract was awarded to Laerdal Pty Ltd,20201117 New Zealand Defence Force,19841797,Request for Proposals,Open Competition,NZDF Construction Panel On-boarding Opportunity 2018,RFP 1483,20180626,20180807,20190627,Procurement,Sole Agency,No,,"In November 2017 after an open market tender process, NZDF successfully established the Defence Estate and Infrastructure (DE&I) Construction Panel. NZDF is now looking to on-board additional suppliers to this DE&I Construction Panel which will include a large number of different types of work under both contracting and consultancy sub-categories which are detailed in Attachment 2. Being appointed to the panel does not necessarily guarantee any work but will make it easier to do business with NZDF. Estate and Infrastructure includes all North and South Island properties, buildings, and physical infrastructure needed to support our military capabilities. Moving forward there will be increased expenditure to replace ageing assets, provide new assets to support evolving military capabilities, and optimise how we use our physical footprint. NZDF acknowledges that industry has a key role in maintaining a modern, credible and capable Defence Force and seeks to utilise the experience, knowledge and expertise of external subject matter experts to inform, develop and validate capability requirements and to present value for money solutions. **PLEASE NOTE this tender is available on NZDF SmartProcure website nzdf.bravosolution.com. Suppliers must log on to access the tender RFP 1483 and submit a response. Registration is simple and free, please refer to the attached Guide to Smart Procure for supplier advice. Once registered as a Supplier then all enquiries regarding this tender content must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in to writing to written enquiries within two working days. This tender has been extended and will close at 5.00pm Tuesday 7 Aug 2018. If you require further assistance in registering as a Supplier then this is available by email to dcs@nzdf.mil.nz Any complaints should be directed to the NZDF Procurement Manager, hanelie.lategan@nzdf.mil.nz ** PLEASE DO NOT RESPOND TO THIS GETS NOTICE **",Awarded,These successful respondents have been added to the list of NZDF Construction Panel members. Future engagement is subject to NZDF Secondary Procurement processes.,20201117 New Zealand Defence Force,20008029,Request for Tenders,Open Competition,Royal New Zealand Air Force Air Cargo Loaders,RFT_1477,20180810,20180921,20190208,,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for three Air Cargo Loaders from an established industry supplier who can also present a cost effective through life maintenance support plan. The Air Cargo Loaders will be located at the Royal New Zealand Air Force (RNZAF) bases at Whenuapai and Ohakea. Although a Commercial Off The Shelf (COTS) non-complex procurement, NZDF is looking to develop a long term equipment support relationship which will be conducted with openness, and co-operation, engendering the development of mutual trust, respect and co-operation between NZDF and Supplier employees with a job to do. A detailed Statement of Requirement is accessible in NZDF's tendering system, SmartProcure. ** PLEASE NOTE: This tender is available on NZDF's SmartProcure website nzdf.bravosolution.com. Suppliers must log on to access the tender RFT_1477 and submit a response. Registration is simple and free, please refer to the attached Guide to SmartProcure for supplier advice. Once registered as a Supplier then all enquiries regarding this tender content must be in writing through NZDF's SmartProcure messaging system. NZDF will endeavour to respond in writing to written enquiries within two working days. If you require further assistance in registering as a Supplier then this is available by email to dcs@nzdf.mi.nz. Any complaints regarding this RFT can be directed to the Procurement Manager, Hanelie Lategan (hanelie.lategan@nzdf.mil.nz). *** PLEASE DO NOT RESPOND TO THIS GETS NOTICE***",Awarded,"NZDF Wellington Freightquip Limited Air Cargo Loaders Awarded 1 Feb 19 Duration Feb 19 to Jan 22",20201117 New Zealand Defence Force,20057366,Request for Proposals,Open Competition,External Mental Health and EAP Counselling Services,1548,20180824,20180928,20190116,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement and responsibility to ensure the health and wellbeing of its personnel, including mental health. NZDF wishes to provide a Mental Health Helpline Service and an Employee Assistance Programme (EAP) for all its military, civilian personnel and their families. NZDF is seeking to develop and purchase an enhanced integrated External Mental Health Helpline and EAP Services to provide both unplanned care and counselling services through a multi-channel approach, including, but, not limited to: telephone triage and phone advice, face to face counselling; text; email; phone applications; social media and web-based services. The Service and offerings needs to take into account NZDF deployment overseas, exercises and international footprint for personnel. This will allow a person to receive prompt triage, health advice, support, package of counselling care; information and sign-posting to appropriate services and care. These services are of a significant value to our most vulnerable personnel, and services must be culturally sensitive and appropriate to NZDF's needs. NZDF wishes to contract with a provider to supply safe, effective and efficient Mental Health and Counselling Services to all its personnel and their families, by fully trained and qualified staff. Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. We envisage the Agreement will be for an initial period of three years with provision for two subsequent rights of renewal, for one year and then one year (3+1+1). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to the Procurement Manager - Hanelie.Lategan@nzdf.mil.nz",Not Awarded,External Mental Health and EAP Services awarded to Homecare Medical in consortium with Vitae,20201117 New Zealand Defence Force,20320740,Request for Proposals,Open Competition,Fire Alarm Monitoring.,RFP 1408,20180329,20180629,20181024,,Sole Agency,No,,"Date of Contract Award: 29 Jun 18 Exemption (Under which rule of sourcing): Rule 15.9 c i",Awarded,"Supplier name: ADT Fire Monitoring Description of goods or services: RFP 1408 Fire Alarm Monitoring. Date of Contract Award: 29 Jun 18 Term of Contract: 6 years plus two rights of extension of 2 years Type of Procurement Process: Closed Competitive Exemption (Under which rule of sourcing): Rule 15.9 c i",20201117 New Zealand Defence Force,20320957,Request for Proposals,Open Competition,Supply of Vehicle Paint and Associated Products,RFP 1340,20180518,20180820,20181024,,Sole Agency,No,,"Exemption (Under which rule of sourcing): Rule 15.9 c i Date of Contract Award: 20 Aug 18",Awarded,"Supplier name: PPG Industries NZ Ltd Description of goods or services: RFP 1340 Supply of Vehicle Paint and Associated Products Date of Contract Award: 20 Aug 18 Term of Contract: 6 years plus two rights of extension of 2 years Exemption (Under which rule of sourcing): Rule 15.9 c i",20201117 New Zealand Defence Force,20387477,Request for Tenders,Open Competition,Sealed Vehicle Battery Supply,RFT_1605,20181107,20181205,20190308,Procurement,Sole Agency,No,,"This RFT is for the ongoing supply of NZDF LAND Component Sealed Vehicle Batteries. Included in this requirement is the recycling of, or if recycling is not viable, the disposal of, spent battery deliverables using best-practice safe and environmentally sustainable methods. Interested parties can view this RFT on the NZDF???s SmartProcure website portal at: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the RFT documentation and submit a response. Registration is simple and free, just click ???register now??? when you have navigated to the SmartProcure portal home page. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT MUST be in writing through NZDF???s SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,Awarded to Exide Industries Ltd.,20201117 New Zealand Defence Force,20449714,Request for Proposals,Open Competition,IT Service Management and IT Service Costing Solution and Solution Partner,RFP 1660,20181120,20181220,20190611,Contracts,Sole Agency,No,,"This RFP covers two related solutions: Information Technology Service Management (ITSM) and Information Technology Service Costing (ITSC) to support and enable Information & Communications Services (ICS) for NZDF. Respondents can respond to one, or both of these solutions: ITSM: The ITSM will enable a strategic approach for design, delivery, management and improvement of the way ICT services are consumed within the NZDF. The goal of NZDF???s ITSM framework is to ensure that the right processes, people and technology are in place that enables the NZDF to meet its operational outcomes. ??? The tools and software for an NZDF-wide ITSM solution based on ITIL v3. ??? Design, installation and implementation of tools and software by a partner or partners. ??? Day to day management and monitoring of the ITSM solution for an initial period (estimated to be 12 months initially), plus a period (estimated to be three months) for a managed handover with CIS Branch. ??? Integration with required NZDF systems. ??? Implementation and transition support to adopt the new platforms. ITSC: Service costing is critical to allow NZDF to make informed investment decisions for services and capabilities through understanding the ICT cost elements for acquisition, support and whole-of-life costs. ??? The tools and software for an ITSC solution ??? Design, installation and implementation of tools and software by a partner or partners. ??? Integration with required NZDF systems. ??? Implementation and transition support to adopt the new platforms. Interested parties can view this RFP on the NZDF???s SmartProcure website portal at: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the RFP documentation and submit a response. Registration is simple and free, just click ???register now??? when you have navigated to the SmartProcure portal home page. If you require assistance to register please contact dcs@nzdf.mil.nz NZDF will hold a briefing on the RFP in Wellington on 28 November 2018 at 1pm Interested suppliers will need to contact NZDF to RSVP for this event using the SmartProcure electronic messaging system. Once RSVP???d location details will be provided. No more than two attendees per supplier should attend this session. ALL enquiries regarding this RFP MUST be in writing through NZDF???s SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"The contract award was to two different suppliers. The IT Service Management component was to Service Dynamics Ltd. The IT Service Costing component agreement has yet to be signed.",20201117 New Zealand Defence Force,20501348,Request for Proposals,Open Competition,Biomedical Equipment Safety Services,rfx_1429,20181130,20190201,20190611,Procurement,Sole Agency,No,,"NZDF has a number of medical and dental facilities throughout New Zealand where equipment, used to treat patients, is subject to biomedical engineering services of testing, calibration and repair, in order to ensure patient safety. The intention is to go to the market through this tender process seeking best possible terms from Respondents for the ongoing comprehensive service and maintenance of biomedical equipment operated by NZDF. The terms of the proposal will be based on a partnership arrangement whereby the Respondent and NZDF work together to provide the required services to the required standards. Each party will have specific responsibilities and deliverables as part of any negotiated Agreement. The overall objective of this RFP is to: a. Find the most cost-effective solution for the continuing maintenance and repairs of all biomedical equipment operated by NZDF. b. Increase organisational capability and maintaining operational effectiveness. We are looking for the most cost effective solution to our needs whilst achieving or exceeding our service maintenance requirements. The Agreement will be for an initial period of 5 years with provision for one subsequent right of renewal, for a period of 2 years (5 + 2). Please note that this tender, and all documentation related to it, is only available on NZDF???s SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click ???Register Now???. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to the dcs@nzdf.mil.nz",Not Awarded,The contract has been awarded to BV Medical Limited,20201117 New Zealand Defence Force,20772606,Request for Proposals,Open Competition,Defence National Fleet Disposal Services,Rfx_1688,20190226,20190326,20190607,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) National Disposal Office (NDO) requires and experienced supplier to manage significant disposals and project manage other related initiatives. The key objective of this procurement is to secure the services of a supplier with experience in national fleet disposal, and international contract development and negotiation, to assist in regard to these types of activities. The requirement is to enter into a contract with a suitable supplier to oversee major fleet disposals while ensuring full cognisance of NZDF's processes, international responsibilities, are completed in such a manner as not to introduce risk to NZDF, maximise best value returns, minimise physical disposal costs where nil returns are generated, and provide advice on best practice disposal policies and procedures. The contract will be for a period of 10 years (8 + 2 years). PLEASE NOTE: This tender is available on NZDF's tendering system, SmartProcure, website nzdf.bravosolution.com. Suppliers must log on to access the tender RFP 1688 and submit a response. Registration is simple and free. Please refer to the attached Guide to SmartProcure for supplier advice. Once registered as a Supplier then all enquiries regarding this tender content must be in writing through NZDF's SmartProcure messaging system. NZDF will endeavour to respond in writing to written enquiries within two working days. If you require further assistance in registering as a Supplier then this is available by email to dcs@nzdf.mil.nz. Any complaints regarding this RFP can be directed to procurement Manager (dcs@nzdf.mil.nz). ***PLEASE DO NOT RESPOND TO THIS GET'S NOTICE***",Awarded,"New Zealand Defence Force, Trentham Defence National Fleet Disposal Services Forge Technologies Limited Awarded 6 June 2019",20201117 New Zealand Defence Force Sourcing Agents,2564730,Request for Tenders,Open Competition,"Crete Barracks Refurbishment, Waiouru Military Camp",RFX_12009,20140805,20140901,20170421,,Sole Agency,No,"Opus International Consultants Limited, Palmerston North Office, Level 4, 478 Main Street, Cnr Main Street & The Square, PO Box 1472, Palmerston North","Suitably and experienced main contractors are invited to submit tender submissions for the exterior and interior refurbishment of the Crete Barracks situated within Waiouru Military Camp, This project is being managed and delivered by external consultants, acting on behalf of the New Zealand Defence Force. All requests for information must be in English, and must clearly and concisely set out what matters require clarification or what further information is sought. Requests for information must be received before 1600hrs on the 27th day of August 2014 or they will not be responded to.",Awarded,"NZDF Awarded to Isles Construction Ltd Approx $800K",20201117 New Zealand Defence Force Sourcing Agents,6058149,Request for Tenders,Open Competition,Devonport Naval Base Fuel Installation Fuel Separator and AFI modifications,,20140328,20140428,20141106,Beca,Sole Agency,No,,Beca to evaluate the tenders on behalf of NZDF,Awarded,"Beca on behalf of NZDF Service Engineers Ltd 50-52 Porana Rd Takapuna Auckland 0627 Aviation & Marine diesel Fuel System Modifications Contract awarded 27 October 2014 Duration of contract 27 Oct 14 - 16 Jan 15 Estimated Cost $400,000 Selective justification - Due to the high risk nature of the proposed works and the tight programme timeframe.",20201117 New Zealand Defence Force Sourcing Agents,6492170,Request for Tenders,Open Competition,NZDF Ohakea ESIS - Explosive Process Facility,CON_12342,20141119,20141217,20170502,Spiire,On behalf of procurement agent,No,"PO Box 6643, Level 13 Kordia House, 109-125 Willis Street, Wellington Attn: Peter Ollivier","The New Zealand Defence Force (NZDF) is inviting tenders for the construction work associated with the Ohakea ESIS ??? Explosive Process Facility (the Project). The Project is to construct a new building on the north side of the existing runway at the NZDF Ohakea facility near Bulls. The building is to be used for processing bombs and torpedoes and no explosives will be stored in the building except during operational periods. The building is designed to allow for delivery vehicles to drive into the building through the front roller-shutter doors, be unloaded using the overhead gantry crane, and then exit through the rear roller shutter door. This tender is for the supply of all materials, machinery and resources to construct the building and associated siteworks, and to lay new services as necessary to connect the building to existing services on the site.",Awarded,"NZDF Awarded to Colspec Approx $1.8m",20201117 New Zealand Defence Force Sourcing Agents,6546857,Request for Tenders,Open Competition,CON_12420 Trentham Dental Facility,CON_12420,20141120,20141218,20170502,Opus,On behalf of procurement agent,No,"Opus International Consultants Ltd Level 4, The Square Centre, 478 Main Street, Palmerston North","Suitably qualified Main Contractors with healthcare related experience, are sought for the construction of a new build 500m2 three chair dental facility. The relocation of the existing two chair clinic is included within the enabling phase of the contract works.",Awarded,"NZDF Awarded to Maycroft Approx $1.5m",20201117 New Zealand Defence Force Sourcing Agents,8521573,Request for Tenders,Open Competition,CON 12421 RNZAF Base Ohakea - New Aircraft Shelter and Hardstanding,CON 12421,20150204,20150220,20150414,GHD,Sole Agency,No,"GHD Limited, Level 1 Grant Thornton House, 215 Lambton Quay, Wellington, New Zealand",RNZAF Base Ohakea - New Aircraft Shelter and Hardstanding,Awarded,"The above contract has been awarded to Colspec Construction Limited, in the sum of $754,046.00",20201117 New Zealand Defence Force Sourcing Agents,8782315,Request for Tenders,Open Competition,Philomel Landing Replacement Jetty,12431,20150212,20150326,20170502,,On behalf of procurement agent,No,"NZDF Property Group, Private Bag 902, Upper Hutt","Replacement of existing ceremonial Philomel Landing wharf at Devonport Naval Base. Includes demolition and removal of existing wharf. Replacement jetty to be a floating pontoon with gangway, muster station and weather shelter.",Awarded,"NZDF Awarded to Total Marine Services Ltd Approx $520k",20201117 New Zealand Defence Force Sourcing Agents,9031433,Request for Tenders,Open Competition,RNZAF Base Woodbourne Water Supply Upgrades,12455,20150224,20150325,20150623,URS,Sole Agency,No,"New Zealand Defence Force, C/O URS New Zealand Ltd, ATT: Mark Convery, PO Box 4479, Christchurch 8140","The New Zealand Defence Force (NZDF) has a requirement to upgrade the water supply and treatment system at its Royal New Zealand Air Force (RNZAF) Base Woodbourne. RNZAF Base Woodbourne is located near Blenheim on the South Island. The upgrades will include: ??? Supply and installation of a new pump and headworks for an existing but unconnected well; ??? Supply and installation of a new 1.2km DN180 SDR13.6 PE100 PN12.5 pipeline from the new well to a connection point with an existing rising main; ??? Supply and installation of new water filtration equipment including Amiad SAF filter unit and cartridge filter unit; and ??? Upgrade of the monitoring and control system of the existing water supply system. Refer to the attached Tender Documents for details. ALL enquiries regarding this tender must be in writing through GETS message system. The officer for enquiries will endeavour to respond in writing to written enquiries within two working days.",Awarded,"URS on behalf of NZDF 273 Cashel St, Christchurch Fulton Hogan Ltd RNZAF Base Woodbourne Water Supply Upgrades Awarded 23 June 2015 Duration 23 June 2015 to 31 October 2015 Cost $498,000",20201117 New Zealand Defence Force Sourcing Agents,11717901,Request for Proposals,Open Competition,Special Reconnaissance (SR) Load Carrying System,,20150507,20150604,20160615,Pacific Brands Workwear Group,Sole Agency,No,,"Workwear Group (New Zealand), a business unit of Wesfarmers Industrial and Safety (WIS), would like to invite all relevant suppliers to participate in this tender (RFP) for Special Reconnaissance (SR) Load Carrying System for New Zealand Defence Force (NZDF). We are seeking interest from qualified tenderers with in-house R&D capability to design and develop the System, produce and supply, and to support and upgrade it as necessary throughout its service life. A full scope of requirements is in the attached document together with the requirements for response. Please send the response directly to the listed contact at Workwear Group ??? New Zealand as per the attached document. Do not post on GETS Due to the possibility of IT / Application compatibility issues, which may cause email bounce back, please do not copy and paste the Contact Email address from the tender document ??? we advise typing this in.",Awarded,,20201117 New Zealand Defence Force Sourcing Agents,12671856,Request for Tenders,Open Competition,Devonport Naval Base Dry Dock WWTP tanks replacement,,20150608,20150715,20150826,R.J.Nelligan & Associates Ltd,Sole Agency,No,"1/1 Burns Avenue,Takapuna,North Shore,0622","Building SY038 in the South Yard of the HMNZ Naval Base is the wastewater treatment plant for the Drydock (Calliope Dock) operations. The influent to the plant is generated by hull cleaning operations on the vessels and can include a number of substances. The purpose of the plant is to treat the influent so that it is suitable to discharge into the council sewer. The existing plant includes a 250 cu.m influent storage tank and a 20 cu.m equalisation tank and both of these tanks require replacement due to their deteriorating condition. The proposed works include the construction of a new raised concrete slab adjacent to the existing plant and the erection of two new stainless steel ???settlement??? tanks (at approx. 40 cu.m capacity each) and two new timber stave influent storage tanks (at approx. 130 cu.m capacity each). Also included in the works is the required pipework, valving and instrumentation to integrate these new tanks into the existing plant. Other items of work include roadmarking and signage for the adjacent carpark, walkways and security fencing.",Not Awarded,,20201117 New Zealand Defence Force Sourcing Agents,12839597,Request for Proposals,Open Competition,Patrol Boots,,20150611,20150710,20161103,Pacific Brands Workwear Group,Sole Agency,No,,"Workwear Group (New Zealand), a business unit of Wesfarmers Industrial and Safety (WIS), would like to invite all relevant suppliers to participate in this tender (RFP), which is for supply of Patrol boots for New Zealand Defence Force (NZDF). A full scope of work is in the attached RFP document together with the requirements for response. Please send your responses directly to the listed contact at Workwear Group (New Zealand). Do not post on GETS. Due to the possibility of IT / Application compatibility issues, which may cause email bounce back, please do not copy and paste the Contact Email address from the tender document ??? we advise typing this in.",Not Awarded,"Regrettably the tender had no outcome as a result of misleading information in the tender document, all suppliers have been contacted by the tenders team for feedback.",20201117 New Zealand Defence Force Sourcing Agents,15859495,Request for Tenders,Open Competition,Messines Defence Centre Refurbishment and Services Upgrade For NZ Defence,3963,20150901,20150930,20151204,TBIG,On behalf of procurement agent,No,"Spark central, Level 5, Boulcott Tower, 42-52 Willis Street, Wellington","MESSINES DEFENCE CENTRE REFURBISHMENT AND SERVICES UPGRADE FOR NZ DEFENCE ??? MAIN CONTRACTOR SERVICES ??? REQUEST FOR TENDER (RFT) On behalf of our client, NZ Defence, we wish to invite you to submit a lump sum fixed price tender for the refurbishment and services upgrade of Messines Defence Centre Building as detailed in the enclosed documentation. Tenders will close at The Building Intelligence Group, Telecom Central Level 5 Boulcott Tower, Willis Street, Wellington at 4pm on Wednesday 30th September 2015. Two hard copies of the submission are to be provided along with an electronic PDF version for printing. Emailed tenders will be accepted provided hard copies are received no later than 10am the following working day. Please refer to attached document PROJECT OVERVIEW - MESSINES DEFENCE CENTRE REFURSHMENT AND SERVICES UPGRADE FOR NZ DEFENCE",Awarded,"TBIG on behalf of NZDF Wellington Maycroft Construction Awarded 4 December 2015",20201117 New Zealand Defence Force Sourcing Agents,16877534,Request for Tenders,Open Competition,Shower Block Refurbishment Trentham Military Camp,CON_12676,20151012,20151030,20170502,Icon,Sole Agency,No,PAE (New Zealand) Limited C/-Building 688 Trentham Militart Camp Messines Ave Trentham.,,Awarded,"NZDF Awarded to PAE Approx under $250K",20201117 New Zealand Defence Force Sourcing Agents,17252097,Request for Tenders,Open Competition,2016 Ohakea Airfield Maintenance,3232719,20160311,20160401,20170421,Beca,On behalf of procurement agent,No,"21 Pitt Street, Auckland CBD, Auckland.","The ""2015/2016 Ohakea Airfield Maintenance"" is a maintenance works project for the airfield pavements at RNZAF Ohakea Base. Works include but are not limited to concrete joint sealing, concrete spall repairs, slot drain repairs, rubberised bitumen bandaging, paint markings and asphalt patch repairs. Refer to the attached Tender Documents for details. For all tender queries, please contact Natalia Palamo via email - Natalia.palamo@beca.com.",Awarded,"NZDF Awarded to Fulton Hogan Approx $450k",20201117 New Zealand Defence Force Sourcing Agents,17321923,Request for Tenders,Open Competition,Design & Build Contractors - AES Workshop Ohakea,CON_13014,20160316,20160420,20170502,Architype-Team Architects,On behalf of procurement agent,No,,Please read Tender Evaluation methodology on pg 67-71 of supplied 3910:2003 contract document,Awarded,"NZDF Awarded to Alexander Construction Approx $480k",20201117 New Zealand Defence Force Sourcing Agents,17391996,Request for Tenders,Open Competition,New Zealand Defence Force - Remedial Works to Galley Flooring at Devonport Naval Base Building NY222,4-27440.00,20160414,20160506,20170502,Opus,Sole Agency,No,"Opus International Consultants Limited, P O Box 5848, Auckland 1141; or hand delivery to Tenders Box, L3 The Westhaven, 100 Beaumont Street, Auckland 1010","The purpose of this Request for Tender (RFT) is to invite Build Contractors to submit Fee and Service proposals to the NEW ZEALAND DEFENCE FORCE in respect of the provision of remedial works to Galley Flooring at Devonport Naval Base Building NY222. An appointment to view the site of the works can be arranged by contacting Projects Officer, Gregory Wrightson, and phone: 09 445 5997 or mobile: 021 403 814. Tenders shall close at 17.00 hours on the 6th May 2016 at Opus International Consultants Limited. All tender documentation and necessary information attached are as below : ??? Tender Document (pdf) ??? Architectural plans and specification ??? Technical Section Tenders will be evaluated on a two-envelope system as follows: Envelope 1: Tender excluding price Tenders must provide their non-price attribute submission based on the attributes stated below. The tender to provide sufficient information for the evaluators to evaluate accurately. Envelope 2: Tender price Complete the tender price schedule. Complete and sign the tender form. Tenders will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 10% Price 65%",Awarded,"NZDF Awarded to Polymer Group Ltd Approx $100K",20201117 New Zealand Defence Force Sourcing Agents,17443698,Request for Tenders,Open Competition,NZDF Contract No. 12883 : Ohakea Fuel Farm Bund Lining,,20160422,20160516,20170420,Opus,On behalf of procurement agent,No,"NZDF, C/- Opus International Consultants, The Square Centre, Level 4, 474 Main Street, Palmerston North",Tenders are invited from contractors suitably experienced in the installation of HDPE liners in petrochemical facilities. The work comprises excavation and disposal of contaminated material to the Bonny Glen Landfill and the installation the new 60 PE liner within an existing fuel compound. A fuel sampling facility within the compound is to be relocated to a new site outside the current location.,Awarded,"NZDF Awarded to Fulton Hogan Approx 800K",20201117 New Zealand Defence Force Sourcing Agents,17524482,Request for Proposals,Open Competition,SOCKS,,20160517,20160614,20180628,Workwear Group,On behalf of procurement agent,No,,,Not Awarded,,20201117 New Zealand Defence Force Sourcing Agents,17690896,Request for Tenders,Open Competition,NZDF Property Group Ammunition Processing Building (APB) - Kauri Point,Con_13012,20160713,20160805,20170420,Opus,On behalf of procurement agent,No,,"Works to be carried out are construction of a new ammunition processing building (APB) at New Zealand Defence Force Site - Kauri Point, Onetaunga Road, Birkenhead.",Awarded,"NZDF Awarded to Decmil Construction NZ Ltd Approx $650K",20201117 New Zealand Defence Force Sourcing Agents,17692813,Request for Tenders,Open Competition,Contract 13058 - RNZAF Ohakea Base Watermain Renewals Phase 3,,20160715,20160804,20170420,GHD,Sole Agency,No,"GHD Ltd, Level 2, 52, The Square, Palmerston North 4410","The Contract involves the renewal of the following lengths of watermain at the RNZAF Ohakea base: ??? 700m of DN100 PVC Watermain ??? 1605m of DN150 PVC Watermain ??? 125m of DN200 PVC Watermain ??? 175m of DN125 PE100 SDR 11 Watermain Pipe material for the water main shall be oPVC or uPVC laid in open trench and PE100 horizontally directionally drilled as specified in the drawings. This Contract covers the construction of, but is not limited to: ??? Water mains and service connections ??? Reinstatement and roadmarking.",Awarded,"NZDF Awarded to Higgins Approx $1M",20201117 New Zealand Defence Force Sourcing Agents,17722724,Request for Tenders,Open Competition,"NZDF Contract 13205 Linton Pool Refurbishment, Linton Military Camp",Con_13205,20160725,20160816,20170420,Opus,On behalf of procurement agent,No,"Opus International Consultants, Tenders Box, Fourth Floor, The Square Centre, PO Box 1472, 478 Main Street, Palmerston North","Linton Pool Refurbishment, Linton Military Camp involving roof cladding, wall cladding, internal wall linings and window replacement.",Awarded,"NZDF Awarded to Colspec Construction Approx $1.8M",20201117 New Zealand Defence Force Sourcing Agents,17726627,Request for Tenders,Open Competition,"Ohakea RWY 09-27 Surface Refurb, Taxiway D Overlay, Taxiway G Overlay",Con_13207,20160727,20160902,20170502,Beca,On behalf of procurement agent,No,"C/- Beca Ltd, 21 Pitt Street, Auckland, Attention Mr Tony Wallis","Airfield pavement construction and maintenance works including Runway 09-27 surface treatment, Taxiway Delta strengthening reconstruction and Taxiway Golf asphalt resurfacing at RNZAF Base Ohakea.",Awarded,"NZDF Awarded Surface Refurb: Fulton Hogan - contractor & Beca Consultancy Taxiway D&G Higgins - contractor & Beca Consultancy",20201117 New Zealand Defence Force Sourcing Agents,17864958,Request for Tenders,Open Competition,Terrendak and Faenza Barracks Re-roof and Exterior Refurbishment,12734 - 12737,20160902,20161007,20170502,Calibre,Sole Agency,No,"Calibre Consulting Ltd, Unit 9, 86 Grey Street, Palmerston North 4410","The New Zealand Defence Force, Defence Property Group seek RFT submissions from suitably experienced main contractors to undertake the re-roof and exterior refurbishment works situated on Terrendak and Faenza Barracks located at Waiouru Military Camp.",Awarded,"NZDF Awarded to Spotless Approx $500k",20201117 New Zealand Defence Force Sourcing Agents,17871248,Request for Tenders,Closed Competition,New Zealand Defence Force - Remedial Works to Galley Flooring at Devonport Naval Base Building NY222,CON_13031,20160909,20161006,20170502,Opus,Sole Agency,No,"Opus International Consultants Limited, P O Box 5848, Auckland 1141; or hand delivery to Tenders Box, L3 The Westhaven, 100 Beaumont Street, Auckland 1010","The purpose of this Request for Tender (RFT) is to invite Build Contractors to submit Fee and Service proposals to the NEW ZEALAND DEFENCE FORCE in respect of the provision of remedial works to Galley Flooring at Devonport Naval Base Building NY222. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the NZDF to select and appoint a Contractor to provide the Contract Works (Contract No. Con_13031). An appointment to view the site of the works can be arranged by contacting Projects Officer, Gregory Wrightson, and phone: 09 445 5997 or mobile: 021 403 814. Tenders shall close at 17.00 hours on the 6th October 2016 at Opus International Consultants Limited. ??? All tender documentation and necessary information attached are as below : ??? RFT ??? Invitation to Tender / Contract Documentation (pdf) ??? Envelope 1 ??? Statement of Compliance; Profile of Tenderer; Certificate as to Contractor???s Insurances (Word document) ??? Envelope 2 ??? Form of Tender and Schedule of Prices (Word document) ??? Specification ??? Technical Section ??? Architectural Plans / Drawings Tenders will be evaluated on a two-envelope system as follows: Envelope 1: Tender non-price attribute Tenders must provide their non-price attribute submission based on the attributes stated below. The tender to provide sufficient information for the evaluators to evaluate accurately. Envelope 2: Tender price Complete the tender price schedule. Complete and sign the tender form. ENVELOPE 1 AND ENVELOPE 2 OF THE TENDER RESPONSE MUST BE SUBMITTED AS SEPERATE DOCUMENTS If this is not included in a completed state, the tender submission will be deemed null and void. Tenders will be evaluated against the following criteria: Proposed Solution 15% Capability 10% Capacity 10% Price 65%",Awarded,"NZDF Awarded to Polymer Group Ltd Approx $100K",20201117 New Zealand Defence Force Sourcing Agents,17927271,Request for Tenders,Open Competition,Contract No. 13117 Woodbourne Security Upgrade : North Site,Contract No. 13117,20160919,20161018,20170502,Opus,On behalf of procurement agent,No,"Opus International Consultants Ltd, 19 Henry Street, PO Box 563, Blenheim 7240 or Hand Delivery to Mr Tim Burt, Opus International Consultants Ltd, 19 Henry Street (Entrance via Charles Street)","The contract is for the entrance upgrade and construction of a new security perimeter fence at NZ Defence Force Base Woodbourne, North Site. The contract includes civil upgrade to the North Site main entrance, installation of 1230m of steel post and mesh security fencing, and electronic security gates.",Awarded,"NZDF Awarded to Fulton Hogan Approx $500K",20201117 New Zealand Defence Force Sourcing Agents,18067736,Request for Tenders,Open Competition,Trentham Camp Building CA 640 Cladding Upgrade,CN_95044201,20161026,20161128,20170420,Icon,Sole Agency,No,"Ardmore Project Services Limited, C/- Trentham Military Camp, Bldg. CA 687, Messines Avenue, Trentham","The Engineering Workshop Building 640 located at Trentham Army Base. Building References are: CA 640 The proposed work includes the replacement of roof cladding, construction of new external gutters, exterior recladding of some walls and new aluminium windows.",Awarded,"NZDF Awarded to Maycroft Approx$180000",20201117 New Zealand Defence Force Sourcing Agents,18162063,Request for Proposals,Open Competition,Operational S/S T-shirts on behalf of New Zealand Defence Force,,20161121,20170109,20180523,Workwear Group,On behalf of procurement agent,No,"Workwear Group, 16 Omega Street, Rosedale, Auckland, New Zealand","Workwear Group was acquired by Wesfarmers and is now known as Workwear Group - a division of Wesfarmers Industrial and Safety. We provide work wear and uniforms solutions to a large range of organisations. We offer total supply chain management solutions and manage the New Zealand Defence Force's (NZDF) supply of apparel, footwear and associated personal support items. There are approximately 9,000 regular service people with an additional 2,200 reserve forces NZDF located on approximately nine camps and bases, but also deployed elsewhere nationally and internationally. These numbers are split across the three Services; Navy, Air Force and Army. Workwear Group have been the prime vendor to the New Zealand Defence Force’s Clothing Contract since 1999, and on behalf of the NZDF procure as a prime contractor. Workwear Group (New Zealand), would like to invite all relevant suppliers to participate in this tender (RFP), which is for supply of Operational S/S T-shirts for the New Zealand Defence Force (NZDF). AMENDMENT TO CLOSING DATE: NEW CLOSING DATE 9 JANUARY 2017 ****Tenderers are to download the RFP document from the GETS website only, the current in-service range of specifications are included in the RFP. *** A full scope of work is in the attached RFP document together with the requirements for response. All questions are to be directed via the GETs website in writing only, QUESTIONS WILL ONLY BE ANSWERED IF POSTED ON THE GETS WEBSITE. Please send your RESPONSES ONLY directly to the listed contact at Workwear Group (New Zealand). Do not post your response on GETS, these are for Q&A only. Due to the possibility of IT / Application compatibility issues, which may cause email bounce back, please do not copy and paste the Contact Email address from the tender document; we advise typing this in.",Not Awarded,,20201117 New Zealand Defence Force Sourcing Agents,18172932,Request for Tenders,Open Competition,Warrant Officers and Senior Non-Commissioned Officers Mess Interior and Exterior Refurbishment,CON_12736,20161123,20161214,20170502,,Sole Agency,No,"Tenders Box, Calibre Consulting Ltd, Unit 9, 86 Grey Street, Palmerston North 4410",The New Zealand Defence Force seek tender submissions from suitably and experienced main contractors for the Warrant Officers and Senior Non-Commissioned Officers Mess Interior and Exterior Refurbishment project situated at Waiouru Military Camp,Awarded,"NZDF Awarded to Isles Construction Ltd Approx $600k",20201117 New Zealand Defence Force Sourcing Agents,18228542,Request for Tenders,Open Competition,"New Zealand Defence Force - Devonport Naval Base, Demolition of Building NY 214 - Garage & Workshops",Con_12623 File: 7625-05214,20161216,20170131,20170502,Opus,Sole Agency,No,"Opus International Consultants Limited - P O Box 5848, Wellesley St, Auckland 1141; or hand delivery to Tenders Box, L3 The Westhaven, 100 Beaumont St, Auckland 1010","The purpose of this Request for Tender (RFT) is to invite Main Demolition Contractors to submit Fee and Service proposals to the NEW ZEALAND DEFENCE FORCE in respect of the provision of demolition works to Building NY 214 at Devonport Naval Base, Auckland. The Main Demolition Contractor is to include for the engagement and management of all sub-contractors and to provide full site supervision including project management to ensure programme of works is completed within timeframes specified. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the NZDF to select and appoint a Contractor to provide the Contract Works (Contract No. Con_12623). An appointment to view the site of the works can be arranged by contacting Projects Officer, Gregory Wrightson, and phone: 09 445 5997 or mobile: 021 403 814. Tenders shall close at 17.00 hours on the 31st January 2017 at Opus International Consultants Limited. All tender documentation and necessary information attached are as below : - RFT – Invitation to Tender / Contract Documentation (pdf) - Envelope 1 – Statement of Compliance; Profile of Tenderer; Certificate as to Contractor’s Insurances (Word document) - Envelope 2 - Form of Tender and Schedule of Prices (Word document) - Specification - Dowdell & Associates Ltd Asbestos Report 2012 - Dowdell & Associates Ltd’s Bulk Sample Identification Certificates - Dowdell & Associates Ltd’s Airborne Fibre Concentration Certificate - NY 214 – Demolition Zone - Site Plan - NY 214 Services Plan - MoJ Clearance Form (Police Vetting) Tenders will be evaluated on a two-envelope system as follows: Envelope 1: Tender non-price attribute Tenders must provide their non-price attribute submission based on the attributes stated below. The tender to provide sufficient information for the evaluators to evaluate accurately. Envelope 2: Tender price Complete the tender price schedule. Complete and sign the tender form. ENVELOPE 1 AND ENVELOPE 2 OF THE TENDER RESPONSE MUST BE SUBMITTED AS SEPERATE DOCUMENTS If this is not included in a completed state, the tender submission will be deemed null and void. Tenders will be evaluated against the following criteria: Proposed Solution 35% Capability 10% Capacity 5% Price 50%",Awarded,"NZDF Awarded to Ward Demolition Ltd Approx $200k",20201117 New Zealand Defence Force Sourcing Agents,18305690,Request for Tenders,Closed Competition,"New Zealand Defence Force ??? Hangar 1 Tailslot Door Replacement, Whenuapai",CON_12623,20170123,20170301,20170502,Opus,On behalf of procurement agent,No,"Opus International Consultants Limited, Level 3, The Westhaven, 100 Beaumont Street, Auckland 1010","Following the Registration of Interest (ROI) evaluation a closed Request for Tender (RFT) is now sought from the preferred shortlisted respondents to replace Hangar 1 Tailslot door at the Auckland RNZAF Base, Whenuapai. The scope of the project includes the design, fabrication and installation of a new Tailslot door and associated features. This will require staging to disconnect, remove and replace the Tailslot door, re-connecting of services, adjustment, set to work and certify full operation under both primary and manual modes of motive operation. To include disposal of old Tailslot door and clear site on completion to prevent Foreign Object Damage (FOD) to Aircraft. The shortlisted respondents who wish to submit a RFT, are required to provide: - Non-priced attributes (in Envelope 1) on, Construction Methodology, Proven and Acceptable System, Programme, Manual Override Capability and Quality Assurance; and, - Priced attributes (in Envelope 2) as detailed in the RFT documentation attached to this notice. For those interested, a site visit can be made with prior arrangement with NZDF to meet at the main security gate of RNZAF Base Auckland, Whenuapai. The proposed physical works are scheduled to be complete by the end of June 2017. Tenderers must submit a hard copy (only) of their completed RFT to the Tender Box at the address above, marked as follows: Envelope 1 - NZDF – Hangar 1 Tailslot door replacement, Auckland RNZAF Base, Whenuapai – RFT (Non-Price Attributes) Envelope 2 - NZDF – Hangar 1 Tailslot door replacement, Auckland RNZAF Base, Whenuapai – RFT (Price Attribute) RFT shall close at 17.00 hours on the Wednesday 1st March 2017 at Opus International Consultants Limited, Auckland. All RFT documentation and necessary information attached are as below: - RFP NZDF Tailslot Door Tender/Contract (pdf) - RFP NZDF Tailslot Door (Envelope 1) (word document). - RFP NZDF Tailslot Door (Envelope 2) (word document).",Awarded,"NZDF Awarded to Service Engineers Ltd Approx $300k",20201117 New Zealand Defence Force Sourcing Agents,18380424,Request for Proposals,Open Competition,"Lifting, Rigging & Height Safety Equipment - Inspection, Testing, Certification",,20170214,20170309,20170629,Babcock,Sole Agency,No,,"Babcock NZ Ltd (Babcock) is seeking proposals from suppliers to provide Inspection, Testing, Certification and Asset Management Services for Lifting, Rigging and Height Safety Equipment. In general these services will be provided at the Devonport Naval Base, however national and international capability is advantageous. Babcock use rigging, lifting and height safety equipment on a regular basis and is responsible for the provision of inspection, testing and certification of certified items for the Royal New Zealand Navy (RNZN). The requirement is that all lifting, rigging and height safety equipment is safe, fit for purpose and reliable, that certification is up-to-date and that the process gives users of this equipment the confidence that the equipment they are using is tested and inspected in accordance with the relevant Statutory Regulations, Standards and Codes of Practice, including all RNZN and Maritime requirements. There is also a requirement to provide an online asset management system.",Awarded,"This tender has been awarded to Bridon Cookes NZ Ltd (t/a Cookes) Further Award Information: The contract was awarded to Bridon Cookes NZ Ltd (t/a Cookes) and will start on 1 July 2017. The term of this contract is 2 years.",20201117 New Zealand Defence Force Sourcing Agents,18455322,Request for Proposals,Open Competition,"Mobile, Landline and Internet Telecommunication Services",,20170313,20170405,20170706,Babcock,Sole Agency,No,,"Babcock NZ Ltd (Babcock) is seeking proposals from suppliers to provide an innovative and competitive solution for Babcocks telecommunications and internet services. We are looking for cost certainty, flexibility and straightforward technological solutions and support. Babcock use cell phones, landlines, internet and wireless services. We share a PABX with the Royal New Zealand Navy (RNZN). Babcock has a requirement to stay connected and work smarter. Babcock currently has approximately 100 mobile phone users who use minutes and data from a pool. The current site environment comprises two lines, an ADSL and an HSNS line supporting a data circuit. Two lines would still be required however the HSNS line would need to be replaced with a second ADSL line. We have number of DVA lines and DDIs using ISDN via PABX, as well as Webmail access.",Awarded,"This tender has been awarded to Spark Digital Further Award Information: The contract was awarded to Spark Digital and will start on 20 June 2017. The term of this contract is 2 years.",20201117 New Zealand Defence Force Sourcing Agents,18548303,Request for Proposals,Open Competition,Service Dress Shoes for New Zealand Defence Force,,20170407,20170519,20180706,Workwear Group,Sole Agency,No,,"What we need: Workwear Group (WWG) has a requirement for the supply of Service Dress shoes for the New Zealand Defence Force (NZDF) personnel. This Request for Proposal (RFP) aims to look for improvements upon the current supplied product, ranging from enhanced comfort, quality, style modernisation, right through to rationalisation. These shoes are standard issue items and all personnel will be wearing them for day to day office duties or ceremonial activities. They are an essential part of the uniform dress. What we don’t want: Respondents that do not have the capacity to deliver the requested product, all Pre-conditions and Mandatory Requirements are to be met prior to being submitted for consideration. What’s important to us? NZDF are looking for the best overall value, for the whole of life of the product. The product offering will need to be supported by a stable, reliable Respondent who has the capability and capacity to work with both WWG and NZDF to ensure a maximum outcome for the personnel at all times. Why should you bid? This is a unique opportunity to RFP for this business and supply a product that is considered an essential piece of uniform for all the personnel at NZDF. Workwear Group (WWG) have been the Prime Vendor to the New Zealand Defence Force’s (NZDF) Clothing Contract since 1999, and on behalf of the NZDF procure as the Prime Vendor. We provide work wear and uniform solutions to a large range of organisations. We offer total supply chain management solutions and manage the NZDF’s supply of apparel, footwear and associated personal support items. There are approximately 9,000 regular service people with an additional 2,200 reserve forces located on approximately nine camps and bases, but also deployed elsewhere nationally and internationally. These numbers are split across the three Services; Navy, Army and Air Force. “The Workwear Group” business, formerly registered as Pacific Brands Holdings (NZ) Limited was acquired by Wesfarmers Industrial & Safety NZ Limited and now trades as “Workwear Group”. -NOI Rfx18372464 -Load all RFP Responses onto GETS -All Q&As will be managed only on the GETS site, questions received outside of this forum will not be answered - Offer Validity period is twelve months",Awarded,,20201117 New Zealand Defence Force Sourcing Agents,18614804,Request for Proposals,Open Competition,RNZN Offshore Patrol Vessel HVAC Upgrade,,20170503,20170613,20170912,Babcock,Sole Agency,No,,"Babcock (NZ) Ltd (Babcock) requires an assessment of the current HVAC system installed on the Royal New Zealand Navy’s (RNZN) Offshore Patrol Vessels (OPV) and the supporting information to develop a solution to the humidity deficiencies that have been identified in the OPV HVAC Deficiencies Investigation report (attached). Babcock is seeking proposals from suppliers, without prejudice or commitment, to provide a technical solution and a cost to undertake detailed design. There are two options identified in this proposal, firstly for a fully designed solution only, and secondly for the fully designed solution and installation as identified in Section 2 of this RFP. Installation would be done either by Babcock, or by the successful contractor, at the Devonport Naval Base during a Ship maintenance period which will be managed by Babcock.",Awarded,,20201117 New Zealand Defence Force Sourcing Agents,18945647,Request for Tenders,Open Competition,Ohakea Airfield Lighting & Movement Area Guidance Signs (MAGS) Project,Con_13681,20170821,20171003,20171117,Beca,On behalf of procurement agent,No,"Beca, Level 6, 85 Molesworth Street, Wellington","The New Zealand Defence Force invites you to tender for the Ohakea Airfield Lighting & Movement Area Guidance Signs (MAGS) Project. The Contract Works include, but are not necessarily limited to: - Supply and installation of replacement airfield lighting fittings, cables and other electrical components - Supply and installation of new Illuminated Airfield MAG signs including foundations and power supply - Civil works relating to the installation of new airfield lighting, cables and signage - Supply and installation of new approach lighting for Runway 15-33 including foundations, poles and power supply - Electrical testing and reconfiguration work relating to existing electrical infrastructure and power room components",Not Awarded,Contract has now been awarded.,20201117 New Zealand Defence Force Sourcing Agents,19025869,Request for Tenders,Closed Competition,CON_13682 - New Zealand Defence Force - Whenuapai Satellite Communications Anchor Station 2016 Project,CON_13682,20170918,20171013,20171123,Opus,On behalf of procurement agent,No,"Opus International Consultants Limited, Tenders Box, Level 3, The Westhaven, 100 Beaumont Street,Auckland 1010; Postal Address : P O Box 5848, Auckland 1141","The New Zealand Defence Force (NZDF) is inviting submissions from an approved short list of tenderers within New Zealand to construct the relevant structures, access and service connection to support the installation of satellite dishes at the Auckland RNZAF Base, Whenuapai. The majority of work will be the civil construction of the foundation pads, surrounding hardstand, access way, installation of electrical and lightning protection and associated services. Opus International Consultants (Opus) are responsible for the design and construction monitoring of the works. The Contractor is to include for the engagement and management of any nominated sub-contractors and to provide full site supervision and project management to ensure programme of works is completed within the timeframes specified. The shortlisted respondents who wish to submit a RFT, are required to provide: ??? Non-priced attributes (in Envelope 1) on, Company Track Record, Relevant Personnel, Management Skill, Management Processes, Management Support and Environment Sustainability; and, ??? Priced attributes (in Envelope 2) as detailed in the RFT documentation attached to this notice. For those interested, a site visit can be made with prior arrangement with NZDF to meet at the main security gate of RNZAF Base Auckland, Whenuapai. The proposed physical works are scheduled to be complete by 20th April 2018. Tenderers must submit a hard copy (only) of their completed RFT to the Tender Box at the address above, marked as follows: Envelope 1 ??? NZDF - Whenuapai Satellite Communications Anchor Station 2016 Project (SATCOM) ??? RFT (Non-Price Attributes) Envelope 2 - NZDF ??? Whenuapai Satellite Communications Anchor Station 2016 Project (SATCOM) ??? RFT (Price Attribute) RFT shall close at 17.00 hours on the Friday 13th October 2017 at Opus International Consultants Limited, Auckland. All RFT documentation and necessary information attached are as below: ??? RFT NZDF Anchor Station Tender Contract (pdf) ??? RFT NZDF Anchor Station (Envelope 1) (word document). ??? RFT NZDF Anchor Station (Envelope 2) (word document) ??? Drawings for Anchor Station 1-43055.00 (pdf) ??? Specifications for Anchor Station construction (includes Geotechnical Assessment) (pdf) ??? Ground Contamination Assessment (pdf) ??? Safety in Design (SiD) for Anchor Station (pdf) ??? Services Drawing for Anchor Station (pdf)",Not Awarded,Contract awarded to MAP Projects Ltd.,20201117 New Zealand Defence Force Sourcing Agents,19076567,Request for Proposals,Open Competition,Replacement of Multi-Function Display Units and Upgrade of Navigation Suite (on RNZN RHIBS and VIP Barge),,20171002,20171101,20180822,Babcock,Sole Agency,No,,"Babcock NZ Ltd (Babcock) is seeking proposals from suppliers to provide replacement multi-function display (MFD) units and upgrade of associated navigation suite on the RNZN RHIB???s (rigid-hulled inflatable boat), and the VIP Barge. These items are essential to maintain a high level of efficiency so our fleet can continue to be versatile, responsive and effective in meeting the ongoing commitments required of the RNZN. The current MFDs are now obsolete and require replacement. In addition, the associated navigation suite will need replacement as the current legacy equipment is unable to interface with a modern MFD unit. The MFD???s and associated navigation suite are currently fitted to: ??? 26 x J3 RHIBs ??? 1 x VIP barge",Awarded,ENL were the successful tenderer of the revised scope and the delay of advertising this on GETS was due to waiting on confirmation of successfully completing the first RHIB installation as was detailed in the RFP,20201117 New Zealand Defence Force Sourcing Agents,19237878,Request for Tenders,Closed Competition,"NZDF ??? KPT, DNB, NGA, PAP, ARD & WHP Site Demolitions",DE&I No.: 7625-00001,20171123,20180119,20180430,Opus,On behalf of procurement agent,No,"Opus International Consultants Limited, P O Box 5848, Wellesley Street, Auckland or Level 3, The Westhaven, 100 Beaumont Street, Auckland 1010","The purpose of this Request for Tender (RFT) is to invite Main Demolition Contractors to submit Fee and Service proposals to the NEW ZEALAND DEFENCE FORCE in respect of the provision of NZDF ??? 6 various Site Demolitions within Auckland. The Main Demolition Contractor is to include for the engagement and management of all sub-contractors and to provide full site supervision including project management to ensure programme of works is completed within timeframes specified. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the NZDF to select and appoint a Contractor to provide the Contract Works. Appointments to view the sites are available on the following 2 days, order is as follows:- ??? Whenuapai, Kauri Point, Devonport, Ngataringa on Tuesday, November 28th at 9am. ??? Papakura and Ardmore Wednesday, November 29th at 9am. Tenders shall close at 16.00 hours on the 21st December 2017 at Opus International Consultants Limited. All tender documentation and necessary information attached are as below : ??? RFT ??? Invitation to Tender / Contract Documentation (pdf) ??? Envelope 1 ??? Statement of Compliance; Profile of Tenderer; Certificate as to Contractor???s Insurances (Word document) ??? Envelope 2 - Form of Tender and Schedule of Prices (Word document) ??? Specification ??? Demolition Plans ??? Compiled Asbestos Assessment Reports: [Part only]; (remaining reports to be provided via NTT if available) Tenders will be evaluated on a two-envelope system as follows: Envelope 1: Tender non-price attribute Tenders must provide their non-price attribute submission based on the attributes stated below. The tender to provide sufficient information for the evaluators to evaluate accurately. Envelope 2: Tender price Complete the tender price schedule. Complete and sign the tender form. ENVELOPE 1 AND ENVELOPE 2 OF THE TENDER RESPONSE MUST BE SUBMITTED AS SEPERATE DOCUMENTS If this is not included in a completed state, the tender submission will be deemed null and void. Tenders will be evaluated against the following criteria: Proposed Solution 35% Capability 10% Capacity 5% Price 50%",Not Awarded,,20201117 New Zealand Game Animal Council,20115615,Request for Proposals,Open Competition,Request for Proposal - Contract provision of services to the Game Animal Council,,20180905,20180921,20190115,,Sole Agency,No,,"This opportunity in a nutshell The Game Animal Council (???the GAC???) is a statutory body established under the Game Animal Council Act 2013 It has a broad range of functions including providing advice to the Minister of Conservation, on matters relating to the management of game animals. The GAC consists of nine to eleven councillors appointed by the Minister, and employs a part time Executive Officer providing administrative services. The Executive Officer is based in Rotorua. To-date, Councillors have been directly involved in delivery of the GAC???s statutory functions as well as performing their governance responsibilities. The GAC is now seeking to engage the services of a contractor to oversee the administrative aspects of the GAC and deliver some selected operational priorities. Broadly the following services are required: ??? Management of administrative support services to the GAC ??? Management of the planning and reporting responsibilities of the GAC, in accordance with the Crown Entities Act ??? Development of a GAC funding strategy proposal ??? Compilation of a Stakeholder Engagement and Communications Plan, and management of its implementation as determined by the GAC ??? Undertaking certain projects relating to a) game herd management and b) hunter safety and education ??? Development of a specification and proposal for a fit-for-purpose information management system to support the GAC???s needs for data management and web-based communications. In the interest of adopting the most efficient and effective service procurement option, the GAC has a preference for one supplier, and one point of contact, covering the full range of services. The GAC is seeking proposals from established suppliers who have the capability, experience and infrastructure to deliver the above services, under a delivery and service level agreement with the GAC. The term of any agreement will end on 30 June 2019. No assurance as to any right of renewal can be provided at this time. The successful proposer will have a track record of successful delivery of services and projects with similarities to those being sought by the GAC. That includes: a good understanding of central government processes for statutory bodies, skills in working with stakeholders with diverse interests; and an appreciation of the relevant compliance and regulatory frameworks. This is an open Request for Proposal. Please see attachments for an overview of the GAC, its functions, strategic plan and activities.",Awarded,"Based on the evaluation process it is clear that Fish and Wildlife Ltd & Partners is the preferred contractor. They are a consortium of contractors that will work together to provide the required services. They have a broad range of relevant and necessary skills that will enable delivery of all the tasks detailed in the RFP. Importantly they all have a long association with hunting and the New Zealand hunting fraternity, they also understand intimately the business needs, challenges and opportunities of the GAC. Their price for all required services will be based on, actual spend at an hourly rate of $75, and will be capped at a maximum amount to deliver all required services of $100,000, disbursements have been estimated at $20,000. This meets the budget provision for services agreed by the GAC.",20201117 New Zealand Institute for Plant and Food Research Limited,11290241,Request for Proposals,Open Competition,PFR MT Albert Autoclaves and Related Services,2015-001,20150424,20150520,20180116,,Sole Agency,No,N/A,"A major redevelopment of laboratories is underway at the Plant & Food Research Mt Albert campus. Plant & Food Research intend to purchase several autoclaves to support operation of new containment facilities. Our priority is the purchase of an approximately 700 L pass-through autoclave for a PC3 laboratory. We also require between four and six 150 ??? 500 L standard autoclaves for media preparation and organism destruction. The purchases will be staged over the next three years. The priority is the purchase of the pass-through autoclave in 2015.",Not Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,16760707,Request for Quotations,Open Competition,IKS- Food Composition Database Redevelopment,PFR 02-2015,20150917,20151014,20190129,Corporate,Sole Agency,No,,"Plant & Food Research needs to redevelop an existing internal Web Application, the Food Composition Database (FCDB), and seeks to engage an external developer to complete the first phase of the redevelopment with the prospect of further work on subsequent phases. FCDB stores food nutrition data and helps with the preparation of various publicly-available nutrition dataset publications on behalf of clients including the Ministry of Health (MoH) and the Food Safety Authority (FSANZ) of the Ministry of Primary Industries (MPI). FCDB has 3 main components: ??? The database itself - a SQL Server database with some executable stored procedures and functions needed for the system but primarily for data storage. ??? Food Information Management System (FIMS) - a Java based Web application hosted in JBoss. FIMS is the primary data entry and editing mechanism for FCDB. It also has code for recipe and attribute calculations (more later). ??? FCDB Auxiliary - a PHP-based web application for extracting reports and bulk entering data into the FCDB. FIMS and the database were both developed in the early 2000s ??? FCDB Auxiliary was developed around 2010. The present system although functional and working is dated and has become difficult to maintain and enhance. The first phase of our redevelopment will be to replace FIMS and FCDB Auxilliary with a new Python/Django based application that will take over the data manipulation and reporting functionality of these two applications. The new application will be based on the requirements artefacts provided with this request (use cases, mockups, and entity relationship diagrams).",Not Awarded,Decided not to go ahead with this project,20201117 New Zealand Institute for Plant and Food Research Limited,16907945,Request for Proposals,Closed Competition,PFR Procure to Pay System RFP,PFR RFP P2P,20151021,20151113,20170419,,Cluster,No,,"Following the recent ROI, your company has been shortlisted to complete in a closed tender process to provide further information and pricing for a procure to pay system. As a leader in the market in e procurement we understand that you are able to bring innovation and increased capability and visibility to our business. We see this as an opportunity for a successful provider to potentially partner with one of the world???s leading research providers with the look to increase efficiencies for both our own business and our supply chain as a whole. PFR are looking to replace their current electronic solution which includes back to back supplier integration Catalogues with all key scientific and preferred suppliers (Punch-out), Requisitions, Automated approval workflow, Automated orders, Automated invoicing & Reporting. PFR are looking for experienced providers who have the upmost knowledge, capability and proven track records to deliver a fit for purpose solution that is both simple to use and has the ability to evolve with potential future requirements. Opportunities for collaboration with other Crown Research agencies may be a possibility in the future therefore a system that can be easily configured across multiple businesses and integrated with several systems would be beneficial and a key for potential future demands. Following the recent ROI, your company has been shortlisted to complete in a closed tender process to provide further information and pricing for a procure to pay system. As a leader in the market in e procurement we understand that you are able to bring innovation and increased capability and visibility to our business. We see this as an opportunity for a successful provider to potentially partner with one of the world???s leading research providers with the look to increase efficiencies for both our own business and our supply chain as a whole.",Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,16908954,Request for Proposals,Open Competition,PFR 2015-10 Ruakura Bioreactor,2015-10 Ruakura Bioreactor,20151021,20151118,20160129,BioProtection,Sole Agency,No,,"Plant & Food Research is looking for a supply and on-going service partner for a pilot plant bioreactor for the fermentation of microorganisms. We are looking for overall best value and for a supplier who can supply the product described above, and a supplier with a proven good record of supply, installation, service and support of the bioreactor.",Awarded,"Following the conclusion of a rigorous evaluation process of all submitted responses, Total Lab Systems' proposal for Bioreactor + Steam Generator has been selected as the preferred option. This conclusion was based on TLS' ability to provide the best fit-for-purpose equipment solution, competitive pricing, and availability of on-shore support. Eppendorf, GE Healthcare presented options that were potentially in scope but were priced out of market. Bangalore Biotech and Alphatech (Solaris) were out of spec, too expensive, and had little to no on-shore support. Upon review, we did extend the tender to Satorious, who presented a in-spec option at a very competitive price. However, their proposal did not include a steam generator. They offered to source it from a third party, but that would have been at a considerable cost and work for PFR to source it as such. TLS agreed to PFR's Supply of Goods terms in full, and a 30 prepayment/50 delivery/20 installation payment schedule was set up.",20201117 New Zealand Institute for Plant and Food Research Limited,16911332,Request for Proposals,Open Competition,PFR 2015-10 Lincoln GC-MS & GC,2015-10 Lincoln GC-MS & GC,20151022,20151119,20160129,BioProtection,Sole Agency,No,,"Plant & Food Research is looking for a supply and on-going service partner a Gas Chromatograph coupled to a single quadrupole Mass Spectrometer (GC-MS) with auto sampler and thermal desorption unit as well as an additional Gas Chromatograph (GC) including a heated transfer line. We are looking for a sensitive instrument suitable for identifying semiochemicals from animal, plant and microbial origins. The machines will represent overall best value from a supplier who can deliver the range of products described above, with a proven good record of supply, installation, service and support of the GC-MS and GC.",Awarded,"Following the conclusion of a rigorous evaluation process of all submitted responses, Agilent's proposal for a GC-MS and additional GC has been selected as the preferred option. This conclusion was based on Agilent's ability to provide the best fit-for-purpose equipment solution, competitive pricing, and availability of on-shore support. We were able to use PFR's Supply of Goods terms with modifications to Clause 15.2, 25, 27, 32, 33.1, and 38. In previous purchases, we has used Agilent's terms due to the difficulty of settling on agreeable terms. Also, Agilent made a mistake in submitting a bid that only included a GC-MS instead of an additional GC. They were able to honour their pricing with only a nominal increase of $1K.",20201117 New Zealand Institute for Plant and Food Research Limited,17002611,Request for Quotations,Open Competition,PFR 2015-11 Te Puke Elevated Work Platform,PFR 2015-11 Te Puke Platform,20151118,20151130,20160129,Sustainable Production,Sole Agency,No,,"This Request for Quote (RFQ) invites suppliers to quote for the delivery of an Elevated Work Platform (+ trailer if possible), operators and passengers training, as well as a potential future service contract. This Elevated Work Platform will be used to reach the top third canopy in avocado orchards above the 6M height as well as a potential future utilization in kiwifruit orchards. To be Health & Safety compliant we will require at least 3-4 PFR staff to be trained as drivers as well as other PFR staff to be trained as passengers. We require the Elevated Work Platform, training and servicing to be delivered to Plant and Food Research, 412 No.1 Road, RD 2 Te Puke 3182 by January 2016. All questions and formal submissions should be lodged by the GETS website only.",Awarded,"Following the conclusion of a rigorous evaluation process of all submitted responses, Hydralada's proposal for an elevated work platform has been selected as the preferred option. This conclusion was based on Hydralada's ability to provide the best fit-for-purpose equipment solution, competitive pricing, and availability of on-shore support. On behalf of the PFR Procurement team, I would like to acknowledge the time and effort all suppliers have taken to participate in the tender process. Please feel free to contact myself, if you have any questions or require any further information regarding this decision.",20201117 New Zealand Institute for Plant and Food Research Limited,17193149,Request for Proposals,Open Competition,PFR 2016-02 Lincoln UHPLC-HRMS,Req 11334,20160209,20160311,20160627,Food Innovation,Sole Agency,No,,"Our priority is the purchase of an Ultra High Performance Liquid Chromatograph (UHPLC) coupled to a High Resolution Mass Spectrometer (HR-MS) with Photo Diode Array (PDA) detector operating with nano through narrow bore flow rates, column oven, column selection, autosampler, direct infusion, and nanoelectrospray ionisation (NSI) and electrospray ionisation (ESI) sources. Plant & Food Research is looking for a supply and potential on-going service partner for the aforementioned equipment. We are looking for an instrument for incorporation into a diverse research environment covering small molecule, complex carbohydrates, lipids and peptides with solid hardware and software support for both quantitative and qualitative chemical analysis. Our samples are mostly plant and food extracts but they can also originate from more complex sources. The machines will represent overall best value from a supplier who can deliver the range of products described above, with a proven good record of supply, installation, service and support for UHPLC and HRMS.",Awarded,"Following the conclusion of a rigorous evaluation process of all submitted responses, Thermo Fisher's proposal for a UHPLC-HRMS was the preferred solution for PFR. This conclusion was based on the supplier???s ability to provide the overall best fit-for-purpose equipment solution with industry leading technology, more competitive pricing, and availability of on-shore support. On behalf of the PFR Procurement team, I would like to acknowledge the time and effort all suppliers have taken to participate in the tender process",20201117 New Zealand Institute for Plant and Food Research Limited,17212611,Request for Quotations,Open Competition,"2016-02-Growth Cabinets, Tissue Culture Cabinet and Incubator",Site wide Cabinets,20160216,20160301,20160815,,Sole Agency,No,,Request for Quote (RFQ) inviting suppliers to quote for the supply and installation of equipment as per the equipment specifications list ??? (appendix A). We are requesting that you provide your best and final prices for all items outlined. Plant and Food Research (PFR) may look at either a single supplier arrangement or a panel of suppliers to meet current PFR wide needs. We request pricing for each item along with bulk pricing.,Awarded,Some of the original requests have been put on hold and may still be awarded.,20201117 New Zealand Institute for Plant and Food Research Limited,17231751,Request for Quotations,Open Competition,PFR 2016-02 Palmerston North Liquid Handling Robot,CAPEX Req 15111,20160222,20160315,20160607,Breeding and Genomics,Sole Agency,No,,"This procurement relates to the replacement of up to two Liquid Handling Robots for genetic marker identification through single marker screening and high throughput genotyping by sequencing. Virtually all protocols we use involve microtitre plate format (96 or 384-well) in setup and use various PCR-based methods. However, we wish to do development work using the robot and this could involve new techniques and therefore we desire a machine that offers a good amount of flexibility in its operation. Plant & Food Research is looking for a supply and potential on-going service partner for the aforementioned equipment. As such, PFR are looking to purchase the first liquid handling robot in this current 2015-2016 financial year, with potentially a second robot to be purchased at the same time or alternatively in the July 2016-2017 financial year. We require a sensitive pipetting robot suitable for pipetting liquids from and into microtitre plates, tubes and reservoirs. It may be capable of manipulating the positions of items on its deck to carry out the set programme accurately and efficiently.",Awarded,"Following the conclusion of a rigorous evaluation process of all submitted responses, Scimed's proposal for a Liquid Handling Robot was successful as the preferred solution for PFR. This conclusion was based on another supplier???s ability to provide the best fit-for-purpose equipment solution, competitive pricing, and availability of on-shore support. On behalf of the PFR Procurement team, I would like to acknowledge the time and effort you have taken to participate in the tender process. Please feel free to contact myself, if you have any questions or require any further information regarding this decision.",20201117 New Zealand Institute for Plant and Food Research Limited,17463225,Request for Proposals,Closed Competition,Padfield Building Sensory Unit,Padfield RFP,20160429,20160520,20170419,,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,17956048,Request for Quotations,Open Competition,Lateral irrigator,REQ: 16115,20160926,20161017,20170419,,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,17959845,Request for Quotations,Open Competition,Soil Particle Size Analyser,REQ: 16071,20160927,20161018,20161115,,Sole Agency,No,,,Not Awarded,It has been decided not to proceed with the purchase of this equipment as the user has been able to make use of existing equipment within the Plant and Research Group.,20201117 New Zealand Institute for Plant and Food Research Limited,17965770,Request for Quotations,Open Competition,CNC Vertical Machining Centre,REQ: 16128,20160928,20161019,20161115,,Sole Agency,No,,,Awarded,Responses were evaluated by the end user and it was decided to go award the contract to Total CNC Products Limited.,20201117 New Zealand Institute for Plant and Food Research Limited,18547627,Request for Quotations,Open Competition,RFQ Triple Quadrupole GC-TQMS,AIP #12015,20170410,20170428,20170606,Food Innovation,Sole Agency,No,,"Our priority is the purchase of a Triple Quadrupole GC-TQMS consisting of a Gas Chromatograph (GC) coupled to a high sensitivity Triple Quadrupole Mass Spectrometer (TQ-MS) and combined with automated analyte concentration and GC introduction methods for volatiles that enable the analysis of volatile compounds from diverse and sometimes difficult sample matrices. Plant & Food Research is looking for a supply and potential on-going service partner for the aforementioned equipment. We are looking for an instrument for incorporation into a diverse research environment principally providing the analysis of flavour volatiles, but also other metabolites, with hardware and software suitable for both quantitative and qualitative chemical analysis. Our samples are mostly plant and food materials but may also include other biological materials such as essential oils and urine. The equipment will represent overall best value from a supplier who can deliver the product described below, with a proven good record of supply, installation, service and support for GC-MS. The overall performance specifications of the new instrument should exceed those of the Waters GCT time of flight instrument that it replaces; in particular in having in having higher full scan sensitivity.",Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,18664412,Request for Quotations,Open Competition,16092 Gas Chromatograph - Mass Spectrometer - Flame Ionization Detector,AIP# 16092,20170516,20170606,20170711,Seafood Portfolio,Sole Agency,No,,,Awarded,"We received three responses for the RFP 16092 Gas Chromatograph - Mass Spectrometer - Flame Ionization Detector. Whilst all tenders met the required specifications, it was the opinion of the panel that the instrument that was best ""fit for purpose"", best value and best suited to our laboratory staff was the GC-MS-FID provided by ThermoFisher Scientific. The capabiiities of the instrument matched the specifications outlined in the RFQ. The integrated auto-sampler and associated software was an advantage. The associated software ""chromeleon"" is perferred by numerous technical operators at Nelson. The training package offered was the most generous. Also the included 3 year warranty fo rparts, labour and travel was a large advantage.",20201117 New Zealand Institute for Plant and Food Research Limited,18748174,Request for Quotations,Open Competition,Tunnel House Ruakura,Assets & Services,20170613,20170704,20170804,Corporate,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,18793019,Request for Quotations,Open Competition,Autoclave,AIP# 15147,20170629,20170721,20170804,Breeding and Genomics,Sole Agency,No,,,Awarded,All of the tender responses were evaluated by the tender evaluation committee. Thermofisher were chosen as the preferred supplier as they provided the solution that best suited the needs of the end users and achieved best value for money.,20201117 New Zealand Institute for Plant and Food Research Limited,19037249,Request for Quotations,Open Competition,GCMS,AIP# 11002,20170918,20171009,20180501,Food Innovation,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,19222656,Request for Quotations,Closed Competition,Laser Scanning Confocal Microscope - Closed RFQ,11376,20171112,20171127,20180501,Food Innovation,Sole Agency,No,,,Not Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,19248799,Request for Quotations,Open Competition,Compound Microscopies,14034 & 16007,20171121,20171212,20180501,Breeding and Genomics,All of Government,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,19381351,Request for Quotations,Open Competition,Development of a Breeding Data Management Platform,,20180119,20180209,20180321,Food Innovation,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,19500807,Request for Quotations,Open Competition,Rheometers 2x,16171 & 16093,20180302,20180323,20180504,Food Innovation,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20055601,Request for Proposals,Open Competition,Hamilton Building Lift Replacement,,20180822,20180917,20190129,,Sole Agency,No,,The New Zealand Institute for Plant and Food Research Limited (???PFR???) is replacing the existing lift systems within Hamilton Building located at the Mt Albert campus. The works involve the replacement of the goods/passenger lift and the two passenger lifts within the building. The works also involve interface with and coordination with the associated concurrent Asbestos decontamination of the shafts.,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20057643,Request for Proposals,Open Competition,TK Building Removal,,20180822,20180917,20190125,Corporate,Sole Agency,No,,The New Zealand Institute for Plant and Food Research Limited (???PFR???) is removing the existing TK building from the Mt Albert campus. The works involve the removal and demolition of a single storey building which contains Asbestos.,Not Awarded,It has been decided to defer this project to a later time.,20201117 New Zealand Institute for Plant and Food Research Limited,20133039,Request for Quotations,Open Competition,Multi-Mode Microplate Reader,17085,20180907,20180928,20181217,Food Innovation,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20328340,Request for Quotations,Open Competition,Ultracentrifuge,18041,20181025,20181115,20190415,Food Innovation,Sole Agency,No,,,Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20727654,Request for Quotations,Open Competition,Honeywell CN80 Handhelds,20727654,20190213,20190306,20190319,Corporate,Sole Agency,No,,"This Request for Quote (RFQ) invites suppliers to quote for the supply of equipment as per the equipment specifications list ??? (appendix A). We are requesting that you provide your best and final prices for all items outlined. Our priority is the purchase of Honeywell CN80 handhelds together with associated accessories to be delivered to our premises at Mt Albert, Auckland.",Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20740267,Request for Proposals,Open Competition,Re-Development of Palmerston North Research Cool-Storage Facility,20740267,20190215,20190315,20190417,Corporate,Sole Agency,No,,"Our priority is the purchase, installation and commissioning of a dual Glycol Chiller refrigeration system, to service our research cool-storage facility at Palmerston North, and the redevelopment of piping, controls, fan coils and instrumentation, as required, to enable finely-controlled cool-room experiments to be conducted with diverse fruit, vegetable and other plant produce.",Awarded,,20201117 New Zealand Institute for Plant and Food Research Limited,20889566,Request for Quotations,Open Competition,Independent Impact and Evaluation Specialist Role,,20190328,20190426,20190527,Corporate,Cluster,No,,"The Crown Research Institutes (???CRIs???) have a responsibility to deliver impact for NZ from their science and investment activities. In order to plan for impact, undertake research in ways that enhance impact, and evaluate impact during and beyond research programmes to support learning, new skills are required by research teams. We are seeking an independent contractor who would be available for the period of the contract. This specialist is required to produce key deliverables and ensure rapid progress and a consistent approach to impact evaluation is encouraged across the CRIs. This is not anticipated to be a full-time position, so flexibility would be required. It is expected that the contractor would work from ??? and use ??? their own office facilities. Location is flexible; some travel will be required.",Awarded,,20201117 New Zealand Lotteries Commission,13446527,Request for Proposals,Open Competition,Lotto NZ Digital RFP,10305,20150629,20150805,20151202,,Sole Agency,No,Electronic delivery only,"This engagement is about replacing our digital e-commerce platform and partner agreement; which will support the evolution of our digital lottery channel. The successful respondent will need to provide: ??? User experience and visual design for web and mobile solutions ??? Technical solution design and development of a new digital platform ??? Integration with a middleware layer ??? Ongoing support and maintenance of the new digital platform ??? Continuous enhancements to the new digital platform Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 05/07/2015. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,14009416,Request for Proposals,Open Competition,Lotto NZ Gen 5 Counter Furniture RFP,10306,20150715,20150807,20150910,,Sole Agency,No,Electronic delivery only,"Lotto NZ has recently performed an exciting re-design of its brand and accordingly has developed a new design for its retail counter furniture. The new retail counter design is known as ???Gen 5??? and will ultimately replace the existing Gen 2, 3 and 4 counter furniture. The subject of this RFP is the manufacture of the new Gen 5 counter furniture; initially across the top 50 stores in the Lotto NZ network and subsequently, potentially extending this rollout to an additional 300 stores over the next 3 years. We are seeking a partner who can manufacture the Gen 5 units, provide NZ based storage and meet acceptable lead times for delivery upon order to our NZ network of retail stores. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 05/07/2015. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and any optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,15453738,Request for Proposals,Open Competition,Lotto NZ Signage Upgrade RFP,,20150820,20150915,20151023,,Sole Agency,No,Electronic delivery only,"Lotto NZ has recently performed an exciting re-design of its brand and accordingly has developed a new design for its retail signage. The new design will be used from this point forward gradually replacing the existing signage as that becomes outdated. The subject of this RFP is the store assessment, design, manufacture and installation of the new signage for the top 100-150 stores. The upgrade must be completed by the end of 2015. Additional stores may be added at the discretion of Lotto NZ, however these will not have the 2015 deadline. We are seeking a single supplier to upgrade signage anywhere across New Zealand, the supplier can be one organisation or lead a group of partners and or subcontractors. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 09/09/2015. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and any optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,16869385,Request for Proposals,Open Competition,Lotto NZ Mystery Shopping RFP,,20151008,20151030,20151204,,Sole Agency,No,,"Lotto NZ currently runs a Mystery Shopping Programme for their Retail Network of approximately 1350 Retailers. Our overall Mystery Shopping programme has 3 components: - Secret Shop: This covers customer service and compliance with Lotto NZ procedures - Customer Feedback: Real-time customer feedback on their service experience in store - Instant Kiwi Secret Shop: Compliance on age verification for Instant Kiwi products Secret Shop and Customer Feedback is incorporated into Lotto NZ???s Retailer Partnership Programme ???WinWin???. WinWin is an elite programme that has been designed to give our top 600 retailers the support they need to improve as a business; in return they receive rewards and recognition for their hard work. The programme is points based and retailers receive points depending on their results from Secret Shops and Customer Feedback. Instant Kiwi is age restricted to over 18 years and Lotto NZ???s policy is to check identifcation if a customer looks under 25 years. The subject of this RFP is to seek a partner who can manage and facilitate the Mystery Shopping programme over the next 3 years across our growing retail network.",Not Awarded,"Agency: New Zealand Lotteries Commission Level 1, 73 Remuera Road, Remuera, Auckland 1050 Successful supplier: HOED Mystery Shopping NZ Limited 195 Main Highway, Ellerslie, Auckland 1051 Date contract awarded: 03 December 2015 Services being supplied: Mystery Shopping Programme Contract term: Three years plus option for two 12 month extensions Expected spend: Approximately $300K per annum Procurement process: Request for Proposal",20201117 New Zealand Lotteries Commission,17248977,Request for Proposals,Open Competition,Lotto NZ Retail Network Printing Services RFP,13022,20160226,20160318,20160608,,Sole Agency,No,Electronic delivery only,"Lotto NZ currently has a retail network of 1370 retail outlets who require Point of Sale (POS) materials regularly throughout the year. This network is spread the length and breadth of New Zealand, in all areas, and this number will continue to grow. The object of this RFP is to seek a partner who can manage, execute and distribute the POS, to enable us to send out stock to the entire Lotto retail network within set timeframes, quality and accuracy. We exist to give back profit for the benefit of our New Zealand communities. Cost and transparencies are really important to us. Our POS has very high exposure. It is an iconic brand, with very quick response from our customers if there are any perceived errors in our materials. Not only do we face customer dissatisfaction, but are also under Department of Internal Affairs scrutiny as we are a crown entity, so accuracy and quality is a must have. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 15/03/2016. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,17256591,Request for Proposals,Open Competition,Lotto NZ Logistics Services RFP,10321 Logistics,20160229,20160324,20160718,,Sole Agency,No,Electronic delivery only,"Lotto New Zealand receives and stores varying types of Lotto NZ stock, and distributes to all our 1,370 retail outlets throughout the country. We are looking for a cost effective solution for all our logistics, storage and distribution needs. Lotto New Zealand is looking for a partner who will work collaboratively with us to ensure that the retail network has the stock that is required. This could include point of sale materials (posters etc.), Instant Kiwi books, yellow thermal paper, Eftpos rolls and furniture items. The time frames in which we expect the stock to be picked, packed and received by the retailers is important to us, so that we can ensure that our network has the stock to continue selling our products. We also need a partner who has complete transparency evidenced in their invoicing, demonstrating what each step costs, and how the costs are calculated throughout the distribution chain. Respondents who are submitting for both the concurrent Lotto tenders (Freight and Logistics) are invited to consider if they wish to submit alternative pricing offering a combined discount. Please refer to 1.8 Alternative Combined RFP for more details. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 22/03/2016. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,17261003,Request for Proposals,Open Competition,Lotto NZ Freight Services RFP,10321 Freight,20160229,20160324,20160718,,Sole Agency,No,Electronic delivery only,"Lotto New Zealand distributes varying types of Lotto NZ stock to all our 1,370 retail outlets throughout the country. We are looking for a cost effective solution for all our freight needs. Lotto New Zealand is looking for a partner who will work collaboratively with us to ensure that the retail network has the stock that is required. This could include point of sale materials (posters etc.), Eftpos rolls or consumables, and furniture items. We would also like to look at the option of a fixed price for Instant Kiwi books and boxes of our yellow thermal paper and Eftpos Rolls. The time frames in which we expect the stock to be received by the retailers is important to us, so that we can ensure that our network has the stock to continue selling our products. We also need a partner who has complete transparency evidenced in their invoicing, demonstrating costs, and how the costs are calculated. Respondents who are submitting for both the concurrent Lotto tenders (Freight and Logistics) are invited to consider if they wish to submit alternative pricing offering a combined discount. Please refer to 1.8 Alternative Combined RFP for more details. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 22/03/2016. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,17391674,Request for Proposals,Open Competition,Lotto NZ eLearning for Lotto Retailers RFP,13024,20160413,20160506,20160816,,Sole Agency,No,Electronic delivery only,"eLearning for Lotto Retailers is a new initiative that aims to modernize the overall learning experience as well as reduce cost and disruption to retailers of attending classroom based learning. We are looking for a partner who can work with us to produce an eLearning solution that will be used to deliver the programme, that includes a learning management system to support the delivery and reporting of the eLearning. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.1 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 29/04/2016. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form and Pricing Response Template will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,17516944,Request for Proposals,Open Competition,Lotto NZ Online Age Verification RFP,10317,20160513,20160610,20161104,,Sole Agency,No,Electronic delivery only,"Lotto NZ is looking to authenticate the age of registered customers online, in order to allow access to age-restricted content. This will allow us to establish relationships with genuine customers, by verifying they are over 18 years of age. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-Conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 27/05/2016. We will give you access to Databox for electronic delivery of your proposal. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form and Pricing Response Template will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,18366323,Request for Proposals,Open Competition,Lotto NZ Coupons RFP,13023,20170208,20170420,20170619,,Sole Agency,No,Electronic delivery only,"Lotto NZ currently has a retail network of 1460 retail outlets who require a continuous supply of eight varying coupon types (wager slips) regularly throughout the year. Our network is spread the length and breadth of New Zealand, in all areas, and this number will continue to grow. Similarly, changes to our game portfolio will mean changes to the coupons may be required. The object of this RFP is to seek a partner who can manage and execute the production and printing of the coupons, and dispatch the coupons to enable us to send out stock to the entire Lotto retail network within set time frames and in accordance with set standards of quality and accuracy. Note: * The RFP documents can be downloaded from GETS. Please ensure you have read and understood section 3.2 (Pre-conditions), we are unable to consider proposals that do not meet these criteria. * Please register your intent to respond to this RFP by emailing our Point of Contact (procurement@lottonz.co.nz) by 15/02/2016. We will give you access to Databox for electronic delivery of your proposal. * Once you have registered intent, you will be asked to submit a Confidentiality Agreement before you will be issued with the electronic versions of 3 coupon files. * As part of 3.2 (Pre-Conditions) we will require each Respondent to submit one block of 500 single coupons of three various coupon types for us to submit for testing. The deadline for this submission is the 17th March 2017. * Please email your questions to our Point of Contact. As far as practically possible, answers to all questions will be published each Friday in the Addenda section. * All sections contained in the Response Form will be evaluated. This includes information requests and optional sections.",Awarded,,20201117 New Zealand Lotteries Commission,19767715,Request for Proposals,Closed Competition,Supply of colour tinted thermal paper rolls to meet specifications required for Lotto tickets,,20180427,20180430,20180528,,Sole Agency,No,,,Awarded,15.9 (c) (i) ??? there is only one supplier who can meet our needs and has a qualified paper product for our Lotto terminals.,20201117 New Zealand Lotteries Commission,20928415,Request for Quotations,Open Competition,EFTPOS Thermal Paper Rolls LottoNZ,,20190410,20190510,20190531,,Sole Agency,No,,"This Request for Quotes invites suppliers to quote for the delivery of EFTPOS thermal paper rolls to LottoNZ's distribution centre in Auckland. We wish to enter a three year contract for supply. Expected demand is approximately 350,000 rolls per year. SPECIFICATION REVISED: 10 METRE MIN LENGTH",Not Awarded,"Thanks to all the respondents for taking the time to submits bids in response to our RFQ; we appreciate your efforts. The contract for supply of eftpos rolls has been awarded to Iconex New Zealand Limited. The term is May 2019 to May 2022. We expect the total spend to be approximately $225,000 over the length of the contract.",20201117 New Zealand Lotteries Commission,20930165,Request for Quotations,Open Competition,Cleaning wipes; Lotto NZ,,20190417,20190517,20190618,,Sole Agency,No,,"This RFQ invites suppliers to quote for the delivery of cleaning wipes used clean our Lotto terminals. Delivery is to our distribution centre in Auckland. We wish to enter a three year contract for supply. Annual demand is approximately 4,500 packs of 100 wipes per year. The RFQ (which contains the specification) and our draft contract are attached.",Not Awarded,"Thanks to all the respondents for taking the time to submits bids in response to our RFQ; we appreciate your efforts. The contract for supply of cleaning wipes has been awarded to OfficeMax New Zealand Limited. The term is June 2019 to June 2022. We expect the total spend to be approximately $135,000 over the length of the contract.",20201117 New Zealand Police,2774979,Request for Proposals,Open Competition,Evidential Breath Alcohol Testing Devices,TN/15/02,20140807,20140829,20150818,,Sole Agency,No,"NZ Police, Ground Floor, 180 Molesworth Street, or PO Box 3017, Wellington 6140","New Zealand Police wish to consider tenders from suitably experienced and resourced companies to provide Handheld Evidential Breath Alcohol Testing Devices. Full details are in the attached RFP document.",Awarded,Draeger Safety Pacific Australia,20201117 New Zealand Police,7309036,Request for Proposals,Open Competition,TN1501 - Booze Buses,TN15/10,20141211,20150327,20170626,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"Interested parties can obtain the RFP documentation from the following email address tenders.national@police.govt.nz",Awarded,,20201117 New Zealand Police,9066768,Request for Proposals,Open Competition,TN/15/10 - High Performance Framework,TN/15/10,20150220,20150319,20170627,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police seek to partner with a suitably experienced Tenderer that is able to leverage existing Police processes to design and implement a complete end to end 'high performance framework'. The RFP documentation is available by request through the email address of: tenders.national@police.govt.nz",Awarded,,20201117 New Zealand Police,9804461,Request for Proposals,Open Competition,RFP TN/15/07 - Victim Safety Alarms,TN/15/07,20150311,20150408,20170627,,Sole Agency,No,New Zealand Police National Headquarters 180 Molesworth Street Wellington,"The purpose of this RFP is to select one or more types (portable and/or fixed) alarms to improve victim safety throughout New Zealand. Interested parties can obtain the documentation by forwarding an email to: tenders.national@police.govt.nz",Awarded,Awarded to BUPA,20201117 New Zealand Police,15687473,Request for Proposals,Open Competition,TN/16/01 - Overseas Deployment Medical Services,TN/16/01,20150831,20150930,20160719,,Sole Agency,No,"Police National Headquarters, 180 Molesworth Street, Thorndon, Wellington 6110","NZ Police wishes to consider proposals from suitably experienced and resourced parties able to provide all medical services, vaccinations, advice and requirements to prepare staff for overseas travel and work. The services are to be made available nationwide and be coordinated from a central point of contact. This approach must ensure all NZ Police employees who deploy overseas for extended periods of time and for normal business travel, will be assessed as appropriate for medical clearance at both the pre and post deployment stages. Interested parties can obtain the RFP briefing document by written request to: - Email: tenders.national@police.govt.nz",Not Awarded,Healix New Zealand awarded contract resulting from open tender.,20201117 New Zealand Police,16872835,Request for Proposals,Open Competition,TN/16/03 - Training Ammunition,TN/16/03,20151011,20151111,20160720,,Sole Agency,No,"Police National Headquarters, 180 Molesworth Street, PO Box 3017, Wellington 6014","New Zealand Police are seeking Requests for Proposals (RFP) for: RFP TN/16/03 - Training Ammunition NZ Police wishes to consider proposals from experienced, reliable and qualified service providers able to provide an uninterrupted and sufficient supply of 9mm and 5.56mm 'Ball' and 'Lead Free' Training Ammunition for Police training purposes from 2016 onwards. Interested parties can obtain the RFP briefing document by written request to: - E-mail: tenders.national@police.govt.nz RFP Proposals are to be received by New Zealand Police no later than 12.00 NOON, Wednesday 11th November 2015.",Awarded,Supply of 5.56mm Lead Free ammunition resulting from TN/16/03 - Training Ammunition,20201117 New Zealand Police,16944972,Request for Tenders,Closed Competition,RFT - Main Contractor for the construction of the Napier Police Station,TN/16/02,20151102,20151125,20160701,,Sole Agency,No,,"The New Zealand Police is seeking tenders from shortlisted Main Contractors from the ROI process for the replacement of the Napier Police Station on the existing site. The works will include the construction of a new single level purpose designed police station, demolition of all buildings on site, new carparking and associated landscaping.",Awarded,,20201117 New Zealand Police,17278682,Request for Proposals,Open Competition,TN/16/07 - COMMUNITY PERCEPTION AND CRIME INCIDENCE SURVEYS,TN/16/07,20160307,20160415,20170222,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police seek to engage the services of a suitably qualified and experienced external agency to design and run a face-to-face combined Community Perception Survey and Crime Incidence Survey in Bougainville, Papua New Guinea. The successful service provider will be required to design and justify the sample selection, have significant input to the design of the survey questions, have the ability or in-country contacts to engage and train local interviewers and have sufficient knowledge of the local environment to provide for all logistical needs to enable the successful running of the survey. The results of the surveys will be shared with the Bougainville Police Service, the Autonomous Bougainville Government and the New Zealand Ministry of Foreign Affairs and Trade. Interested parties can obtain the RFP Documentation by written request to: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12.00 Noon ??? Friday 15 April 2016.",Not Awarded,,20201117 New Zealand Police,17487853,Request for Proposals,Open Competition,RFP TN/16/11 - Ballistic Helmets,TN/16/11,20160506,20160624,20170404,,Sole Agency,No,"Police National Headquarters, 180 Molesworth Street, Thorndon, Wellington 6011","New Zealand Police are seeking Requests for Proposals (RFP) for: TN/16/11 - Procurement of Ballistic Helmets NZ Police seeks proposals from suitably experienced, licensed/qualified and resourced parties to provide up to 350 Ballistic Helmets for the Armed Offender Squads (AOS) and Special Tactics Groups (STG). Interested parties can obtain the RFP tender documentation by email to: tenders.national@police.govt.nz RFP Proposals are to be received by New Zealand Police no later than 12:00pm midday (NZ Time) on 24 June 2016.",Not Awarded,,20201117 New Zealand Police,17616310,Request for Proposals,Open Competition,"EAS/06/16 - Vehicle Towing, Storage & Related Services",EAS/06/16,20160620,20160720,20170626,,Sole Agency,No,Napier Police Station 77 Station Street Napier,"The Eastern Police District require Suppliers for the provision of adequate 24 hours a day, 7 days a week services for the towing and appropriate storage of vehicles, motorcycles, vehicle parts, and small boats in the Gisborne, Wairoa, Hawkes Bay and Central Hawkes Bay areas. The services above are also applicable to Police vehicles damaged in crashes and the movement of Police vehicles between Police premises and associated vehicle repairers. New Zealand Police also require suppliers for the provision of impound services for vehicles are are subject to immediate 28 day removal off the road, the requirements for which are set in legislation. Given the number of impounds undertaken and the resulting storage requirements Police may elect to appoint more than one supplier for the provision of impound services. Documentation can be obtained by email request to: elizabeth.thorne@police.govt.nz",Awarded,,20201117 New Zealand Police,18795794,Request for Proposals,Open Competition,"CAN/01/18 - Canterbury Police District Vehicle Recovery, Towing, Storage Related Services",CAN/01/18,20170701,20170728,20181105,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Thorndon Wellington,"New Zealand Police is seeking proposals from suitably qualified, experienced and resourced Canterbury-based companies to provide Vehicle Recovery, Towing and/or Transportation, Storage & Related Services within the Christchurch metropolitan Area and the wider Canterbury District. Police have two distinct requirements: 1. A Panel of Service Providers for the provision of 24 hours a day, 7 days a week services for the towing and appropriate storage of recovered light vehicles, motorcycles, vehicle parts, and small boats throughout the Christchurch Metropolitan Area (CMA); and 2. Service Providers(s) for the provision of 24 hours a day, 7 days a week specialised recovery, towing or transportation, storage of Heavy Vehicles, vehicles involved in fatal crashes or criminal activities within the wider Canterbury District (CD), including the CMA. Interested companies can obtain the RFP documentation by written request to: tenders.national@police.govt.nz RFP proposals are to be received by Police, at the address contained in the tender documents no later than 12.00 NOON Friday 28 July 2017",Awarded,"Panel of Suppliers: Parks Garage Limited South Island Recovery Alliance (SIRA)",20201117 New Zealand Police,19094306,Request for Proposals,Open Competition,TN/18/01 - Body Armour Replacement,TN/18/01,20171003,20171109,20190130,,Cluster,No,"Police National Headquarters, 180 Molesworth Street, Thorndon, Wellington","New Zealand Police are seeking Requests for Proposals (RFP) for: TN/18/01 - Body Armour Replacement NZ Police and named agencies, including the Department of Corrections, seek proposals from suitably experienced, qualified and resourced companies to provide quality body armour components and accessories, and establish an efficient, cost effective and dynamic rollout process, including ongoing support services. This RFP is being issued as a closed syndicated (cluster) opportunity - this means that the named agencies in this RFP have the opportunity to participate in any resulting agreement(s) from this process. Interested companies can obtain the RFP tender documentation by written request to:- EMAIL: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 17:00 (NZ Time) on 09 November 2017.",Not Awarded,,20201117 New Zealand Police,19133517,Request for Quotations,Open Competition,TN/18/05 - Handcuffs,TN/18/05,20171013,20171108,20180403,,Sole Agency,No,tenders.national@police.govt.nz,"New Zealand Police are seeking Request for Quotes (RFQ) for: TN/18/05 - Handcuffs NZ Police wishes to consider quotes from suitably experienced, reliable and qualified companies able to provide uninterrupted and sufficient supply of Handcuffs from February 2018 onward. Interested companies can obtain the RFQ documentation by written request to: Email: tenders.national@police.govt.nz RFQ submissions are to be received by New Zealand Police no later than 12:00pm midday (NZ Time) on Wednesday 8th November 2017.",Awarded,,20201117 New Zealand Police,19169094,Request for Tenders,Closed Competition,RFT - Main Contractor for the Construction of Hastings Police Station,TN/16/03,20171025,20171211,20190115,,Sole Agency,No,,"The New Zealand Police is seeking Tenders from the shortlisted Main Contractors for the replacement of the Hastings Police Station on the existing site. The works will generally include the following: ??? Construction of a new three level purpose designed police station; ??? Demolition of the existing buildings on site ??? Both Hastings and Napier Police sites; ??? New carparking and associated landscaping ??? Both Hastings and Napier Police sites; ??? Construction of a new garage; ??? Cell block upgrade and extension; ??? Installation of new services connections where required;",Awarded,,20201117 New Zealand Police,19402551,Request for Proposals,Open Competition,TN/18/09 - Employee Experience Project,TN/18/09,20180129,20180308,20181105,,Sole Agency,No,,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/18/09 ??? Employee Experience Project NZ Police are seeking proposals from suitably experienced, qualified and resourced companies to provide an employee feedback and surveying solution. Interested parties can obtain the RFP tender documentation by written request to: E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12:00noon (NZ Time) on 08 March 2018.",Awarded,,20201117 New Zealand Police,19420498,Request for Quotations,Open Competition,RFQ TN/18/08 - Firearms Safety Training Services,TN/18/08,20180202,20180223,20180413,,Sole Agency,No,"180 Molesworth Street, Thorndon, Wellington 6011","New Zealand Police are seeking Requests for Quotation (RFQ) for: TN/18/08 ??? Firearms Safety Training Services NZ Police are seeking quotations from suitably experienced, qualified and resourced companies to provide the practical programme covering hands-on safe-handling and use of firearms at a nationwide level. Interested parties can obtain the RFQ tender documentation by written request to: - E-mail: tenders.national@police.govt.nz RFQ responses are to be received by New Zealand Police no later than 12:00noon (NZ Time) on 23 February 2018.",Awarded,,20201117 New Zealand Police,19454209,Request for Proposals,Open Competition,TN/18/07 - EAGLE HELICOPER PROVISION,,20180215,20180413,20190212,,Sole Agency,No,New Zealand Police National Headquarters 180 Molesworth Street Wellington New Zealand,"New Zealand Police invite responses to this RFP to provide helicopter services to the Air Support Unit (ASU) based in Auckland. The solution sought will enable the ASU to fly a planned 3,300 hours per year that may be flown at any time on a 24/7 basis. Services are to be provided by an Air Operator in possession of a general aviation air operator certificate issued under Part 119 of Civil Aviation Rules (CAR). Aircraft maintenance is to be provided by a CAR Part 145 certified Maintenance Organisation. Scope of the requirements includes supply and maintenance of: ??? twin-engine, helicopters and are; o dedicated to ASU and available 24/7/365; o supported by processes that enable immediate deployment on request to fly and able to transverse Auckland air space within 20 minutes. ??? pilots; and ??? building facilities including heliport, hangar and staff working facilities. The base is to be located within the Auckland region from a location in close proximity to main road networks, ideally within approximately 20 km of Auckland???s CBD. Helicopters sought are to be of an age that are compatible with modern avionics, such that instrumentation upgrades should not require extensive type rating to and not be an aircraft type that has limited or declining access to prompt service for spares and maintenance. The aircraft shall be fitted to meet a prescribed police specification. The current contract expires on June 30th 2019. Any contract that might arise from this process is to be operational in all aspects, within the second half of 2019, ideally as close to July 1st as possible. The initial term of contract, will be five years. Options to extend a further two periods each of five years will be included. An on-site supplier briefing is scheduled to be held on 23rd February 2018 at 10.00am at Mechanics Bay in Auckland. This will allow interested parties to view the existing ASU set up. For parties unable to attend on-site a phone conference briefing is scheduled for 23rd February 2018 at 1.00 pm. Details to register and attend either briefing are contained in the RFP documents. The deadline to submit responses to the RFP is 12.00 Noon (NZ Time) Friday 23rd March, 2018. Parties interested in considering this opportunity may request the RFP documentation from tenders.national@police.govt.nz",Awarded,,20201117 New Zealand Police,19685246,Request for Proposals,Open Competition,RFP TN/18/14 - PORTABLE WEIGHING DEVICES,RFP TN/18/14,20180501,20180525,20181129,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington New Zealand,"New Zealand Police has a vision of New Zealand being the safest country, to achieve this, our goal is for everyone to ???Be Safe, Feel Safe??? especially on our roads. The Commercial Vehicle Safety Team (CVST) is a service centre of Police that plays a vital role in keeping Heavy Motor Vehicles compliant with Land Transport Rules and Regulations. Police are seeking new electronic portable weighing devices and associated ancillary equipment for weighing Heavy Motor Vehicles (HMV) at the roadside by enforcement officers of our CVST. The device we seek must have a low profile, be light and easily deployed by one officer, either in a weigh pit or at the road side. Two or more devices must be able to be electronically connected to enable weighing of one or more axles on a vehicle at the same time, connection maybe wired or wireless. The device must easy for an HMV to drive on to, and in turn provide minimal weight transfer from other axles on the vehicle therefore able to provide a stable reasonably level platform for weighing operations. We need to replace some of our current fleet of portable weighing devices that have reached the end of life but we may also look to replace more devices in future years. This is a unique opportunity to be part of a new era in HMV weighing operations by Police. The supplier will support Police with its investment in new electronic portable weighing devices and help to make our roads a safer place for all road users. Documentation can be obtained via email from tenders.national@police.govt.nz",Not Awarded,Haenni Australia,20201117 New Zealand Police,20070731,Request for Proposals,Open Competition,CM 0118 - Counties Manukau Police District Headquarters Cafeteria and Catering Services,CM 0118,20180827,20180921,20190131,,Sole Agency,No,,"The Counties Manukau Police District Headquarters accommodates approximately 400 staff and it is envisaged that the cafeteria would operate 6.30am to 3.00pm, Monday to Friday, excluding Public Holidays and a two week closure over the Christmas and New Year period. The quality and service of the supplier is vital to ensure that the cafe is successful, both from an operator and staff perspective, it is imperative that the correct formula is reached to deliver a profitable operation for the supplier, while meeting the expectations of staff and visitors. The Service Provider will provide the services to New Zealand Police by providing food that is: well-priced, healthy, nutritious and creatively prepared, with a great variety. The Supplier is required to provide full cafeteria facilities which would include, Barista coffee machine and operator. Meals to include Breakfast, both cooked and continental available from 6.30am, Morning Tea, Lunch and Afternoon Tea Snacks. Documentation can be obtained by written request to tenders.national@police.govt.nz",Awarded,,20201117 New Zealand Post Limited,19835204,Request for Proposals,Open Competition,Uniform Guards and Investigation Services,,20180621,20180719,20181023,,Sole Agency,No,,"The intention of this procurement initiative is to establish a contract with a single or multiple suppliers to supply New Zealand Post with uniform guards and investigation services. A single-stage, open tender process will be used where potential suppliers will be invited to respond to either of or both of the above required services.",Awarded,The contract for uniformed guards has been awarded to Allied Investments Limited T/A Allied Security and the contract for investigation services has been awarded to Paragon New Zealand.com Limited.,20201117 New Zealand Qualifications Authority,7907646,Request for Proposals,Open Competition,14010 ??? Mobile Application,14010,20141015,20141031,20150109,,Sole Agency,No,,"Introduction Section NZQA is inviting submissions to design and develop a mobile application for secondary school students to use on smart phones and tablets. The application will allow students to track their progress towards the National Certificate of Educational Achievement (NCEA), levels one, two and three and university entrance. NZQA has reviewed the Common Web Services (CWS) panel of Government approved suppliers (administered by DIA) and identified selected organisations that may have the necessary expertise.",Awarded,"1. Awarded to Chrometoaster New Media Ltd 2. Address: Level 4 Dominion Building, Wellington 6011 3. Description of services: Development of NZQA Mobile Application for students to personally record their NCEA results and see progress towards their learning goals 4. Term (initial): 10 December 2014 - 05 January 2015 5. Estimated cost of procurement (max) $250k",20201117 New Zealand Qualifications Authority,14079816,Request for Proposals,Open Competition,Human Resources Management Information and Payroll System,RFP - 15003,20150716,20150811,20151208,,Sole Agency,No,,"Human Resources Management Information and Payroll System (RFP - 15003) NZQA are wanting to procure a fully hosted and/or cloud-based Human Resource Management Information and Payroll System that will enable automation of standard HR processes, provide self-service opportunities for both managers and staff, and assist us in effectively managing our seasonal workforce (used in the annual secondary examinations process). We do not want a system where NZQA are either responsible for managing the application or hosting it on our servers; or where the annual running/ ongoing costs exceed $30,000. For more information on NZQA, please refer to www.nzqa.govt.nz Please email Procurement@nzqa.govt.nz for any questions regarding this opportunity.",Awarded,"Kia ora koutou, NZQA received the signed contract today, 08.12.15 for RFP 15003- Human Resources Management and Payroll System. Here are the details for the Award Notice: a) Agency???s name and address: New Zealand Qualifications Authority b) Supplier???s name and address: Northgate Information Systems New Zealand LIMITED trading as NGA Human Resources c) A description of the services: Provision of the PS enterprise Integrated Human Resources and Payroll System d) Date the contract was awarded: Contract executed by both parties (commencement date) 01.12.15 e) Term of the contract: 5 years with option of renewal for up to 2 years f) Expected spend under the contract: $190k - $260k g) The type of procurement process used: open tender (Request for Proposal) h) If the agency claimed an exemption from open advertising: No",20201117 New Zealand Qualifications Authority,16959145,Request for Proposals,Open Competition,Software Testing and Associated Quality Assurance Services,14008,20151104,20151127,20160622,,Cluster,No,N/A,"The New Zealand Qualifications Authority (NZQA) and the Tertiary Education Commission (TEC), acting jointly as a single ???Buyer???, to appoint a Software Testing Services provider. The Buyer will work collaboratively with the Test Services as testing experts. What we need ??? Three primary objectives 1. Managed Testing Services 2. Provision of Skilled Resources 3. Improved Testing Outcomes What we don???t want The Buyer does not want an Unmanaged Testing arrangement, sometimes known as ???body shopping???, where third party resources would be engaged on a contract daily or hourly rate. Please refer to the attached RFP and associated appendices for more information.",Not Awarded,"Award Notice RFP 14008- Software Testing and Associated Quality Assurance Services. Kia ora koutou, The contract for RFP 14008- Software Testing and Associated Quality Assurance Services was signed last week on 17.06.16. Here are the details: a) Agency???s name and address New Zealand Qualifications Authority, 125 The Terrace, Wellington b) Supplier???s name and address Assurity Consulting Limited c) A description of the services Provision of software testing and support and maintenance services d) Date the contract was awarded Contract executed by both parties (commencement date) 17.06.16 e) Term of the contract Up to 10 years if all options to extend are agreed (3+2+1+1+1+1+1) g) The type of procurement process used Open tender (Request for Proposal) h) If the agency claimed an exemption from open advertising No",20201117 New Zealand Qualifications Authority,17289578,Request for Tenders,Open Competition,NZQA Datacentre Cooling System Refresh,15005,20160307,20160415,20160524,,Sole Agency,No,N/A,"Kia ora koutou NZQA is seeking a solution that will refresh the cooling system in our datacentre located at 125 The Terrace, Wellington (this is the location for delivery of both the goods and services). We also seek to decommission and remove the existing equipment, and want Respondents to supply a suggested contract for support and maintenance services. Note that: - NZQA???s preferred option is to use our existing 3rd party aggregate supplier for ongoing services (we have asked for a suggested support and maintenance agreement which NZQA will review (not evaluate)). - The RFT budget available is the main constraint. Price is not evaluated with a score but as a mandatory requirement (which is yes/no (pass/fail)). If the response does not pass the pre-condition or the mandatory requirement in the pre-assessment stage, then the response will not progress further to evaluation as it will not meet our basic requirements, and will be declined. - This RFT uses a target price model - NZQA seeks a solution that can be delivered for less than $100,000 (not including ongoing support and maintenance services). - Site inspections can be booked by emailing the Point of Contact and providing at least 48 hours??? advance notice and must be completed by 01.04.16. Ng?? mihi Thorndyke Law (Procurement Advisor) NZQA.",Not Awarded,"Kia ora koutou This is to advise that no responses were received for this tender opportunity. NZQA is currently considering our options. Thank you for those who signalled their interest and attended site inspections. Thorndyke Law Procurement Advisor.",20201117 New Zealand Qualifications Authority,17608544,Request for Proposals,Open Competition,Change Manager - Digital Moderation & Digital Assessment Transformation,RFP 16002,20160616,20160706,20160815,,Sole Agency,No,,"Kia ora koutou NZ Qualifications Authority (NZQA) is seeking a Change Manager to support the Digital Moderation Project and the Digital Assessment Transformation (DAT) Programme, starting immediately and completing the contract in December 2016. For clarity, the opportunity is a contract role that is capped at approximately 6 months. For more information, please see the attached. Thank you. Ng?? mihi Thorndyke Law Procurement Advisor.",Not Awarded,"Kia ora koutou, The contract for RFP 16002- Change Manager - Digital Moderation & Digital Assessment Transformation has been awarded. Here are the details: a) Agency???s name and address- New Zealand Qualifications Authority, 125 The Terrace, Wellington b) Supplier???s name and address- Judith Kean c) A description of the services- Change management services including stakeholder engagement and change activities for the Digital Moderation Project under the Digital Assessment Transformation programme. d) Date the contract was awarded- Contract executed by both parties (commencement date) 19.07.16 e) Term of the contract- 22.07.16 - 23.12.16 g) The type of procurement process used- Open tender (Request for Proposal) h) If the agency claimed an exemption from open advertising- No.",20201117 New Zealand Qualifications Authority,19147234,Request for Proposals,Closed Competition,NCEA Online,17001,20171020,20171127,20180424,,Sole Agency,No,,"The New Zealand Qualifications Authority (NZQA) has initiated a project to transform the way external secondary school assessment is delivered. The goal is for all National Certificate of Educational Achievement (NCEA) examinations, where appropriate, to be online by 2020. Learners coming through the New Zealand education system need to be equipped with 21st century skills. These 21st century skills, and the ability to navigate new technologies, have been identified as being an essential set of competencies for students as they interact with a global connected world. The New Zealand education system has a part to play in the development of these competencies. Furthermore, NZQA is focused on ensuring its services support the acceleration of M??ori and Pasifika learner success, and advances the use of m??tauranga M??ori. It is in this context NZQA is seeking a vendor to help with this transformation to NCEA Online.",Awarded,"Award Notice RFP 170001- NCEA Online The Solution Design contract for RFP 170001- NCEA Online was signed today on 24.04.18. Here are the details: Agency: New Zealand Qualifications Authority, 125 The Terrace, Wellington Successful Suppliers: SoNET Systems Pty Ltd, RM Education Ltd Description of Services: Digital Assessment Solution Design for NCEA Contract awarded: 24/04/18 Term of the contract: 6 months Contract value: up to $500k",20201117 New Zealand Qualifications Authority,19895587,Request for Proposals,Open Competition,Qualification Recognition Services Case Management Solution,18008,20180710,20180803,20190122,,Sole Agency,No,,The New Zealand Qualifications Authority is seeking a fit for purpose case management solution which supports the provision of specific transactional services for our Qualification Recognition Service Team. See the RFP documents for further information.,Not Awarded,"The preferred supplier for this RFP was Magnetism. A shortlist of two suppliers was created and a proof of Concept completed by both.",20201117 New Zealand Qualifications Authority,20554550,Request for Proposals,Open Competition,Assessment Judgement Tool,18020 - AJT,20181214,20190208,20190430,,Sole Agency,No,,"The Assessment and Moderation team at NZQA offer a range of support options for assessors/teachers to improve their assessment practice. Over the last ten years, they have delivered a workshop that aims to improve assessor confidence in making assessor judgements i.e. assigning the correct grade to student work submitted for a particular standard. The Assessment Judgement Tool (AJT) is intended to be an online tool that allows assessors to upload samples of student work, share in closed groups, enter grades for this work and then to compare judgements and contribute towards a discussion thread. The purpose of the AJT is to provide assessor support to improve internal assessment judgements by providing a digital platform that will allow assessors to get feedback on their own judgements, compare their decisions with others and to discuss grades for student evidence online. Teachers will be able to post student evidence and wait for feedback or they can select a subject and standard and then be presented with a sample of student work. After posting their grade decision assessors they can then see how others have graded the evidence and enter a discussion thread. The greatest difficulty teachers said they had was finding a suitable peer to review their assessment judgements; especially in small, rural and isolated schools or for small subjects. This tool is intended to solve that problem.",Awarded,,20201117 New Zealand Tourism Board,17487840,Request for Proposals,Open Competition,"100% Results Portal - Design, devlopement and implementation",3,20160505,20160523,20160630,,Sole Agency,No,,"Tourism New Zealand???s (TNZ???s) PR team host international media who come to New Zealand to write travel stories. The PR team reports the EAV (Equivalent Advertising Value) of these stories back to the industry. This is currently a manual process which is very time consuming and often the results do not reach the intended recipients. TNZ need an efficient and effective way to report their results to the 31 Regional Tourism Organisations and the 6000 Tourism Operators throughout New Zealand. A secure portal where industry stakeholders can login and see Results relevant to their business, has been identified as the most practical and efficient solution going forward. TNZ is looking for credible providers who have the capability, experience and infrastructure to deliver a custom system. They need to have a good track record in delivering reliable, high performance, secure systems and importantly, front-end experiences that are a pleasure to use.",Not Awarded,Congratulations to Pixel Fusion who has been awarded the contract for 100% Results Portal design and build.,20201117 New Zealand Tourism Board,18422404,Request for Proposals,Closed Competition,newzealand.com CMS Replacement RFP,,20170314,20170426,20170803,,Sole Agency,No,,Tourism New Zealand wishes to engage the services of a technology partner to design and deliver their new CMS to replace the existing custom-built CMS. The primary publishing target is Tourism New Zealand’s consumer website at www.newzealand.com/travel/.,Not Awarded,We would like to announce that the contract has been awarded to SilverStripe Limited for the Discovery Phase of the project,20201117 New Zealand Tourism Board,19871380,Request for Proposals,Closed Competition,Operator Database Replacement RFP,,20180703,20180810,20190430,,Sole Agency,No,,"Tourism New Zealand wishes to engage the services of a technology partner to design and deliver a new Operator Database (OD) to replace the existing custom-built database that provides tourism operator listings onto newzealand.com. In addition, we require the creation of an API layer to allow integration partners to utilize OD information",Not Awarded,We would like to announce that the contract has been awarded to Catalyst.NET Limited,20201117 New Zealand Tourism Board,20659012,Request for Proposals,Open Competition,Global Media Agency Review,,20190201,20190221,20190527,,Sole Agency,No,,"Tourism New Zealand???s (TNZ) mission is to increase the value of international visitors to New Zealand. The marketing strategy of the 100% Pure New Zealand campaign means we work with a wide group of global marketing partners. However, to drive global media efficiency and effectiveness we have a single core global media strategy, planning & buying agency relationship who then execute on our behalf in each territory we operate or advertise within. We are looking for a global media buying partner to work both with the TNZ team centrally in New Zealand and in each market we advertise to, and effectively plan and execute activity across both digital and traditional media channels. Please note pre-conditions for this RFP. This is a 2 stage process Stage 1 proposals from this RFP submitted by 5pm 21 February 2019 Shortlist of Agencies notified 28 February Stage 2 Brief supplied to shortlisted Agencies 28 February Stage 2 Presentation - Media Agency Review sessions in Auckland, New Zealand w/c 18 March Evaluation & clarifications Decision Global Media Agency April 2019 Please see document for detailed timing plan.",Awarded,"Press Release - Tourism New Zealand appoints global media partner Tourism New Zealand has reviewed its media planning and buying agency to support their award-winning destination marketing work. Mindshare has been appointed as the global media agency partner responsible for activating Tourism New Zealand???s campaign material in target visitor markets across the world. ???Mindshare exhibited outstanding leadership and strategic thinking that will help to amplify Tourism New Zealand???s destination storytelling in an increasingly competitive global market place,??? says Tourism New Zealand???s Director - Commercial, Ren?? de Monchy. ???Through their world-class global network and best-in-class tools and systems, Mindshare will enable Tourism New Zealand to continue using innovative media targeting to ensure New Zealand is kept top of mind for potential visitors.??? Mindshare will be responsible for activating Tourism New Zealand???s campaign material in target visitor markets across the world. ???It???s a privilege to be partnering with Tourism New Zealand on their journey to be the world???s most authentic destination storytellers,??? says Mindshare Chief Strategy Officer and Global Business Lead, Joe Lunn. ???They truly value the contribution that strategic thinking, media innovation and a world-class network can provide in helping to grow their brand and transform their business.??? Media strategy and buying spend is the largest single investment Tourism New Zealand makes each year in its mission to enrich New Zealand by growing the contribution of international visitors. Tourism New Zealand???s partnership with Mindshare will be effective from 1 July 2019.",20201117 New Zealand Trade and Enterprise,2201487,Request for Proposals,Open Competition,IT Service Management Solution,,20140801,20140827,20170629,,Sole Agency,No,"New Zealand Trade and Enterprise, Level 24, The Majestic Centre, 100 Willis Street, Wellington 6011","PLEASE NOTE: Proposals are to be submitted in accordance with the instructions set out in the RFP The details of the Service Management project (the Project) - are as follows: The project will implement a Service Management (SM) Solution to replace an existing end of life solution. The existing solution is not intuitive for users to manage enquiries, incidents, service requests, problems and changes (collectively termed Tickets) through to resolution. NZTE does not have a current solution fit for purpose across the business. Tickets are currently managed by the Service Desk, which is comprised of the Information Technology (IT) and Facilities teams. However, other business units have expressed an interest in a solution to manage their enquiries and requests. The Service Desk may in future comprise multiple business units and NZTE is looking for a scalable solution to cater for this over the longer term. NZTE is looking for a SM Solution to: ??? Log enquiries, incidents and requests made by NZTE employees (Customers) from global locations and track them through to resolution. ??? Allow the Service Desk to intuitively manage Tickets through to resolution, with an effective change and problem management process. ??? Monitor and report on performance, including measuring against Service Level Agreements (SLA) and providing insight into Solution activity.",Awarded,"The purpose of this Contract Award Notice is to provide an update on New Zealand Trade and Enterprise (NZTE) Service Management Solution RFP released on GETS in August 2013. NZTE awarded the contract to Fujitsu New Zealand Limited. The date the contract was award was March 2016. The duration of the contract is Three years and the estimated spend under this contract is between $300,000 - $500,000. NZTE openly advertised this opportunity on GETS",20201117 New Zealand Trade and Enterprise,8949923,Request for Proposals,Open Competition,RFP - Better by Design Module,,20150216,20150326,20150722,,Sole Agency,No,,"Better by Design (BBD) is a service within NZTE. BBD???s purpose is to inspire and enable New Zealand businesses to success by design. Our core offering is the Design Integration Module and a suite of Learning Experiences. The Design Integration Module works one on one with companies helping them embed design capability. Please refer to www.betterbydesign.org.nz for further information. Since its inception, BBD has used its experience of working with over 150 companies to evolve the module and create an enhanced service journey for customers. The module follows a ???learning by doing??? service model. Private sector providers (Design Coaches) will work alone or in small teams, coaching companies through a unique BBD authored design process. Design Coaches teach the design skills and capabilities required for each company to integrate design into their organisation. The main goal is to create measurable economic value for the organisation. The Design Coach???s role is to provide continuity throughout the service journey, from programme entry through to graduation, keeping the BBD Programme Manager and Design Catalyst informed along the way of activity and progress against a pre-set group of KPIs. This RFP is to select a panel of Design Coaches for the Design Integration Module. The role of a Design Coach may be extended to include coaching at Learning Experiences events such as Experience Design Thinking and Masterclass. We are looking for individuals who have a broad range of capabilities that meet the requirements described in Section 2.",Awarded,,20201117 New Zealand Trade and Enterprise,14011344,Request for Proposals,Open Competition,Regional Business Partners Programme,,20150715,20150828,20160202,,Sole Agency,No,,"The Regional Business Partners (RBP) Programme is a key Government service helping New Zealand businesses to grow and innovate. Through this Request for Proposal (RFP), New Zealand Trade and Enterprise (NZTE) and Callaghan Innovation will provide business and innovation advisory services for small and medium-sized enterprises (SMEs) in all 15 regions of New Zealand. We are seeking partners to provide SMEs a local ???one stop shop??? for business development and innovation advisory services. NZTE and Callaghan Innovation are jointly seeking proposals from suitably experienced and capable organisations to become part of the RBP Network charged with delivering the programme services. This RFP is open to any type of organisation (including not-for-profit or economic development agencies and private sector entities), with respondents required to demonstrate local knowledge and expertise in business and innovation processes. The proposals may include more than one region, and consortia across regions.",Awarded,"Purchaser Name: New Zealand Trade and Enterprise, PO Box 2878, Wellington 6140 and Callaghan Innovation, PO Box 842, Shortland Street, Auckland1010 Successful Suppliers: Northland Inc (Northland RBP Region) Auckland Tourism Events and Economic Development (Auckland RBP Region) Waikato Innovation Park (Waikato RBP Region) Chamber of Commerce Tauranga Region (Bay of Plenty RBP Region) Venture Taranaki Trust (Taranaki RBP Region) Activate Tairawhiti (East Coast RBP Region) Hawke???s Bay Regional Council (Hawke???s Bay RBP Region) Vision Manawatu (Manawatu-Whanganui RBP Region) Grow Wellington (Wellington RBP Region) Nelson Tasman Economic Development Agency (Nelson and Marlborough RBP Regions) Development West Coast (West Coast RBP Region) Canterbury Regional Business Partners Ltd (Canterbury RBP Region) Dunedin City Council (Otago RBP Region) Venture Southland (Southland RBP Region) Address and contact details of Suppliers: Provided on request Description of Goods & Services: Delivery of NZTE and Callaghan Innovation Regional Business Partner Programme Date Contracts Signed: Dec 2015 Term of the Contract: 3.5 Years Expected Spend: $20-22million Ext GST over the Term of the Contract Type of Procurement Used: RFP Details of any Exemption from Open Advertising: N/a",20201117 New Zealand Trade and Enterprise,16882193,Request for Proposals,Closed Competition,Customer Insights Partner Project,,20151014,20151116,20160126,,Sole Agency,No,,"NZTE (the Buyer) is seeking a partner who has the credibility, capability and experience to assist us with our customer experience and insights research. We are looking for a partner to advise how best to structure our approach (e.g. mix of surveys, timing, methodology, questions), so that we can achieve: a) decision useful and timely customer insights b) an increased understanding of how NZTE can improve service delivery c) an increased understanding of what drives customer impact d) a consistent and professional survey experience for our customers. This project is comprised of two steps. The first step is this ROI. This is the second step, which is a closed RFP to the respondents successful at the ROI step.",Awarded,"Purchaser Name: New Zealand Trade and Enterprise, PO Box 2878, Wellington 6140 Successful Supplier: AC Nielsen (NZ) ULC, PO 11346, Wellington Description of Goods & Services: Customer Insights Partner Project Date Contract Signed: 11 January 2016 Term of the Contract: 3-Years Expected Spend $700k - $750k, Ext GST over the Term of the Contract Type of Procurement Used: ROI followed by a closed RFP Details of any Exemption from Open Advertising: N/A",20201117 New Zealand Trade and Enterprise,18036417,Request for Quotations,Open Competition,NZTE office fit out Dunedin,,20161017,20161116,20170317,,Sole Agency,No,N/A,New Zealand Trade and Enterprise (NZTE) invites fixed price tenders (otherwise known as a Request for Quote) from suitably qualified main contractors for the construction and management work required for the alterations and additions to the NZTE office fit out on the 7th floor of the Westpac Building at 106 George Street in Dunedin.,Awarded,"NZTE has awarded the contract to Keith Mitchell Builder Dunedin Ltd. The date the contract was award was 13th December 2016. The contractor will carry out all aspects of the construction of the NZTE refit at its’ Dunedin offices at George Street, Dunedin. The duration of the contract (including extension) is: Until completion of works. The estimated spend under this contract is $180,000 NZTE openly advertised this opportunity on GETS",20201117 New Zealand Trade and Enterprise,18131918,Request for Proposals,Open Competition,NZTE Refresh of MPLS & Internet,,20161111,20161221,20170320,,Sole Agency,No,,"NZTE is looking for a Supplier (or Suppliers) that can provide EITHER, OR, BOTH of the following: - Refresh / Provision and support of price competitive uncontended Internet circuits into 30+ NZTE international sites. - Refresh / Provision and support of price competitive MPLS circuits to 25+ NZTE international sites.",Awarded,"NZTE has awarded the contract to AT&T Global Network Services International Inc. The date the contract was award was 2nd March 2017. NZTE was looking for a Supplier (or Suppliers) to provide a refresh and support of price competitive uncontended Internet circuits into 30+ NZTE international sites & a refresh and support of price competitive MPLS circuits to 25+ NZTE international sites. The duration of the contract (including extension) is: Three years The estimated spend under this contract is $3.5 – 4.25m NZTE openly advertised this opportunity on GETS",20201117 New Zealand Trade and Enterprise,18132020,Request for Proposals,Open Competition,NZTE Software Defined WAN,,20161111,20161221,20170330,,Sole Agency,No,,"NZTE is looking for a Supplier that can provide the following: - Design, implementation and support of a limited pilot phase (of 9 international sites) to evaluate a Software Defined WAN (SD WAN) solution. Followed by: (subject to a successful evaluation of the Pilot phase) - Design, implementation and support of a full deployment of a Software Defined WAN solution for 25+ international offices.",Awarded,"NZTE has awarded the contract AT&T Corp. The date the contract was awarded was 24th Feb 2017 NZTE was looking for a Supplier to provide: Design, implementation and support of a limited pilot phase (of 9 international sites) to evaluate a Software Defined WAN (SD WAN) solution. Followed by: (subject to a successful evaluation of the Pilot phase) Design, implementation and support of a full deployment of a Software Defined WAN solution for 25+ international offices. The duration of the contract (including extension) is: 3 years The estimated spend under this contract is $2m NZTE openly advertised this opportunity on GETS",20201117 New Zealand Trade and Enterprise,18502463,Request for Quotations,Open Competition,NZTE office fit out Hamilton,,20170323,20170424,20170719,,Sole Agency,No,N/A,"New Zealand Trade and Enterprise invites fixed price tenders (otherwise known as a Request for Quote) from suitably qualified contractors for the construction and management work required for the NZTE office fit out on the 2nd floor of the Waikato Innovation Park, Hamilton.",Awarded,"Overview The purpose of this Contract Award Notice is to provide an update on the New Zealand Trade and Enterprise (NZTE) Hamilton Office Fitout RFP released on GETS on 23rd March 2017. Award Status NZTE has awarded the contract to ESN Construction Ltd, PO Box 20373, Hamilton. The date the contract was award was 24th May 2017. The contract is for the construction of the new NZTE premises at the Waikato Innovation Park, as per tender documents published on GETS. The duration of the contract is: Until completion (expected by July 31st 2017). The estimated spend under this contract is $160,000 ??? $180,000. NZTE openly advertised this opportunity on GETS.",20201117 New Zealand Trade and Enterprise,19055878,Request for Proposals,Open Competition,"World Expo 2020, Dubai - New Zealand Pavilion Quantity Surveyor - Request for Proposal",,20170922,20171019,20180122,,Sole Agency,No,,"New Zealand will participate in World Expo 2020 (Expo 2020) to be held in Dubai, United Arab Emirates, where we will deliver a world class pavilion and visitor experience to showcase the New Zealand value proposition in a region that has become one of our fastest-growing export markets in the world. Expo 2020 provides New Zealand with an opportunity to contribute to its objectives within the Business Growth Agenda: to build a more productive and competitive economy. It is an opportunity for New Zealand to present a well-articulated and understood international proposition to generate demand for New Zealand goods and services, stimulate investor interest, secure long term partnerships, and attract skills and talent. The purpose of this Request for Proposal is to select suitably skilled and experienced Quantity Surveyor (QS) to assist the New Zealand Expo 2020 project team by providing a consistent and coordinated cost management approach during the pavilion design and build phases.",Awarded,"As a result of this single stage open Request for Proposals a service agreement was awarded to Turner & Townsend Pty Limited, of Level 10, 21 Queen Street, Auckland, on 20 December 2017. The agreement is for the provision of Quantity Surveyor services during the design and build phases of the project, has a value of approximately $500K and an event defined end date in mid-2020. No exemptions were claimed as part of this tender process.",20201117 New Zealand Trade and Enterprise,19746792,Request for Quotations,Open Competition,Learning Content Library,,20180521,20180607,20180816,,Sole Agency,No,,"Our opportunity is to create an environment where learning happens anywhere, any time and in any way. This will enable our people to keep up with the changing demands of their jobs and deliver on our purpose. A learning content library will give us access to a wide range of relevant off the shelf content. This will help us build modules for critical learning needs faster and it will also cater for individual learning requirements. We are looking for suppliers who can help us achieve this goal, are aligned with our characters and will enable us to achieve our purpose. * We need an enterprise licence to a learning content library that would allow us to: Enable our people to learn anywhere, any time and in any way * Access a wide range of best practice existing learning modules and resources (both micro and macro) * Increase speed to develop training modules through utilising existing materials * Cater to individual development needs through access to a wide range of content We want your library of off the shelf content, hosted on your platform, connecting to our Docebo LMS.",Not Awarded,"No supplier was selected as a result of this RFQ as none of the responses met our evaluation requirements to a high enough standard. The next step in this procurement process is an RFP to further explore the market.",20201117 New Zealand Trade and Enterprise,19870239,Request for Proposals,Open Competition,New Zealand Expo 2020 - Pavilion Services RFP,,20180716,20180819,20181210,,Sole Agency,No,,"New Zealand will participate in Expo 2020 to be held in Dubai, United Arab Emirates, where we will deliver a world class pavilion and visitor experience to showcase New Zealand in a region that has become one of our fastest-growing export markets. Each country is assigned a site in order to construct a pavilion (or building) which allows the country to be represented and assist in achieving their aims. For New Zealand, that means strengthening our relationship with the United Arab Emirates and other participating countries, as well as generating an increase in exports to new and existing markets, increased investment and business connections plus growth in tourists and international students. Through the pavilion, we will share our values and our gift to the world ??? our concept of kaitiakitanga, our unique approach to sustainability ??? our Care for People and Place. New Zealand???s pavilion will require daily operational excellence to ensure we deliver an outstanding authentic New Zealand experience that is consistent with our theme and conveys the message: New Zealand is good for the world. The purpose of this procurement is to: - Allow individual organisations and consortia to submit proposals to deliver one, two or all three of the service categories required to operate the New Zealand pavilion at Expo 2020; and - Evaluate and select the Service Provider, or combination of Service Providers, who represent the best overall solution to deliver a premium, quality, seamless pavilion experience. We have split the services required into three categories: 1. Pavilion Operations 2. Hospitality 3. Design Store Deadline for Questions: 6:00 p.m. 06 August 2018 (UAE) / 2:00 a.m. 07 August 2018 (NZ) Deadline for Proposals: 12:00 p.m. 14 August 2018 (UAE) / 8:00 p.m. 14 August 2018 (NZ)",Awarded,"As a result of this tender a contract has been entered into with Emirates Flight Catering and its partners to deliver the Pavilion Operations and Hospitality scope of the RFP. No contract has been entered into for the Design Store scope of the RFP. New Zealand at Expo is considering its options.",20201117 New Zealand Trade and Enterprise,19883931,Request for Proposals,Open Competition,New Zealand International Business Awards,,20180709,20180803,20180831,,Sole Agency,No,"NZIBA Awards Night, C/O Nastassia Dykman, Level 6, New Zealand Trade and Enterprise, 139 Quay Street, Auckland 1010","We are seeking a supplier to provide event management and production services for the 2018 and 2019 NZIBAs awards nights (each an Awards Night and together the Awards Nights). This RFP highlights our requirements for the 2018 Awards Night ??? what we require and what is important to us may change for the 2019 Awards Night. We will define our specific requirements for the 2019 Awards Night closer to the event. The successful supplier will be a credible provider who will demonstrate a unique design, production and bring fresh energy to the Awards Nights. In 2016, we celebrated a 50-year milestone since the inaugural Export Awards were run: this allowed us the opportunity to showcase the business icons from the past, 50 years of inspiration, the trail blazers, the foundation builders, the whakapapa of our international business community. Now, in 2018 it???s time to switch views and look forward to the future, celebrating the adventurous minds, those creating brilliant innovation, the forward thinkers, technology, the trend setters ??? those companies who will lead our international business community into the future. The event themes and production should all support this view of the future, embracing technology, pushing the boundaries, creating lasting partnerships, telling the success stories and all culminating into the ultimate celebration of the country???s best of the best.",Awarded,"CONTRACT AWARD NOTICE NEW ZEALAND INTERNATIONAL BUSINESS AWARDS (RFX ID: 19883931) OVERVIEW The purpose of this Contract Award Notice is to provide an update on New Zealand Trade and Enterprise (NZTE)???s ???New Zealand International Business Awards??? RFP released on GETS on 9 July 2018. AWARD STATUS NZTE (PO Box 2878, Wellington 6140) awarded this contract for event management services to Uno Loco Ltd (PO Box 68-634 Wellesley Street, Auckland 1010) on 30 August 2018. The estimated term of the contract is 15-months. The estimated spend under the contract is NZ$360,000. NZTE openly advertised this opportunity on GETS.",20201117 New Zealand Trade and Enterprise,20294581,Request for Proposals,Open Competition,NZTE HRIS Solution,,20181016,20181113,20190214,,Sole Agency,No,,"New Zealand Trade and Enterprise (NZTE) is looking for a Provider to supply and implement a Human Resources Information System (HRIS) to service our global footprint.?? It is an opportunity to work with us to rollout the solution in stages/modules with potential for provision of an ongoing licensing arrangement and support contract. WHAT WE NEED We are looking to procure a solution that will help NZTE better manage employee data. It needs to provide a central repository to facilitate one source of the truth where employee data is accessible. It needs to provide an intuitive user experience that allows employee data to be accessible and updatable via a mobile device including smart phone. The solution should also integrate with other existing systems that NZTE uses. This will be important to ensure that employee data is consistent throughout NZTE???s entire system infrastructure. The HRIS solution must also manage NZTE employee leave globally and should allow for the creation and maintenance of employee performance and development plans. It should also hold results/completion of training records undertaken/completed. In addition, we need a system that provides the ability to turn functionality off or on as required (modules). Note: Payroll function is firmly out of scope. As an optional function, the solution could provide a learning management function (Learning Management System) to be established in order to manage and store content for the purpose of employee training and on-going learning (videos, quizzes, documents etc.). WHAT IS IMPORTANT TO US NZTE is a fast-moving organisation that has an appetite for change and quality improvement.??? We are open to new ways of working, however providing the best user experience is our priority. - We seek best value for money products that align with our infrastructure and strategic roadmap including any enhancements made - We seek a partner who is able to take NZTE along on the journey of development and change and advise on best practise recommendations??? - We seek to work with a partner who understands and is open to our way of working and thinking however???we???strongly rely???on the expertise of our partners",Not Awarded,"After openly advertising this Human Resource Information System (HRIS) RFP on GETS and receiving and evaluating the responses, NZTE decided not to award a contract to any of the respondents. This was on the basis that no response conformed with or met the RFP requirements. Each unsuccessful supplier who would like to receive further information may request a debrief. NZTE subsequently exempted the procurement under Rule 15.9(b) of the Government Rules of Sourcing and ran a closed competitive process. This resulted in a contract award to BambooHR LLC (335 South 560 West; Lindon, UT 84042) on or about 12 February 2019. The expected spend under the contract is NZD$146,000 and the expected duration of the contract is 3 years. Published by: New Zealand Trade and Enterprise, Level 15, The Majestic Centre, 100 Willis St, Wellington",20201117 New Zealand Trade and Enterprise,20500979,Request for Proposals,Open Competition,Strategy for Growth and Strategy to Action Services,,20181130,20190110,20190402,,Sole Agency,No,,"While NZ companies have a great reputation as being innovative and creating great products and services, they often struggle to design and implement great business strategy. Strategic thinking and planning are a big part of organisational success, but once a strategy is created, it can only be effective if the team within a business knows how to and is motivated to implement it. The new NZTE strategy services have been developed and tested to help address some of these challenges. This procurement relates to the delivery of two services for NZTE; the updated 1-1 Strategy for Growth Service (for Focus customers) and the new 1-many Strategy to Action service (for Foundation Build customers). They both aim to assist NZTE customers in the design and implementation of world class international business strategies into their businesses, to help develop their strategic capability, and to appreciate why this is so important for the success of an international business. The Strategy for Growth (1-1) service is designed primarily for NZTE???s Focus customers. These are our customers who NZTE works more intensively with on a one-to-one basis. These companies have high levels of hunger and ambition, solid capability and capacity to grow, strong international growth performance and are willing to engage closely with NZTE. The Strategy to Action (1-many) service is designed primarily for NZTE???s Foundation customers. These customers are building their business and exporting knowledge and are focussed on developing and refining their market knowledge and plans. They are generally time and resource poor but are looking for innovative and impactful ways to improve their business capabilities.",Not Awarded,"Tender name: Strategy for Growth and Strategy to Action services Overview The purpose of this Contract Award notice is to provide an update on New Zealand Trade and Enterprise (NZTE) RFP released on GETS on 30th November 2018. This procurement was to secure providers to deliver two services; the 1-1 Strategy for Growth service and a 1-many Strategy to Action service. Award Status After a comprehensive evaluation process, NZTE has made the decision to award the contract to the following suppliers: Strategy for Growth service Deloitte P O Box 1990 Wellington 6140 Advisory Works 19 Drake St Victoria Quarter Precinct Auckland Cornwall Strategic Ltd 149-155 Parnell Rd Auckland 1052 Strategy to Action services KPMG Maritime Tower 10 Customhouse Quay Wellington 6011 The date the contract was awarded was 25 March 2019. The duration of the contract (including extension) is: Three years plus two right of renewal years (3+2). The estimated spend under this contract is $1.5m to $3m",20201117 New Zealand Transport Agency,435896,Request for Proposals,Open Competition,2014-149 Safety research topic 4 ART 14_47 and ART 14_48 - Old GETS ref# 42703,2014-149,20140702,20140729,20170704,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Transport Agency is now seeking proposals for the following safety research topic group topics, approved for investment in the 2014/15 Research Programme: ART 14/47: International benchmarking of rail safety indicators ART 14/48: Best-practice international solutions for mitigating human factor causes of Signal Passed at Danger (SPAD)",Not Awarded,Contract Awarded to Interfleet Technology NZ Limited,20201117 New Zealand Transport Agency,1970900,Request for Proposals,Open Competition,2014-149 Safety Research Topics 4,2014-149,20140729,20140808,20170704,,Sole Agency,No,N/A,"NZTA is re-advertising under clause 38 of the RFP to allow more time to support clarifications processes. The Transport Agency is now seeking proposals for the following safety research topic group topics, approved for investment in the 2014/15 Research Programme: ART 14/47: International benchmarking of rail safety indicators ART 14/48: Best-practice international solutions for mitigating human factor causes of Signal Passed at Danger (SPAD)",Awarded,,20201117 New Zealand Transport Agency,2314917,Request for Proposals,Open Competition,IT Testing and Quality Assurance Services,2014-142,20140801,20140905,20141128,,Sole Agency,No,,The Transport Agency seeks an agile and independent supplier for IT Testing and Quality Assurance Services.,Not Awarded,Awarded to Qual IT,20201117 New Zealand Transport Agency,2778424,Request for Proposals,Open Competition,2014-169 Asset Management Research Topics 4,2014-169,20140807,20140902,20170706,,Sole Agency,No,,"The Transport Agency is now seeking proposals for the following asset management research topics, approved for investment in the 2014/15 Research Programme: ART 14/11: Expected maintenance rates for pavement surfaces ART 14/12: How can NZ make the transition from visual condition rating of cracking, shoving and ravelling to automatic data collection ART 14/13: Pavement moisture measurement to indicate risk to pavement life Please email the Corporate Procurement Team up to 5pm time Monday 18 August 2014 for any queries.",Awarded,"Art 14/11 Contract awarded to Opus International Consultants, 17 December 2014 Term of the contract and expiry : 10.5 months, 30 October 2015 Description of goods and services : Research to identify reliable and robust surfacing maintenance costs and associated surfacing life information. Art 14/12 Contract awarded to Auckland Uniservices, 18 December 2014 Term of the contract and expiry: 9.5 months, 30 September 2015 Description of goods and services : Research to inform the transition to an automated data collection regime for rating cracking, shoving and ravelling of road surfaces. Art 14/13 Contract awarded to Road Science - Downer New Zealand Limited, 18 December 2014 Term of the contract and expiry : 17 months, 10 May 2016 Description of goods and services: Research on the measurement of moisture content in road pavements, the optimum level of moisture before drainage is required and the most effective interventions for controlling moisture.",20201117 New Zealand Transport Agency,3350429,Request for Proposals,Open Competition,2014-160 Production and Supply of Vehicle Licensing Label Media,2014-160,20140814,20140919,20170704,,Sole Agency,No,,"The Transport Agency seeks a supplier to provide resin ribbons and label material for MVR/RUC and CLP products or provide one aspect of the two materials required that will meet or exceed the specifications and technical requirements. TIMEFRAMES AND ACTIONS REQUIRED Submit proposals, one (1) electronic copy, in two parts; One attachment with pricing (in excel form) and, Another attachment with the non-price information (one copy in Word and PDF, via email) to the Transport Agency via GETS by the closing time of 5pm on Friday 19 September 2014. IMPORTANT NOTE: PLEASE CAREFULLY READ THE SUBMISSION RULES AS SET OUT ON PAGE 4 OF THIS RFP 5 December 2014. Prescribed Laboratory and Printer Compatibility Testing undertaken and completed (8 -12 weeks). The NZTA will advise Proposers if they will proceed to the Business Evaluation phase by 22 October 2014. 7th November 2014 Business criteria and pricing evaluation undertaken and completed. November/December 2014. Manufacturing Site visits undertaken. The Transport Agency to evaluate proposals, select and notify the successful Respondent of the next stage by December 2014",Awarded,"Contract Awarded to Saito labels Limited 27 May 2015 3 Year contract - Expiry 26 May 2018",20201117 New Zealand Transport Agency,4168793,Request for Proposals,Open Competition,Effectiveness of NZ Transport Agency Procurement Policies,2014-164,20140905,20140926,20170704,,Sole Agency,No,,"The Transport Agency is now seeking proposals for the following performance monitoring research topic, approved for investment in the 2014/15 Research Programme: ART 14/30: Effectiveness of the NZ Transport Agency???s strategy led procurement procedures policy environment Please email the Transport Agency Corporate Procurement Team (Procurement.Team@nzta.govt.nz) up to 5.00pm, Monday, 15 September 2014 for any queries. Submit two (2) electronic copies of the business proposal, excluding price, (one in PDF format and one in MS Word format) and two (2) electronic copies of the pricing information (one in PDF format and one in MS Excel format) via email to the Transport Agency by the closing time of 10.00am, Friday, 26 September 2014.",Awarded,"Contract Award Date : 8 April 2015 3 Months Contract Term - 3 July 2015 Research to consider the effectiveness of the Transport Agency???s procurement policy and procedures",20201117 New Zealand Transport Agency,5463311,Request for Proposals,Open Competition,"Research Report Editing, Formatting and Proofing Services",2014-239,20141016,20141107,20170704,,Sole Agency,No,,"NZ Transport Agency is seeking interest to provide editing, formatting and proofing services for the NZ Transport Research Programme that will ensure all published Transport Agency research reports are consistent with the Transport Agency Research Report Style Guide, and all clients are satisfied.",Awarded,"Contract Award : 1 December 2014 Term 3 Years - Expiry 1 December 2017",20201117 New Zealand Transport Agency,6057896,Request for Proposals,Open Competition,Public Transport and Network Optimisation Research Topics,2014-245,20141106,20141127,20170704,,Sole Agency,No,,"Research Topic 14/29 : Measuring the value of the movement of people and goods to inform the One Network Road Classification functional categories criteria. This research will develop nationally measurable criteria for the economic value of the movement of people and goods for use in the ONRC, and contribute to the development of the Network Operating Framework (NOF) performance. Research Topic 14/32: Quantifying the economic and other benefits of enabling priority bus egress from bus stops. To identify the economic and other benefits from a change to the road rules that would provide buses leaving bus stops to have priority merging into general traffic lanes.",Awarded,"Art 14/29 Award Contract to PricewaterhouseCoopers New Zealand : 4 May 2015 - 23 January 2016 Art 14/32 Award Contract to Abley Transportation Consultants : 30 January 2015 - 17 July 2015",20201117 New Zealand Transport Agency,6794818,Request for Proposals,Open Competition,2014-250 Advertising Programme Market Research RFP,2014-250,20141126,20141222,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking proposals to provide market research services to evaluate the success of the New Zealand road safety advertising programme through weekly tracking surveys. The Agency is also seeking proposals to provide qualitative research to support the advertising programme, and concept testing of new advertisements. Suitable market research organisations are invited to submit a proposal. For the purposes of this RFP, it is anticipated that this contract shall commence 2 February 2015, and will be for an initial term of three (3) years, with one (1) plus one (1) year right of renewals, also based on satisfactory performance. (3+1+1)",Awarded,"Contract was awarded to Glasshouse Consulting Limited for ""qualitative research"", 20 August 2015 Term of the contract and expiry: 2 years, July 2017 and shall be renewed each year for the following 3 years = 30 June 2020 Description of goods and services : provide qualitative research to support its road safety advertising programme, and to test concepts for new advertisements. Contract was awarded to IPSOS Limited for weekly surveys, September 2014 Term of the contract and expiry: 2 years, 30 September 2017 and shall be renewed each year for the following 3 years = 30 September 2020 Description of goods and services : to provide a continuous weekly survey of audience reactions to NZTA???s national road safety advertising campaigns.",20201117 New Zealand Transport Agency,10442755,Request for Proposals,Open Competition,Environmental effects research topics 1,2015-340 ART 15/24,20150331,20150430,20170705,,Sole Agency,No,,"Are rail and road-traffic noise criteria that are commonly used in New Zealand justified in terms of community response to noise from railways, state highways and local roads? This research is required to inform noise assessments of rail and roading projects, providing particular assistance in the communication of effects with the public and decision makers. Deadline for Questions from suppliers: [15/04/2015] Deadline for the Buyer to answer suppliers??? questions: [20/04/2015] Deadline for Proposals: [30/04/2015] [9:00am]",Awarded,"Contract awarded to AECOM New Zealand Ltd: 7 July 2015 Term of the contract and expiry: 9 months, 1 May 2016 Description of goods and services: Research to consider the community response to land transport noise.",20201117 New Zealand Transport Agency,10533362,Request for Proposals,Open Competition,Regulation Research Topics 1,2015-337 ART15/37,20150402,20150504,20170705,,Sole Agency,No,,"The purpose of this research project is to: a. identify a best-practice risk assessment methodology for the New Zealand rail industry. b. carry out an evidence-based risk assessment to identify the priority safety risks to rail operations in New Zealand. c. identify the optimum mitigations for these priority safety risks. Deadline for Questions from suppliers: 17/04/2015 Deadline for the Buyer to answer suppliers??? questions: 22/04/2015 Deadline for Proposals: 04/05/2015 [9.00am]",Awarded,"Contract awarded to Navigatus Consulting Ltd, 10 September 2015 Term of the contract and expiry: 9 months, 10 June 2016 Description of goods and services: Research on the mitigation risks from key hazards in the New Zealand rails sector",20201117 New Zealand Transport Agency,10597963,Request for Proposals,Open Competition,Safety Research Topics 1,2015-321 ART15/38,20150407,20150506,20170705,,Sole Agency,No,,"To identify those features of priority intersections incorporating either seagull layouts and/or left turn slip lanes which impact on safe intersection performance and to develop appropriate crash prediction models Deadline for Questions from suppliers: 20/04/2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 24/04/2015 Deadline for Proposals: 06/05/2015 9.00am",Awarded,"Contract awarded to MWH New Zealand Ltd : 21 August 2015 Term of the contract and expiry 10 months, 29 June 2016 Description of the goods and services: Research on the crash prediction of priority controlled seagull intersections and different types of left turn slip lanes",20201117 New Zealand Transport Agency,10769608,Request for Proposals,Open Competition,Environmental Effects Research Topics 2,2015-341 ART 15-21,20150410,20150508,20170705,,Sole Agency,No,,"To establish a best practice framework (process) to identify, plan and manage the short and long-term impacts of land transport activities on vertebrate species population viability using New Zealand native bats as a case study. Deadline for Questions from suppliers: 23/04/2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 29/04/2015 Deadline for Proposals: 08/05/2015 9.00am",Awarded,"Contract awarded to Wildland Consultants Ltd: 10 August 2015 Term of the contract and expiry: 14.5 months, 31 October 2016 Description of goods and services : Research to consider the impact of land transport activity on vertebrate species population viability.",20201117 New Zealand Transport Agency,11063067,Request for Proposals,Open Competition,Asset Management Research Topic 2,2015-351 ART 15-12,20150417,20150515,20170705,,Sole Agency,No,,"The Long Term Pavement Performance (LTPP) monitoring project has been recoding condition information for numerous pavements throughout New Zealand since 2001. Whilst there have been many research projects that have utilised aspects of the collected data, interpretation of the entire database has not been attempted, nor have any studies utilised data from the last few years. With fifteen years of monitoring it is expected that the data will provide value insights on asset management practices. Particular examples are: the potential for quantifying deterioration of the pavement condition due to surface cracking; and the growth in maintenance requirements after the conventional intervention trigger conditions are exceeded. Similarly it is expected that pragmatic advice will be made available to network managers that will illustrate the risks and benefits of early/late intervention on performance, condition and maintenance needs. This should aid assessment of intervention proposals in networks. The One Network Road Classification framework requires intervention on the basis of performance or least lifecycle cost basis. This research will utilise LTPP learnings and other data to provide guidance on the relationship between pavement condition and economic performance that can be used as proxies for least life cycle cost interventions. The proposed analysis will also demonstrate the value of the monitoring programme and identify any deficiencies or opportunities for the LTPP programme. Deadline for Questions from suppliers: 01/05/2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 07/05/2015 Deadline for Proposals: 15/05/2015 5.00pm",Awarded,"Contract Awarded to Opus International Consultants Ltd : 15 September 2015 Term of the Contract and Expiry Date : 13.5 months, 31 October 2016 Description of the goods and services: Research, using long term pavement performance data to better understand maintenance practices and the performance of New Zealand roads",20201117 New Zealand Transport Agency,11063240,Request for Proposals,Open Competition,Asset Management Research Topic 1,2015-320 ART 15-07,20150417,20150515,20170706,,Sole Agency,No,,"To identify what constitutes best practice for pavement stabilisation in New Zealand. Through a combination of increasing traffic and pressure to use marginal materials, the stabilisation and modification of pavement materials is becoming more commonplace in New Zealand. However, documentation on the best stabilisation and modification practices as they relate to testing materials, forecasting performance, designing pavements, and assessing the actual field performance is sparse. A best practice guide, developed though a literature review and documentation of current successful methodologies, will allow the industry to appropriately design pavements which incorporate stabilised and modified materials. The NZ Transport Agency documents B5, B6 and B7, while specifying how to construct modified and bound materials, do not set any performance requirements. Similarly, relevant Austroad???s documents, such as the Guide to Pavement Technology - Part 4D: Stabilised Materials, provides generalised advice that may not be applicable in a New Zealand specific context. Deadline for Questions from suppliers: 01/05/2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 07/05/2015 Deadline for Proposals: 15/05/2015 5.00pm",Awarded,"Contract awarded to Opus International Consultants, 15 September 2015 Term of the contract and expiry: 13.5 months, 31 October 2016 Description of goods and services: Research to identify best practice for road pavement stabilisation in New Zealand.",20201117 New Zealand Transport Agency,11723725,Request for Proposals,Open Competition,Understanding the value of meeting the requirements of environmental legislation,2015-365 ART 15/23,20150508,20150605,20170706,,Sole Agency,No,,"The research will need to provide an understanding of the value, including tangible and intangible costs and benefits of meeting the requirements of environmental legislation for roading improvement programmes. Key questions/issues include: ??? What is the value of meeting the intent of environmental legislation for roading improvement projects relative to other project costs and benefits? ??? Compliance with environmental legislation imposes various costs at different stages of project lifecycles, but is intended to avoid other (environmental costs) that would otherwise be borne by society. ??? Costs incurred include avoiding pursuing options; finding design solutions; regulatory costs; mitigation works: such as noise barriers, storm water treatment; the implementation of erosion and sediment control measures during construction as well as; environmental monitoring and offsetting. ??? How is value currently determined, and what is the most appropriate systematic method to specifically attribute the costs and benefits of meeting environmental legislation in the future? ??? Understanding the costs and benefits of meeting environmental legislation will help inform investment decision making at the National and Regional Programme level. Deadline for Questions from suppliers: 21/05/2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 27/05/2015 Deadline for Proposals: 05/06/2015 9.00am",Awarded,"Contract awarded to Tonkin and Taylor Ltd, 24 September 2015 Term of the contract and expiry : 18 months, 15 March 2017 Description of the goods and services : Research to understand the value of meeting the requirements of environmental legislation and develop a methodology for determining costs and benefits to be captured.",20201117 New Zealand Transport Agency,11847106,Request for Proposals,Open Competition,Safety risks and interventions for cyclists and best practice for cycle skills training for both adults and children,2015-349 ART 15-39,20150512,20150611,20170705,,Sole Agency,No,,"Part A Identification of key cycle safety interventions through: a. understanding the mechanisms of risky situations for cyclists b. developing an approach based on the James Reason Swiss cheese model of error to understanding cycling fatalities and serious injuries c. based on the above, identifying what are credible interventions to improve motor vehicle drivers??? awareness of and behaviour towards cyclists? Part B Identify and describe best practice in terms of improved road safety outcomes for programme design, delivery and evaluation of: a. cycle skills training for children b. cycle skills training for adults. Deadline for Questions from suppliers: 10.00am 27/05/2015 Deadline for the Buyer to answer suppliers??? questions: 02/06/2015 Deadline for Proposals: 10.00am 11/06/2015",Awarded,"Contract awarded to Mackie Research and Consulting: 19 August 2015 Term of the contract and expiry: 10.5 months, 30 June 2016 Description of goods and services: Research to identify key cycle safety interventions and provide guidance on a cycle skills training system",20201117 New Zealand Transport Agency,12333255,Request for Proposals,Open Competition,Road Network Dataset,2015-380,20150526,20150619,20160726,,Sole Agency,No,As per RFP,"The New Zealand Transport Agency (Transport Agency) is seeking to procure a licence to use a road network dataset that will comprise of a physical description of the road network and will allow for routing/network analysis to be performed using a connected network model. It is important to the Transport Agency that the dataset is accurate and that on-going automated updates are delivered in an efficient and effective manner. This dataset is intended to be used as a core reference dataset for multiple systems within the Transport Agency including the Enterprise Geospatial platform, CAS (Crash Analysis System) and to append RAMM information. It is expected that the supplied dataset will have a high reuse values for these various systems with no manipulation required. The Transport Agency is interested in investigating the cost of a number of different licence models starting at a base model of the Transport Agency and Transport Agency contractors, through to a Transport Agency, Transport Agency contractors, Ministry of Transport, transport sector wide users, Local Councils and public use (attributed non-commercial use only) Deadline to register for respondent briefing session: 12:00pm 29/05/15 Date/time of the respondent briefing session 2:00pm ??? 3:00pm 02/06/15 Deadline for Questions from suppliers: 5:00pm 12/06/15 Deadline for the Buyer to answer respondents questions: 5:00pm 17/06/15",Awarded,,20201117 New Zealand Transport Agency,12353030,Request for Proposals,Open Competition,What is the value of public transport as a network ??? spatial and temporal services coverage?,2015-374 ART 15-31,20150527,20150626,20170706,,Sole Agency,No,,"This research is seeking to determine the short and long term contributions of individual routes to the total benefit value generated by the network. In order to understand both short and long run benefit streams. The project aims to develop an equilibrium model of network use, capturing endogenity between public transport use, demand for residential locations and house price effects illustrated by case studies. The implementation will make use of optimal planning, and develop an empirical methodology that the Transport Agency could use for future benefit calculations. A better understanding of the economic value of levels of service within the public transport network may: ??? Influence network planning decisions of approved organsiations. Decisions to reduce/increase services with lower patronage (coverage, off peak, feeder services) will impact on the spatial and economic characteristics of urban and provinical centres. ??? Help to influence network reviews alongside best practice network design and costing data. ??? Be an input into Transport Agency funding assessment processes, by providing further information about how public transport serivces may be assessed ??? Improve clarity about the linkages and synergies between different types of services, from a individual services level (microeconomic) perspective ??? Improve understanding of the tradeoffs between public transport and other modes as part of the network operating framework, and contribute to integrating one network for customers that maximises returns for New Zealand. Steps in RFP process: Date: Deadline for Questions from suppliers: 12 June 2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 17 June 2015 Deadline for Proposals: 26 June 2015 9.00am",Awarded,"Contract awarded to Abley Transportation Consultants, 16 September 2015 Term of the contract and expiry: 11 months, 16 August 2016 Description of goods and services :Research to develop a methodology for estimating the economic value of public transport services as a network.",20201117 New Zealand Transport Agency,12496411,Request for Proposals,Open Competition,Human factor considerations for a driver licensing point system,2015-366 ART 15-33,20150603,20150709,20170705,,Sole Agency,No,,"The purpose of this research is to gain a good understanding of driver (road user) compliance with road rules from a human factors viewpoint so as to inform any consideration of changes to the demerit point system for offences. One of the Safer Journey???s goals for road users is that they comply with road rules. Demerit points are a system for penalising road user non-compliance in New Zealand. However, we understand little about how, and if, demerit points work to achieve better complaince. For example, in terms of the effect of demerit point systems: ??? How do different cohorts respond to demerit points? ??? At what point, and for who, do demerit points have no effect on speed behaviour? ??? Whether accural of demerit points without suspension reinforces poor speed behaviour ??? Who ???cycles??? through diffferent ranges of demerit points? ??? Whether merit point systems are more effective or have a place alongside demerit points. This research requires an evidence-based understanding from a human factors perspective of what factors in a point system make one system more effective than another at encouraging compliance by drivers. An understanding of these factors could contribute to the development of a point system that influences positive road user behaviour. Deadline for Questions from suppliers: 18 June 2015 10.00am Deadline for the Buyer to answer suppliers??? questions: 24 June 2015",Awarded,"Contract awarded to University of New South Wales: 30 September 2015 Term of the contract and expiry: 4 months, 5 February 2016 Description of the goods and services:Research to provide an understanding of driver compliance with road rules from a human factors perspective in the context of the demerit points system for offences",20201117 New Zealand Transport Agency,12496653,Request for Proposals,Open Competition,The economic impacts of connectivity,2015-378 ART 15-20,20150603,20150702,20170705,,Sole Agency,No,,"This research aims to estimate the economic impacts of (land-base) inter-urban connectivity between Auckland, Hamilton and Tauranga, particularly around connections to air and sea ports. As part of this research it will be necessary to develop a General Equilibrium model capable of responding to the effects of changes in network connectivity. The concept of network connectivity and its role in providing for economies of scale for individuals and firm across nodes (locations) has recently been identified, however there is little international or New Zealand research on understanding the value of network connectivity and its role in productivity, in particular through the provision of transport links between nodes (locations).",Awarded,"Contract awarded to ECPC Limited: 23 September 2015 Term of contract and expiry: 9 months, 30 June 2016 Description of goods and services: Research to establish a methodology to estimate economic effect of improved connectivity, building on the previously developed Gross Value Added model",20201117 New Zealand Transport Agency,12726217,Request for Proposals,Open Competition,Bulk Mail Print and Processing,2015-308,20150608,20150715,20170704,,Sole Agency,No,,"The NZ Transport Agency currently sends out over 10 million pieces of mail to over 2.5 million New Zealanders every year via its bulk mail service provider. This includes notices, reminders, certificates, invoices, cheques, labels and letters. The Transport Agency is looking to contract with one or more supplier/s for the bulk mail printing and processing (mail house) services. The Transport Agency is looking for a supplier capable of providing the bulk mail printing and processing services. They must have the capability, experience, infrastructure and the appropriate systems and technology to receive secure data transfers and to deliver high volume and high quality colour printed material, highly accurate name and address matching between documents and envelopes and the ability to print documents created by the Transport Agency???s system. These services will be required to be provided in accordance with the Transport Agency???s instructions and as scheduled by the Transport Agency. The services will be supplied by the successful Respondent seven (7) days a week and will meet the Agency???s expectations of quality and timeliness. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 30 June 2015 Deadline for the Buyer to answer suppliers??? questions: 7 July 2015 Deadline for Proposals: 10.00am 15 July 2015",Awarded,Contract Awarded to NZ Post Ltd - 3 June 2016 - 31 May 2019,20201117 New Zealand Transport Agency,12807766,Request for Proposals,Open Competition,A framework for assessing the effectiveness of regulatory interventions,2015-396 ART 15-36,20150611,20150710,20170705,,Sole Agency,No,,"What is the best approach for determining and monitoring the contribution that government regulatory interventions in New Zealand make to mitigate the major risks associated with the land transport system? In addition to the above, this research should help us answer the following questions: a. What are the social costs of major risks associated with using the land transport system in New Zealand should they materialise? b. To what extent (proportionally) does a particular regulatory measure contribute to risk mitigation? At a macro-level, we do not fully understand the extent to which government interventions mitigate the major risks of using the land transport system This research will: a. investigate good international approaches for determining and monitoring the extent to which government regulatory interventions mitigate the major risks associated with using the land transport system; b. identify and assess the advantages and disadvantages of each of these approaches; and c. develop an approach for determining and monitoring the contribution that government regulatory interventions in New Zealand make to mitigate the major risks associated with the land transport system Recommend, approaches that could be applied in New Zealand and what further analysis may be required to ensure that they are fit for purpose. Deadline for Questions from suppliers: 10.00am 26 July 2015 Deadline for the Buyer to answer suppliers??? questions: 2 July 2015 Deadline for Proposals: 9.00am 10 July 2015",Awarded,"Contract awarded to Covec Ltd, 15 October 2015 Term of the contract and expiry: 8.5 months, 30 June 2016 Description of goods and services: Research to provide a framework for measuring and monitoring the contribution of regulation to mitigating risks on the land transport system",20201117 New Zealand Transport Agency,13189003,Request for Proposals,Open Competition,Research to establish a consistent approach to transport,2015-401 ART 15-18,20150622,20150724,20170705,,Sole Agency,No,,"This research seeks to improve the quantification of benefits from changing transport system resilience (with potential application to other infrastructure or community sectors). This seeks to improve consistency on prioritising resilience both across the transport sector and across transport outcomes. Resilience can be defined as the availability and restoration of an acceptable social and economic level of service when there is an unplanned disruptive event. Resilience may include providing a reduced level of service through alternative routes or informing users of other transport choices. Disruptive events range from congestion arising from transport incidents to a complete loss of access. For roads, the One Network Road Classification defines resilience according to road function using customer levels of service, technical performance measures and targets. Deadline for Questions from suppliers: 10.00am 6 July 2015 Deadline for the Buyer to answer suppliers??? questions: 15 July 2015 Deadline for Proposals: 9.00am 24 July 2015",Awarded,"Contract Awarded to Ernst & Young Transaction Advisory Services Ltd : 2 December 2015 Term of the contract and expiry date : 11 months, 31 October 2016 Description of services :Research to provide a methodology for the prioritisation of resilience and taxonomy and measures for resilience",20201117 New Zealand Transport Agency,13589630,Request for Proposals,Open Competition,Incorporating and assessing travel demand uncertainty in transport investment appraisals,2015-405 ART 15-14,20150702,20150731,20170706,,Sole Agency,No,,"The benefits of an efficient and effective transport system are undoubtedly significant for economic growth and development, employment and productivity. Provision of transport systems requires investments that are on many occasions huge, irreversible, and risky with long economic return periods. The underlying factors are dynamic in nature and in many cases volatile. Planning transport infrastructure systems to satisfy short-term and long-term demand conditions requires decision makers to take into account uncertainty and irreversibility. There are multiple sources of uncertainty in transport infrastructure planning and implementation. One of the key sources of uncertainty is whether travel demand is sufficient to cover the cost of the investment. This is especially the case as the investment horizon in the NZ Transport Agency???s Economic Evaluation Manual (EEM) to evaluate transport projects is 40 years. There are many pitfalls in forecasting travel demand and these range from poor data quality, model accuracy /functional specification, stability of the underlying factors that drive demand etc. Due to the uncertainty in travel demand in the short and long term, transport investments can be evaluated in a real option framework with regard to timing and design/operational specifications. The purposes of the research are to examine and understand the time series properties of travel demand and to analyse the impact of stochastic properties of travel demand in terms of real option framework. Deadline for Questions from suppliers: 10.00am 17 July 2015 Deadline for the Buyer to answer suppliers??? questions: 22 July 2015 Deadline for Proposals: 5:00pm 31 July 2015",Awarded,"Contract awarded to ECPC Ltd : 23 September 2015 Term of the contract and expiry : 17 months, 31 January 2017 Description of the goods and services : Research to establish methods for addressing the uncertainty that exists around travel demand forecasts",20201117 New Zealand Transport Agency,13750651,Request for Proposals,Open Competition,Investigation of New Zealand???s technical readiness to support the deployment of automated and connected vehicles,2015-388 ART 15-43,20150708,20150806,20170705,,Sole Agency,No,,"The focus of this research is on what is technically required for the deployment of automated and connected vehicles in New Zealand. This includes, but is not limited to, an investigation of the requirements for and current state of: ??? Digital mapping of New Zealand???s land transport network, including road characteristics, speed limits, etc ??? New Zealand???s roads and roadside infrastructure as relevant to automated vehicles, including lane markings, traffic signal broadcasting, interface with existing intelligent transport systems, etc ??? GNSS coverage and reliability, including the need for augmentation (note the link to actions 19 and 20 in the Intelligent Transport Systems Action Plan 2014-18 ??? see below) ??? New Zealand direct short range communication (DSRC) and cellular network communication systems and issues, including range, security, etc. The research output is intended to provide a detailed assessment of New Zealand???s overall technical readiness for level three and four automated and connected vehicles. This should include the identification of any technical problems and issues, but should not go into recommendations ??? though possible technical solutions should be noted where these are identified in the course of the research. Deadline for Questions from suppliers: 10.00am 23 July 2015 Deadline for the Buyer to answer suppliers??? questions: 28 July 2015 Deadline for Proposals: 9.00am 6 August 2015",Awarded,"Contract Awarded to Aecom NZ Ltd : 17 December 2015 Term of the contract and expiry is : 9.5 months - 30 September 2016",20201117 New Zealand Transport Agency,14259071,Request for Proposals,Open Competition,Effect of small scale developments on network,2015-433 ART 15-29,20150724,20150824,20170705,,Sole Agency,No,,"Integrated Transportation Assessments (ITAs) are becoming an increasingly common method used by District Councils (administrators of New Zealand???s development regulatory structure) to assess the potential effects of proposed developments on the transport network. Best practice guidelines for ITAs undertaken in New Zealand have been published which specify when an ITA should be required (Abley, Purdin and Douglass, 2010). These guidelines only recommend requiring (and consequently only provide guidance for) ITAs for significantly sized developments. However, in regulatory practice, it is becoming increasingly common for territorial authorities to require ITAs for smaller scale developments as these developments also have the potential for effects on the transportation network. Abley et al???s research does not address whether assessment should be required for smaller scale developments. There is no other New Zealand based guidance which identifies whether it is appropriate to assess the effects (including cumulative effects) of small scale developments on the transport network either. Since Abley et al???s research report was released, there has been far greater acknowledgement of the close relationship and dependencies between network management and land use planning, and the need to integrate and align these practices to achieve the best possible outcomes. Consequently, to address the question of whether such assessment is appropriate, there are several matters which need to be taken into account. These include: a. consideration of the changing network management practices, including the increasing use of Network Operating Frameworks and the One Network Roading Classification b. the current push for increased efficiency and effectiveness within government services c. research into why and how some District Councils are assessing the effects of small scale developments on the transport network If the first stage of the research indicates that assessment of small scale1 developments is required and appropriate, identification of a suitable tool to recognise and assess the effects of small scale developments on the transportation network is required. This should specify what the scope, content and process should be required for the identified tool to be successfully utilised. Deadline for Questions from suppliers: 10.00am 10 August 2015 Deadline for the Buyer to answer suppliers??? questions: 14 August 2015] Deadline for Proposals: 9.00am 24 August 2015",Awarded,"Contract awarded to Trips Database Bureau: 11 December 2015 Term of the contract and expiry: 6 months, 10 June 2016 Description of goods and services: Research to determine the appropiate approach to the assessment of the effect of small scale developments on the transport network",20201117 New Zealand Transport Agency,14400774,Request for Proposals,Open Competition,Best practice approaches for the development of legislation,2015-395 ART 15-34,20150727,20150825,20170706,,Sole Agency,No,,"This research will enhance the toolkit for developing transport legislation. It will produce a resource that gives transport regulators a shared understanding of best practice of developing legislation in the transport regulatory environment. This will enhance transport legislative and regulatory development by ensuring it is appropriately expressed to support the regulatory outcomes New Zealand wants. The Transport Regulatory Policy Statement provides expectations for best practice regulatory development and implementation. To successfully implement best practice and to be successful as a regulator, we need a: ??? good understanding of academic studies and best practice in the expression of legislation in the context of public safety regulatory environment ??? purpose-built outcomes based resource that can be used to inform the development of smarter fit-for-purpose legislation. Deadline for Questions from suppliers: 10.00am 11 August 2015 Deadline for the Buyer to answer suppliers??? questions: 17 August 2015 Deadline for Proposals: 9.00am 25 August 2015",Awarded,"Contract awarded to University of Waikato, 11 December 2015 Term of the contract and expiry : 11 December 2015, 30 June 2016 Description of goods and services: Research to provide a model to complement existing processes for the development of land transport rules and legislation",20201117 New Zealand Transport Agency,15102369,Request for Proposals,Open Competition,Valuing freight time and reliability,2015-446 ART 15-17,20150814,20150911,20170705,,Sole Agency,No,,"For a long time, economic evaluation in New Zealand (through the NZTA???s EEM) has included values of time for freight vehicles and commercial drivers. The value of time for vehicles is from an allocation of vehicle operating costs to either distance-related or time-related components, with the annual time used to estimate an hourly time value. Distance based costs are more correctly assigned to vehicle operating costs so some components of EEM freight values of time are inconsistent with other values of time. The EEM does not currently provide for the evaluation of reliability for freight. For freight transport, lateness on a specified receipt time seems to be the way to best conceptualise reliability. The value of reliability, or cost of unreliability for freight transport is bound up in the scheduling constraints of the particular freight operation and the cost consequences of failure to perform within those constraints This research seeks to improve the value of time and develop values for reliability for freight transport beyond the allocation of marginal vehicle and driver utilisation costs. NZ specific values of time and reliability have been established by Hyun Chan, (2014). ???Developing a mode choice model for New Zealand freight transportation??? and the research needs to consider how these values could be adopted for use. Deadline for Questions from suppliers: 10.00am 28 August 2015 Deadline for the Buyer to answer suppliers??? questions: 03 September 2015 Deadline for Proposals: 9.00am 11 September 2015 Unsuccessful Respondents notified of award of Contract: Mid-October-November 2015 Respondents??? debriefs: week starting November 2015 Anticipated Contract start date: Mid-October/November 2015",Awarded,"Contract awarded to Ian Wallis Associates Ltd, 19 December 2016 Term of the contract and expiry: 11 months, 13 November 2017 Description of the goods and services: Research to consider the evaluation of travel time and reliability for freight transport in New Zealand.",20201117 New Zealand Transport Agency,15451143,Request for Proposals,Open Competition,Medical reviews and substance impaired driving,2015-429 ART 15-41,20150821,20150921,20170705,,Sole Agency,No,,"What is the nature of substance impaired driving (SID) in New Zealand that leads to the review of driver licences via the medical review process, and what is the impact of this process on the drivers? What is the nature of substance impaired driving (SID) in New Zealand that leads to the revocation of driver licences via the medical review process, and what is the impact of licence revocation on the drivers? The purpose of this research is to: a) to describe in detail the known incidents of SID by developing detailed profiles of SID cases outlined in Medical Review Team records, and b) to develop exemplar case study stories for a range of typical SID cases as profiled from the medical review records. Deadline for Questions from suppliers: 10.00am 07 September 2015 Deadline for the Buyer to answer suppliers??? questions: 10 September 2015 Deadline for Proposals: 9.00am 21 September 2015 Unsuccessful Respondents notified of award of Contract: October/November 2015 Respondents??? debriefs: week starting October/November 2015 Anticipated Contract start date: October/November 2015",Awarded,"Contract awarded to Monash University Accident research Centre, 10 February 2016 Term of the contract and expiry: 15.5 months, 31 May 2017 Description of the goods and services: Research to understand the nature and extent of substance impaired driving in New Zealand in the context the medical review process.",20201117 New Zealand Transport Agency,16606073,Request for Proposals,Open Competition,Scheduling and Booking System,2015-441,20150914,20151012,20160512,,Sole Agency,No,,"What we need: The Driver Testing ??? Step Change project is delivering a new approach to practical driver tests that places the customer at the heart of the process Replacement of the existing test resource scheduling and test booking components with ???best of class??? customer centric capability is a large part of this and forms the basis for this RFP. The scheduling / booking system must be capable of extension into other services by the NZ Transport Agency, beyond practical driver testing (software as a service) and regularly maintained and upgraded by the suppler. The NZ Transport Agency seeks an integrated scheduling / booking system with reporting capability that will allow customers, as the initial service, to intuitively book driving tests from their mobile devices or desktop via the web and receive reminders and updates pre / post- test. The test resource scheduling component must enable resource optimisation and forward planning. The booking component will need to integrate with the NZ Transport Agency Driver Licence Register so that driver eligibility is validated. What???s important to us: - We want a ???best of class???, innovative, customer centric booking system. - We want a credible, long term, scheduling, booking and reporting system provider who has the capability, experience and infrastructure to deliver on-going support and development. Deadline for Questions from suppliers: 28/09/15 Deadline for the Buyer to answer suppliers??? questions: 5/10/15 Deadline for Proposals: 5pm 12/10/15",Awarded,,20201117 New Zealand Transport Agency,16840713,Request for Proposals,Open Competition,Data standards for the New Zealand transport network,2015-419 ART 15-42,20150929,20151028,20170705,,Sole Agency,No,,"Investigate and specify components for development of a reference transport network model standard. There are significant amounts of data and information generated by a number of internal and external sources that relate to transport networks. An inherent embedded component of the data sources is information about the transport networks themselves. Typicaly, this spatial attribute is developed to meet the specific needs of an application leading to diverse representations of the same transport network. A method is required that will support normliaisng diverse network representations of selected data sources, and support presentaion of the information within the context of a standardised refernece transport network model. Deadline for Questions from suppliers: 10.00am 13 October 2015 Deadline for the Buyer to answer suppliers??? questions: 16 October 2015 Deadline for Proposals: 9.00am 28 October 2015",Awarded,"Contract awarded to Queensland University of Technology: 4 May 2016 Term of the contract and expiry : 7 months, 31 December 2016 Description of goods and services : Research to establish a framework for New Zealand land transport data.",20201117 New Zealand Transport Agency,16927486,Request for Proposals,Open Competition,2015-482- Strategic and Management Advisory Services,2015-482,20151027,20151120,20160505,,Sole Agency,No,,"We are looking for highly competent strategic and management advisory services to shape the different elements of the NZ Transport Agency???s business areas /systems (e.g. leadership, strategy, structure, reporting, people and information systems) to maintain a high performance culture. The successful respondents will form an open panel of providers that can be utilised by the Transport Agency for future assignments to be defined in agreement with the provider(s). We are looking for advisory services to support the development and operation of key business systems. This will take the form of trusted advice to senior managers, leadership teams and projects. We are not looking for leadership development coaching or project/programme management capability. Here is our timeline for this RFP. Deadline for Questions from suppliers: [10:00am] 6/11/2015 Deadline for the Buyer to answer suppliers??? questions: 10/11/2015 Deadline for Proposals: [5:00pm] 20/11/2015 Anticipated Contract start date: 11/01/2016",Awarded,,20201117 New Zealand Transport Agency,16945589,Request for Proposals,Open Competition,2015-481-Cycling Education Sharehub RFP,2015-481,20151102,20151130,20160330,,Sole Agency,No,,"Share hub is a new initiative that shares and promotes cycling based education and best practice, evidence and learnings, and personalising these for use between the NZ Transport Agency (Agency), Local and Regional Councils??? and their stakeholders . The Agency is seeking to appoint a provider who will be responsible for the day-to-day oversight of the programme and nationwide delivery. The Agency will provide leadership and coordination at a national level. What???s important to us? The Agency is looking for a provider who has ??? the capacity, capability, experience and infrastructure to deliver Share hub nationwide ??? the ability to be scale, both upwards and downwards to fit with the project???s requirements. ??? a good track record in the management and implementation of education and promotion programmes, effective networks and strong relationships across all local and regional councils. ??? proven ability to collate lessons learnt, innovations and resources to share with others in an engaging manner. ??? demonstrated experience in delivering value for money throughout a programme This is the first stage of an ongoing programme of work. It is anticipated that the successful provider will be utilised for those future phases, should they occur. Deadline for Questions from suppliers: 2pm 13/11/2015 Deadline for the Buyer to answer suppliers??? questions: 17/11/2015 Deadline for Proposals: 5pm 30/11/2015",Awarded,,20201117 New Zealand Transport Agency,17021470,Request for Proposals,Open Competition,2015-488-ART 15-26 Requirements document- Improve urban freight movements,2015-488 ART 15-26,20151124,20151221,20170705,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following freight research project: 2015-488-ART 15/26 ??? Use of technology to measure and improve urban freight movements The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. The Transport Agency is looking for proposals with a methodology that will provide practicable solutions to the research question and knowledge gap identified in the research topic specification provided on section 1 (2) of this RFP. Respondents need to demonstrate their capability to deliver the research and to provide for the promotion and implementation of the research. Successful respondent notified 29 February 2016* Unsuccessful Respondents notified of award of Contract: March 2016* Respondents??? debriefs: week starting March 2016* Anticipated Contract start date: March 2016*",Awarded,"Contract awarded to Abley Transportation Consultants: 17 March 2016 Term of the contract and expiry: 9 months, 27 January 2017 Description of goods and services: Research to identify measure the efficiency of urban freight movements and consider solutions improving journey predictability for urban freight.",20201117 New Zealand Transport Agency,17021677,Request for Proposals,Open Competition,2015-487 ART 15/08- Optimal Lifecycle Management of Bridges,2015-487,20151124,20151221,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following asset management research project: 2015-487 ART 15/08 ??? Optimal lifecycle management of bridges. The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. The Transport Agency is looking for proposals with a methodology that will provide practicable solutions to the research question and knowledge gap identified in the research topic specification provided on section 1 (2) of this RFP. Respondents need to demonstrate their capability to deliver the research and to provide for the promotion and implementation of the research. Successful respondent notified 29 February 2016* Unsuccessful Respondents notified of award of Contract: March 2016* Respondents??? debriefs: week starting March 2016* Anticipated Contract start date: March 2016*",Awarded,"Contract awarded to Opus International Consultants: 9 May 2016 Term of the contract and expiry: 12.5 months, 31 May 2017 Description of the goods and services: Research to consider and develop practices of the optimal lifecycle management of bridges in New Zealand.",20201117 New Zealand Transport Agency,17060304,Request for Proposals,Open Competition,2015-486 Driver Licence Production and Processing,2015-486,20151208,20160129,20170704,,Sole Agency,No,,"The NZ Transport Agency currently requires the production and delivery to our customers of over 780,000 driver licence cards each year. There are five (5) types of cards produced; four licence cards, each in a different colour of the same material, which have a life expectancy of at least 10 years; and one identity card which has a life expectancy of at least 5 years. The cards are: a. Learner Licence Cards; b. Restricted Licence Cards; c. Full Licence Cards; d. Offender Licence Cards; and e. Endorsement Identity Cards. The Transport Agency is looking to contract with a supplier for the driver licence printing and processing services. Deadline for Respondents to Submit an Intent to Respond and Deadline for Questions from suppliers: 3:00pm 18 December 2015 Deadline for the Buyer to answer suppliers??? questions: 21 December 2015 Deadline for Proposals: 5:00pm 29 January 2016",Awarded,"Contract Awarded to Placard Pty Ltd 10 October 2016 3 year Term which expires 9 October 2019 with a one (1) two (2) year right of renewal.",20201117 New Zealand Transport Agency,17208005,Request for Proposals,Open Competition,2015-507 Investigation into the feasibility and implication of a Minimum Gap rule for drivers overtaking people on Bikes in NZ,2015-507,20160215,20160314,20160428,,Sole Agency,No,,"This Request for Proposal (RFP) invites suitably qualified suppliers to submit research proposals on the feasibility and implications of introducing a mandatory minimum overtaking gap between motorists and people on bikes. A key component of this research will include field work and data collection on the current behaviours of motorists overtaking people on bikes. Alternatives such as behaviour change programmes (or complimentary measures) that sit alongside existing or new legal measures will also be considered. Here is our timeline for this RFP. Steps in RFP process: Date: Deadline for Questions from suppliers: 10am 25/02/2016 Deadline for the Buyer to answer suppliers??? questions: 1/03/2016 Deadline for Proposals: 9am 14/03/2016 Shortlisted Respondents??? interviews (if required): week starting 29/03/2016 Unsuccessful Respondents notified of award of Contract: Mid-April 2016 Respondents??? debriefs: Mid-April 2016 Anticipated Contract start date: Mid-April 2016",Awarded,,20201117 New Zealand Transport Agency,17304864,Request for Proposals,Open Competition,2016-559 ART 16/16 Great Kiwi Road Trips ??? Improve understanding of visitor expectations on key journeys to grow landmark tourism destinations for regional economic benefit,2016-559 ART 16/16,20160310,20160412,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following Environmental Effects research project: ART 16/16: Great Kiwi Road Trips ??? Improve understanding of visitor expectations on key journeys to grow landmark tourism destinations for regional economic benefit The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Timeline for this RFP Steps in RFP process: Date: Deadline for Questions from suppliers: 10:00am 21 March 2016 Deadline for the Buyer to answer suppliers??? questions: 29 March 2016 Deadline for Proposals: 9:00am 12 April 2016 Successful respondent notified by: Mid May 2016 Unsuccessful Respondents notified of award of Contract: June 2016 Respondents??? debriefs: June 2016 Anticipated Contract start date: June 2016",Awarded,"Contract awarded to Opus International Consultants, 8 July 2016 Term of the contract and expiry: 13 months, 31 July 2017 Description of goods and services: Research to develop a framework to improve our understanding of the visitor expectations and experiences while travelling on the New Zealand Transport network.",20201117 New Zealand Transport Agency,17344917,Request for Proposals,Open Competition,"2016-561 ART 16/07 Systems Dynamics Investigation between freight flows, economic development/productivity and network performance in the Upper North Island",2016-561 ART 16/07,20160329,20160427,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ART 16/07 - Systems Dynamics Investigation between freight flows, economic development/productivity and network performance in the Upper North Island The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Timeline for this RFP Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 8 April 2016 Deadline for the Buyer to answer suppliers??? questions: 12 April 2016 Deadline for Proposals: 9.00am 27 April 2016 Successful respondent notified by: June 2016 Unsuccessful Respondents notified of award of Contract: July/August 2016 Respondents??? debriefs: week starting July/August 2016 Anticipated Contract start date: July 2016",Awarded,"Contract awarded to Infometrics Consulting Ltd, 5 August 2016 Term of the contract 9.5 months, 19 May 2017 Description of goods and services: Research to understand the relationship between economic activity, the demand for freight, and the performance of the road and rail network in the upper North Island",20201117 New Zealand Transport Agency,17362660,Request for Proposals,Open Competition,"2016-574: ART 16/18 - Developing an approach to measure predictable journeys for public transport: bus, rail and ferry",2016-574: ART 16/18,20160407,20160511,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following performance monitoring research project: ??? ART 16/18 - Developing an approach to measure of predictable journeys for public transport: bus, rail and ferry The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00 am 19 April 2016 Deadline for the Buyer to answer suppliers??? questions: 26 April 2016 Deadline for Proposals: 9.00 am 11 May 2016 Successful respondent notified by: Mid June 2016 Unsuccessful Respondents notified of award of Contract: August 2016 Respondents??? debriefs: August 2016 Anticipated Contract start date: July 2016",Awarded,"Contract awarded to Opus International Consultants, 25 August 2016 Term of the contract and expiry: 11 months, 27 July 2017 Description of the goods and services : Research to consider the measurement for public transport travel time predictability",20201117 New Zealand Transport Agency,17376024,Request for Proposals,Open Competition,2016-585: ART 16/10 - The impact on the transport sector of new technology adoption and the rate of technology diffusion (the S curve),2016-585 ART 16/10,20160411,20160512,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ??? ART 16/10 - The impact on the transport sector of new technology adoption and the rate of technology diffusion (the S curve) The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 22 April 2016 Deadline for the Buyer to answer suppliers??? questions: 28 April 2016 Deadline for Proposals: 10.00am 12 May 2016 Successful respondent notified by: June 2016 Unsuccessful Respondents notified of award of Contract: July 2016 Respondents??? debriefs: week starting August 2016 Anticipated Contract start date: August 2016",Awarded,"Contract awarded to PricewaterhouseCoopers Consulting (NZ) Ltd, 21 September 2016 Term of the contract 6 months, 31 March 2017 Description of goods and services : Research to consider the uncertainty around the uptake of technological changes in the transport sector.",20201117 New Zealand Transport Agency,17433659,Request for Proposals,Open Competition,2016-556 Marlborough Parking Enforcement and Meter Maintenance,2016-556,20160420,20160517,20160708,,Sole Agency,No,,"The NZ Transport Agency administers the Parking Enforcement and Meter maintenance contract on behalf of the Marlborough District council. This covers the Blenheim and Picton urban areas and includes the following: 1) All on- street and off -street parking enforcement 2) Issuing of stationary vehicle infringement and warning notices 3) The maintenance of the meters including both on street and off street. The nominated subcontractor will be wholly responsible for the maintenance of the off- street meters. There is also a new opportunity for parking enforcement on behalf of the Port Marlborough. The NZ Transport Agency is seeking to appoint a supplier to deliver parking enforcement and meter maintenance providing value for money. Off- street meters will be maintained by a nominated subcontractor, Integrated Technology Solutions Ltd. Here is our timeline for this RFP Steps in RFP process: Date: Deadline for Questions from suppliers: 5.00pm 11/05/2016 Deadline for the Buyer to answer suppliers??? questions: 13/05/2016 Deadline for Proposals: 5.00pm 17/05/2016 Unsuccessful Respondents notified of award of Contract: 03 /06/2016 Respondents??? debriefs: July 2016 Anticipated Contract start date: 1/07/2016",Awarded,,20201117 New Zealand Transport Agency,17434361,Request for Proposals,Open Competition,2016-597 ART 16/17 Ex-post evaluation of transport interventions using causal inference methods and techniques,2016-597 ART16/17,20160421,20160520,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following performance monitoring research project: - ART 16/17 - Ex-post evaluation of transport interventions using causal inference methods and techniques The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 3 May 2016 Deadline for the Buyer to answer suppliers??? questions: 9 May 2016 Deadline for Proposals: 10.00am 20 May 2016 Successful respondent notified by: July 2016 Unsuccessful Respondents notified of award of Contract: September 2016 Respondents??? debriefs: week starting September 2016 Anticipated Contract start date: September 2016",Awarded,"Contract awarded to University of Waikato, 23 December 2016 Term of the contract and expiry: 9 months, 29 September 2017 Description of goods and services : Research to identify how drivers use and respond in-vehicle information system applications and warnings.",20201117 New Zealand Transport Agency,17445726,Request for Proposals,Open Competition,2016-600 ART16/14 - The future nature and characteristics of employment and economic activity and its inter and intra urban transport sector and land use implications,2016-600 ART16/14,20160426,20160526,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ??? ART 16/14 - The future nature and characteristics of employment and economic activity and its inter and intra urban transport sector and land use implications The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 5 May 2016 Deadline for the Buyer to answer suppliers??? questions: 11 May 2016 Deadline for Proposals: 10.00am 26 May 2016 Successful respondent notified by: July 2016 Unsuccessful Respondents notified of award of Contract: September 2016 Respondents??? debriefs: week starting September 2016 Anticipated Contract start date: September 2016",Awarded,"Contract awarded to Market Economics Ltd, 17 October 2016 Term of the contract and expiry: 7.5 months, 1 July 2017 Description of goods and services : Research to advise on the potential effects of future changes to employment and economic activity on land use and the implications for the transport sector.",20201117 New Zealand Transport Agency,17510561,Request for Proposals,Open Competition,2016-607 ART 16/13 - Next generation New Zealand transport models,2016-607 ART 16/13,20160512,20160614,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ??? ART 16/13 ??? Next generation New Zealand transport models The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Deadline for Questions from suppliers: 10.00am 24 May 2016 Deadline for the Buyer to answer suppliers??? questions: 31 May 2016 Deadline for Proposals: 9.00am 14 June 2016 Successful respondent notified by: July 2016 Unsuccessful Respondents notified of award of Contract: September 2016 Respondents??? debriefs: week starting September 2016 Anticipated Contract start date: August 2016",Awarded,"Contract awarded to Traffic Design Group Ltd, 23 August 2016 Term of the contract and expiry : 6 months, 3 March 2017 Description of goods and services : Research to consider the household travel survey in the context of transport modelling and describe the next generation of transport models.",20201117 New Zealand Transport Agency,17535915,Request for Proposals,Open Competition,2016-610 ART 16/15 ??? Testing New Zealand vehicles to measure real-world fuel use and exhaust emissions,2016-610 ART 16/15,20160523,20160621,20170706,,Sole Agency,No,,"What we need The NZ Transport Agency is seeking to appoint a Researcher to undertake the following environmental effects research project: ??? ART 16/15 ??? Testing New Zealand vehicles to measure real-world fuel use and exhaust emissions The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 02 June 2016 Deadline for the Buyer to answer suppliers??? questions: 08 June 2016 Deadline for Proposals: 5.00pm 21 June 2016 Successful respondent notified by: August 2016 Unsuccessful Respondents notified of award of Contract: October 2016 Respondents??? debriefs: week starting October 2016 Anticipated Contract start date: September 2016",Awarded,"Contract awarded to Emission Impossible Limited, 11 October 2016. Term of the contract and expiry : 14 months, 20 December 2017. Description of goods and services: Research to improve understanding of real world fuel consumption and real world fuel emissions from the New Zealand vehicle fleet.",20201117 New Zealand Transport Agency,17558606,Request for Proposals,Open Competition,2016-620 ART 16/06 A pilot study to determine the relative value of non-market transport impacts of investment,2016-620 ART 16/06,20160530,20160701,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ART 16/06 - A pilot study to determine the relative value of non-market transport impacts of investment The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. What???s important to us The Transport Agency is looking for proposals with a methodology that will provide practicable solutions to the research question and knowledge gap identified in the research topic specification provided on section 1 (2) of this RFP. Respondents need to demonstrate their capability to deliver the research and to provide for the promotion and implementation of the research. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 9 June 2016 Deadline for the Buyer to answer suppliers??? questions: 14 June 2016 Deadline for Proposals: 5.00pm 28 June 2016 Successful respondent notified by: August 2016 Unsuccessful Respondents notified of award of Contract: October 2016 Respondents??? debriefs: week starting October 2016 Anticipated Contract start date: September/October",Awarded,"Contract awarded to Resource Economics Limited, 5 September 2016. Term of the contract and expiry : 12 months, 31 August 2017. Description of goods and services : Research to investigate whether valuations of non-market transport impacts and be derived from choice modelling methodologies and, if appropriate, identify practical steps for conducting a survey",20201117 New Zealand Transport Agency,17578160,Request for Proposals,Open Competition,"2016-560 ART 16 11 ??? How to compare, evaluate and optimise the expenditure and benefits of maintenance and renewals, operations and improvements for roads and capital projects",2016-560 ART16/11,20160607,20160705,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ??? ART 16/11 - How to compare, evaluate and optimise the expenditure and benefits of maintenance and renewals, operations and improvements for roads and capital projects The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 16 June 2016 Deadline for the Buyer to answer suppliers??? questions: 21 June 2016 Deadline for Proposals: 5.00pm 5 July 2016 Successful respondent notified by: August 2016 Unsuccessful Respondents notified of award of Contract: October 2016 Respondents??? debriefs: week starting October 2016 Anticipated Contract start date: August/September 2016",Awarded,"Contract awarded to HoustonKemp Economists Ltd, 7 September 2016 Term of the contract and expiry: 5 months, 6 February 2017 Description of goods and services: Research to provide a framework for considering the costs and benefits of maintenance and renewals, operations and improvements for roads and capital projects.",20201117 New Zealand Transport Agency,17631984,Request for Proposals,Open Competition,Geospatial Vendor Panel,2016-625,20160624,20160720,20160930,,Sole Agency,No,,"The New Zealand Transport Agency (the Transport Agency) is seeking proposals from suppliers in order to form a Geospatial Vendor Panel of suppliers to meet the Transport Agency requirements for a maximum period of four years. This panel will replace our existing geospatial vendor panel that has been in place since October 2012. Deadline for Questions from suppliers: 3pm 13/07/16 Deadline for the Buyer to answer suppliers??? questions: 15/07/16 Deadline to register for supplier briefing session 29/06/16 Date of the supplier briefing session (Wellington office) 01/07/16 Deadline for Proposals: 5pm 20/07/16",Awarded,,20201117 New Zealand Transport Agency,17640287,Request for Proposals,Open Competition,2016-632 Art 16/02 Performance benefits of polymer modified bitumen binders for thin surfacings,2016-632,20160628,20160727,20170706,,Sole Agency,No,,"Here is our timeline for this RFP. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 08 July 2016 Deadline for the Buyer to answer suppliers??? questions: 14 July 2016 Deadline for Proposals: 5.00pm 27 July 2016 Successful respondent notified by: September 2016 Unsuccessful Respondents notified of award of Contract: October 2016 Respondents??? debriefs: week starting October 2016 Anticipated Contract start date: October 2016",Awarded,"Contract awarded to Opus International Consultants Ltd, 30 September 2016 Term of the contract and expiry : 21 months, 30 June 2018 Description of goods and services: Research to identify understand and quantify the benefits of polymer modified binders in New Zealand and how they are used to best effect",20201117 New Zealand Transport Agency,17756211,Request for Proposals,Open Competition,2016-661 Art 16/22 - Quantifying the influence of internet communication and commerce on transport demand,2016-661 Art 16/22,20160803,20160831,20170706,,Sole Agency,No,,"The NZ Transport Agency is seeking to appoint a Researcher to undertake the following economic analysis research project: ??? ART 16/22 ??? Quantifying the influence of internet communication and commerce on transport demand The research will be independent research, albeit guided by a research project steering group which will be chaired by a Transport Agency representative. The results of the research must be able to be cost effectively applied in New Zealand in the short-to-medium term for longer-term impacts.",Awarded,"Contract awarded to Opus International Consultants Ltd, 14 November 2016 Term of the contract and expiry: 7 months, 15 June 2017 Description of goods and services: Research to quantify the effect of the internet on transport demand and identify impact of technology on transport demand",20201117 New Zealand Transport Agency,17870389,Request for Proposals,Open Competition,Business Intelligence Platform,2016-680,20160905,20161007,20170404,,Sole Agency,No,,"The New Zealand Transport Agency (the Transport Agency) is seeking proposals from suppliers to provide software, managed infrastructure and services to replace the current Oracle Hyperion Reporting Platform with an enterprise strength data access, analysis and reporting Business Intelligence (BI) Platform. The Transport Agency currently has a range of reporting tools in place. The BI Platform will be one of a limited set of supported BI toolsets in the Transport Agency???s toolbox and potentially accessed by users external to the agency. We need software to deliver three core capabilities, so we are looking for software to: 1. Replace and improve the current operational reporting and distribution capabilities provided by the current Oracle Hyperion Reporting Platform (distribution); 2. Democratise access to content creation by enabling users to create, share and consume content using self service capabilities (visual exploration), and 3. Improve access to data by enabling analysts to securely access, blend and explore the plethora of data that is available in a large number of source applications across the Transport Agency (data blending). We are also looking for delivery services (technical support and content development) and managed infrastructure and support services for each of these software capabilities.",Not Awarded,"Acumen Consulting Ltd Signed Date : 9 March 2017 Term: 2 Years plus Renewals",20201117 New Zealand Transport Agency,17922049,Request for Proposals,Open Competition,2016-697 Art 16/28 Drivers??? response to warnings/information provided by in-vehicle applications/systems,2016-697,20160916,20161014,20170706,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the ART 16/28 ??? Drivers??? response to warnings/information provided by in-vehicle applications/systems contract opportunity. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 26 September 2016 Deadline for the Buyer to answer suppliers??? questions: 30 September 2016 Deadline for Proposals: 5.00pm 14 October 2016 Successful respondent notified by: November 2016 Unsuccessful Respondents notified of award of Contract: December 2016/January 2017 Respondents??? debriefs: week starting January 2017 Anticipated Contract start date: December 2016",Awarded,"Contract awarded to University of Waikato, 23 December 2016. Term of the contract and expiry : 9 months, 29 September 2017 Description of goods and services : Research to identify how drivers use and respond in-vehicle information system applications and warnings.",20201117 New Zealand Transport Agency,17925012,Request for Proposals,Open Competition,Total Mobility Card Production and Processing,2016-013,20160919,20161021,20170706,,Sole Agency,No,,"NZTTL is looking for card suppliers that are able to meet the production, stock holding and end user delivery requirements. They must have the capability, experience, infrastructure and appropriate systems and technology to receive secure data transfers and to then deliver low volume and high quality regionally branded Total Mobility cards within agreed service levels. These services will be required to be provided in accordance with a non-exclusive National Supply Agreement that will enable each participating regional council to order directly from, and be invoiced by, the supplier.",Awarded,"Contract awarded to Placard Pty Ltd, 15 December 2016 Term of the contract and expiry : 3 years, 14 December 2019 Description of goods and services: Card production and processing",20201117 New Zealand Transport Agency,18006595,Request for Proposals,Open Competition,2016-696 Art 16.04 Condition Assessment Process for Unsealed Roads,,20161007,20161104,20170706,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the ART 16/04: Condition assessment process for unsealed roads contract opportunity. Deadline for Questions from suppliers: 10.00am 18 October 2016 Deadline for the Buyer to answer suppliers??? questions: 21 October 2016 Deadline for Proposals: 5.00pm 4 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents??? debriefs: February 2017 Anticipated Contract start date: January/February 2017",Awarded,"Contract awarded to Auckland Uniservices Limited, 21 February 2017. Term of the contract and expiry : 13 months, 23 March 2018 Description of the goods and services : Research to develop an unsealed road condition assessment process that will be applied to a treatment selection algorithm to enable whole of life cost effective maintenance.",20201117 New Zealand Transport Agency,18035812,Request for Proposals,Open Competition,2016-725 Art 16.30 Identifying Freight performance and Contextual Indicators,,20161017,20161115,20170706,,Sole Agency,No,,"Steps in RFP process: Deadline for Questions from suppliers: 10.00am 27 October 2016 Deadline for the Buyer to answer suppliers??? questions: 31 October 2016 Deadline for Proposals: 5.00pm 15 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents??? debriefs: February 2017 Anticipated Contract start date: December/January 2017",Awarded,"Contract awarded to Ernst and Young Transaction Advisory Services Ltd, 9 March 2017 Term of the contract and expiry : 8 months, 31 October 2017 Description of goods and services: Research to identify freight indicators to assist with the planning, monitoring and evaluation of interventions.",20201117 New Zealand Transport Agency,18058799,Request for Proposals,Open Competition,2016-715 Art 16.21 - Network and Asset Management Benefits of Real Time Data,,20161021,20161123,20170706,,Sole Agency,No,,"Here is our timeline for this RFP. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 2 November 2016 Deadline for the Buyer to answer suppliers’ questions: 7 November 2016 Deadline for Proposals: 5.00pm 21 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents’ debriefs: February 2017 Anticipated Contract start date: December 2016/January 2017",Awarded,"Contract awarded to Abley Transportation Consultants, 2 February 2017 Term of the contract and expiry : 6 months, 21 July 2017 Description of goods and services : Research to identify the value of and risks associated with using real time data sources.",20201117 New Zealand Transport Agency,18070610,Request for Proposals,Open Competition,2016-736 Art 16.29 RFP - Factors Affecting Cycling Levels of Service,2016-736,20161026,20161123,20170706,,Sole Agency,No,,"Deadline for Questions from suppliers: 10.00am 3 November 2016 Deadline for the Buyer to answer suppliers’ questions: 8 November 2016 Deadline for Proposals: 5.00pm 23 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents’ debriefs: February 2017 Anticipated Contract start date: January/February 2017",Awarded,"Contract awarded to Opus International Consultants, 3 February 2017 Term of the contract and expiry : 10.5 months, 15 December 2017 Description of goods and services : Research to identify a tool for assessing the cycling level of service provided by a route or facility.",20201117 New Zealand Transport Agency,18083387,Request for Proposals,Open Competition,2016-737 Art 16.20 Technology-related transport skill requirements and availability,2016-737 Art 16.20,20161031,20161128,20170706,,Sole Agency,No,,"Here is our timeline for this RFP. Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 8 November 2016 Deadline for the Buyer to answer suppliers’ questions: 11 November 2016 Deadline for Proposals: 5.00pm 28 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents’ debriefs: February 2017 Anticipated Contract start date: January/February 2017",Awarded,"Contract awarded to Business and Economic Research Ltd, 1 March 2017 Term of the contract and expiry: 5 months, 31 August 2017 Description of goods and services : Research to identify the skills required for, and the availability of, the use of transport related technology.",20201117 New Zealand Transport Agency,18095265,Request for Proposals,Open Competition,2016-716 Art 16.27 Post impact care - the fifth pillar of road safety,2016-716,20161102,20161130,20170706,,Sole Agency,No,,"Steps in RFP process: Date: Deadline for Questions from suppliers: 10.00am 10 November 2016 Deadline for the Buyer to answer suppliers’ questions: 14 November 2016 Deadline for Proposals: 5:00pm 30 November 2016 Successful respondent notified by: December 2016 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents’ debriefs: week starting February 2017 Anticipated Contract start date: January/February 2017",Awarded,"Contract awarded to Opus International Consultants, 21 February 2017 Term of the contract and expiry : 9.5 months, 7 December 2017 Description of goods and services : Research to consider post impact care for road related trauma in the prevention od fatalities and/or increased severity of injury, with a focus on time and location of crashes.",20201117 New Zealand Transport Agency,18116613,Request for Proposals,Open Competition,2016-726 ART 16.19 Public Readiness for Connected and Autonomous Vehicles,,20161108,20161208,20170706,,Sole Agency,No,,"Steps in RFP process: Date: Deadline for Questions from suppliers: 10:00am 18 November 2016 Deadline for the Buyer to answer suppliers’ questions: 21 November 2016 Deadline for Proposals: 3:00pm 8 December 2016 Successful respondent notified by: December 2016/January 2017 Unsuccessful Respondents notified of award of Contract: February 2017 Respondents’ debriefs: February 2017 Anticipated Contract start date: January/February 2017",Awarded,"Contract awarded to University of Waikato, 31 March 2017 Term of the contract and expiry : 18 months, 5 October 2018 Description of goods and services: Research to gain an understanding of the public's readiness for autonomous and connected vehicles and ride sharing schemes",20201117 New Zealand Transport Agency,18204650,Request for Proposals,Open Competition,2016-723 Video Wall Replacement,,20161205,20170113,20170704,,Sole Agency,No,,"The NZ Transport Agency - Waka Kotahi (NZTA), is inviting submissions for the replacement of its Video Walls and Wall Displays located at Auckland Transport Operations Centre (ATOC) Smales Farm, North Shore, Auckland, New Zealand. Here is our timeline for this RFP. Steps in RFP process: Date: Issue RFP 05/12/2016 Deadline to register for Vendor pre-tender site visit to NZTA: 09/12/2016 Date of the Vendor pre-tender site visit to NZTA: 14/12/2016 Deadline for Questions from respondents: 10:00 19/12/2016 Last date for answers to questions: 22/12/2016 Deadline for Proposals: 17:00 13/01/2017 Shortlisted Vendors notified: 21/02/2017 Unsuccessful Respondents notified of award of Contract: 29/03/2017 Respondents debriefs: week starting 10/04/2017 Anticipated Contract start date: 29/03/2017",Awarded,"Contract awarded to Videopro NZ Limited 26 May 2017 Term of contract 3 years plus up to three (3) additional one (1) year renewal",20201117 New Zealand Transport Agency,18277194,Request for Proposals,Open Competition,Marlborough Parking Meters Cash Collection Request For Proposal,,20170110,20170220,20170410,,Sole Agency,No,,"The NZ Transport Agency (NZTA), is seeking a supplier or the collection of parking revenue on behalf of the Marlborough District Council. Marlborough District Council operates Duncan Kerbside Parking Meters and Metro Pay and Display off-street parking machines which generate revenue that the supplier is to collect and bank on behalf of the Council.",Awarded,,20201117 New Zealand Transport Agency,18474599,Request for Proposals,Open Competition,Registry system support and maintenance,,20170323,20170323,20170323,,Sole Agency,No,,,Not Awarded,Following an approved unsolicited bid the contract was awarded to Unisys New Zealand Limited.,20201117 New Zealand Transport Agency,18857643,Request for Proposals,Open Competition,Automated Fare Collection Panel,2017-043,20170723,20170828,20171127,,Sole Agency,No,,"The Automated Fare Collection (AFC) Panel aims to provide the Transport Agency and various regional councils with automated fares collection capability, specifically to investigate, specify and evaluate public transport integrated ticketing and automated fare collection technologies. The knowledge required is specialised and the Panel is set up so that providers can provide services in any or all of the following streams: ??? Strategic ??? Programme Development ??? Technical ??? Business Change ??? Infrastructure Design",Not Awarded,"The following companies form the open AFC Panel: - Alco Consulting - Azimuth Consulting - Ernst and Young - I-Assure - Ian Wallis - JYW - LEK - Leverage Group - Mainrobin - McLean Transit Consulting - MR Cagney - netBI - Nine Squared - On-Vision Group - Richard Leeder Consulting - Sequoia Smarts Solutions - Tenzing - Touch Projects",20201117 Northland District Health Board,16913099,Request for Proposals,Open Competition,"Design, Build, Own and Operate Integrated Health Care Facility (IHCF), Whangarei",,20151023,20151120,20190520,,On behalf of procurement agent,No,,"Raumanga Medical Centre together with Otaika Pharmacy, Manaia Primary Health Organisation (PHO), Northland District Health Board (NDHB), and NorthTec (the Consortium), invites proposals from suitably qualified proposers to design, build, own and operate an Integrated Health Care Facility (IHCF) in Whangarei. The Consortium is seeking proposals for construction of a two storey building on NorthTec???s Raumanga campus. The ground floor will be occupied by health providers, and the upper floor will comprise teaching spaces for NorthTec students.",Not Awarded,,20201117 Northland District Health Board,17953353,Request for Proposals,Open Competition,BOI Asbestos Removal and Demolition RFP for ECI,,20160926,20161005,20161013,,On behalf of procurement agent,No,,"This RFP for ECI is for the Asbestos removal and demolition package at BOI hospital. Proposals will be based on P+G+M criteria as per attached.",Awarded,,20201117 Northland District Health Board,18171784,Request for Proposals,Closed Competition,Bay of Islands Hospital Civil Works-NDHB,,20161129,20161220,20170110,,Sole Agency,No,,"The Northland District Health Board (NDHB) and Ngati Hine Health Trust (NHHT) are undertaking neighbouring projects to upgrade the Bay of Islands hospital site. The NDHB are going to undertake upgrade works to the main ward building and NHHT are proposing to build an Integrated Family Health Centre (IFHC). As part of the enabling works to prepare the site for both projects, there are significant civil works to be undertaken prior to mobilising the main contractor, and similarly civil works required once construction has been completed. The Scope will be split into two phases as per attached RFP SOW: Phase 1. Pre-construction civil Phase 2. Post construction civil",Awarded,,20201117 Northland District Health Board,19062325,Request for Proposals,Open Competition,Northland District Health Board - Building Engineering Services to inform the Whangarei Hospital Site Redevelopment Programme Business Case,,20170925,20171013,20180125,,Sole Agency,No,,"The Northland District Health Board invites proposals for the Building Engineering Services functions (including but not limited to Electrical, Fire Engineering & Protection, Hydraulic, Mechanical, Medical Gas, Nurse Call, ICT, Security, CCTV and Acoustics) to inform the Programme Business Case for the proposed Redevelopment Programme of the Whangarei Hospital and the three Single Stage Business Cases for the Enabling Work to address current pressures. The Programme Business Case will profile the major capital expenditure required for the redesign and redevelopment of the Whangarei Hospital Campus and consultant services are required for detailing a short list of up to 4 campus redevelopment options to Concept Design levels.",Not Awarded,Beca,20201117 Northland District Health Board,19062637,Request for Proposals,Open Competition,Northland District Health Board - Cost Estimating Services to inform the Whangarei Hospital Site Redevelopment Programme Business Case,,20170925,20171013,20180125,,Sole Agency,No,,The Northland District Health Board invites proposals for the Cost Estimating Services functions (including but not limited to feasibility and concept cost estimating and 20 year life cycle costing) to inform the Programme Business Case for the proposed Redevelopment Programme of the Whangarei Hospital and the three Single Stage Business Cases for the Enabling Work to address current pressures. The Programme Business Case will profile the major capital expenditure required for the redesign and redevelopment of the Whangarei Hospital Campus and consultant services are required for providing cost estimating and advisory services on a short list of up to 4 campus redevelopment options developed to Concept Design levels.,Not Awarded,RLB,20201117 Northland District Health Board,19062747,Request for Proposals,Open Competition,Northland District Health Board - Structural Engineering Services to inform the Whangarei Hospital Site Redevelopment Programme Business Case,,20170925,20171013,20180125,,Sole Agency,No,,"The Northland District Health Board invites proposals for the Building Engineering Services functions (including but not limited to Sub Structure, Superstructure, Secondary Structure and Seismic Resilience) to inform the Programme Business Case for the proposed Redevelopment Programme of the Whangarei Hospital and the three Single Stage Business Cases for the Enabling Work to address current pressures. The Programme Business Case will profile the major capital expenditure required for the redesign and redevelopment of the Whangarei Hospital Campus and consultant services are required for detailing a short list of up to 4 campus redevelopment options to Concept Design levels.",Not Awarded,Holmes Consulting,20201117 Northland Inc,17515657,Request for Proposals,Open Competition,Information Memorandum and Investment Transaction - Land-based facility for Yellowtail Kingfish,KF3,20160516,20160617,20170628,,Sole Agency,No,"Northland Inc, Level One, 93 Cameron St, Whangarei, New Zealand 0110. PO Box 1762, Whangarei 0110",Northland is ideally placed to develop a significant aquaculture industry that provides high value seafood products. Northland has existing competitive advantages through the Research and Development capacity and facilities at the NIWA Bream Bay facility when combined with the natural advantages of its coastal environment. One particular area of focus is yellowtail kingfish farming in Northland based upon the facilities at Bream Bay. The proposal is for credible independent expert advice to finalise the Information Memorandum and complete the financial transactions necessary to commercialise the 3000T production facility. The group believes that the hiring of independent expert advice will help achieve the following:,Not Awarded,,20201117 Northland Inc,17615857,Request for Proposals,Open Competition,Twin Coast Discovery Revitalisation Project - Interpretation and Marketing Phase 2016,TCDH2016,20160622,20160708,20170628,,Sole Agency,No,"PO Box 1762, Whangarei 0110","This Request for Proposal is for a further component of an integrated project which will revamp the existing Twin Coast Discovery Touring Route over a two-year period to mid-2017. This project aims to increase the economic contribution of tourism to Northland???s economy. It will do that by revitalising visitor experiences, attractions, marketing and other visitor services in Northland. The total project investment is estimated at just over $1.4 million (including partner leverage) over three financial years on a July to June basis. The project has the potential to leverage approximately $20 million additional visitor expenditure and potentially 250 FTEs spread around the region over the next five to seven years. This excludes the capital injection from potential new development projects and additional sources of external grant funding from outside the region. The activity which this RFP outlines and for which proposals are sought is the next stage of the work required is: 1. The work involved with managing the development of ???Byway??? routes (by 31 August 2016, all routes should be either planned and ready to operate, or a clear plan is finalised outlining the future work required for completion of each ???live??? Byway, and/or future Byways which may emerge). Note that liaison with applicant groups in conjunction with Northland Inc is an important part of this work. Indicative price range for this activity $15,000-$25,000. 2. The Interpretation and Marketing stage, including a detailed Marketing Plan. The proposal is also to include management of the sub-contracting required to produce the marketing and interpretative material required to complete the Marketing and Interpretation phase. Indicative price range for this activity is expected to be based on the recommended components of the marketing plan proposed by submitters and should be clearly identified in proposals, expected to be $125,000 - $175,000.",Not Awarded,,20201117 Northland Inc,18318415,Request for Proposals,Open Competition,Dargaville Retirement Village- Feasibility Study,DRV16,20170124,20170224,20170628,,Sole Agency,No,,"The newly formed Dargaville Community Development Board Inc, in conjunction with the Kaipara Grey Power Association Inc is seeking to investigate the possibility of developing a high end community based retirement village for Dargaville. Whilst the nature of the retirement village is yet to be determined, it is expected that it will yield both private and public benefits for the area. The business feasibility study needs to determine whether the proposed market is suitable for the development of a retirement village and what characteristics/services the development should offer. This can be determined through the use of demographic information and trends and undertaking an analysis on what is currently on offer in the region. It should also identify the economic and social impacts that the development would have on the local region.",Not Awarded,,20201117 Northland Polytechnic,17377457,Request for Proposals,Open Competition,Regional cleaning services contract,,20160411,20160429,20170623,,Sole Agency,No,"Privtate Bag 9019, Whangarei 0148, New Zealand","NorthTec is a leading provider of education services across campuses in Auckland and Northland. We strive to provide environments of excellence for learning. To assist us to achieve this we require the services of a cleaning provider who offers excellence in service and outcomes for its customers. NorthTec customers are its students and we require the services of a cleaning provider who will understand how important our students are and who will go the extra mile to ensure our students have a clean, safe environment to learn in. Within this request you will find schedules for all of our campuses. The schedules provide you with the minimum service standards required. We welcome respondents to provide back to us as part of your proposal innovations that may improve, enhance services and / or provide cost savings whilst not adversely affecting cleaning outcomes. The proposal will need to include cost of service based on schedules provided and a breakdown of cost of refill products.",Awarded,,20201117 Northland Regional Council,9645818,Request for Proposals,Open Competition,Whangatane Spillway Weir Modification,Contract 15/02,20150306,20150326,20170622,,Sole Agency,No,"Mailroom, Northland Regional Council, 36 Water Street, Whangarei","The Northland Regional Council (NRC) has completed preliminary design for modification of the Whangatane Spillway weir, which is part of the Awanui flood scheme providing flood protection to parts of urban and rural Kaitaia, Northland. The proposal is to replace the broad-crested Whangatane Spillway weir with a split level weir that allows floodwaters to enter the spillway earlier, as river level rises, and also prolongs the duration of spillway flow at the tail end of a flood event. This RFP seeks the services of a consultant to deliver the following: ??? Detailed design ??? Construction specification ??? Construction tender and contract documents The timetable may be varied at the discretion of the NRC. Respondents that are able to undertake the services in a timeframe shorter than that indicated above are encouraged to demonstrate this in their RFP.",Awarded,,20201117 Northland Regional Council,10199737,Request for Tenders,Open Competition,Kerikeri River Flood Scheme Works,Contract 15/05,20150323,20150409,20170622,,Sole Agency,No,"Mailroom, Northland Regional Council, 36 Water Street, Whangarei","The Northland Regional Council (NRC) has completed the design for a high level spillway approximately 330 meters downstream of the SH-10 Bridge over the Kerikeri River and localised stopbanking along the left bank of the Kerikeri River. The primary purpose is to provide flood protection to the left bank of the Kerikeri River, from the spillway intake to the Rainbow Falls. The proposal will also reduce flood overflow to the Waipapa Stream, and reduce flood risk along that stream, in particular at Waipapa Landing. This request for tender (RFT) details the requirements set out by the NRC for the selection of a consultant to deliver the construction drawings, construction specification, method specification, tender and contract documents as well as works supervision and engineer to the Contract for the Kerikeri River Flood Scheme.",Not Awarded,Hawthorne Geddes Engineers & Architects Ltd has been selected as the preferred tender to provide professional services for Kerikeri River Flood Scheme.,20201117 Northland Regional Council,12009437,Request for Tenders,Open Competition,Kotuku Dam Landscape Planting - NRC Tender 15/06,NRC Tender 15/06,20150515,20150618,20170622,,Sole Agency,No,"The Chief Executive Officer, Northland Regional Council, 36 Water Street, Whangarei",,Not Awarded,Rural Design has been selected for the Landscaping Planting Tender for the Kotuku Street Detention Dam.,20201117 Northland Regional Council,15854023,Request for Tenders,Open Competition,"Wairoa River Spillway Construction, Cobham Rd, Kerikeri",Contract 15/09,20150831,20150921,20170622,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei",,Awarded,,20201117 Northland Regional Council,16736446,Request for Tenders,Open Competition,Kaihu River Maintenance Work 2015-2016,Contract No 15/10,20150916,20151023,20170622,,Sole Agency,No,"Mailroom, Northland Regional Council, 36 Water Street, Whangarei 0110",,Not Awarded,"The tender is awarded to LBM SERVICES. In making its decision, the Northland Regional Council awarded the contract based on Relevant Experience, Track Record, Technical Skills, Management Skills, Methodology, Scheduling and Price.",20201117 Northland Regional Council,16840604,Request for Tenders,Open Competition,Kaihu River Tree Removal 2015-2016,Contract 15/11,20150929,20151022,20170622,,Sole Agency,No,"Northland Regional Council, Whangarei Office, 36 Water Street, Whangarei OR Dargaville Office, 61B Victoria Street, Dargaville 0310.",,Not Awarded,"The tender is awarded to TREE WISE NORTHLAND LTD. In making its decision, the Northland Regional Council awarded the contract based on Relevant Experience, Track Record, Technical Skills, Management Skills, Methodology, Scheduling and Price.",20201117 Northland Regional Council,16865341,Request for Tenders,Open Competition,Awanui River Maintenance Work 2015-2016,Contract 15/12,20151007,20151021,20170622,,Sole Agency,No,"Northland Regional Council 36 Water Street, Whangarei or 192 Commerce Street, Kaitaia","Awanui River Maintenance Work during 2015 - 2016 This is a contract for long-reach digger work working in the lower reaches of the Awanui River. Due to the difficult nature of the river bank soils, particularly in the lower reaches of the Awanui River, it is imperative that the operator of the excavator has extensive experience working with river rigs in areas with soft mud-slip prone stream banks similar to those of the Awanui River. The work includes removal of trees, weeds, sediment and silt build-up from the Awanui River Flood Scheme. Some stopbank maintenance work including benching and setting back of stopbanks",Awarded,,20201117 Northland Regional Council,17853591,Request for Tenders,Open Competition,Kaihu River Maintenance Work 2016-2017,Contract 16/05,20160901,20160929,20170622,,Sole Agency,No,"Northland Regional Council, Private Bag 9021, Whangarei",,Not Awarded,"The tender is awarded to LBM SERVICES. In making its decision, the Northland Regional Council awarded the contract based on Relevant Experience, Track Record, Technical Skills, Management Skills, Methodology, Scheduling and Price.",20201117 Northland Regional Council,17864663,Request for Proposals,Open Competition,Request for Proposal Scoping of irrigation scheme options in Northland,16-Oct,20160902,20160930,20170622,,Sole Agency,No,N/A,"NRC wishes to purchase a study that will scope-up a small number of potential irrigation scheme options in selected areas of the Northland region. This study will follow on from the Northland Strategic Irrigation Infrastructure Study that was completed in early 2016 and is publically available on the NRC website (www.nrc.govt.nz/economicdevelopment). The first study provided a high level regional scale overview of the potential for irrigation development in Northland (i.e. what could it be). Two areas were identified as worthy of further investigation in the first instance: a Mid North cluster (containing the Kaikohe, Kerikeri and Waimate North command areas) and a Kaipara cluster (containing North Kaipara and Ruawai). This second phase project will consider in greater detail and depth the potential for irrigation demand and supply opportunities in these areas (i.e. what should it be) to ensure all problems are identified, alternative solutions appraised and possible potential scheme options identified. Maps of these five command areas as identified in the first study are provided in Appendix 1. The boundaries of the command areas and the intake/location reservoir sites are only approximate and are to be used as a starting point for this study. It is intended that the potential options identified in this second study will be taken into a prefeasibility investigation phase that will confirm the demand potential, technical feasibility, environmental sustainability and refine cost estimates for the options to identify a single preferred scheme option to take into the feasibility phase.",Not Awarded,This tender was awarded to Opus International Consultants Ltd.,20201117 Northland Regional Council,17871461,Request for Tenders,Open Competition,Awanui River Maintenance Work 2016-2017,Contract 16/07,20160905,20160929,20170622,,Sole Agency,No,"Mailroom, Northland Regional Council, Private Bag 9021, Whangarei OR Kaitaia Office, 192 Commerce Street, Kaitaia 0410",,Not Awarded,"The tender has been awarded to KATAIA CONTRACTOR LTD. In making its decision, the Northland Regional Council awarded the contract based on Relevant Experience, Track Record, Technical Skills, Management Skills, Methodology, Scheduling and Price.",20201117 Northland Regional Council,18030517,Request for Tenders,Open Competition,Supply and delivery of Compact Utility Tractor and Maintenance Equipment,NRC Tender 16/14,20161021,20161118,20161124,,Sole Agency,No,"Northland Regional Council 36 Water Street, Whang??rei 0110","The Northland Regional Council (NRC) invites tenders for the supply and delivery of a new 4WD Compact Utility Tractor and specified maintenance equipment to undertake nursery maintenance tasks at its poplar and willow nursery. The purpose of this Request for Tender (RFT) is to select a supplier to provide the goods based on an evaluation of proposals from relevant suppliers As a part of the tractor package NRC requires the following components New 4WD Compact Utility Tractor 50-60 Engine HP range (fitted with ag tyres) - NRC invites suppliers to submit prices for both manual and hydrostatic transmission options Loader fitted (with bucket) Fixed pallet forks PTO driven rotary mower or mower/mulcher Canopy (fitted) Our main requirement will be the regular mowing of 3.0m wide grassed rows and access ways. There will also be the occasional lifting and loading tasks hence the requirement for a loader/bucket and pallet forks. A suitable canopy to cover the driver is also required. The successful suppliers will supply the vehicle fully assembled, pre-delivery inspected and ready for use to our site at Flyger Road, Mata. Upon delivery, product familiarisation is to be provided on how to safely operate and maintain supplied vehicle and equipment. If you wish to submit a proposal, please complete the Response Template supplied and send with any supporting documentation to NRC by 4.00pm 18 November 2016. Late submissions will not be considered. The time table for delivery of the tractor and specified equipment is to be nominated by respondents. However, NRC would prefer to receive good no later than 16 December 2016.",Not Awarded,"The winning tender for NRC Tender 16/14 Supply and Delivery of a compact utility Tractor and Maintenance Equipment is Norwood Farm Machinery - Kubota with a value of goods supplied totalling of $42,069.20 (excl GST)",20201117 Northland Regional Council,18101082,Request for Tenders,Open Competition,Northland Regional Council cleaning services,16-Nov,20161103,20161202,20170630,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei","The Northland Regional Council is seeking prices for the commercial cleaning of the Council’s premises at 36 Water Street, Whangarei. The building incorporates reception areas, open plan offices, meeting rooms; council chambers, committee room, meeting rooms, a training area, storage areas, stairways, toilets, and a small laboratory. The areas to be cleaned are spread over three floors. The total area to be cleaned is approximately 3300 m2. A breakdown of the proposed cleaning tasks is outlined in the draft contract.",Awarded,The contract period is 1 February 2017 to 31 January 2020.,20201117 Northland Regional Council,18123161,Request for Tenders,Open Competition,"Site preparation, supply and build of an agricultural storage shed",NRC Tender 16/15,20161110,20161209,20170622,,Sole Agency,No,"Northland Regional Council 36 Water Street, Whang??rei 0110","The Northland Regional Council (NRC) are seeking a supplier with the ability to supply and deliver a kit set agricultural storage shed (meeting the below storage requirements and specifications) with the capability to prepare the site, lay the foundations and importantly construct the shed. Council invites quotes based on a fixed priced fee. The purpose of this Request for Tender (RFT) is to select a supplier to provide the goods and services based on an evaluation of proposals from relevant suppliers NRC requires the following specifications/requirements and would like prices submitted for two size options Option 1 Building size to be 6.00 L x 6.00 D x 3.0 H 2 lockable Zincalume roller doors (2.600 H X 2.400 W) Option 2 Building size to be 9.00 L x 7.50 D x 3.0-3.60 H 2 lockable Zincalume roller doors (3.200 x 2.400) For each of the options the following common elements are to include; High wind steel construction type (preferable colour grey friars) Clear span steel frame Zincalume roof cladding Building paper in the roof Vermin flashing Clear light roofing panels for adequate lighting Engineering plans and drawings for permit application Building consent application and obtain code of compliance certificate from Territorial Authority 1 lockable personal entry door (2.0m H 0.8m W) Necessary spouting and down pipes Other requirements Site preparation for foundations Raised foundation with a minimum floor level of 5.5 RL (One Tree Point Datum). The ground level for shed site is 5.1m, flood level is 5.23 Concrete floor Suitable entrance ramp at roller door entries Our main requirement of this storage shed will be to securely house a compact utility tractor plus mowing and maintenance equipment. The 3.0-3.6m wall height is to afford good clearance for the tractor (2.430M H X 1.770M W). The successful suppliers will prepare and level the site; construct the foundations, supply and construct the kit set storage shed, at our site at Flyger Road, Mata. NRC would also like the supplier to obtain the necessary building consents and cod of compliance certification.",Not Awarded,"NRC Tender 16/15 Site preparation, supply and build of an agricultural storage shed closed 4pm Friday 9 December 2016. Tenders were opened 9.10am Monday 12 December 2016 in the presence of Council Secretary, Chairman Bill Shepherd and Wayne Teal. Two tender documents were received these were from ??? Barfoote Construction ltd ??? Totalspan Northland (Gunnadoo Ltd Group) Tenders were evaluated by Wayne Teal, Nursery expansion project manager. Totalspan Northland was the successful tender with Option 2: 9 x 7.5 x 3.0m being the preferred option totalling $29.380.27 ex GST ($33.719.00 inclusive GST) (including the cost of building consent fee).",20201117 Northland Regional Council,18141727,Request for Tenders,Open Competition,Kaeo Flood Scheme Maintenance 2016-2017,Contract 16/12,20161115,20161215,20170622,,Sole Agency,No,"Mail Room, Northland Regional Council, 36 Water Street, Whangarei, 0110","The works are located within the Kaeo River and Floodplain adjacent to the Kaeo Township. Refer to the Locality map and Design Plans prepared by Haigh Workman Ltd contained in the appendices. The scope of works now sought by NRC is the maintenance of the Kaeo Stage 1 works which items are included in this RFT to restore the Kaeo Main Stopbank to its original design particularly the design crest level. This RFT also includes maintenance of the flood bypass spillway, and removal of an earth bund located at its intake. The work is to be undertaken by members of the contractor’s staff with suitable experience in the construction of stopbanks, bulk earthworks, erosion and sediment control.",Awarded,,20201117 Northland Regional Council,18431391,Request for Tenders,Open Competition,"Request to Market and Sell 8 Kensington Avenue, Whangarei (Former Countdown Building)",NRC 17/03,20170303,20170317,20170622,,Sole Agency,No,NRC Building 36 Water Street Whangarei 0110,"The Northland Regional Council (Council) has decided to sell 8 Kensington Avenue, Whangarei. In 2016, Whangarei District Council acquired 280 sqm of 8 Kensington Avenue (the land required for intersection improvements) and the reconstruction of the adjacent carriageway is now complete. Two recent valuations of the remaining 9,680 sqm property recommended a market value of $5,115,000 plus GST (if any) and $5,000,000 plus GST (if any) respectively. The Council would like to invite you to present a proposal to market and sell the above property. Further property details and information is available - see attachments. Your proposal should set out: 1. Indicative sale price you expect to achieve; 2. Proposed marketing plan, period and cost; 3. Recommended sale method, including the reasons you are recommending this approach; 4. Your proposed commission. Council would prefer a flat % across the absolute sale figure. Council may look to appoint up to two Agencies and would accept proposals from agents who wish to be jointly appointed. It would be useful to provide comment on your willingness to be appointed in conjunction with another Agency. All proposals should be delivered to Council by 4pm, 17 March 2017. Proposals will be accepted through GETS, by email (mailroom@nrc.govt.nz) or posted to (Private Bag 9021, Whangarei Mail Centre, Whangarei, 0148). Alternatively proposals may be delivered to a Tenders Box at our 36 Water Street, Whangarei Office. Council will look to appoint the successful agent/s by no later than 31 March 2017. If you have any questions please contact either Phil Heatley at philh@nrc.govt.nz or Maxine Bailey, Property Officer at maxineb@nrc.govt.nz or 0800 002 004.",Not Awarded,Appointment of agency on hold,20201117 Northland Regional Council,18627149,Request for Tenders,Open Competition,"Northland Regional Council build of storage facility - 26 Union East Street, Whangarei",NRC Tender 17/01,20170504,20170531,20170804,,Sole Agency,No,"Reception, Tender Box Northland Regional Council Office, 36 Water Street, Whangarei","NRC are seeking tenders for the construction of a purpose storage facility for maritime, oil spill, monitoring, civil defence and othe operational equipment. The works will include the construction of a new 40m by 10m store building and minor renovations of an existing store facility. The attached Invitation to Tender contains a complete design for the building including drawings, a flood report and a fire design. This can be used for consenting and construction purposes. Alternatively, tenderers may submit a price based on their own design provided it complies with the site layout, building areas and arrangement. Both steel frame and timber frame options are of interest to NRC. The successful tenderer will be responsible for consent administration from application through to obtaining Code of Compliance certification. Tenders close 4pm, Wednesday 31 May, 2017. Late tenders will not be accepted.",Awarded,"Four tender documents were received, one of which provided two construction options with respective pricing. There was a considerable difference between the highest and lowest bid, $479,845 and $418,142 adjusted like for like respectively. Of the tenders received, ARCO Group Limited provided the most cost-competitive pricing while meeting design and construction requirements.",20201117 Northland Regional Council,18777166,Request for Tenders,Open Competition,Waipu and Paparoa Flood Modelling Study,Contract 17/04,20170626,20170810,20170911,,All of Government,No,"Northland Regional Council, 36 Water Street, Whangarei 0110","Northland Regional Council (NRC) requires hydrological and hydraulic flood modelling studies to be carried out on the Waipu and Paparoa river catchments. As such, we would like suitable suppliers to consider this request for tenders. The primary objective of the studies is to develop flood maps for both river catchments which provide the information necessary to inform: ??? strategic and site specific development decisions, ensuring that development is safe and sustainable from a flood risk perspective ??? the development of flood risk management schemes ??? communities and businesses of their flood risk, so that they can become more resilient to flooding. The modelling studies will include: ??? review and quality assessment of existing data ??? assessment of catchment hydrology ??? development of rainfall-runoff models for current and future design rainfall events, as defined by NRC ??? production of a 1D/2D coupled hydraulic model, for the river network extent defined by NRC ??? determination of the sensitivity of model outputs against variations in key model parameters ??? calibration and validation to ensure models are robust ??? analysis of design flows and water levels across the specified current and future design rainfall events ??? the production of flood maps suitable for land use planning, and other deliverables.",Awarded,"We received tenders from eight suppliers in total, which we assessed using a lowest price conforming method. All eight tenders conformed with our specification so the decision came down to price, with Ewaters winning the contract. The table below shows some information on the prices we received. Measure Price (GST exclusive) Lowest price $101,940 Highest price $304,000 Mean average tender price $151,808 Median average tender price $138,369",20201117 Northland Regional Council,18813437,Request for Tenders,Open Competition,Northland marine biosecurity vessel hull surveillance 2017/2018,17-May,20170707,20170811,20170908,,Sole Agency,No,"The Mailroom, Private Bag 9021, Whangarei Mail Centre, Whangarei 0148",This request for proposal details the requirements set out by the Northland Regional Council for the selection of a consultant to work with the NRC to provide professional services to deliver a hull biofouling and marine pest compliance dive survey throughout the region for 2000 recreational and small commercial vessels.,Awarded,"We received tenders from nine suppliers in total, which we assessed using a scoring method based on survey methodology, price, experience and track record, technical skills, and management skills. Of the nine tenders received five were considered to have provided sufficient information and evidence of past dive survey work to be considered competent and able to carry out the requirements of the tender, with Marine Environmental Field Services winning the contract. Four tenders had significant survey methodology based on remote operate vehicle (ROV) technology. However, after careful consideration we decided that at this point in time ROV technology (in relation to this tender) presents significant risk to the surveillance programme in terms of the lack of evidence provided as to how this technology can operate efficiently and effectively for the duration of the tender. The attributes separating the five remaining occupational diving based tenders were price (with a heavy score weighting), technical skills, and time management and organization (a component of management skills).",20201117 Northland Regional Council,18949807,Request for Tenders,Open Competition,Awanui River Maintenance Work 2017-2018,Contract Number 17/06,20170822,20170929,20171030,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei or 192 Commerce Street, Kaitaia","The aim of this Contract is to provide for the efficient operation of the Awanui flood management scheme. The Contractor is charged with maintaining the flood management schemes to provide an uninterrupted service to rate-payers, and a speedy response to any faults that may develop. This will necessitate preventative works as well as reactive type works. This Contract includes details of the level of service that is required. The Contractor shall be paid the agreed schedule rates in return for achieving the required level of service.",Not Awarded,"It is recommended that Kaitaia Contractors Limited tender price of $276,100 is accepted and the contract is formalised by 12th of October 2017, so preparation for works can commence immediately.",20201117 Northland Regional Council,19371810,Request for Tenders,Open Competition,Hydrometric Station Upgrades 2018 Contract 18/01,Contract 18/01,20180116,20180215,20180327,,Sole Agency,No,"Northland Regional Council, Private Bag 9021, Whangarei","Northland Regional Council (NRC) requires structural engineering upgrade works at five hydrometric recording stations (recording water level in rivers). The upgrades are intended to improve safety for staff who carry out routine work and maintenance. Upgrade works typically include repairing walkway structures, installing handrailing around steps and walkways, removing hazardous structures, installing gates and barriers. All the programmed work is expected to be carried out during the period of (1 March 2018 ??? 1 June 2018).",Not Awarded,"Please note that, for various reasons, all tenders for this project have been rejected. This decision was reached by the Northland Regional Councils tender committee on 20 March 2018. In making its decision, the Northland Regional Council (NRC) evaluated all tenders based on Relevant Experience, Track Record, Technical Skills, Appropriate Resources, Management Skills and Methodology. NRC would like to enter into direct negotiation with the most conforming tender to meet the essential requirements within NRC budget threshold.",20201117 Northland Regional Council,19417547,Request for Proposals,Open Competition,Demand assessment for new irrigation schemes in Northland,18-Feb,20180201,20180226,20180529,,Sole Agency,No,,"The Northland Regional Council (NRC) requires analytical, business development, facilitation and stakeholder consultation services to undertake an assessment of the demand that the private sector has for the development of potential irrigation schemes in the mid-north of Northland. The purpose of this Request for Proposal (RFP) is to select a supplier to provide the services based on an evaluation of proposals from relevant suppliers. Following the completion of two studies on Northland irrigation opportunities NRC and the Crown now wish to determine what private sector demand and support there is for new irrigation infrastructure in Northland. This initial Phase 3 project (the subject of this RFP) is to determine the level of the execution potential of the most viable options identified in the first two studies and the willingness of the private sector to participate in developing one or more of them, prior to committing further public money to pre-feasibility work (which would be a future expanded Phase 3). The ???private sector??? includes land owners (whether private individuals or multiple ownership models), companies that might purchase outputs produced because of new irrigation scheme development, hapu/iwi organisations, and high net worth individuals or institutional investors. The services of a Business Development Manager (BDM) are necessary to illustrate the commercial horticulture opportunities to landowners and horticulture industry investors, before then seeking funding from these interests to help develop the irrigation opportunity. It is very likely that the BDM will need to pursue Joint Venture (JV) arrangements between land owners and investors from, for example, the citrus, kiwifruit, avocado, tamarillo and/or berry industries. It is estimated that approximately $250 per irrigable hectare will be needed from horticulture investors and/or landowners to justify proceeding with pre-feasibility work. The total cost of the prefeasibility phase work is estimated to be in the order of $2 million. Approximately $500,000 of support is being sought from the private sector, with the remainder of funding anticipated to come from NRC and the Crown.",Not Awarded,This tender was cancelled because of a change in central government funding arrangements.,20201117 Northland Regional Council,19558388,Request for Tenders,Open Competition,Chemistry and Bacteriological Analysis Services,18-Apr,20180320,20180518,20180618,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei",Tenders for the supply of chemistry and bacteriological analysis services.,Awarded,,20201117 Northland Regional Council,19594411,Request for Tenders,Open Competition,Annual Farm Dairy Effluent Monitoring,18-Mar,20180404,20180502,20180514,,Sole Agency,No,,Annual monitoring of farm dairy effluent treatment and disposal systems in the Northland region.,Awarded,,20201117 Northland Regional Council,19935619,Request for Tenders,Open Competition,Awanui River Maintenance Work 2018-2019,Contract 18/05,20180720,20180824,20180924,,Sole Agency,No,"Mailroom, Northland Regional Council, Private Bag 9021, Whangarei or Kaitaia Office, 192 Commerce Street, Kaitaia 0410",,Not Awarded,"The winning tender is Kaitaia Contractors Limited submitted into the council's tender box. In making its decision, the Northland Regional Council awarded the contract based on Relevant Experience, Track Record, Technical Skills, Management Skills, Methodology, Scheduling and Price.",20201117 Northland Regional Council,19957898,Request for Tenders,Open Competition,Kaihu River Maintenance Work 2018-2019,Contract 18/06,20180727,20180831,20181001,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei","The works are located within the Kaihu River between the Kaihu and Dargaville townships. Individual sites are identified in the maps contained in the appendices. In general the works comprise the clearing of waterways, removal of vegetation, trees and accumulated sediment, stabilizing of existing slumps, cutting back bends in the river and erosion control. This work is to be undertaken using a long reach hydraulic excavator and operator as specified in causes 4.1 and 4.2 or equivalent.",Not Awarded,"Huband Contractors Limited tender is the lower price, they have a proven track record and represent best value for money. Tenders were evaluated in accordance with the Weighted Attribute Method. Non-price attributes were graded on a points basis and price attributes were graded according to Grade = 50 ??? 100x (Tender Price/ Estimate).",20201117 Northland Regional Council,20167851,Request for Tenders,Open Competition,NRC18/08 Poplar Nursery Irrigation Expansion,NRC 18/08,20180918,20181005,20181031,,Sole Agency,No,"NRC Head Office 36 Water Street Whangarei, 0110 Please ask at reception","The Northland Regional Council (NRC) invites tenders for the supply and delivery of goods and services relating to expansion of an irrigation system at its poplar and willow nursery based at Mata south of Whangarei. The Council is looking to how best expand with current infrastructure to meet future demand from continued phased or staged expansion. The purpose of this Request for Tender (RFT) is to select a supplier to provide goods and services based on an evaluation of proposals from relevant professionals. Presently the Council is undertaking a multi-year nursery expansion with plans to triple pole production by 2020. Recent expansions have increased the planted nursery area with further expansion planned in the coming years. These resulting expansions now require council to expand its irrigation system so that immediate irrigation requirements are met whilst having the capacity to control and alternate what blocks are watered depending on growth cycle and as the need arises. The Northland Regional Council is open to recommendations on how we best achieve our irrigation needs whilst we increase the size and production capacity. However, this RFT requires the following criteria from the expansion and upgrade 1) An assessment of the current systems to ascertain if they are suitable and can cope with new areas and future expansion plans (24hr watering over a greater area) 2) Connection of newly planted blocks into existing infrastructure - delivering water to new blocks 7 and 8 (2.34 Ha), to each row and stem 3) Continued irrigation of existing blocks 4 / 5 / and 6 4) Additional water storage to meet the needs of 24hr watering for each to cover the above-mentioned areas. 5) Practical and cost efficient installation of a water delivery solution to the trees by way of a network or drippers, emitters or similar 6) Provide initial training product familiarisation and running manual/guide in the operation and use of newly designed system. The successful supplier will supply the expertise, goods and services and installation of any required materials tested and ready for use by the nominated date",Not Awarded,"Tender 18/08 Poplar Nursery Irrigation System Expansion awarded to Think Water Northland for the sum of $43,048.56",20201117 Northland Regional Council,20825502,Request for Tenders,Open Competition,Woods Road Demolition Work,19-Mar,20190313,20190403,20190626,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei, 0110","This contract covers the demolition of a derelict building on the southern side of the Raumanga Stream adjacent to Woods Road, Whangarei situated on Lot 1 DP 22188. The Contract Works include (but are not limited to) the supply of all labour, plant, materials and equipment for the demolition / completion of the works described in the drawings, specification and enclosed schedule, described in brief below: (i) Customer Service and management, establishment and compliance with all health and safety requirements of this document; (ii) Demolition of derelict building and removal of site debris nominated in the pricing drawings and enclosed schedule; (iii) Other works as specified.",Awarded,"Contract 19/03 has been signed by the contractors and Joe Camuso. The demolition work is scheduled to be undertaken over the weekend. ??? Contract description: Tenders 19/03 ??? Supplier: Barfoote Construction ??? Contract Start Date: 10th June 2019 ??? Contract end date: 30th August 2019 ??? Contract value (excl GST): $19,263.07 excluding GST ??? 19/03 Woods Road Demolition Works: This contract covers the demolition of a derelict building on the southern side of the Raumanga Stream adjacent to Woods Road, Whangarei, situated on Lot 1 DP 22188.",20201117 Northland Regional Council,20853904,Request for Tenders,Open Competition,"Poplar and Willow Harvest, Process and Planting",NRCT 19/05,20190319,20190412,20190514,,Sole Agency,No,"Northland Regional Council 36 Water Street, Whangarei 0110","The Northland Regional Council (NRC) invites tenders for the harvest and processing of poplar and willow plant material for supply and the harvest of suitable nursery planting stock to be planted at Its poplar and willow nursery, Flyger Road Mata. The harvest and processing of poplar and willow plant materials are to be undertaken on site to provide the NRC clients with viable poplar and willow poles for its Soil Conservation Programmes. The Council also requires planting of suitable nursery planting stock in its expansion blocks, which involves the harvest and collection of suitably sized poplar and willow plant material for this year???s expansion blocks totalling approximately 4 hectares.",Not Awarded,"Tender Awarded to Enviro360 Ltd for the sum of $49,800.",20201117 NZTA Highways and Network Operations,2168461,Request for Tenders,Open Competition,Three Brothers Corner Stock Effluent Transfer Station,NZTA 637T,20140804,20140909,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,Yes,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for highway construction of a stock effluent transfer station including reinforce concrete receptor, underground storage tank, electrical and telemetry equipment, sealed pavement, landscaping and other minor works. The estimated cost of the works is approximately $600k. Contract period is fifteen weeks (15). In accordance with the Transport Agency's Pre-qualification for Physical Works, this contract has been classified as ""Construction - Level 4C"". Tenderer's are reminded that only those qualified to Construction Level 4C are eligible to submit a tender. Tender documents may be obtained from Monday 4th August 2014 on a cd to those contractors who register their interest with: Andrew Ferguson Opus International Consultants Private Bag 36 Morrison Square, Level 1 77 Selwyn Place NELSON 7042 Email: Andrew.ferguson@opus.co.nz Tenders Close Tuesday 9th September 2014 at 4:00pm TENDERS BOX NZ Transport Agency Level 9, The Cooperative Bank Building 20 Ballance Street Lambton Quay WELLINGTON 6011 Tender Enquires to: Andrew Ferguson Opus International Consultants Private Bag 36 Morrison Square, Level 1 77 Selwyn Place NELSON 7042 Email: Andrew.ferguson@opus.co.nz",Not Awarded,"Fulton Hogan Ltd $508,815.25",20201117 NZTA Highways and Network Operations,3209409,Request for Tenders,Open Competition,Southland Pavement Rehabilitations 2014/2015,PW S82/24,20140811,20140916,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,Yes,,"This contract is for 1.2km of pavement rehabilitation on three sections of Southland State highways. In accordance with the prequalification for Physical Works, this contract has been classified as Construction - Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to 'Construction - Level A, B or C (4A, 4B or 4C)' are eligible to submit a tender. Tender Documents are available from: Opus International Consultants Ltd 65 Arena Avenue PO Box 647 Invercargill Telephone (03) 211 3580 Email: callum.feely@opus.co.nz Please note NO TENDERS ARE TO BE SUBMITTED ELECTRONICALLY",Not Awarded,"$398,805.95 SouthRoads Ltd",20201117 NZTA Highways and Network Operations,3294796,Request for Tenders,Open Competition,MN3927 Northland Network Outcomes Contract,MN3927,20140825,20140916,20190625,NZ Transport Agency - Highways and Network Operations,Cluster,No,"Tenders Secretary, NZ Transport Agency, Level 11, No.1 Queen Street, AUCKLAND","Request for Tender (RFT) is invited from suitably experienced and resourced applicants interested in being short-listed as prospective tenders for the above contract. The NZ Transport Agency plan to invite tender's for a 7 + 2 year contract is for the maintenance, management and delivery of services for 891.5km of State highway within the Contract Area network. The contract form will be the Network Outcomes Contract framework. All works including operations and maintenance, emergency works (capped), customer interaction, network management, asset management and renewals will be Lump Sum Performance based. The Contractor shall take full responsibility for programming, design and construction of all renewals needed to comply with the Contract Performance Measure requirements, within the tendered Lump Sum, for the duration of the contract. Accordingly the Contractor will need Asset Management skills over the above the expertise needed for a standard Network Contract, and the attributes in the SIA will be expanded to reflect this requirement. The Transport Agency have a strong focus on health and safety and applicant's will need to be clear in their submission re their current and future commitments to ensuring a safe working environment for their staff, sub-contractors and the network customers. In accordance with the Prequalification for Physical Works (available from https://www.nzta.govt.nz), the following rules shall apply: Rule 1: The primary supplier or joint venture partner(s) who is not a subcontractor), shall be qualified to at least one level A over any four categories. Rule 2: At least one supplier, being either the primary supplier, joint venture partner, shall be qualified to at least one level A over any four categories. Please note: We will not be accepting Electronic Tender's for this Contract.",Not Awarded,"30 April 2018 Downer NZ Ltd Private Bag 93325 Otahuhu AUCKLAND 2022 ATTN: Stephen Delaney $13,255,276.52",20201117 NZTA Highways and Network Operations,3432123,Request for Tenders,Open Competition,Region 12 West Coast State Highway Resurfacing 2014-2015,NZTA63119,20140825,20140923,20150126,NZ Transport Agency - Highways and Network Operations,Sole Agency,Yes,,"Tenders are invited for the West Coast State Highway Resurfacing Contract. The contract includes chip sealing, thin asphaltic surfacing and high friction surfacing. This tender will be evaluated using the Price Quality Method (PQM Simple) Only tenderers that are prequalified to classification level 2B under the NZTA Prequalification for Physical Works may submit a tender. Contract Documents are available from Opus International Consultants, 23 High Street, Greymouth from Monday 25 August 2014 Tenders close at 4pm on Tuesday 23 September 2014 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. ??? Opus International Consultants Ltd, 23 High Street, Greymouth PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,3699060,Request for Tenders,Open Competition,Dunedin One-Way System Separated Cycle Lanes,PS O/211,20140825,20140916,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the indicative business case of a separated cycle lane option for cyclists on the State highway 1, one-way system, through the central city area of Dunedin. Tender documents will be available from 12 noon on Monday 25 August 2014 from: The Tenders Secretary New Zealand Transport Agency Level 1, AA Centre 450 Moray Place PO Box 5245 Moray Place Dunedin 9058 Telephone: (03) 955 2922 Email: beverley.findlater@nzta.govt.nz (communications must be clearly labelled 'PS O/211 Dunedin One-Way System Separated Cycle Lanes'. Communications not so addressed may be delayed and/or not actioned) Please note NO TENDERS ARE TO BE SUBMITTED ELECTRONICALLY",Not Awarded,"$490,000.00 MWH New Zealand Ltd",20201117 NZTA Highways and Network Operations,3931280,Request for Tenders,Open Competition,"1161/W6 - Safety Improvements 2014/15, Hawke's Bay",1161/W6,20140830,20140930,20150710,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1C (Routine and Minor Works-Level C) and 2C (Surfacing-Level C). The contract involves guardrail construction, seal widening, traffic services and other minor safety works at various sites on SH2 between Napier and Wairoa, on SH2 between Hastings and Takapau, and SH5 in the Hawke's Bay Region. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142).",Awarded,,20201117 NZTA Highways and Network Operations,4129399,Request for Tenders,Open Competition,SH6 Five Rivers Stock Effluent Facility,PW S82/22,20140908,20140930,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of a stock effluent receptor facility, effluent retention tank and associated pavement construction and site works. The site is located 500 metres north of the Five Rivers intersection on State highway 6, Southland. In accordance with the Transport Agency's Prequalification for Physical Works, this contract has been classified as Construction - Level C. Tenderers are reminded that only those prequalified to 'Construction Level A, B or C (4A, 4B or 4C) are eligible to submit a tender. Tender documents will be available from 12 noon on Monday 8 September 2014 from: Opus International Consultants Ltd 65 Arena Avenue PO Box 647 Invercargill",Not Awarded,"$274,000.00 The Roading Company Ltd",20201117 NZTA Highways and Network Operations,4366683,Request for Tenders,Open Competition,SH1 Barters Road Intersection Improvements D&PD and MSQA,NZTA6049,20140912,20141014,20150126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Professional Service contract comprises the Design and Project Documentation and the Management, Surveillance and Quality Assurance phases for the Barters Road Project. This $8.3M project is located southwest of Christchurch in Templeton and centralised on the intersection of Barters Road and Marshs Road with SH1 (RP 347/3.28), on the District boundary between Christchurch City and Selwyn District. It encompasses the realignment of Pound Road with a new signalised crossing of a realigned Waterloo Road, a new railway crossing and a new signalised ???T??? intersection with Main South Road (SH1). The Main South Road (SH1)/Barters Road/Marshs Road crossroads would remain as a priority controlled crossroad but with closure of the existing railway crossing on Barters Road to vehicles. The intersection improvements are a further development in the Western Airport Bypass corridor, which effectively provides a bypass of the Airport and Hornby, through more efficient and safer access onto Main South Road at Templeton. The Waterloo Business Park development will also route additional traffic through the SH1/Barters Road intersection. Tender Documents will be emailed to consultants registered with the Tenders Secretary. Items listed in the Inputs provided by Client to Tenderers are available in memory stick at NZTA Christchurch office at 92 Russley Road. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,4469523,Request for Tenders,Open Competition,SH58 - Haywards Hill Curve Realignment and Guard Rail Upgrade,721N,20140916,20141014,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSION FOR THIS TENDER. Tenders are invited for the above contract, which is for the construction of a highway realignment on State Highway 58 between Mt Cecil and Harris Roads. Contract period is twenty weeks (20 weeks). Please formally register your interest for the above contract by registering your interest to: Joe Southey MWH New Zealand Ltd Level 13 80 The Terrace PO Box 9624 WELLINGTON Email: joe.southey@mwhglobal.com Tender documents may be obtained from Tuesday 16th September 2014 from the offices of MWH NZ Ltd, Level 13, 80 The Terrace, Wellington. Tenders close Tuesday 14 October 2014 at 4.00pm TENDERS BOX NZ Transport Agency Level 9, The Cooperative Bank Building 20 Balance Street Lambton Quay WELLINGTON 6011 Tender Enquiries to: Joe Southey MWH New Zealand Ltd Level 13 80 The Terrace PO Box 9624 WELLINGTON Email: joe.southey@mwhglobal.com",Not Awarded,"Fulton Hogan Ltd $2,044,654.26",20201117 NZTA Highways and Network Operations,4516607,Request for Tenders,Open Competition,SH7 Shale Peak Stream Bridge Seismic Improvements,NZTA63138,20140917,20141014,20150126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH7 Shale Peak Stream Bridge Seismic Improvements Contract. The Contract includes: a) Modifications to existing steel linkages at Abutment H, b) Installation of new steel linkages at piers, c) Installation of new steel brackets and linkages at Abutment A, & d) Carbon Fibre Reinforced Polymer (CFRP) wrapping of pier columns. This tender will be evaluated using the Lowest Price Conforming Method (LPC). Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Monday 22 September 2014. Contact William Roberson at william.roberson@opus.co.nz. Tenders close at 4pm on Tuesday 14 October 2014 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,4591866,Request for Tenders,Open Competition,SH1 - Greenwood Street - Kahikatea Drive - Walking & Cycling Facilities,NZTA 2/08-085/601,20140922,20141021,20150708,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS SH1/GREENWOOD ST/KAHIKATEA DRIVE/WALKING AND CYCLING FACILITIES NZTA CONTRACT 2/08-085/601 Tenders are invited for the SH1/Greenwood St/Kahikatea Drive/Walking & Cycling Facilities project. The Works will to be carried out under the NZ Transport Agency???s (NZTA) Design and Construct (Simple Works ??? SM031 App B1). The scope of works comprises of construction of 3 km of shared cycleway and footpath approximately 3m wide with associated works. The works include but are not limited to traffic management, environmental management, earthworks, shared cycleway/footpath construction, noise wall construction, utility service relocations, railway crossing works, pavement resurfacing, storm water drainage, landscaping, consultation, quality assurance testing, signage, road marking and production of associated construction documentation. It is envisaged that the contract will be awarded in late October 2014, with physical works commencing thereafter and completion by April 2015. Tenders are welcomed from contractors who hold NZTA prequalification level of Construction Level C (4C) and with experience in the delivery of infrastructure projects to include design and construct and also knowledge of working in close proximity to rail assets. ELECTRONIC TENDERS WILL NOT BE ACCEPTED Tendering documents may be obtained from GHD, Level 3, T&G Building, 149 Alexandra Street, Hamilton on Tuesday 23rd September 2014. An electronic version is also available by emailing Peter.Crosby@ghd.com. Tenders close with the Tenders Secretary, Tenders Board, NZTA, Level 1, Deloitte Building, 24 Bridge Street, Hamilton, at 4:00pm on Tuesday 21 October 2014.",Awarded,,20201117 NZTA Highways and Network Operations,4719584,Request for Tenders,Open Competition,Management of State Highway Bridges and Other Structures Taranaki and Manawatu-Wanganui,PSWT 25,20140923,20141013,20150108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, Level 3, 43 Ashley Street, Palmerston North","Professional Services CONTRACT PSWT 25: Management of State Highway Bridges and Other Structures Taranaki and Manawatu-Wanganui Tenders are invited for the role of Regional Bridge Consultant who will manage Bridges and Other Structures in Taranaki and Manawatu-Wanganui. The Professional Services will be let as a Traditional Contract. This work requires specialist technical personnel in the fields of Civil/Structure Engineering. Tenders close at the Tenders Box, NZ Transport Agency, Level 3, 43 Ashley Street, Palmerston North on Monday, 13 October 2014 at 4.00pm. Please note that electronic tender submissions will not be accepted. To obtain tender documents please email Adrienne Duffy on HNO-PN.Contracts@nzta.govt.nz",Awarded,,20201117 NZTA Highways and Network Operations,4730305,Request for Tenders,Open Competition,723N Abbotts Creek Bridge Demolition 2014/15,723N,20140923,20141021,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for deconstruction and full removal of Abbotts Creek Bridge (redundant), adjacent to State Highway 2 at approximately Route Position RS/RP 921/1.22, near Featherston, South Wairarapa Contract period is for six weeks. Please formally register your interest for this contract to receive all notifications to: Kurt Thomson Opus International Consultants Ltd PO Box 12 003 Wellington 6144 Email: Kurt.Thomson@opus.co.nz Tenders close at: TENDERS BOX NZ Transport Agency Level 9, PSIS House 20 Ballance Street Lambton Quay Wellington 6011 New Zealand Tender enquiries to: Kurt Thomson Opus International Consultants Ltd PO Box 12 003 Wellington 6144 Email: Kurt.Thomson@opus.co.nz",Not Awarded,"Quality Demolition & Contracting Ltd $247,400.00",20201117 NZTA Highways and Network Operations,4759538,Request for Tenders,Open Competition,Central Waikato Rutting Remedial Work 2014/15,2/07-005/643,20140926,20141021,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS Central Waikato Rutting Remedial Work 2014/15 NZTA CONTRACT 2/07-005/643 Tenders are invited for highway surfacing work within NZ Transport Agency Central Waikato Region, on State Highways 1 and 5. The work includes for approximately 20,000m2 of Maintenance and Second Coat Wheel Rutting Repair. The work also includes the reinstatement of all pavement markings and raised pavement markers. In accordance with the Transport Agency's Pre-qualification for Physical Works, this contract has been classified as ???Maintenance ??? Level A???. Tenderer???s are reminded that only those pre qualified to Maintenance Level A (1A) are eligible to submit a tender. Tender evaluation will be in accordance with the Transport Agency's Procurement Manual ??? Lowest Price Conforming. Tendering documents may be obtained from Opus International Consultants Ltd, 111 Heuheu Street or PO Box 43, TAUPO 3351, on presentation of a $100 deposit. Documents will be available from Friday 25th September 2014. The deposit will be refunded when the documents are returned in an undamaged condition. Tenders close with the Tenders Secretary, Tenders Board, New Zealand Transport Agency, Level 1, Deloitte Building, 24 Bridge Street, HAMILTON at 4.00 pm on Tuesday 21 October 2014. ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,HEB Construction Limited,20201117 NZTA Highways and Network Operations,5045181,Request for Tenders,Open Competition,"Safety Improvements 2014/15, Gisborne, Guardrail",1162/W5,20141002,20141028,20150710,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1D (Routine and Minor Works - Level D) The contract involves guardrail construction, along with the associated traffic services, at seven safety improvement sites on SH2 throughout Gisborne. The sites include: - Tarewa VII - Tarewa III - Tietjans Dip (x2) - Wharerata Lookout North - Paritu Road - Te Kootis Curve Documents are available from Opus International Consultants Ltd, Level 2 Wilson James Centre, 75 Peel St, Gisborne (postal address: PO Box 49, Gisborne 4040).",Awarded,,20201117 NZTA Highways and Network Operations,5098833,Request for Tenders,Open Competition,Huntly Gun Club Civil Works,2/09-007/602,20141006,20141028,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS CONTRACT 2/09-007/602 Huntly Gun Club Civil Works Tenders are invited from suitably experienced contractors for civil works associated with the relocation of the Huntly Gun Club (to make way for the Waikato Expressway Huntly Section). Works include but are not limited to; earthworks, drainage, pavement, chipsealing and fencing. In accordance with the NZ Transport Agency's Prequalification for Physical Works Trial, this contract has been classified as Construction Level 4B. Tenderers must be prequalified to at least ???Construction ??? Level 4A or 4B??? to be eligible to submit a tender. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street HAMILTON At 4:00pm on Tuesday 28 October 2014. NO ELECTRONIC TENDERS WILL BE ACCEPTED Tender documents may be obtained from (BBO) from Tuesday 7th October.: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 Fax 07 839 0431 Email: bhayes@bbo.co.nz The lowest or any tender not necessarily accepted.",Awarded,Awarded to Fulton Hogan Limited,20201117 NZTA Highways and Network Operations,5140575,Request for Tenders,Open Competition,SH74 Lyttelton Tunnel Deluge and Associated Systems Upgrade D&PD and MSQA,NZTA63133,20141006,20141104,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Professional Service contract comprises the Design and Project Documentation and the Management, Surveillance and Quality Assurance phases for the Lyttelton Tunnel Deluge and Associated Systems Project. This $12.5M project is located within the Lyttelton Road Tunnel which is a 1945 metre long bi-directional tunnel, a total width of 8.5 metres, and a clear height of 4.23 metres. The Tunnel was excavated through rock with the Heathcote portal being 50 metres higher than the Lyttelton portal. Above the vehicle portal is a 3.74 metre high service duct that houses the ventilation system and other services. The Tunnel construction was undertaken to a standard that was applicable in the 1960???s. It has a current replacement value in the order of $200M. This PS contract requires the design and supervision of installation of a water deluge system to control and prevent the spread of the fire. The deluge system, to be located within the ventilation ducts, comprises the installation of three delivery pipes fed from a new mains water pipe, one located in the centre and one on either side of the tunnel roof. There will be 64 x 30metre deluge zones with nozzles arranged to cover the top and sides of vehicles. The project includes new fresh water reservoir, pumping and other ancillary works. Tender Documents will be emailed to consultants registered with the Tenders Secretary. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,5181418,Request for Tenders,Open Competition,SH1 Clarence River Bank Protection,NZTA63124,20141007,20141111,20141205,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the placement of approximately 1000 cubic metres of rock from existing stockpiles and the supply and placement of 2550 cubic metres of rock to protect the north bank of the Clarence River upstream of State Highway 1 Bridge. Contract documents are available by contacting Phillipa Hunt or Mark Pinner at Opus International on Ph (03) 3635400. Tenders Close at NZTA Christchurch Tenders Box, Unit C, Airport Business Park, 92 Russley Rd, CHRISTCHURCH. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,5278390,Request for Tenders,Open Competition,SH73 Punchbowl AWT 2014/2015,NZTA63134,20141013,20141118,20150126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the Punchbowl Area Wide Treatment 2014/2015. The contract is for the Area Wide Treatment and associated works of approximately 600metres on State Highway 73 approximately 500 metres west of Arthurs Pass in Central West Coast. This tender will be evaluated using the Pre-qualification / Lowest Price Conforming (LPC) Tenderers that are prequalified to classification Construction Level C (4C) under the NZTA Prequalification for Physical Works may submit a tender. Contract Documents are only available in hard copy format and can be collected from Opus International Consultants, 23 High Street, Greymouth from 12 pm Monday 20th of October 2014. Tenders close at 4pm on Tuesday 18 November 2014 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Rd, Christchurch ??? Opus International Consultants Ltd, 23 High Street, Greymouth PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,5298075,Request for Tenders,Open Competition,Route K Toll Point Stage 1,2/06-007/610,20141010,20141028,20141210,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"These Contract Works are the first stage of providing a free flow Tolling Point on Takitimu Drive (Route K) to replace the existing toll plaza. The Contract works include: ??? Pavement widening and traffic barriers ??? Construction of piled foundations for the Toll Gantry. The Toll Gantry itself is to be provided by other party. ??? Traffic management ??? The construction of a 4.0m x 4.8m concrete block building to house the equipment for the Tolling Point ??? Installation of ducts between the Technical Shelter and the Gantry foundations ??? Earthworks and associated hardstand area and access tracks ??? Drainage ??? Environmental management Please note, only tenders that meet the required Construction Pre Qualification Level 4B will be considered for this tender. The documents are only available for electronic download from the GETS website. No hard copy will be supplied. Questions relating to the tender may be submitted, by email, to Kirsten Simpson, at email address: kirsten.simpson@beca.com Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Awarded,Awarded to Fulton Hogan Ltd.,20201117 NZTA Highways and Network Operations,5537573,Request for Tenders,Open Competition,SH3/37 Intersection Improvements,2/13-008/601,20141021,20141118,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS CONTRACT 2/13-008/601 SH 3/37 Intersection Improvements Tenders are invited for the construction of a three leg roundabout at the intersection of SH3 and SH37, at Hangatiki. Works include but are not limited to: earthworks, drainage. kerbing, pavement, surfacing, lighting, fencing and landscaping. In accordance with the Prequalification for Physical Works, this contract has been classified as ???Construction ??? Level A???. Tenderers are reminded that under the terms of the Highways Network Operations (HNO) Prequalification system, only those prequalified to Construction ??? Level A (4A) are eligible to submit a tender. Tenders for this contract will be evaluated using the Price Quality Method Simple (Advanced). The NZ Transport Agency???s procedures for its implementation are outlined in the Contract Procedures Manual (SM021). Tendering documents are available electronically or a hard copy (on presentation of a $300 non-refundable document fee) may be obtained from: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 Fax 07 839 0431 Email: sbready@bbo.co.nz from Wednesday 22nd October 2014. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street HAMILTON At 4:00pm on Tuesday 18 November 2014. The lowest or any tender not necessarily accepted. NO ELECTRONIC TENDERS WILL BE ACCEPTED",Awarded,Awarded to Higgins Contractors Limited,20201117 NZTA Highways and Network Operations,5586352,Request for Tenders,Open Competition,TRT 1312 SH3 Normanby Overbridge Realignment,TRT 1312,20141028,20141124,20150108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for TRT 1312 SH3 Normanby Overbridge Realignment. In accordance with the Prequalification for Physical Works this Contract has been classified as ???Construction ??? Level 4A???. Tenderers are reminded that under the terms of the Prequalification Competitive Price Procedure, only those prequalified to Construction 4A are eligible to submit a tender. Tenders will be evaluated using the prequalification PQM simple Method. An electronic copy of the Tender documents will be available from 12 noon on Tuesday 28th October 2014 from: MWH New Zealand Ltd, Wanganu. Please email Rachel.a.stevens@mwhglobal.com to register interest. A tender document deposit is not required. Tenders close at 4.00pm on Tuesday 24 November 2014 at NZTA Offices, 43 Ashley Street, Level 3, Palmerston North. Tender Submissions should be clearly marked ""Tender Submission for TRT 1312 SH3 Normanby Overbridge Realignment"" Electronic Submissions will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,5681767,Request for Tenders,Open Competition,SH88 Shared Path: St Leonards to Port Chalmers,PS O/212,20141025,20141125,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the design of a shared path (walking and cycling) which would seamlessly connect to the extremity of the existing shared path which extends from Dunedin to St Leonards, and continues through to Wickliffe Terrace in Port Chalmers. All tenderers' enquiries shall be addressed to: NZ Transport Agency Level 2, AA Centre 450 Moray Place PO Box 5245 Moray Place Dunedin 9058 Attention Beverley Findlater Telephone: 03 955 2922 Email: beverley.findlater@nzta.govt.nz Communications must be clearly labelled 'PS O/212 SH88 Shared Path St Leonards to Port Chalmers'. Communications not so addressed may be delayed and / or not actioned. Tender documents will be available from 12 noon on Tuesday 28 October 2014 from: NZ Transport Agency Level 2, AA Centre 450 Moray Place PO Box 5245 Moray Place Dunedin 9058",Not Awarded,"$570,249.26 Beca Ltd",20201117 NZTA Highways and Network Operations,5682141,Request for Tenders,Open Competition,Coastal Otago Bridge Strengthening (SH1),PW O207/02,20141028,20141125,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of strengthening improvements on four bridges on State highway 1 in Coastal Otago. The bridges are SH1 Palmerston Overbridge, SH1 Wairuna Overbridge, SH1 Watkins Creek Bridge and SH1 Saddle Hill Overpass. Only Tenderers prequalified to Level 3C (Bridge Construction Level C) are eligible to submit a tender. Tender documents will be available from: Opus International Consultants 197 Rattray Street Private Bag 1913 Dunedin Telephone: (03) 471 5500 from 12 noon Tuesday 28 October 2014 Address enquiries to: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Email: tenders.dunedin@opus.co.nz",Not Awarded,"$894,295.00 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,5856374,Request for Tenders,Open Competition,SH 76 Brougham Street Earthquake Repairs,NZTA 63125,20141031,20141125,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for earthquake repairs to State Highway 76 at Brougham Street ??? RP 3/1.10 ??? 3.71 Repairs include asphalt pavement reconstruction and all works associated with reinstating the highway including thermoplastic pavement markings. Intersection design upgrades are also included with traffic signal relocation and construction of staggered crossings. Tenderers must be prequalified to classification 4A or 4B. Contract Documents will be available from Opus International Consultants Ltd, 20 Moorhouse Avenue, Christchurch from 12 noon Monday 1 November 2014. Tenders close at NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, P O Box 1479, Russley, Christchurch 8140. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,6091895,Request for Tenders,Open Competition,Central Waikato Area Wide Treatments 2014/15 - Putaruru,NZTA 2/07-005/645,20141107,20141125,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS Central Waikato Area Wide Treatments 2014/15 ??? Putaruru NZTA CONTRACT 2/07-005/645 Tenders are invited from Contractors Pre-qualified to Construction level 4C and Surfacing Level 2C, for the above contract. The site is located in the Central Waikato region on State Highway 1 in Putaruru. The works involve pavement rehabilitation, first coat chipseals, asphaltic concrete, associated drainage, and earthworks. Tendering documents may be obtained from Opus International Consultants, PO Box 43, 111 Heuheu St, Taupo on the presentation of $100.00 deposit for each document. The deposits will be refunded when the documents are returned in an undamaged condition. Tenders close with The Tenders Secretary, NZTA, Level 1, Deloitte Building, 24 Bridge Street, Hamilton, at 4:00pm on Tuesday 25th November ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Downer New Zealand Limited,20201117 NZTA Highways and Network Operations,6094198,Request for Tenders,Open Competition,Central Waikato Area Wide Treatments 2014/15 - Wairakei and Mihi,NZTA 2/07-005/646,20141107,20141125,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS Central Waikato Area Wide Treatments 2014/15 ??? Wairakei and Mihi NZTA CONTRACT 2/07-005/646 Tenders are invited from Contractors Pre-qualified to Construction level 4C and Surfacing Level 2C, for the above contract. All sites are located in the Central Waikato Region on State Highways 1 and 5. The works involve kerb and channel, granular overlays, first coat chipseals, associated drainage, and earthworks. Tendering documents may be obtained from Opus International Consultants, PO Box 43, 111 Heuheu St, Taupo on the presentation of $100.00 deposit for each document. The deposits will be refunded when the documents are returned in an undamaged condition. Tenders close with The Tenders Secretary, NZTA, Level 1, Deloitte Building, 24 Bridge Street, Hamilton, at 4:00pm on Tuesday 25th November ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Awarded to Downer New Zealand Limited,20201117 NZTA Highways and Network Operations,6165008,Request for Tenders,Open Competition,SH1 Mankakau and Ohau Villages Safety Improvements,NZTA 722N,20141112,20141216,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"****Electronic Tender Submissions will not be accepted*** Tenders are invited for the above contracts, which is for the provision of safety improvements (including seal widening, street lighting, kerb and channel, landscaping and signs and markings) of a section of State Highway 1 (SH1) in the townships of Manakau and Ohau south of Levin, together with road marking improvements between the townships. Documents will be available on Tuesday 18th November 2014 at 9.00am from the offices of MWH New Zealand Ltd, Level 13, 80 The Terrace, Wellington. Tender Close Details: 16/12/14 at 04:00pm (16th of December 2014) Tender Enquiries to: The Contracts Administrator: Arlene Williams TENDER BOX Level 9, PSIS House 20 Ballance Street PO Box 5084, Lambton Quay Wellington 6145 New Zealand Wro.contracts@nzta.govt.nz",Not Awarded,,20201117 NZTA Highways and Network Operations,6200909,Request for Tenders,Open Competition,SH2 Rangitaiki River Bridge Bearing & Linkage Replacement,NZTA 2/10-006/606,20141111,20141209,20150709,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This is a Physical Works contract for replacement of bearings and linkages at the SH2 Rangitaiki River Bridge. Only Tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Jacking of the bridge superstructure ??? Removal of existing steel bearings ??? Installation of new laminated rubber bearings ??? Installation of seismic restraints at each pier ??? Removal of existing sewer main and replacement with a PE pipe The tender documents are available for download from the GETS website. Please email Kirsten Simpson at Kirsten.Simpson@beca.com to register your interest in tendering, and provide your company???s contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Hard copy tenders should be submitted to the NZ Transport Agency to the attention of the Tender Secretary at the following address: NZ Transport Agency 32 Harrington Street Tauranga Central PO Box 13-055 Tauranga by no later than 4pm on 9 December 2014.",Awarded,,20201117 NZTA Highways and Network Operations,6278029,Request for Tenders,Open Competition,NZTA 63149 SH1 / Pegasus Boulevard / Ravenswood Spine Road Roundabout,NZTA 63149,20141113,20141209,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of a new roundabout at the intersection of SH1, Pegasus Boulevard, and the proposed Ravenswood Spine Road (RP 311/4.03). Works include new pavement construction; drainage works including sumps, pipework, swales, extension of an existing box culvert, and construction of a new culvert; new kerb and channel; surfacing including SMA and chip seal; lighting; traffic management; landscaping; and ancillary works. Tenderers must be prequalified to classification 2B (surfacing) and 4B (construction) or better. Electronic Contract Documents are available from 12 noon Monday 17 November 2014 on request by emailing bill.rice@opus.co.nz. Tenders close at 4pm Tuesday 9th December 2014 at NZTA Christchurch, Airport Business Park, Unit C, 92 Russley Rd, CHRISTCHURCH. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,6280613,Request for Tenders,Open Competition,NZTA 63155 SH1 Rakaia Overbridge Strengthening Contract,NZTA 63155,20141113,20141209,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH1 Rakaia Overbridge Strengthening Contract. The Contract includes: a) Installation of steel anchor bracket assemblies. b) Post-tensioning of all reinforced concrete bridge beams. c) Installation of vertical steel dowels through the bridge deck and beams. d) Associated rail and traffic management. This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Tuesday 18 November 2014. Contact Walter Wang at walter.wang@opus.co.nz. Tenders close at 4pm on Tuesday 9 December 2014 at NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,6281517,Request for Tenders,Open Competition,Glenda Drive Intersection Improvements,PW O209/01,20141113,20141209,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new roundabout on State highway 6, widening of the existing carriageway and construction of new local roads in Queenstown. The works comprise: ??? Pavement construction ??? Kerb, channel and footpaths ??? Surfacing ??? Three waters construction (sewer, water supply and stormwater) ??? Earthworks and trenching ??? Lighting ??? Signage and road markings ??? Landscaping Only tenderers pre-qualified to Construction Level A or B (4A or 4B) under the terms of the Highways and Network Operations (HNO) are eligible to submit a tender. Electronic or faxed tenders will not be accepted. Tender documents will be available from 8.30am on Monday 17 November 2014 from: Andrew Fergus GHD Ltd 226 Antigua Street PO Box 13468 Christchurch Telephone: (03) 378 0903 Email: Andrew.fergus@ghd.com",Not Awarded,"$7,498,111.25 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,6342976,Request for Tenders,Open Competition,"Structural Bridge Repairs, Gisborne 2014/15",1171/W5,20141114,20141216,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 3C. The contract involves structural repairs and scour preventative maintenance to several bridges within the Gisborne Region. The work is located on both State Highways within the region. The work includes but not limited to, bridge work as follows: - Expansion joint renewal - Concrete balustrade replacement with thriebeam - Timber handrail replacement with w-section beam - Concrete spall repairs - Welding work - Scour protection work including use of gabions, rock mattresses and rip-rap - Concrete culvert replacement. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2 Dunvegan House, 215 Hastings Street, Napier, on 16 December 2014 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note - electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,6344405,Request for Tenders,Open Competition,"Area Wide Pavment Treatments, Hawke's Bay 2014/15",1172/W6,20141114,20141209,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from Contractors prequalified to Construction Level 4B and Surfacing Level 2C. This contract involves the cement stabilising of existing seal and pavement, plus sealing/surfacing of approximately 1.9 kilometres of State Highway in the Hawke's Bay area. The work includes: - Seal widening - Drainage works All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 9 December 2014 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,6465599,Request for Tenders,Open Competition,BoP East Minor Safety Projects 2014/15,NZTA 2/14-015/601,20141118,20141209,20150128,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"These Contract Works are for the construction of safety improvements at 7 sites between Waihou Bay on SH35 and Waiotapu on SH5 south of Rotorua. The Contract works include: ??? Pavement works for installation of right turn bay, left turn slip lanes and safety widening ??? Installation of wire rope and w-section guardrail ??? Minor drainage works ??? Traffic and environmental management ***Please note, only tenderers that meet the required Construction Pre Qualification Level 4C will be considered for this tender*** The documents are only available for electronic download from the GETS website. No hard copy will be supplied. Should you wish to tender for this project, please email the Tender Secretary at TenderSecretaryTauranga@nzta.govt.nz advising your company name, tender contact person and their contact details including email address. Do not use the GETS website to submit questions. Any queries/questions relating to the tender should be submitted by email, to the Tender Secretary, at TenderSecretaryTauranga@nzta.govt.nz Tender documents are to be couriered/dropped off in person by 4pm on Tuesday 9 December 2014, at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,Awarded to Fulton Hogan Limited,20201117 NZTA Highways and Network Operations,6511653,Request for Tenders,Open Competition,SH25 Moana Anu Anu River (Wentworth) Bridge Underpinning,NZTA 2/10-005/607,20141119,20141216,20150415,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS CONTRACT NZTA 2/10-005/607 - SH25 MOANA ANU ANU RIVER (WENTWORTH) BRIDGE UNDERPINNING Tenders are invited from suitably experienced contractors for construction of remedial works to the Moana Anu Anu River (Wentworth) Bridge near Whangamata on SH 25 at RP 206/6.25, BSN 2122. Work will include provision of temporary access, traffic management, underpinning the structure with new timber piles, constructing new piers, replacement of timber deck members, and re-surfacing the bridge. In accordance with NZTA???s Prequalification for Physical Works Trial, this contract has been classified as Bridge Construction Level 3C. Tenderers must be prequalified to at least ???Bridge Construction ??? Level 3A, 3B, or 3C??? to be eligible to submit a tender. Tenders close with: Tenders Secretary NZ Transport Agency Level 1 Deloitte Building 24 Bridge Street PO Box 973 HAMILTON At 4:00pm on Tuesday 16 December 2014. Tender Documents may be obtained from: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 Fax 07 839 0431 Email: consultants@bbo.co.nz The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,NZTA2/10-005/607 SH25 Moana Anu Anu River (Wentworth) ridge Underpinning - awarded,20201117 NZTA Highways and Network Operations,6533949,Request for Tenders,Open Competition,MR217 SH1 Marlborough Minor Works,MR217,20141120,20141216,20150126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"New Zealand Transport Agency, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","This contract is for the construction of pavement and associated minor works at three intersections on State Highway 1. The Contract Works shall comprise the works described within the various Contract Documents including without limitation: a) The Aberharts Road site of work is approximately between RP 18/7.9 and 8.4 and includes removal of existing vegetation and reinstatement with new low growing plants, shoulder/seal widening, extension to road crossing culvert, installation of soak pits and associated pipe work, upgrading of road side swale drains, ripping and remaking the intersection and SH1 approach carriageway, topsoiling and grassing and removal of existing line marking and remarking to MOTSAM standards. b) The Sheffield Street site of work is approximately between RP 28/4.8 and 5.3 and includes shoulder/seal widening, installation of mountable kerbing, installation of culvert headwalls, haunching of existing pipework, shaping topsoiling and grassing, relocation of signs and removal of existing line marking and remarking of MOTSAM standards. This contract is a 'Measure and Value' contract as defined by General Conditions of Contract, Clause 2.1.1 In accordance with the Prequalification for Physical Works, this contract has been classified as Level 4D. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Construction Level 4D"" are eligible to submit a tender.",Not Awarded,Higgins Contractors Nelson,20201117 NZTA Highways and Network Operations,6546709,Request for Tenders,Open Competition,"NZTA 63154 Region 12 SH 6 & 73 Clean, Paint Structural Steelwork on Four Bridges 2015",NZTA 63154,20141120,20141216,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Opus International Consultants Ltd, 23 High St, GREYMOUTH.","Tenders are invited for the SH6 and SH73 Clean, Paint Structural Steelwork on Four Bridges. The contract is for the clean, paint structural steelwork on SH6 Bonar No2 and Kaka Bridges on SH6 and Taipo and Wainihinihi Bridges on SH73 This tender will be evaluated using the Lowest Price Conforming (LPC) Contract Documents are only available in hard copy format and can be collected from Opus International Consultants, 23 High Street, Greymouth from 12 pm Monday 24th of November 2014. Tenders close at 4pm on Tuesday 16 December 2014 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Rd, Christchurch ??? Opus International Consultants Ltd, 23 High Street, Greymouth PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,6546951,Request for Tenders,Open Competition,MR212 Nelson/Tasman Safety Improvements 2014/15,MR212,20141124,20150120,20150127,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"New Zealand Transport Agency, Marlborough Roads, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","Construction of an intersection upgrade, guardrails, terminals and associated works at various site on SH6 and SH60. SH6 RP99/5.70 to 5.89 - Wakapuaka Safety Improvements SH6 RP131/3.06 - Aniseed Valley/Eden Road Interection Upgrade SH6 RP239/9.31 - Doughboy Creek Bridge Guardrail SH60 RP0/6.65 to 7.16 - O'Connors Power Pole WRSB SH60 RP0/8.07 to 8.20 - Research Orchard Curve Guardrail SH60 RP0/9.15 to 9.35 - Kerbed Curve Guardrail SH6 RP116/9.03 to 1.50 - Whakatu Drive WRSB In accordance with the Prequalification for Physical Works, this contract has been classified as ""Construction Level 4C"". Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Construction Level 4C"" are eligible to submit a tender. Contract Date is approximately 18 weeks Tender documents will be issued from: Andy High Opus International Consultants Private Bag 36 Morrison Square, Level 1, 77 Selwyn Place, Nelson 7042 Telephone: 03 548 1099 Email: andy.high@opus.co.nz",Not Awarded,,20201117 NZTA Highways and Network Operations,6588453,Request for Tenders,Open Competition,NZTA 63146 : SH73 Curletts Road Improvements,NZTA 63146,20141121,20141216,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of clearways along Curletts Road (SH73) between Blenheim Road and Main South Road (RP 1/0.00 to RP 1/0.75). Works include the construction and widening of existing carriageway and adjustment to drainage, kerb layout, signage and lining, relocation of the existing pedestrian signalised crossing layouts, removal of existing kerb extensions and upgrade of grass berms to accommodate a shared pedestrian and cycle facility to both sides of the road and provide a clearway along Curletts Road. Tenderers must be prequalified to classification 1C (Routine and Minor Works) 2C (surfacing) and 4C (construction) Contract Documents are available from 12 noon Tuesday 25 November 2014 on request by emailing thomas.small@jacobs.com Tenders close at NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, PO Box 1479, Russley, Christchurch 8140. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,6633394,Request for Tenders,Open Competition,SH3 Awakino Gorge to Mount Messenger Corridor,NZTA 2/14-013/501,20141124,20141219,20150428,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PROFESSIONAL SERVICES SH3 AWAKINO GORGE TO MT MESSENGER CORRIDOR NZTA Contract Number: 2/14-013/501 Tenders are invited for the above contract, which is for the provision of Professional Services to produce a ???Light??? Program Business Case (LPBC), a ???Light??? Indicative Business Case (LIBC) and a Detailed Business Case (DBC) for the SH3 Awakino Gorge to Mt Messenger Corridor project. This project is part of the Government???s Accelerated Regional Roads Package (ARRP) that aims to improve regional road networks. As such there is a requirement to report the scheme estimate for each bridge back to the Minister of Transport by June 2015. For tenderers this means that this accelerated project has a tight timeframe and adequate resources and planning will need to be applied to achieve the delivery date. Tender documents and enquiries are available from: The Tenders Secretary: The NZ Transport Agency Deloitte House, Level 1 24 Bridge Street Hamilton 3240 Email: hamiltontenders@nzta.govt.nz Tender Close with: The Tenders Secretary The NZ Transport Agency Level 1, Deloitte Building, 24 Bridge Street, Hamilton, at 4.00pm on Friday 19th December 2014 ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Opus Consultants Limited Hamilton,20201117 NZTA Highways and Network Operations,6633904,Request for Tenders,Open Competition,PW O207/03,PW O207/03,20141124,20141216,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of strengthening improvements and repairs on three bridges on State highway 6 in Central Otago. The bridges are SH6 Kawarau River (Victoria) Bridge, SH6 Gentle Annie Bridge and SH6 Roaring Meg Bridge. tenderers shall be prequalified to level 3C (Bridge Construction Level C) Tender documents are available from: Opus International consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Telephone (03) 471 5500",Not Awarded,"$841,542.75 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,6633909,Request for Tenders,Open Competition,SH1 Wairau and Opawa Bridges,MR223,20141124,20150107,20150306,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"New Zealand Transport Agency, Unit 2.4, Level 1, The Forum, Market Street, Blenheim","Tenders are invited for the above contract which is for the provision of Professional Services to produce a ""Light"" Indicative Business Case (LIBC) and a Detailed Business Case (DBC) for the Wairau and Opawa Bridges located in the Marlborough Region. The project includes: The duplication/replacement of the Wairau Bridge; The duplication/replacement of the Opawa Bridge; and Any associated work including realigning the highway and providing pedestrian and cycling facilities (i.e. Spring Creek Bridge in relation to the Wairau Bridge). Both bridges are on SH1S between Blenheim and Picton and an LIBC and DBC is to be prepared concurrently for each bridge. This project is part of the Government's Accelerated Regional Roads Package (ARRP) that aims to improve regional road networks. As such there is a requirement to report the scheme estimate for each bridge back to the Minister of Transport by June 2015. For tenderers this means that this accelerated project has a tight timeframe and adequate resources and planning will need to be applied to achieve the delivery date. NO ELECTRONIC TENDERS WILL BE ACCEPTED. All tender enquiries should be addressed to: Contract Number: MR223 Contract Name: SH1 Wairau and Opawa Bridges For the attention of: Tony Fong Email: tony.fong@resolvegroup.co.nz Phone: 09 303 3461 ext 214 Supporting Tender Documentation will be issued by: Debbie Topliss Email: Debbie.topliss@nzta.govt.nz Phone: 03 520 8330",Not Awarded,Opus International Consultants Limtied,20201117 NZTA Highways and Network Operations,6718291,Request for Tenders,Open Competition,"SH35, Turitaka Dropout Repair - River Protection (1154)",1154/W5,20141125,20150120,20150529,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 2B (Surfacing) and 4B (Construction). The contract involves the construction of river protection work comprising rock rip rap retained by a steel fence at the toe, together with pavement rehabilitation and miscellaneous works. The work is located alongside the Waiapu River between Tikitiki and Ruatoria. The work includes: - steel fence construction using UC posts and reinforcing bars to form a mesh between posts - augering and concreting in of fence posts - supply, placing and backfilling of rock rip rap - pavement stabilisation and construction - earthworks, minor drainage and guardrail re-levelling. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, 6 Ossian Street, Ahuriri, Napier (Postal address: Private Bag 6019, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier, on 20 January 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note - electronic submissions for this tender will not be accepted.",Awarded,Awarded,20201117 NZTA Highways and Network Operations,6844745,Request for Tenders,Open Competition,"SH2, Motu Bridge, Gisborne (1173)",1173/PS5,20141127,20141223,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the above contract, which is for the provision of Professional Services to produce a ""Light"" Indicative Business Case"" (LIBC) and a Detailed Business Case (DBC) for Motu Bridge located in the Gisborne Region. This project is part of the government's Accelerated Regional Roads Package (ARRP) that aims to improve regional road networks. As such, there is a requirement to report the scheme estimate for each bridge back to the Minister of Transport by June 2015. For tenderers, this means that this accelerated project has a tight timeframe, and adequate resources and planning will need to be applied to achieve the delivery date. All tender queries should be addressed to Tony Fong, Resolve Group Ltd, 9 Marmion Street, Auckland 1141: email: tony.fong@resolvegroup.co.nz phone: 09 300 8514 Documents are available from Thursday, 27 November 2014 from the Tenders Secretary, NZ Transport Agency, Level 2 Dunvegan House, 215 Hastings Street, Napier: email: noeline.askes@nzta.govt.nz phone: 06 974 6516 Tenders will close at the NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on Tuesday, 23 December 2014 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,7090754,Request for Tenders,Open Competition,MR222 Northbank Bridge Upgrades,MR222,20141210,20150203,20150306,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"New Zealand Transport Agency, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","This contract is for the replacement of 6 new bridges and the strengthening of 1 bridge on or near Northbank Road to improve load carrying capacity. 3 of the bridges require Contractors Design. In accordance with the Prequalification for Physical Works, this contract has been classified as ""Bridge Construction - Level B"". Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridge Construction - Level A, or B (3A or 3B)"" are eligible to submit a tender. Specifications and Tender information are available from: Wednesday 10th December 2014 from: New Zealand Transport Agency Marlborough Roads Office Unit 2.4, Level 1 The Forum Market Street Blenheim 7240 Contact: Debbie Topliss Telephone: 03 520 8330 Email: Debbie.topliss@nzta.govt.nz",Not Awarded,Downer New Zealand,20201117 NZTA Highways and Network Operations,7124887,Request for Tenders,Open Competition,SH3 Hawera to WanganuiHPMV Bridge Strenthening,TRT 1328,20141208,20150120,20150805,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Level 3, 43 Ashley Street, Palmerston North","Tenders are invited from suitably experienced contractors for installation of strengthening works at five bridges on State Highway 3 between Hawera and Wanganui. Work will include provision of temporary access, traffic management, and the installation of post-tensioning anchorages, deviators & strands, at three bridges, post-tensioning bars at another bridge, and welding of steel plates onto the other bridge. In accordance with NZTA???s Prequalification for Physical Works Trial, this contract has been classified as Bridge Construction Level 3B. Tenderers must be prequalified to at least ???Bridge Construction ??? Level 3A or 3B??? to be eligible to submit a tender. The Contractor shall note that this project has a tight timeframe, and adequate resources and planning shall be applied to ensure practical completion is achieved by the end of the contract period. The Transport Agency has commitments to open the bridges to HPMVs at the end of June, and hence practical completion of all bridges is required by then (notwithstanding any delay to contract award or any extensions of time agreed by the Engineer). Electronic Submissions for this tender will not be accepted. Tenders close with: Tenders Secretary NZ Transport Agency Level 3 43 Ashley Street PO Box 1947 PALMERSTON NORTH At 4:00pm on Tuesday 20 January 2015. Tender Documents may be obtained from: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 Fax 07 839 0431 Email: consultants@bbo.co.nz The lowest or any tender not necessarily accepted.",Awarded,,20201117 NZTA Highways and Network Operations,7129093,Request for Tenders,Open Competition,SH79 Coopers Creek & Slacks Valley Bridge Strengthening,NZTA 63157,20141205,20150127,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH79 Coopers Creek Bridge & Slacks Valley Bridge Strengthening Contract. The Contract includes: a) Installation of steel anchor bracket assemblies. b) Post-tensioning of all reinforced concrete bridge beams. c) Installation of vertical steel dowels through the bridge deck and beams. d) Associated traffic management. This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Tuesday 9th December 2014 by emailing Ben Baty at ben.baty@opus.co.nz. Tenders close at 4pm on Tuesday 27th January 2015 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch.",Awarded,,20201117 NZTA Highways and Network Operations,7343356,Request for Tenders,Open Competition,Nelson Arterial Investigation Project(Whakatu Drive roundabout to Queen Elizabeth II Drive roundabout),NZTA 181PT-T,20141212,20150205,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the provision of Professional Services to produce an Indicative Business Case and a Detailed Business Case for the Nelson Arterial Investigation Project between the Annesbrook Drive / Whakatu Drive roundabout and the QEII / Haven Road roundabout (at the end of Queen Elizabeth II Drive). This project is one of several specifically identified accelerated regional State highway projects approved by the Government in June 2014. For tenderers this means that this accelerated project has a tight timeframe and adequate resources and planning will need to be applied to achieve the delivery date. Documents will be available on Friday 12th December 2014 at 15h00 (3pm) from the GETS website (attached) Tender Close Details: Thursday 5th February 2015 at 4.00pm Tender Enquiries to: The Contracts Administrator: Arlene Williams as soon as possible but not later than three (Note :no enquiries will be responded to between Tuesday 23 December 2014 and Monday 12 January 2015) working days before the tender closing date. TENDER BOX Level 9, PSIS House 20 Ballance Street PO Box 5084, Lambton Quay Wellington 6145 New Zealand Wro.contracts@nzta.govt.nz",Not Awarded,"Aecom Winning price: $929,000.00",20201117 NZTA Highways and Network Operations,7352064,Request for Tenders,Open Competition,Napier Port Access (1174),1174/PS6,20141212,20150209,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the above contract, which is for the provision of Professional Services to produce a Programme Business Case (PBC), Indicative Business Case (IBC) and a Detailed Business Case (DBC) for the Napier Port Access project located in the Hawke's Bay Region. This project is part of the government's Accelerated Regional Roads Package (ARRP) that aims to improve regional road networks. All tender queries should be addressed to Resolve Group Ltd, 9 Marmion Street, PO Box 7226, Wellesley Street, Auckland 1141 Email: tony.fong@resolvegroup.co.nz Phone: 09 300 8514 Please note: No queries will be responded to between Monday, 22 December 2014 and Friday, 9 January 2015. Documents are available from Monday, 15 December 2014 from the Tenders Secretary, NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier. Email: noeline.askes@nzta.govt.nz Phone: 06 974 6516 Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on Monday, 9 February 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Tenders transmitted by facsimile (fax) or electronically by email, will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,7409878,Request for Tenders,Open Competition,Bay of Plenty West Minor Safety Works 2014/15,2/14-017/601,20141216,20150127,20150209,NZ Transport Agency - Highways and Network Operations,All of Government,No,"Level 3, 32 Harrington Street, Harrington House, Tauranga, 3141","These Contract Works are for the construction of safety improvement works on State Highway 29 between Poripori Road and the Kaimai summit in the Bay of Plenty, State Highway 29 at Anderson Bridge near Piarere West Waikato and on State Highway 26 Motumaoho at the intersection with Kuranui Road and the adjacent bridge. Provisional safety improvement works are located on SH 33 at Paengaroa and SH 2 Wairoa Bridge, Bethlehem. The works include shoulder widening, w section guardrail, wire rope barrier, kerb and channel, drainage works, pavement surfacing and traffic islands, signs, line marking and ATP. The Contract works include: (detail similar to what is mentioned below ??? that is relevant to the contract) ??? 700m Pavement widening ??? Traffic barriers ??? Traffic management ??? 800m3 Earthworks ??? Associated Drainage ??? Environmental management ??? 22km of ATP ??? Traffic services Pre-requisite for tenderers to have prequalification type and level: Construction Level 4C All tender queries to be addressed to: Aurecon NZ Limited Level 1 247 Cameron Road, Tauranga PO Box 2292 Tauranga 3140 For the Attention of: Ann Fosberry Contract Number: 2/14-017/601 Contract Name: BOP West Minor Safety Improvements Phone: 07 577 5125 Email: ann.fosberry@aurecongroup.com Final tender documents to be delivered to the NZ Transport Agency office in Tauranga and addressed to the attention of the Tender Secretary: Address is as follows: Level 3, Harrington House 32 Harrington Street PO Box 13-055 Tauranga Central Tauranga 3141",Not Awarded,Awarded to Fulton Hogan Limited.,20201117 NZTA Highways and Network Operations,7572313,Request for Tenders,Open Competition,Alexandra Bridge Strengthening (SH8),PW O207/04,20141218,20150210,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of strengthening improvements of the State highway 8 Clutha River Bridge in Alexandra. Tenderers shall be prequalified to Level 3C (Bridge Construction Level C). NOTE: ELECTRONIC TENDERS WILL NOT BE ACCEPTED Tender documents will be available from: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Telephone (03) 471 5500 from 12 noon on Friday 19 December 2014",Not Awarded,"$768,727.20 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,7615347,Request for Tenders,Open Competition,SH1 Kakaho Creek Bridge Strengthening & Widening,PW O167/01,20141219,20150210,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a physical works contract for retrofit works to upgrade the Kakaho Creek Bridge, on State highway 1 North Otago, inclusive of bridge widening, bridge strengthening (to take HPMV loading) and civil works. Only tenderers prequalified to Bridge Construction Level 3C and Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: a. HPMV Strengthening ??? strengthening of Kakaho Creek bridge to accommodate HPMV loads, including drilling through the existing concrete structure (to accommodate shear brackets and post tensioning bars respectively), provision and installation of shear brackets and post tensioning bars, post tensioning (in accordance with specified tendon stressing sequencing) and grouting. b. Bridge Widening ??? widening of Kakaho Creek bridge, including bored concrete piles, new piers and hollow core bridge deck. c. Civil Works (realignment) ??? includes earthworks, pavement construction, asphaltic concrete, guardrailing, relocation of existing power and telephone facilities. ELECTRONIC TENDERS WILL NOT BE ACCEPTED Tender documents will be available from: Beca Ltd Level 5 229 Moray Place Dunedin Email: graham.mcilroy@beca.com from 8am Monday 22 December 2014. Please note Beca's office will be closed between 23 and 28 December",Not Awarded,"$1,648,279.50 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,7698949,Request for Tenders,Open Competition,SH2 Otamaraho Passing Lane Extension,TRW 1742,20150108,20150310,20150805,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Level 3, 43 Ashley Street, Palmerston North","Tenders are invited for TRW 1742 SH2 Otamaraho Passing Lane Extension. In accordance with the Prequalification for Physical Works this Contract has been classified as ???Construction ??? Level 4A???. Tenderers are reminded that under the terms of the Prequalification Competitive Price Procedure, only those prequalified to Construction 4A are eligible to submit a tender. Further information is available from the Government Electronic Tenders Service (GETS) website (www.gets.govt.nz) under reference number: TRW 1742 Tenders will be evaluated using the prequalification PQM simple Method. An electronic copy of the Tender documents will be available from 12 noon on Monday 9th February 2015 from: MWH New Zealand Ltd, Wanganui, Rachel.a.stevens@mwhglobal.com. A tender document deposit is not required. Tenders close at 4.00pm on Tuesday 10th March 2015 at Level 3, 43 Ashley Street, Palmerston North. No electronic submissions will be accepted. Tender envelopes shall be marked ???Tender for NZTA Contract TRW 1742 SH2 Otamaraho Passing Lane Extension.",Awarded,,20201117 NZTA Highways and Network Operations,7956986,Request for Tenders,Open Competition,SH6 Rocks Road Cliff Stabilisations 2014/15,NZTA 632T,20150113,20150217,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Construction of cliff stabilisation works at five locations on SH6 Rocks Road Cliff, Nelson City. Including five Separable Portions: ??? Site 2012/06 Cliff Stabilisation - involving soil nailing and erosion netting ??? Port Nelson Navigation Beacon - Stabilisation of the beacon foundation with soil nailing and erosion netting. ??? Site 2014/02a,02b, 03 & 04 Cliff stabilisation involving soil nailing and steel mesh and shotcrete. The estimate cost of the works is approximately $2.800k. Prequalified to Construction 4A Contract Period: Twenty two weeks(22) for Separable Portions 1,2 & 3 Eight weeks(8) for Separable Portions 4 & 5 Tender Close Details : Tuesday 17th February 2015 at 4.00pm. Tenders Close at: NZ Transport Agency, Level 9, The Co-operative Bank Building , 20 Ballance Street, Lambton Quay, WELLINGTON Tender Enquiries and Request for Tender Documents to: Documents will be issued on a CD upon request to: Andrew Ferguson Opus International Consultants Private Bag 36 Morrison Square, Level 1 77 Selwyn Place , NELSON 7042 Or The Tender Secretary NZ Transport Agency Highways Programme PO Box 5084 Lambton Quay, WELLINGTON 6145",Not Awarded,"Downer $2,037,849.00",20201117 NZTA Highways and Network Operations,8038880,Request for Tenders,Open Competition,BOP Bridges and Structures Maintenance 2014/15,2/10-006/607,20150115,20150210,20150305,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This is a Physical Works contract for maintenance works of structures within the Bay of Plenty region. ***Only Tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender *** The Contract Works comprise: ??? Concrete spall repair ??? Concrete crack injection ??? Infilling of a redundant structure ??? Repair of a rock-hewn waterdrive invert with mass concrete ??? Scour protection works The tender documents are available for download in electronic format from the GETS website only. Please email John Kerr at john.kerr@beca.com to register your interest in tendering, and please provide your company???s contact person???s name and email address for receipt of all tender phase correspondence, including Notice to Tenderers. Tender submissions close at 4pm on 10 February 2015. Tenders should be addressed and delivered to: Tenders Secretary NZ Transport Agency Level 3, Harrington House 32 Harrington Street Tauranga",Awarded,Conspec Construction Limited,20201117 NZTA Highways and Network Operations,8095499,Request for Tenders,Open Competition,NZTA 63156 SH1S (KAIKOURA) BRIDGES STRENGTHENING,NZTA 63156,20150116,20150210,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH1S (Kaikoura) Bridges Strengthening Contract. The Contract involves the strengthening of threes bridges, including: a) Installation of steel brackets and deviator assemblies. b) Post-tensioning of reinforced concrete bridge beams. c) Installation of deck cantilever strengthening brackets. d) Associated traffic management. This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from 20 January 2015. Contact Victoria Worner at victoria.worner@opus.co.nz. Tenders close at 4pm on 10 February 2015 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,8308961,Request for Tenders,Open Competition,SH73 Mingha Bluff to Rough Creek Realignment,NZTA63150,20150126,20150303,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction and realignment of SH 73 between Mingha Bluff (near Greyneys Shelter) and Rough Creek Bridge through Arthur???s Pass National Park. The section is 5.2km long and includes rail realignment, river protection works, construction of retaining walls, guardrailing and safety barriers and approximately 18 road and 12 railway culverts. To provide a complying tender Tenderers must attend a Joint Tender Meeting at 10:30am 4 February 2015, Arthur???s Pass Community Centre, 76 School Terrace, Arthur???s Pass. The meeting is scheduled to take 2 hours. Tenderers must be prequalified classification 4A. Tenderers must also comply with KiwiRail???s prequalification requirements. Contract Documents will be available from Opus International Consultants Ltd, Christchurch from 3pm Monday 26 January 2014. A Tender Documents deposit of $500 is required. Tenders close at Either: NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, P O Box 1479, Russley, Christchurch 8140 Or: c/- Opus International Consultants, 23 High Street, GREYMOUTH. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,8474748,Request for Tenders,Open Competition,SH1 : Western Belfast Bypass,NZTA 63151,20150202,20150324,20150818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of the Western Belfast Bypass. This is a new 5km motorway extension from the Christchurch Northern Motorway near the Otukaikino Reserve in the north to approximately the Clearwater Avenue intersection on Johns Road in the south. The Western Belfast Bypass has been identified as one of the projects within the Roads of National Significance (RoNS) Christchurch Motorways package, and will provide a key strategic link within the Canterbury region. The project includes a four lane alignment and provides grade separated connections at either end. Works include temporary diversions, environmental compliance, site clearance, earthworks, ground improvements, piling, structures, roading, drainage, landscaping and urban design, traffic signs, safety barriers, street lighting works, service diversions, and miscellaneous works. To provide a complying tender Tenderers must attend a Joint Tenderers??? Meeting at 2pm 10 February 2015, NZ Transport Agency, Airport Business Park Unit C, 92 Russley Road, Christchurch. The meeting is scheduled to take 1.5 hours. Tenderers must be prequalified to NZTA classification 1A, 2A, 3A and 4A. Contract Documents will be available from Opus International Consultants Ltd, Christchurch from 2pm Tuesday 3rd February 2015. A Tender Document deposit of $500 is required. Electronic copies of the documents and supporting information will be provided on request. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,"Awarded to Fulton Hogan Ltd for $82,914,420.68",20201117 NZTA Highways and Network Operations,8474807,Request for Tenders,Open Competition,SH 1 Guardrail Installation 2014/2015,NZTA 63161,20150202,20150224,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for guardrail installation on State Highway 1 at Birches Road between RP 179/2.42 and RP 179/2.87 and at Griffiths Creek between RP 185/4.18 and RP 185/4.67. Contract works include gabion construction, guardrail installation, pavement construction and sealing. Tenderers must be prequalified to classification 4C. Contract Documents will be available from Opus International Consultants Ltd, 20 Moorhouse Avenue, Christchurch from 12 noon Friday 30 January 2015. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,8993101,Request for Tenders,Open Competition,"MR228 Hodder River Bridge Strengthening - Awatere Valley Road, Marlborough",MR228,20150217,20150310,20150331,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"New Zealand Transport Agency, Marlborough Roads, Unit 2.4, Level 1, The Forum, Market Street, Blenheim","This contract is for the additional longitudinal stringers and replacement of hanger rods on the Hodder River Suspension Bridge to restore Class 1 load carrying capacity. In accordance with the Prequalification for Physical Works, this contract has been classified as ""Bridge Construction - Level B"". Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridge Construction - Level A, or B (3A or 3B)"" are eligible to submit a tender. Specifications and Tender Information are available from: Debbie Topliss Tender Secretary Marlborough Roads Unit 2.4, Level 1, The Forum, Market Street, Blenheim Telephone: 03 984 8341 Email: Debbie.topliss@nzta.govt.nz",Awarded,,20201117 NZTA Highways and Network Operations,9182843,Request for Tenders,Open Competition,SH6 Gentle Annie Safety Improvements,647T,20150223,20150317,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Construction of shoulder widening of existing passing lanes including earthworks, drainage, gabion retaining walls and safety barriers. The estimate cost of the works is approximately $978k Prequalification to 4C- Construction Contract period : Ten weeks (10) Issue of Tender Documents: Documents will be issued on a CD by Opus International Consultants upon requests to : Andy High Opus International Consultants Private Bag 36 Morrison Square, Level 1 77 Selwyn Place NELSON 7042 Email: andy.high@opus.co.nz Note: documents will not be available from GETS Tenders Close at : NZ Transport Agency ,Level 9, Cooperative Bank Building , 20 Ballance Street, Wellington Central, Wellington",Not Awarded,"Fulton Hogan Ltd $887,634.70",20201117 NZTA Highways and Network Operations,9400168,Request for Tenders,Open Competition,NZTA63148 SH 75 Robinsons Bay Retaining Wall,NZTA63148,20150302,20150324,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of approx. 30m of shotcrete and soil nail retaining wall as part of a slip stabilisation project on SH 75(Christchurch - Akaroa Rd) between Okains Bay Rd and Robinsons Bay. Contract Documents are available from Opus International Consultants Ltd, 20 Moorehouse Ave, Christchurch from 12 noon Monday 2 March. Tenders close at 4pm on Tuesday 24 March 2015 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,,20201117 NZTA Highways and Network Operations,9483410,Request for Tenders,Open Competition,MR225 Old Renwick Road/Jacksons Road Intersection Upgrade,MR225,20150303,20150331,20150521,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the Intersection Upgrade of Old Renwick Road and Jacksons Road. The scope of works include: a) Removal of existing hedge/trees from various areas b) Construction of new timber noise reduction fencing and post and wire fencing c) Carriageway widening on Old Renwick Road and Jacksons Road d) Intersection levelling e) Installation of two right turn bays for Jacksons Road North and South In accordance with the Prequalification for Physical Works, this contract has been classified as Construction Level 4D. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Construction 4D are eligible to submit a tender. This contract is a 'Measure and Value' contract as defined by General Conditions of Contract, Clause 2.1.1. Supplier selection method to be used is LPC.",Not Awarded,,20201117 NZTA Highways and Network Operations,9609746,Request for Tenders,Open Competition,SH6 Kawarau Gorge Guardrail Safety Improvements 2014/15,PW O177/34,20150309,20150324,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the installation of w-section guardrail on State highway 6 in the Kawarau Gorge between Cromwell and Queenstown. The works include guardrail installation and associated shoulder widening and temporary traffic management. In accordance with the Prequalification for Physical Works, this contract has been classified as 'Routine and Minor Works Level C'. Tenderers are reminded that only those prequalified to Routine and Minor Works Level A, B or C (1A, 1B or 1C) are eligible to submit a tender. Tenders shall be evaluated using the LPC (Basic) Prequalification Method. The estimated contract value is $158,180.00. Tender documents will be available from: Opus International Consultants Ltd Tarbert Buildings 69 Tarbert Street PO Box 273 Alexandra from 8:00am Monday 9 March 2015 Tender Enquiries to: Bede Mulholland, Opus International Consultants Ltd, 69 Tarbert Street, PO Box 273, Alexandra. Phone: (03) 440 2400, email: alexandra@opus.co.nz Please Note: Electonic Tender bids will not be accepted.",Not Awarded,"$144,318.99 Downer Ltd",20201117 NZTA Highways and Network Operations,9929430,Request for Tenders,Open Competition,Structural Bridge Repairs - Hawke's Bay 2014/15,1177/W6,20150313,20150331,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 3C. The contract involves structural repairs to several bridges within the Hawke's Bay Region. The work is located on various State Highways within the region. The work includes but is not limited to bridge work as follows: - Expansion joint renewal/replacement - Replacement of corroded bridge steel bearing plates - Strengthening of bridge pier corbel and deck cantilever - Concrete crack injection and spall repairs - Guardrail re- Maintenance to retaining walls - Installation of bird netting. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd, Napier: email: graeme.gunn@opus.co.nz phone: 64 6 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 31 March 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""originals"" and the other three marked ""copy"". Please note: electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,9932042,Request for Tenders,Open Competition,Safety Retrofit 2014/15 - Gisborne Guardrail,1176/W5,20150313,20150331,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1D (Routine and Minor Works Level D). The contract works are at 5 sites on State Highway 35 and include the supply and installation of guardrail and the installation of associated traffic services. All tender queries should be addressed to Rachel Hogan, Opus International Consultants Ltd, Gisborne: email: rachel.hogan@opus.co.nz phone: 64 6 868 5199 Documents are available from Opus International Consultants Ltd, Wilson James Centre, 75 Peel Street, Gisborne (postal address: PO Box 49, Gisborne 4040). Tenders will close at the NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 31 March 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""originals"" and the other three marked ""copy"". Please note: electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,9932807,Request for Tenders,Open Competition,Guardrail Safety Retrofit - Hawke's Bay 2014/15,1180/W6,20150313,20150331,20150511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1D (Routine and Minor Works Level D). The contract works are at 25 sites on State Highway 2 and State Highway 38, and include the supply and installation of guardrail and the installation of associated traffic services. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd, Napier: email: graeme.gunn@opus.co.nz phone: 64 6 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 31 March 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""originals"" and the other three marked ""copy"". Please note: electronic submissions for this tender will not be accepted.",Awarded,,20201117 NZTA Highways and Network Operations,10179333,Request for Tenders,Open Competition,SH 75 Halswell River Bridge(Landsdown) Replacement,NZTA 63167,20150323,20150421,20150512,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH75 Halswell River Bridge (Landsdown) Replacement Contract. The Contract includes: a) Construction of a new 12m span road bridge b) Approach widening including the incorporation of a turning bay. c) Installation of new guardrail on approaches and across new bridge. d) Facilitation of undergrounding of power lines (electrical works by others) e) Associated traffic management. This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Tuesday 24 March 2015. Contact Campbell Apthorp at campbell.apthorp@opus.co.nz. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,,20201117 NZTA Highways and Network Operations,10521896,Request for Tenders,Open Competition,SH1 Sanson South Passing Lane,TRW 1756,20150401,20150421,20150805,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of an 1850m passing lane 1km south of Sanson on SHwy 1. The Contract involves; site clearance; supply place and compact selected structural fill; construction of pavement widening and associated works on the south bound lane between Sanson and Penny Road. In accordance with the Prequalification for Physical Works, this contract has been classified as Construction ??? Level A. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Construction - Level 4A or 4B are eligible to submit a tender. Contract Documents are available from GHD Ltd, 52 The Square Palmerston North A Document deposit of $250 is required. Electronic copies of the documents and supporting information will be provided on request, to obtain these please email Brian Hickton at brian.hickton@ghd.com All tender queries should be directed to Brian Hickton Please note that the tenders close on Tuesday 21st April 2015, 4:00pm at NZTA Office; 43 Ashley Street Level 3 Palmerston North Tenders should be clearly marked ""Tender for TRW 1756; SH1 Sanson South Passing Lane"" No electronic tenders will be accepted. Tenderers must submit four (4) copies of their tender submission, one marked original and three marked copy.",Awarded,,20201117 NZTA Highways and Network Operations,10723494,Request for Tenders,Open Competition,Region 3 Bridge Maintenance 2014/15,NZTA 2/10-005/609,20150408,20150424,20150709,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PHYSICAL WORKS REGION 3 BRIDGE MAINTENANCE 2014/15 NZTA 2/10-005/609 Tenders are invited from suitably experienced contractors for structural bridge maintenance works at 27 bridges within the NZ Transport Agency's Region 3 (Waikato) area. Repairs and maintenance include but are not limited to: Provision of temporary access, traffic management, concrete repairs, deck joint replacement, gabion work and timber retaining wall repair and construction. In accordance with NZTA's Prequalification for Physical Works Trial, this contract has been classified as Bridge Construction level 3D. Tenderers must be prequalified to be eligible to submit a tender. Tenders close with: The Tender Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street PO Box 973 HAMILTON at 4:00 pm on Friday 24 April 2015 Tender Documents may be obtained from Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 HAMILTON Phone: 07- 838 0144 Fax: 07 - 839 0431 Email: consultants @bbo.co.nz The lowest or any tender not necessarily accepted ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Conspec Construction Limited,20201117 NZTA Highways and Network Operations,10732146,Request for Tenders,Open Competition,Bay of Plenty Roadside Toll System Maintenance Contract,2/14-023/601,20150408,20150505,20150709,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This is a Physical Works contract for providing all maintenance and support services on an operational multi-lane electronic free flow Toll System for the Tauranga Eastern Link (TEL) Toll Road and the Route K toll systems in Tauranga. The Contract Works comprise: ??? provision of all maintenance services at the two toll points for routine and unplanned service events; and ??? provision of all support services required to incorporate and adapt future requirements or enhancements NZTA may require from to time. The tender documents and supporting information are available for download from the GETS website. **Please note that no hard copy documents will be provided** Please email Tender Secretary at TenderSecretaryTauranga@nzta.govt.nz to register your interest in tendering, and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Awarded,,20201117 NZTA Highways and Network Operations,10870708,Request for Tenders,Open Competition,SH 1 Rakaia River Bridge Concrete Repairs,NZTA63168,20150413,20150505,20150708,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH1S Rakaia River Bridge Concrete Repair Contract. The Contract includes: a) Concrete repairs over selected portions of the 1,760m long bridge. b) Associated access and traffic management. This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants. Contact Victoria Worner at victoria.worner@opus.co.nz. Tenders close at 4pm on Tuesday 5th May 2015 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,All tenders were declined,20201117 NZTA Highways and Network Operations,11112288,Request for Tenders,Open Competition,SH3 Rangitikei Street/Tremaine Avenue Intersection Improvements,TRW 1755,20150415,20150519,20151105,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the upgrading of the Rangitikei/ Tremaine intersection in Palmerston North. The work involves the construction left turn lanes; construction of pavement kerb and channel and footpaths; milling and hotmixing of the whole intersection; upgrading of traffic signals and street lighting; installation of telecommunications and power ducting; water main and stormwater construction and associated miscellaneous works. In accordance with the Prequalification for Physical Works, this contract has been classified as Construction ??? Level A. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Construction - Level 4A or 4B are eligible to submit a tender. Electronic copies of the documents and supporting information will be available on Wednesday 15th April on request at no cost. Hard Copies of the Contract Documents are available from GHD Ltd, 52 The Square, Palmerston North - A Document deposit of $250 is required. All tender tender queries should be directed to; Brian Hickton brian.hickton@ghd.com 06 3531806 Tender closes on the Tuesday 19 May 2015 at 4pm at; NZTA Office 43 Ashley Street Level 3 Palmerston North",Awarded,,20201117 NZTA Highways and Network Operations,11139310,Request for Tenders,Open Competition,SH1 Coast Rd Gabion Retaining Wall Replacement,727N,20150420,20150519,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for the construction of a rock revetment and its associated works to replace a 100m section of the State Highway 1 Coast Road Gabion Retaining Wall. The retaining wall is located immediately south of Fisherman's Table, Paekakariki, at RP / 0.92. The contract period is for ten(10) weeks. Pre-Qualification N/A Tenders close at: TENDERS BOX NZ Transport Agency Level 9, PSIS House 20 Balance Street Lambton Quay Wellington 6011",Not Awarded,"Stringfellow Contracts Ltd $698,300.00",20201117 NZTA Highways and Network Operations,11769243,Request for Tenders,Open Competition,SH1/26 Morrinsville Roundabout,NZT2/03-011/601,20150508,20150526,20150908,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"CONTRACT NZTA 2/03-011/601 SH1/26 Morrinsville Road Roundabout Tenders are invited from suitably experienced contractors for the upgrade and construction of of the SH1 roundabout at the Morrinsville Road intersection in the suburb of Hillcrest in Hamilton. The project generally comprises the reconstruction of the existing roundabout central islands and modifying the roundabout approaches to allow additional approach lanes including new slip lanes and provision for cyclists. It also includes construction of a new pedestrian refuge on Morrinsville Road. Work is split into two stage including relocation of services and then the core works. The core works include provision of temporary traffic management, pavement construction, kerb construction, footpath construction, drainage and surfacing. In accordance with the Prequalification for Physical Works, this contract has been classified as ???Construction ??? Level C???. Tenderers are reminded that under the terms of the Highways Network Operations (HNO) Prequalification System, only those prequalified to ???Construction - Level C ( 4C)??? are eligible to submit a tender. The Contractor shall note that this project has significant traffic management constraints and a tight timeframe and adequate resources and planning shall be applied to ensure practical completion is achieved by the end of the contract period. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street PO Box 973 Hamilton 3240 At 4:00pm on Tuesday 26 May 2015. Tender Documents may be obtained from: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 - Fax 07 839 0431 Email: consultants@bbo.co.nz The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCPETED",Awarded,Cambridge Construction Company,20201117 NZTA Highways and Network Operations,11928266,Request for Tenders,Open Competition,State Highway Resurfacing - Central Otago 2015/16,PW O177/36,20150518,20150616,20151006,NZ Transport Agency - Highways and Network Operations,,No,Tenders close only in locations advised in the tender document,"This tender is for the resurfacing of approximately 11km of State highways within the Central Otago region. The works include chipseal resurfacing to NZTA P/17 standard, Thin Asphaltic surfacing and application of painted pavement markings and reflectorized pavement markings to the completed works. In accordance with the Prequalification for Physical Works, this contract has been classified as Surfacing ??? Level B. Tenderers are reminded that under the terms of the Highways and Network operations Prequalification System, only those prequalified to ???Surfacing ??? level A or B (2A or 2B) are eligible to submit a tender. Tenders shall be evaluated using the Prequalification (including Methodology attribute) Price Only Method. The estimated contract value is $878,100.00 Tenderers are reminded that electronic tenders will not be accepted. Tender documents will be available from: Opus International Consultants Ltd Tarbert Buildings 69 Tarbert Street PO Box 273 Alexandra From 8am Monday 18 May 2015 Tender enquiries to: Mark Abernethy Opus International Consultants Ltd 69 Tarbert Street PO Box 273 Alexandra Telephone: (03) 440 2400 Email: Alexandra@opus.co.nz",Not Awarded,"$804,570.60 Fulton Hogan Ltd",20201117 NZTA Highways and Network Operations,13122976,Request for Tenders,Open Competition,Route K Toll Point Stage 3,2/06-007/613,20150619,20150707,20150903,NZ Transport Agency - Highways and Network Operations,All of Government,No,N/A,"This is a Physical Works Contract for the removal of the toll plaza on Route K and the construction of pavements. Only Tenderers pre-qualified to Construction Level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to uplift documents and submit a tender. The Contract Works comprise: ??? Removal of the toll plaza canopy and toll booths ??? Removal of the administration building and foundations (provisional item) ??? Various demolition including septic tank, barriers, pavements, footpaths, drainage. ??? Construction of asphalt and chip seal pavements ??? Installation of edge and median barriers ??? Road markings ??? Installation of new, and relocation of existing, street lights ??? Traffic management ??? Landscaping The tender documentation and supporting information are available from: Beca Ltd, 32 Harington House, 32 Harington Street, Tauranga 3140. Please email Tim Slater at Tim.Slater@Beca.com to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harington House 32 Harington Street Tauranga 3141 Attn: Tender Secretary",Not Awarded,"Fulton Hogan Limited $614,481.55",20201117 NZTA Highways and Network Operations,13181207,Request for Tenders,Open Competition,SH 74 Dyers Road Widening Resubmit,NZTA 62254,20150622,20150721,20150818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Contract is for the realignment of SH 74 Dyers Road between Metro Place and Maces Road. The Contract Works involve carriageway widening and surfacing, drainage and landscaping. The work will include but not be limited to: Undergrounding of services, earthworks of approx. 1,500m3, new carriageway construction of approx. 4,000m2, rehabilitation of existing pavement approx. 12,000m2 and stabilising and seal of approx. 16,000m2. Prequalification Level is set at 2B and 4B. Documents are only available for collection from GHD Ltd, 226 Antigua Street, Christchurch 8011 from Monday 22 June 2015. Please note QUERIES in relation to this tender must be sent to the contact below no later than 14th July, (8 days before tender close). Tenders close at the Tender box, NZ Transport Agency, Unit C, Airport Business Park, 92 Russley Road, Christchurch Tuesday, 21 July 2015 at 4:00pm. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,"Contract Awarded to Higgins at a price of $3,241,660.27",20201117 NZTA Highways and Network Operations,13238821,Request for Tenders,Open Competition,SH 6 Taramakau Road Bridge Pre-implementation and Implementation,NZTA 63152,20150623,20150714,20150818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Professional Service contract comprises the Pre-Implementation and the Implementation phases for the Taramakau Road Bridge Project. This $16M project is located on SH6 approximately 15km south of Greymouth. The project includes a new two lane road bridge with combined pedestrian / cycleway provision approximately 30m downstream of the existing combined road / rail bridge and a new rail overpass approximately 200m south of the new road bridge. The project also includes realigned road approaches to the new road bridge. Tender Documents will be emailed to consultants registered with the Tenders Secretary. Items listed in the Inputs provided by Client to Tenderers will be made available on a memory stick and will be handed out at the compulsory tenderers briefing on 30th June at 11am at NZTA Christchurch office at 92 Russley Road. Tenders close at 4pm on Tuesday 14 July 2015 at the Tenders Box, 92 Russley Rd, Unit C, Airport Business Park, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Awarded,"Awarded to Novare Design for $1,331,441.43",20201117 NZTA Highways and Network Operations,13442198,Request for Tenders,Open Competition,MR231 Picton Upper High Street Enhancement and Queen Charlotte Drive Lookout Walkway,MR231,20150629,20150721,20151123,,Sole Agency,No,"Tender Secretary, New Zealand Transport Agency, Marlborough Roads Office, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","This contract is in two parts: Separable Portion 1 is for the construction of street and footpath enhancement works on Upper High Street between Broadway and Waikawa Road. Separable Portion 2 is for the construction of a new gravel footpath with 6 timber footbridges on Queen Charlotte Drive between Lagoon Road and the Picton Lookout. In accordance with the Prequalification for Physical Works, this contract has been classified as Level 2C for Surfacing and Level 4C for General Construction. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Level 2C Surfacing and Level 4C for General Construction are eligible to submit a tender. All tender documentation and queries should be addressed to: Opus International Consultants Ltd P O Box 563 19 Henry Street Blenheim 7201 For the attention of Gary Small Telephone Number: 03 520 9500 Email: gary.small@opus.co.nz",Not Awarded,Fulton Hogan,20201117 NZTA Highways and Network Operations,13587836,Request for Tenders,Open Competition,Tender : Bridge & Structures Management Waikato 2015,NZTA 2/15-004/501,20150702,20150804,20150908,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PROFESSIONAL SERVICES BRIDGE & STRUCTURE MANAGEMENT WAIKATO 2015 NZTA CONTRACT NUMBER: 2/15-004/501 Tenders are invited for the Bridge & Structures Management Waikato 2015 contract for Professional Services. The successful tenderer shall provide services principally to manage and maintain Bridge structures throughout Waikato and provide HPMV and Overweight permitting services. The contract run is for three years with the possibility of two one year extensions Tender Documents and enquiries are available from The Tender Secretary The NZ Transport Agency Level 1 Deloitte House 24 Bridge Street Hamilton 3240 email: Hamiltontenders@nzta.govt.nz Tenders close with The Tender Secretary the NZ Transport Agency Level 1 Deloitte House 24 Bridge Street Hamilton 3240 at 4pm on Tuesday 28 July 29015 ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Beca Limited,20201117 NZTA Highways and Network Operations,13828385,Request for Tenders,Open Competition,Bridge & Structures Management 2015 Bay of Plenty,2/15-003/501,20150709,20150804,20150903,NZ Transport Agency - Highways and Network Operations,All of Government,No,N/A,"This is a Professional Services contact for providing services principally to manage and maintain bridge structures throughout the Bay of Plenty and provide HPMV and overweight permitting services. The contract run is for three years with the possibility of two one year extensions. The tender documents and supporting information are available for pick up at NZ Transport Agency Tauranga office from 3pm on Thursday 9 July 2015. Please email the Tender Secretary at tendersecretarytauranga@nzta.govt.nz for any enquiries. Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 3, Harrington House 32 Harington Street Tauranga Central Attention: Tender Secretary",Not Awarded,"Beca Limited Tauranga $1,541,920.00",20201117 NZTA Highways and Network Operations,13981770,Request for Tenders,Open Competition,Region 12 SH 6 Taramakau River Bridge Clip-On 2015,NZTA 63174,20150715,20150804,20150818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Taramakau River Bridge ??? Clip-on 2015. The contract is for the construction of the clip-on and approaches on SH6 Taramakau River Bridge. This tender will be evaluated using the Pre-qualification / Lowest Price Conforming (LPC). Tenderers that are prequalified to classification Bridge Construction Level C (3D) under the NZTA Prequalification for Physical Works may submit a tender. Contract Documents are only available in hard copy format and can be collected from Opus International Consultants, 23 High Street, Greymouth from midday Thursday 16 July 2015. Tenders close at 4pm on Tuesday 4 August 2015 at: ??? NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Rd, Christchurch ??? Opus International Consultants Ltd, 23 High Street, Greymouth. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Awarded,"Awarded to Fulton Hogan Ltd at a price of $969,054.94.",20201117 NZTA Highways and Network Operations,14795692,Request for Tenders,Open Competition,Southland State Highway Resurfacing 2015/16,PW S82/25,20150806,20150908,20151006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a performance based contract for the resurfacing of 15kms of resealing (P/17), 0.5kms of asphalt resurfacing (P/23), associated pavement marking and replacement of raised reflective pavement markers on State Highways 1, 6, 93, 94, 96, and 99 in the Southland Area. In accordance with the Transport Agency's Prequalification for Physical Works, this contract has been classified as 'Surfacing - Level 2B'. Tenderers are reminded that only those prequalified to Surfacing Level A or B (2A or 2B) are eligible to submit a tender. Tender documents will be available from noon on Friday 7 August 2015 from: Opus International Consultants Ltd 65 arena Avenue PO Box 647 Invercargill Address all enquiries to: James Parsons Opus International Consultants Ltd 65 Arena Avenue PO Box 647 Invercargill Telephone (03) 211 3580 Email: James.Parsons@Opus.co.nz Tenderers are reminded that electronic tenders will not be accepted",Not Awarded,"$1,819,624.56",20201117 NZTA Highways and Network Operations,15461012,Request for Tenders,Open Competition,SH2 Apata Rail Overbridge Strengthening,NZTA 2/10-006/608,20150820,20150922,20151027,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"This is a Physical Works contract for the installation of strengthening works to all four beams of all three spans of the existing Apata Rail Overbridge on State Highway 2 at Route Position 130/4.03 and BSN 1340. Only Tenderers pre-qualified to ???Bridge Construction ??? Level B??? (3B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise installation of a post-tensioning system, including anchorages, strands, and deflectors, and shear strengthening of the beam/deck interfaces. The tender documents and supporting information are available for pick up from: Beca Ltd, 32 Harington Street, Tauranga. Please email Clair Hill at clair.hill@beca.com to register your interest in tendering, and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Note: GETS will not be used for tender NTT???s and Q & A. Tender documents are to be couriered/dropped off in person before the specified tender close date & time, at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Awarded,,20201117 NZTA Highways and Network Operations,15815384,Request for Tenders,Open Competition,SH35 - Takapau Dropout - Stream Diversion,1186/W5,20150831,20151013,20151106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 4C (Construction). The contract involves the construction of a diversion in the Makarika Stream to cut off a loop that flows close to SH35. The site is located adjacent to SH35 approximately 300m south of the Ihungia Road intersection. The work includes: - stream control and environmental management - earthworks and drainage works - bank protection works involving rock rip rap and rock mattresses. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2 Dunvegan House, 215 Hastings Street, Napier, on Tuesday, 13 October 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note - electronic submissions for this tender will not be accepted.",Not Awarded,"Awarded to Downer New Zealand Ltd on 2 November 2015 in the sum of $605,158.98",20201117 NZTA Highways and Network Operations,16075935,Request for Tenders,Open Competition,Waikato Expressway - Cambridge Section - SH1 Tirau Road Weigh Station Construction,NZTA 2/04-005/602,20150903,20150922,20151005,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from contractors, prequalified for construction at Level 4A for the development of a Weigh Station beside State Highway One near Tirau Road at RP574/4.7 ??? 5/5. The work involved includes: ??? Road Widening, ??? Concrete Weigh Station, ??? Kerb and Channel, ??? Guardrail, ??? Lighting and Associated work. As this site is located beside SH1, Traffic Management and Safety will be critical. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street PO Box 973 Hamilton 3240 At 4:00pm Tuesday 22 September 2015. Tender Documents may be obtained from: Opus International Consultants Limited, Opus House, Princes Street, Hamilton. Phone: 07 ??? 838 9344 Email: dave.walker @ opus.co.nz The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCPETED",Awarded,The Tamahere Cambridge SH1 Tirau Weigh Station has been awarded to Fulton Hogan Limited,20201117 NZTA Highways and Network Operations,16824751,Request for Tenders,Open Competition,North Island Bailey Bridge Services (NO 15-090),NO 15-090,20150922,20151020,20160727,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, National Office, Level 2 Reception, 50 Victoria Street, WELLINGTON 6011","This is a Physical Works contract for North Island Bailey Bridge Services. These include the storage, management and maintenance of Bailey bridging stocks, and the provision of resources to construct and dismantle Bailey bridges throughout the contract area. The Bailey bridges may be used for emergency or temporary purposes on State Highways, Local Authority roads, or for private use. The tender documentation and supporting information are available from Geraldine Christmas at geraldine.christmas@nzta.govt.nz or telephone direct (04) 894 6310. Please e-mail Geraldine Christmas at geraldine.christmas@nzta.govt.nz to register your interest in tendering. Tender documents to be couriered or dropped off in person at: NZ Transport Agency National Office Level 2 Reception 50 Victoria Street WELLINGTON 6011 Attention: Geraldine Christmas, Tender Secretary ELECTRONIC RESPONSES SHALL NOT BE SUBMITTED VIA GETS.",Awarded,"$2,043,205.00 Downer",20201117 NZTA Highways and Network Operations,16825097,Request for Tenders,Open Competition,South Island Bailey Bridge Services (NO 15-091),NO 15-091,20150922,20151020,20160727,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, National Office, Level 2 Reception, 50 Victoria Street, WELLINGTON 6011","This is a Physical Works contract for South Island Bailey Bridge Services. These include the storage, management and maintenance of Bailey bridging stocks, and the provision of resources to construct and dismantle Bailey bridges throughout the contract area. The Bailey bridges may be used for emergency or temporary purposes on State Highways, Local Authority roads, or for private use. The tender documentation and supporting information are available from Geraldine Christmas at geraldine.christmas@nzta.govt.nz or telephone direct (04) 894 6310. Please e-mail Geraldine Christmas at geraldine.christmas@nzta.govt.nz to register your interest in tendering. Tender documents to be couriered or dropped off in person at: NZ Transport Agency National Office Level 2 Reception 50 Victoria Street WELLINGTON 6011 Attention: Geraldine Christmas, Tender Secretary ELECTRONIC RESPONSES SHALL NOT BE SUBMITTED VIA GETS.",Not Awarded,"$1,890,000.00 Downer",20201117 NZTA Highways and Network Operations,16853905,Request for Tenders,Open Competition,CN4067 Whangarei Urban Improvements SH1 Kensington to Manse Upgrade,CN4067,20151002,20151103,20170302,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Regional Tenders Secretary, NZ Transport Agency, Private Bag 106602, AUCKLAND 1143 - email: TENDERS.AKL&NLD@NZTA.GOVT.NZ","Tenders are invited from experienced roading contractors for Contract CN4067 SH1N Kensington Avenue to Manse Street Intersection Improvements RP 261/1.86 to 261/2.68. The project is within the Whangarei urban limits and has a posted speed limit of 50km/h, which increases to 70km/h just south of Manse St on State Highway 1N. The length of road investigated is approximately 800m in length. The work involves: 1. Construction of a new roundabout at the Kensington Avenue/State Highway 1N intersection; 2. Works on Kensington Avenue and its intersection with State Highway 1N; 3. Works within Kensington Park, including new carpark; 4. Alterations to the intersections of State Highway 1N and Lower Stanley Street, Kohatu Road, Russell Road and Manse Street; 5. Widening and safety works along State Highway 1N from 160m north of Kensington Avenue to 220m south of Manse Street; The Tender will be evaluated using the PQM Prequalified Method of Tender evaluation. Only Tenderers who have prequalified to classification level 4A may submit a tender. Should you wish to submit a Tender, you must register with the Regional Tender Secretary on collection of documents. A tender inception meeting will be held by the Principal on Friday 9 October, 12pm at NZTA Whangarei, level 1, Walton Plaza, Kauri Room. Please confirm your attendance 3 days prior to the meeting to the organizer below, IFT 1.8 and limit your attendance to 2 persons per tender team. Enquiry???s should be directed to the organizer, Clint Hanger, Northern Civil Consulting Engineers Ltd, Clint@ncceng.co.nz or Telephone 09 438 3345. Tenders close at 4:00 pm on Tuesday 3 November 2015 - with: Regional Tender Secretary, NZ Transport Agency, Level 11, HSBC House, No1 Queen Street, AUCKLAND",Awarded,"FH: $7,799,986.98",20201117 NZTA Highways and Network Operations,16891234,Request for Tenders,Open Competition,Otago/Southland Bridge Strengthening & Repairs 2015/16,PW O207/07,20151016,20151117,20160801,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of strengthening improvements and repairs on various bridges in the Otago/Southland area. Tenderers shall be prequalified to Level 3C (Bridge Construction Level C). Tenderers are reminded that only those prequalified to Bridge Construction Level A, B or C (3A, 3B or 3C) are eligible to submit a tender. NOTE: ELECTRONIC TENDER SUBMISIONS WILL NOT BE ACCEPTED. Tender documents will be available from: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 DUNEDIN Phone (03) 471 5500 from 12 noon Monday 19 October 2015 Address enquiries to: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 DUNEDIN Email: tenders.dunedin@opus.co.nz Telephone: 03 471 5593 Russell Nicholls",Awarded,SouthRoads Ltd,20201117 NZTA Highways and Network Operations,16924340,Request for Tenders,Open Competition,Southland Bridge Seismic Improvements 2015/16 (SH94),PW O207/06,20151027,20151124,20160801,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of seismic strengthening improvements on three bridges located on State highway 94 (Milford area). Only tenderers prequalified to Level 3C (Bridge Construction Level C) are eligible to submit a tender. Tender documents will be available from: Opus International Consultants Ltd 197 Rattray Street Private Bag Dunedin Phone (03) 471 5500 from 12 Noon on Tuesday 27 October 2015 Address all enquiries to: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Email: tenders.dunedin@opus.co.nz",Awarded,Whitestone Contracting Ltd,20201117 NZTA Highways and Network Operations,16932846,Request for Tenders,Open Competition,MR237 Marlborough SH Safety Improvements 2015/16,MR237,20151028,20151117,20151214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, Unit 2.4, Level 1, The Forum, Market Street, Blenheim","This contract is for the construction of various safety improvement measures including seal widening, drainage works, and installation of roadside barrier between Blenheim and Rai Valley. The section includes installing new NZ Transport Agency M23 compliant barrier, extension of existing roadside barrier and construction of structural bridges connections. In accordance with the Prequalification for Physical Works, this contract has been classified as Construction - Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to 4C are eligible to submit a tender. Supplier Selection Method: LPC Tender Documentation has been uploaded as an Addenda. Tender Documentation and Tender Queries to: Opus International Consultants 19 Henry Street Blenheim 7201 For the attention of: Tim Burt Contract Number: MR237 Contract Name: Marlborough SH Safety Improvements 2015/16 Email: tim.r.burt@opus.co.nz",Awarded,,20201117 NZTA Highways and Network Operations,16938857,Request for Tenders,Open Competition,SH1 Gallagher Drive Intersection Improvements,NZTA 2/05-020/601,20151030,20151201,20151222,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably experienced contractors for construction of a signalised intersection at the intersection of SH1, Quentin Drive and Gallagher Drive in Hamilton. Work will include but is not limited to; provision of temporary traffic management, timber pile raft ground improvement, drainage, kerbing, pavement and surfacing, pedestrian facilities and traffic signals. In accordance with NZTA???s Prequalification for Physical Works Trial, this contract has been classified as Construction Level 4B. Tenderers must be prequalified to at least ???Construction ??? Level 4A or 4B??? to be eligible to submit a tender. Tenders close with: The Tender Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street HAMILTON At 4:00pm on Tuesday 01 December 2015. Tender Documents may be obtained from: Bloxam Burnett & Olliver Ltd Level 5, 18 London Street PO Box 9041 Hamilton Ph 07 838 0144 Email: mhastie@bbo.co.nz The lowest or any tender not necessarily accepted ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,,20201117 NZTA Highways and Network Operations,16959470,Request for Tenders,Open Competition,SH3/21 Intersection Improvements,NZTA 2/13-010/601,20151104,20151201,20151217,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably experienced contractors for the construction of a four leg dual circulating lane roundabout at the SH3/21 intersection in the vicinity of the Hamilton Airport. The contract tender acceptance is dependent on construction funding being obtained by the New Zealand Transport Agency. The roundabout is positioned off line and west of the existing SH3 carriageway. A temporary road will be constructed, possibly by another contractor prior to this Contract being let, to divert SH21 around the proposed roundabout works area and connecting at a temporary intersection with SH3. Temporary traffic control will still be required, particularly when transitioning from the temporary road into the proposed alignment, noting that some construction works on the approach legs will be in a live lane. This Contract will include the maintenance of the temporary road during the Contract Period, and removal and reinstatement on completion of the roundabout. In accordance with the Prequalification for Physical Works, this contract has been classified as ???Construction ??? Level B???. Tenderers are reminded that under the terms of the Highways Network Operations (HNO) Prequalification System, only those prequalified to ???Construction - Level B (4B)??? are eligible to submit a tender. The Contractor shall note that this project has a tight timeframe and adequate resources and planning shall be applied to ensure practical completion is achieved within the contract period. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street PO Box 973 Hamilton 3240 At 4:00pm on Tuesday 1 December 2015. Tender Documents will be available from 12th November and may be obtained from: Graymatter Ltd 2 Alfred St PO Box 14178 Hamilton Phone: 07 853 8997 Email: Karen.hills@graymatter.co.nz The lowest or any tender shall not necessarily be accepted, and acceptance is also dependent on funding being obtained by the Transport Agency. ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,sh3/21 awarded Schick Construction & Cartage on 16 December 2015,20201117 NZTA Highways and Network Operations,16967768,Request for Tenders,Open Competition,Safety Improvements 2015/16 - Hawke's Bay,1195/W6,20151106,20151208,20160106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1C and 2C. The contract involves safety improvement work at 13 sites on State Highway 2. The major components of the contract are: - Earthworks - Minor drainage and pavement work - Seal widening - Safety barrier; both guardrail and wire rope barrier - Associated traffic services. All inquiries should be addressed to Mr Graeme Gunn, Opus International Consultants Ltd - email: graeme.gunn@opus.co.nz or telephone 06 833 5100. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 8 December 2015 at 4.00pm. Tenders should be in a single envelope, marked on the outside ""Tender for contract 1195/W6 - Safety Improvements 2015/16 - Hawke's Bay"" and addressed to the Tender Secretary. Tenderers must provide five copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,"Contract awarded to McNatty Construction, Napier on 23 December 2015",20201117 NZTA Highways and Network Operations,16978303,Request for Tenders,Open Competition,Tyntesfield Road Bridge No 1 Replacement,MR236,20151110,20151208,20151214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","This contract is for the construction of a replacement bridge over the Omaka River on Tyntesfield Road in the Waihopai Valley, Marlborough. This contract is a 'Measure and Value' contract as defined by General Conditions of Contract, Clause 2.1.1 In accordance with the Prequalification for Physical Works, this contract has been classified as ""Bridge Construction Level B"". Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridge Construction Level A or B (3A or 3B)"" are eligible to submit a tender. Supplier selection method is Prequalification, Lowest Price Conforming The RFT has been electronically attached. Tender Queries to be addressed to: NZ Transport Agency Marlborough Roads Unit 2.4, Level 1, The Forum, Market Street Blenheim 7240 For the attention of: Debbie Topliss Contract Number: MR236 Contract Name: Tyntesfield Road Bridge No 1 Replacement Email: Debbie.topliss@nzta.govt.nz",Awarded,,20201117 NZTA Highways and Network Operations,16979797,Request for Tenders,Open Competition,2015-16 Bridge Replacements,MR238,20151111,20151208,20151214,,Sole Agency,No,"NZ Transport Agency, Marlborough Roads, Unit 2.4, Level 1, The Forum, Market Street, Blenheim 7240","This contract is for the construction of three replacement bridges in Marlborough: Waitaria Bridge No 2, Kenepuru Road, Waitaria Bay, Kenepuru Sounds Godsiffs Bridge, Kenepuru Road, Waitaria Bay, Kenepuru Sounds Para Railway Bridge, Para Road, Para. This contract is a 'Measure and Value' contract as defined by General Conditions of Contract, Clause 2.1.1 In accordance with the Prequalification for Physical Works, this contract has been classified as ""Bridge Construction Level B"". Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridge Construction Level A or B (3A or 3B)"" are eligible to submit a tender. Supplier Selection Method is Prequalification, Lowest Price Conforming. The tender document is attached for downloading. All tender queries should be addressed to: NZ Transport Agency Marlborough Roads Unit 2.4, Level 1, The Forum Market Street Blenheim 7240 For the attention of: Debbie Topliss Contract Number: MR238 Contract Name: 2015-16 Bridge Replacements Email: Debbie.topliss@nzta.govt.nz",Awarded,,20201117 NZTA Highways and Network Operations,16990285,Request for Tenders,Open Competition,Ohaupo Road Walking & Cycling Project,NZTA 2/08-086/601,20151113,20151208,20151222,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably experienced contractors for the upgrading of existing and construction of new facilities for walking and cycling provisions along the urban section of SH3 and SH3 On Ramp (Normandy Ave) within Hamilton City. The total project length is 3.3km. Work will include but is not limited to footpath widening, new footpath construction, kerb and channel construction, street lighting, pavement marking, signage installation and associated works. In accordance with NZTA???s Prequalification for Physical Works Trial, this contract has been classified as 4, Construction. Tenderers must be prequalified to at least Level 4C to be eligible to submit a tender. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Bridge Street HAMILTON At 4:00pm on Tuesday 8th December 2015. Tender Documents may be obtained from: Opus International Consultants Ltd. Opus House Princes Street Hamilton Ph: 07 838 9344 Email: simon.drummond@opus.co.nz The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,,20201117 NZTA Highways and Network Operations,16995599,Request for Tenders,Open Competition,Ngauranga To Airport Transport Modelling,NZTA 857PN-T,20151116,20151127,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency, Greater Wellington Regional Council and Wellington City Council (the ???Project Partners???) wish to develop a transport modelling suite and framework to evaluate transport investments identified in the Ngauranga to Airport (N2A) Corridor Strategy such as Bus Rapid Transit (and other Bus network improvements), inner-city Roads of National Significance, and pedestrian and cycle improvements. Also the modelling suite and framework will need to evaluate investments yet to be identified from an updated Network Operating Plan for both State Highway 1 and local road networks. The modelling suite and framework will support key decisions on developing transport improvements in Wellington. Traffic signal operation is fundamental and integral to the transport system in the CBD. It is important for the modelling suite and framework to have the ability to capture this aspect and have the ability to assess potential changes to these signals and the impacts on the wider transport network and road users. The NZ Transport Agency invites Statements of Interest and Ability (SIA) from suppliers wishing to tender for the N2A Transport Modelling Project (???the Project???). The SIA phase will help determine the scope for a subsequent RFT phase, in particular whether the current suite of modelling tools is upgraded (fully or in part) or a new suite is developed to meet the Project requirements. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions and clarifications. The tender documentation and supporting information are available for download from the GETS website ??? NO HARD COPY DOCUMENTS WILL BE PROVIDED ELECTRONIC RESPONSES SHALL NOT BE SUBMITTED VIA GETS. Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 9, 20 Ballance St Cooperative Bank Building Wellington 6011 Attn: Sara Duckworth Tender Secretary",Not Awarded,"Beca $1,410,038.00",20201117 NZTA Highways and Network Operations,17004477,Request for Tenders,Open Competition,SH38 - Mangahohi Bridge Replacement,1190/W6,20151118,20151215,20160106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 2C and 4C. The contract involves the construction of a precast concrete culvert on SH38 north of Wairoa. The contract works include earthworks, stabilising, drainage and pavement construction, together with associated traffic services and removal of the old bridge and existing bailey bridge. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz - phone: 06 833 5100 Tenders will close at the NZ Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier, on Tuesday, 15 December 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note - electronic submissions for this tender will not be accepted.",Not Awarded,22/12/2015 - Contract awarded to QRS (Wairoa) Ltd,20201117 NZTA Highways and Network Operations,17015629,Request for Tenders,Open Competition,"Structural Bridge Repairs, Hawke's Bay 2015/16",1196/W6,20151120,20151221,20160106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 3C. This contract involves the structural repairs of various bridges. The works include expansion joints, abutment backwalls, handrails, accessway upgrade, repairs to steel beams, scour protection and installation of bird netting. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the New Zealand Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 21 December 2015 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,"23/12/2015 - Contract awarded to NcNatty Construction Ltd, Napier",20201117 NZTA Highways and Network Operations,17015838,Request for Tenders,Open Competition,NZTA 649T Region 10 General Structures Maintenance 2016,NZTA 649T,20151120,20151215,20171110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER This is a Physical Works contract for general structural maintenance to various structures located on the State Highway network in Region 10. Work types included in the contract but not limited to are: bridge joints renewal, concrete repairs, water-washing, protective coatings, crack injection, concrete culvert linings, scour protection, general concrete works and durability works. Temporary traffic management and access necessary to carry out the works. In accordance with the Transport Agency's Pre-qualification for Physical Works, this contract has been classified as ""Construction - Level 4C"". Tenderer's are reminded that only those qualified to Construction Level 4C are eligible to submit a tender. Tender documents can be obtained from Monday 23rd November 2015 by emailing wro.contracts@nzta.govt.nz Tenders Close Tuesday 15th December 2015 at 4:00pm. Completed Tender documents to be couriered/dropped off in person at: TENDERS BOX NZ Transport Agency Level 9 PSIS House 20 Ballance Street Wellington 6011 Attn: Miriama Leota",Not Awarded,,20201117 NZTA Highways and Network Operations,17055783,Request for Tenders,Open Competition,Bay of Plenty Minor Safety Works 2015/16,2/15-008/601,20151207,20160126,20160317,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This contract is for the construction of safety improvements at 9 sites in the Bay of Plenty Region for the 2015/2016 Minor Safety year. The sites are on: SH2 in Opotiki, SH5 (2 sites), SH30 (2 sites), SH33 (2 sites), SH35, and SH36. The works include: - Shoulder widening (pavement construction) - Pavement sealing - Minor drainage works (culvert extensions, headwall and culvert end install) - Earthworks and vegetation clearance - Road side barrier installation (guardrail and wire rope barrier) - Road marking - Concrete works including kerb & channel - Installation and repositioning of signage Only contractors that are Prequalified to Routine and Minor Works ??? Level C (1C), Surfacing ??? Level C (2C) and Construction ??? Level C (4C) will be considered for this tender. The documents are available to collect on disc at: NZ Transport Agency Level 3, Harrington House, 32 Harington Street Tauranga Central Any queries/questions relating to the tender may be submitted by email, to the Tender Secretary, at TenderSecretaryTauranga@nzta.govt.nz Tender documents are to be couriered/dropped off in person at: NZ Transport Agency Level 3, Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,"Awarded to Fulton Hogan Ltd $1,488,702.99",20201117 NZTA Highways and Network Operations,17056388,Request for Tenders,Open Competition,SH5/SH30 Hemo Rd Intersection Improvements,2/13-009/601,20151207,20160209,20160412,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This is a Physical Works contract for the construction of a 50m diameter four leg roundabout at the Intersection of SH5 and SH30. The site is on the southern entry into Rotorua City in an active geothermal area. The Contract Work includes approaches, associated earthworks, embankment preloading, reinforced concrete underpasses, reinforced concrete retaining walls, utility service relocations, stormwater drainage, kerbing, granular pavement construction, structural asphalt construction, surfacing, street lighting, landscaping and urban design. Only Tenderers pre-qualified to ???Construction - Level A??? under the terms of the NZ Transport Agency Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Tenders for this contract will be evaluated using the Price Quality Method Simple. NZTA???s procedures for its implementation are outlined in the Contract Procedures Manual (SM021). Tender documents are available electronically via DVD on request from the consultant, via e-mail: fred.shilton@opus.co.nz Alternatively a hard copy may be obtained from Opus International Consultants Ltd, 1071 Hinemoa Street, Rotorua, on presentation of a $300 non-refundable document fee. NOTE: all tender phase correspondence, including notices to tenderers and Q & A is to be done via email to fred.shilton@opus.co.nz Tender documents to be couriered/dropped off in person at: NZ Transport Agency 3rd Floor Harrington House 32 Harington Street, Tauranga 3110 Attn: Tender Secretary",Not Awarded,"Awarded to Fulton Hogan Ltd $7,324,803.15",20201117 NZTA Highways and Network Operations,17057451,Request for Tenders,Open Competition,Bridge Scour Protection - Gisborne 2015/16,1197/W5,20151207,20160112,20160226,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 4C. The contract involves the installation of erosion and scour protection at four sites. The works include installation of rock rip rap rock-filled mattresses and rock-filled baskets. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 12 January 2016 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,Conspec Construction Ltd,20201117 NZTA Highways and Network Operations,17059976,Request for Tenders,Open Competition,"SH35, Puketiti Realignment",1192/W5,20151208,20160119,20160226,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 2B and 4B. The contract involves the construction of a highway realignment on SH35 close to Te Puia Springs. The contract works include earthworks, stabilising, drainage and pavement construction, together with associated traffic services. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 19 January 2016 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,,20201117 NZTA Highways and Network Operations,17083390,Request for Tenders,Open Competition,Traffic Monitoring Wellington Region 2016-2021,859PN-T,20151217,20160202,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract to deliver traffic monitoring services and traffic information within the NZ Transport Agency???s Wellington region. The work is to deliver traffic monitoring services and traffic information required effectively and efficiently. The Contract will comprise: ??? Routine traffic surveys and data collection to determine traffic volumes and composition. ??? Traffic Monitoring Equipment Installation, maintenance and repairs ??? Data management and loading onto NZTA Traffic Monitoring System ??? Traffic Data analysis ??? Traffic Monitoring equipment provision / lease for the duration of the contract. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions, responses and clarifications. The tender documentation and supporting information are available on request by email to: Miriama Leota at Wro.contracts@nzta.govt.nz from Friday 18th December 2015 Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency TENDERS BOX NZ Transport Agency Level 9, PSIS House 20 Ballance Street Lambton Quay Wellington 6011 New Zealand Attn: Miriama Leota",Not Awarded,"HTS Group Ltd $866,860.00",20201117 NZTA Highways and Network Operations,17086327,Request for Tenders,Open Competition,Traffic Monitoring Nelson/Tasman Region 2016-2021,194PT-T,20151218,20160202,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract to deliver traffic monitoring services and traffic information within the NZ Transport Agency???s Wellington region. The work is to deliver traffic monitoring services and traffic information required effectively and efficiently. The Contract will comprise: ??? Routine traffic surveys and data collection to determine traffic volumes and composition. ??? Traffic Monitoring Equipment Installation, maintenance and repairs ??? Data management and loading onto NZTA Traffic Monitoring System ??? Traffic Data analysis ??? Traffic Monitoring equipment provision / lease for the duration of the contract. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions and clarifications. The tender documentation and supporting information are available on request by email to: Miriama Leota at Wro.contracts@nzta.govt.nz from Friday 18th December 2015 Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency TENDERS BOX NZ Transport Agency Level 9, PSIS House 20 Ballance Street Lambton Quay Wellington 6011 New Zealand Attn: Miriama Leota",Not Awarded,"HTS Group Ltd $338,420.00",20201117 NZTA Highways and Network Operations,17122024,Request for Tenders,Open Competition,Minden/Te Puna Intersection Improvements,2/12-006/601,20160119,20160223,20160318,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new roundabout and service station access, plus a short section of new local road. The work includes relocation of services, stormwater installation, watermain upgrade, earthworks and pavement renewal complete with sections of new seal and structural asphalt pavement. Physical works associated with the intersection upgrade include retaining walls, noise fence, tree removal, traffic islands, signs and road marking. Only Tenderers pre-qualified to Construction ??? Level A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Traffic Control ??? Relocation of existing services ??? Installation of new storm water reticulation ??? Water main upgrade ??? Earthworks on SH2 and formation of new local road in a green field???s environment. ??? New road pavement and structural asphalt ??? Retaining walls ??? Noise fence ??? Street lighting ??? Kerb and Channel ??? Concrete islands and new footpaths ??? Traffic signs and markings ??? Compiling As Built and RAMM data records The tender documentation and supporting information are available from: Opus International Consultants, 116 Cameron Road, P.O Box 646, Tauranga 3140. Please email Martin Stacey at martin.stacey@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tender documents to be couriered/dropped off in person at: Attn: Tender Secretary NZ Transport Agency 3rd Floor Harrington House 32 Harrington Street TAURANGA 3110",Not Awarded,"Awarded to Downer NZ Limited $5,262,768.66",20201117 NZTA Highways and Network Operations,17189890,Request for Tenders,Open Competition,SH2 Wellington Region Safety Barrier Improvements,734N,20160212,20160226,20160812,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Please do not use the GETS website for tender questions and clarifications. Tenders are invited for the above contract which is for the provision of safety barriers and structural ground beams, along with minor pavement and surfacing works, at one site between Ngauranga and Petone (northbound) and four sites between Carterton and Greytown Contracts close Friday 26 February 2016 at 04:00pm The tender documentation is available on request by email to: Joe.J.Southey@mwhglobal.com Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency TENDERS BOX NZ Transport Agency Level 9, PSIS House 20 Ballance Street Lambton Quay Wellington 6011 New Zealand Attn: Miriama Leota Tender Enquiries to: Joe Southey, MWH NZ Ltd: Level 13 80 The Terrace PO Box 9624 Wellington 6141 New Zealand Joe.J.Southey@mwhglobal.com",Not Awarded,"Fulton Hogan Ltd Winning price: $484,105.59",20201117 NZTA Highways and Network Operations,17196309,Request for Tenders,Open Competition,Bulls Bridge Scour Protection Work,TRW 1758,20160210,20160223,20161010,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the supply and placement of rock underneath the Bulls Bridge on the Rangitikei River. In accordance with the NZTA Prequalification for Physical Works, this contract has been classified as Construction ??? Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ???Construction - Level A, B or C (4A, 4B or 4C)??? are eligible to submit a tender. The tender documentation and supporting information are available from: Opus International Consultants, 74 Ingestre Street, Whanganui Please email mark.frampton@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. NOTE: all tender phase correspondence, including notices to tenderers and Q & A is to be done via email, not via GETS Q & A. Tender documents to be couriered/dropped off in person at: Tender Secretary NZ Transport Agency Level 3 43 Ashley Street Palmerston North 4440",Not Awarded,,20201117 NZTA Highways and Network Operations,17205920,Request for Tenders,Open Competition,"Structural Bridge Repairs, Gisborne 2015/16",1201/W5,20160215,20160308,20160608,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 3C. The contract involves the structural repair of various bridges. The works include expansion joint repairs and renewals, concrete crack injection and spall repairs, bearing pad renewals, steel cross bracing repairs and concrete and underpinning. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 8 March 2016 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,"Awarded - Conspec Construction Ltd, Tauranga",20201117 NZTA Highways and Network Operations,17221242,Request for Tenders,Open Competition,Edendale Realignment,PS S/87,20160219,20160322,20160801,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the design and MSQA of new highway works, realigning State Highway 1 to the north-west side of the Edendale Fonterra plant, bypassing the Edendale community. Main works include, but are not limited to: 1. A four legged roundabout, 2. A northbound passing lane, 3. An underpass for the movement of stock and light farm vehicles, and 4. The displacement of irrigation reticulation systems (for plant discharge). Communications must be clearly labelled with the Client's assigned contract number and name. Communications not so addressed may be delayed and/or not actioned. All Tenderers' enquiries shall be addressed to: NZ Transport Agency Level 2, AA Centre 450 Moray Place PO Box 5245, Moray Place Dunedin 9058 Contract Number: PS S/87 Contract Name: Edendale Realignment For the Attention of: Beverley Findlater Phone: 03 955 2922 Email: beverley.findlater@nzta.govt.nz Tender documents will be available from 12 noon on Monday 22nd February 2016 from: NZ Transport Agency Level 1, AA Centre 450 Moray Place PO Box 5245, Moray Place Dunedin 9058 PLEASE NOTE THAT ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Awarded,Opus International Consultants Ltd,20201117 NZTA Highways and Network Operations,17250133,Request for Tenders,Open Competition,Gisborne Safety Improvements 2015/16,1185/W5,20160226,20160315,20160608,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level 1C and 2C. The contract involves safety improvement work at Mangatuna on State Highway 35. The major components of the contract are: - Earthworks - Drainage and pavement work - Retaining walls - Associated traffic services. The works also include all establishment, traffic management, quality assurance testing, and survey. All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd: email: graeme.gunn@opus.co.nz phone: 06 833 5100 Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier on 15 March 2016 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""copy"". Please note electronic submissions for this tender will not be accepted.",Not Awarded,Awarded - Fulton Hogan Ltd,20201117 NZTA Highways and Network Operations,17252030,Request for Tenders,Open Competition,SH37:SH3 to Waitomo Village - Safety improvements,SRA 002/16,20160229,20160317,20160408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"CONTRACT SRA 002/16 SH37 SH3 to Waitomo Village: Safety Improvements Tenders are invited from suitably experienced contractors for construction of safety improvements on State Highway 37 from SH3 to Waitomo Village. Work will include but is not limited to; provision of temporary traffic management, pavement widening and surfacing, drainage, installation of w-section barriers, road markings, access improvements and minor landscaping. In accordance with NZTA???s Prequalification for Physical Works, this contract has been classified as Construction Level 4C. Tenderers must be prequalified to at least ???Construction ??? Level 4A, 4B or 4C??? to be eligible to submit a tender. The New Zealand Transport Agency via the Safe Roads Alliance will be issuing tender documents electronically and tender submissions will also be electronic. ONLY ELECTRONIC TENDER SUBMISSIONS WILL BE ACCEPTED VIA THE EMAIL ADDRESS BELOW (10MB max file size). Tender Documents may be obtained from: Tender Secretary NZ Transport Agency Level 1, Deloitte Building 24 Anzac Parade PO Box 973 Hamilton 3240 tenders@saferoads.co.nz Electronic Tenders close at tenders@saferoads.co.nz on 4:00pm on Tuesday 15 March 2016.",Not Awarded,,20201117 NZTA Highways and Network Operations,17261393,Request for Tenders,Open Competition,SH3 Ohaupo to Te Awamutu - Safety Improvements,SRA 022/16,20160229,20160315,20161103,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract and tenders are invited from suitably experienced contractors for construction of safety improvements on State Highway 3 from Ohaupo to Te Awamutu. This contract has been classified as Construction Level 4B.. Tenderers must be prequalified to at least ???Construction ??? Level 4A or 4B??? under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works will comprise but is not limited to: ??? provision of temporary traffic management ??? pavement widening and surfacing, drainage ??? installation of barriers (wire rope barriers and w-section barriers) ??? audio tactile profiled (ATP) road markings ??? access improvements and minor landscaping The New Transport Agency via the Safe Roads Alliance will be issuing tender documents electronically and tender submissions will also be electronic Please email the Tenders Secretary at tenders@saferoads.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from the Tenders Secretary, NZ Transport Agency, Level 1, Deloitte Building, 24 Anzac Parade, PO Box 973, Hamilton 3240 or via email: tenders@saferoads.co.nz Completed Tender Documents to be emailed to: Tenders Secretary, tenders@saferoads.co.nz. ONLY EMAIL TENDERS WILL BE ACCEPTED.",Not Awarded,"Award Price $2,755,373.74",20201117 NZTA Highways and Network Operations,17332033,Request for Tenders,Open Competition,Region 3 Bridge Maintenance 2015/2016,NZTA 2/15-004/601,20160321,20160412,20160505,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the maintenance of 34 structures on the State highways within the Waikato Region. Only Tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender and pick up the tender documents. Works include concrete repairs, concrete crack injection, installation of rip rap, deck joint replacement, etc. Tender Documents can be obtained from Beca Limited. Please email tracy.tredinnick@beca.com to register your interest in tendering and to request tender documents. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tenderers will be provided with one electronic copy of the Tender Documents. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Anzac Parade PO Box 973 Hamilton 3240 At 4:00pm on Tuesday 12 April 2016 The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCPETED",Not Awarded,"Awarded to Conspec Limited $1,287,436.00",20201117 NZTA Highways and Network Operations,17363808,Request for Tenders,Open Competition,SH11 Airfield to Lily Pond Safe System Project,SRA 017/16,20160405,20160419,20160523,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for provisions of temporary traffic management, pavement widening and surfacing, drainage, installation of barriers (wire rope barriers and w-section barriers) High Performance Line marking and road markings, access improvements and minor landscaping. Only Tenderers pre-qualified to Construction level 4B under the terms of the Highways and Network Operations (HNO) Prequalification system will be eligible to submit a tender. Please email the Tenders Secretary at tenders@saferoads.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including Notice to Tenderers. The tender documentation and supporting information are available from The Tenders Secretary NZ Transport Agency Level 1 Deloitte Building, 24 Anzac Parade, PO Box 973, Hamilton 3240 Or via email: tenders@saferoads.co.nz Completed Tender Documents to be emailed to: The Tenders Secretary, tenders@saferoads.co.nz ONLY EMAIL TENDERS WILL BE ACCEPTED",Not Awarded,,20201117 NZTA Highways and Network Operations,17393981,Request for Tenders,Open Competition,State Highway Bridge and Other Structures - Hawke's Bay and Gisborne,1202/P6,20160414,20160517,20160608,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract which involves the management of the state highway bridge assets within the Gisborne and Hawke's Bay regions. Management of this contract includes: - Bridge and other structures inspections at a surveillance, general, principal and specialised level - Preparation, administration and surveillance of bridge repair contracts - Bridge routine maintenance management via liaison with Network Outcomes Contract (NOC) suppliers - Overweight and HPMV Permit management All tender queries should be addressed to: Noeline Askes, NZ Transport Agency, Napier email: noeline.askes@nzta.govt.nz phone: 06 974 6516 Documents are available from the Transport Agency, Level 2 - Dunvegan House, 215 Hastings Street, Napier (PO Box 740, Napier 4140) Tenders will close at the Transport Agency, Level 2 - Dunvegan House, 215 Hastings Street, Napier on Tuesday, 17 May 2016 at 4.00pm. Tenderers must provide five copies of their tender documents, one marked ""Original"" and four marked ""Copy"". Please note that electronic submissions for this tender will not be accepted.",Not Awarded,"Awarded to Opus International Consultants Ltd, Napier",20201117 NZTA Highways and Network Operations,17434949,Request for Proposals,Open Competition,"CA4140 - Northland Bridges (Matakohe, Kaeo and Taipa)",,20160420,20160519,20170327,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Private Bag 106602, AUCKLAND, Level 11, No1 Queen Street, HSBC House, AUCKLAND","The NZ Transport Agency invites pre-qualified and experienced contractors to submit tenders for the Statement of Interest and Ability released for the Northland Bridges Programme. The first tranche of projects will see the replacements of four one-lane bridges in Northland. The Matakohe Bridges consists of two one-lane bridges in the vicinity of Matakohe (Hardies and Anderson). They are positioned on SH12 halfway between the townships of Ruawai and Maungaturoto, approximately 25km west of the SH12 intersection with SH1 (Brynderwyn). Kaeo Bridge is a one-lane bridge located on SH10, 2km north of the Kaeo Township and 20km north of Kerikeri. Taipa Bridge is a 107m long one-lane bridge located on SH10 immediately east of the Taipa Township, a further 35km north of the Kaeo Bridge. Only Tenderers pre-qualified to levels 3A and 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The delivery model is a competitive ECI as it is viewed as the optimal balance between quick delivery, risk management, scale and value. Submission closes at 4:00pm on Thursday 19 May 2016. Only hard copies of tender submissions will be accepted.",Awarded,award date - 01.02.2017,20201117 NZTA Highways and Network Operations,17507151,Request for Tenders,Open Competition,SH29A Poike Road Pedestrian Over Bridge and Cycleway,2/08-077/601,20160511,20160621,20160728,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of: ??? a pedestrian overbridge above SH29A near the Poike Road roundabout; ??? approximately 2km of shared foot/cycle path (including approximately 450m of timber boardwalk over wetland); and ??? roading improvements on Poike Road and Windemere Drive where the foot/cycle path connects to the Tauranga City local road network. NOTE: Only Tenderers pre-qualified to Construction ??? Level C (4C) and Bridge Construction ??? Level B (3B), under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Cast in-situ reinforced concrete piles ??? Structural Concrete ??? Lighting ??? Metalwork (handrails and fencing) ??? Earthworks (MSE embankments) ??? Concrete footpath ??? Timber boardwalk ??? Landscaping ??? Roading Improvements (Tauranga City Council local roads) ??? Road Safety Barrier The tender documents and supporting information are available for pick up from: Opus International Consultants Level 3 Gartshore House 116 Cameron Road Tauranga Please email Calum McLean at calum.mclean@opus.co.nz to register your interest in tendering; and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. The GETS website Q & A function is not to be used. Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Awarded,"HEB Structures Limited - $1,997,123.00",20201117 NZTA Highways and Network Operations,17516059,Request for Tenders,Open Competition,SH6 Rai Curve Realignment,MR242,20160513,20160621,20160721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works Contract for a major realignment of 1.3km of rural state highway over the Rai Saddle. Works include major earthworks, drainage works, road pavement and associated works. The site is approximately 43km east of Nelson. Only tenderers qualified to Construction Level 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Note: Documents will not be available from GETS. They will be issued via SharePoint by Opus International Consultants upon receipt of Microsoft account email, and giving time for Opus to setup access permissions. All tender enquiries can be directed via email to Martin Crundwell - martin.crundwell@opus.co.nz The Q & A function on GETS should not be used.",Not Awarded,"Downer New Zealand Ltd $6,922,809.32",20201117 NZTA Highways and Network Operations,17523816,Request for Tenders,Open Competition,"SH2, Motu Bridge - MS&QA",1205/PS5,20160517,20160607,20160816,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably qualified and experienced consultants to deliver Management, Surveillance and Quality Assurance services for the SH2, Motu Bridge project. This project is part of the Government's Accelerated Regional Roads Package that aims to improve regional road networks. The SH2, Motu Bridge is located between Opotiki and Gisborne, approximately 7.5km west of the settlement of Matawai. The project scope includes construction of a new 50m long two lane bridge and improvement of approximately 450m of state highway. Construction is expected to commence in September 2016 and continue for 12 months. Tender documents are available from: The Tender Secretary NZ Transport Agency Napier Regional Office Level 2, Dunvegan House 215 Hastings Street PO Box 740 Napier 4140 Email: noeline.askes@nzta.govt.nz Tenders close with: The Tender Secretary NZ Transport Agency Napier Regional Office Level 2, Dunvegan House 215 Hastings Street Napier 4140 at 4.00pm on Tuesday, 7 June 2016 Tenderers must provide four copies of their tender submission, one marked ""Original"" and the other three marked ""Copy"". Please note that electronic submissions for this tender will not be accepted.",Not Awarded,"Opus International Consultants Ltd, Napier",20201117 NZTA Highways and Network Operations,17526074,Request for Tenders,Open Competition,SH1B Taupiri to Gordonton Sections 1&2 Safety Improvements,SRA003/16,20160517,20160531,20160720,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of the safety improvements works on State Highway 1B starting from the Taupiri Roundabout to Whitikahu Road. Only Tenderers pre-qualified to Construction 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Temporary traffic management. ??? Pavement widening and surfacing. ??? Installation of wire rope barriers and w-section barriers. ??? Removal of existing road markings and applying new road markings. ??? Removal of existing road furniture and installation of new road furniture. ??? Applying of audio tactile profiled (ATP) road markings. ??? Entranceway improvements. ??? Minor landscaping. Please email the Tenders Secretary at tenders@saferoads.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available via email: tenders@saferoads.co.nz Completed Tender Documents to be emailed to Tenders Secretary: tenders@saferoads.co.nz ONLY EMAIL TENDERS WILL BE ACCEPTED.",Not Awarded,Contract Awarded to: Fulton Hogan Ltd,20201117 NZTA Highways and Network Operations,17540710,Request for Tenders,Open Competition,Rotorua Transport Solutions - Eastern Business Case,2/15-012/502,20160523,20160614,20160707,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the delivery of the Connect Rotorua Transport Solutions - Eastern Corridor. The purpose of this Contract is to deliver Indicative and Detailed Business Cases in accordance with the direction from the Connect Rotorua Eastern Transport Solutions programme. The desired outcome is a robust understanding of how best to match infrastructure form and timing and demand for travel in Rotorua's Eastern corridor between Sala Street and Owhata Road and maintain acceptable travel time reliability. The Contract will comprise business cases to: ??? Define Te Ngae Road's general form, including review of the connecting local road hierarchy and connectivity, between Iles Road and Owhata Road to support its arterial function and alignment with the Spatial Plan. ??? Define road upgrades between Sala Street and Iles Road in Rotorua's Eastern corridor, including capacity increases at the Sala Street and Tarawera Road intersections; The successful Consultant is expected to: ??? Understand the evolution of the Rotorua Eastern Corridor transport solutions; ??? Be able to develop and implement integrated transport and land projects effectively; and, ??? Understand the better business case philosophy and how it applies to the programme. ??? Effectively manage relationships between stakeholders, NZ Transport Agency and Rotorua Lakes Council. Please email TenderSecretaryTauranga@nzta.govt.nz to register your interest in tendering. Please provide your company???s contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. ***Please do not use the GETS website for tender questions and clarifications.*** The tender documentation and supporting information are available for pick up from: NZ Transport Agency Level 3 Harrington House 32 Harington Street Completed tender documents are to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harrington House 32 Harington Street TAURANGA Attn: Tender Secretary",Not Awarded,"Awarded to Opus Rotorua $310,000.00",20201117 NZTA Highways and Network Operations,17540721,Request for Tenders,Open Competition,Rotorua Transport Solutions - Central Business Case,2/15-012/501,20160523,20160614,20160707,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the delivery of the Connect Rotorua Central Transport Solutions programme. The purpose of this Contract is to deliver an Indicative Business Case in accordance with direction set in the Connect Rotorua Central Transport Solutions Programme Business Case (the Central PBC). It should: ??? Address barriers to pedestrians and cyclists crossing Amohau Street; ??? Better integrate Amohau Street as part of Rotorua???s inner city revitalisation; and ??? Guide decisions relating to the potential revocation of SH30A between Old Taupo Road and Sala Street. The successful Consultant is expected to: ??? Understand and apply the direction set by the Connect Rotorua Central Transport Solutions programme; ??? Understand Rotorua traffic patterns and Rotorua Lakes Council???s objectives for revitalising the city centre; ??? Be able to develop and implement integrated transport and streetscape projects effectively; ??? Be familiar with NZ Transport Agency standards and guidelines relating to route and destination signage and revocation processes; and, ??? Effectively manage relationships between stakeholders, NZ Transport Agency and Rotorua Lakes Council. Please email TenderSecretaryTauranga@nzta.govt.nz to register your interest in tendering. Please provide your company???s contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. ***Please do not use the GETS website for tender questions and clarifications.*** The tender documentation and supporting information are available for pick up from: NZ Transport Agency Level 3 Harrington House 32 Harington Street Completed tender documents are to be couriered/dropped off in person at: NZ Transport Agency Level 3 Harrington House 32 Harington Street TAURANGA Attn: Tender Secretary",Not Awarded,"Awarded to Opus Rotorua $250,000.00",20201117 NZTA Highways and Network Operations,17596891,Request for Tenders,Open Competition,Spring Creek Shared Path,MR235,20160613,20160712,20161012,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for a 2.4 km sealed shared path (cyclists and pedestrians) between Fell St and Ferry Road, Blenheim, Marlborough. Only Tenderers pre-qualified to level 4D and above under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Four bridge structures ranging in length from 4-10metres span ??? Tree removal, trimming, and fencing ??? Construction of an earth ramp ??? Landscaping works ??? Road widening and line marking ??? Installation of signage ??? Footpath pavement and sealing Please email vicki.nalder@aurecongroup.com to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from: Aurecon NZ Ltd P:O Box 186 Blenheim or contact Vicki Nalder (Project Leader) at vicki.nalder@aurecongroup.com Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 1, The Forum Unit 2.4, Market St Blenheim Attn: Tender Secretary",Not Awarded,"HEB Construction Ltd $553,079.19",20201117 NZTA Highways and Network Operations,17612576,Request for Tenders,Open Competition,SH1 / SH62 Spring Creek Roundabout,MR239,20160621,20160719,20170315,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of an at-grade roundabout at the intersection of SH2 and SH62 situated 6 km???s north of Blenheim. The Contract Works involves, but is not limited to: ??? Roundabout construction; ??? Pavement construction and carriageway; ??? Stormwater drainage; ??? Services; ??? Road safety barrier; ??? Railway crossing signals; ??? Signs and road marking; ??? Street lighting (undertaken by others); ??? Landscaping and fencing; ??? Construction of a new carpark. Only Tenderers pre-qualified to Level 4A or 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email Curtis Lee at curtis.lee@ghd.com to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from: GHD Limited, Level 1 Grant Thornton House, 215 Lambton Quay, Wellington 6011. Contact Curtis Lee at curtis.lee@ghd.com. Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 1, The Forum, Unit 2.4 Market Street Blenheim Attn: Tenders Secretary",Not Awarded,"HEB Construction Limited $2,146,389.27",20201117 NZTA Highways and Network Operations,17624809,Request for Tenders,Open Competition,SH24 Waiomou and Omahine Stream Bridges & SH30 Tarawera River Bridge - HPMV Strengthening,NZTA 2/15-004/602,20160624,20160726,20160921,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of strengthening works to the following bridges: ??? SH24 Waiomou Stream Bridge at Route Position 0/10.48 and BSN 104 ??? SH24 Omahine Stream Bridge at Route Position 0/11.02 and BSN 110 ??? SH30 Tarawera River Bridge at Route Position 194/8.45 and BSN 2024 Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise installation of a post-tensioning system, including anchorages, strands, and deflectors, and shear strengthening of the beam/deck interfaces. Please email: Tracy Tredinnick at tracy.tredinnick@beca.com to register your interest in tendering and to request tender documents. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tenderers will be provided with one electronic copy of the Tender Documents. Tenders close with Tenders Secretary NZ Transport Agency Level 1 Deloitte Building 24 Anzac Parade HAMILTON at 4pm on Tuesday 26 July 2016 The lowest or any tender not necessarily accepted. ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Not Awarded,"Awarded - tender rice $1,107,056.00",20201117 NZTA Highways and Network Operations,17637200,Request for Tenders,Open Competition,SH63 Wairau Valley Township Footpath,MR245,20160628,20160719,20160919,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of a footpath on State Highway 63 at Wairau Valley Township between RS17-9190 Church Lane and RS17-10520 Morse Street and includes kerb and channel, drainage work, highway seal widening and landscaping. The site of works is approximately 1.33 km long. Tenders to close at 4.00pm to Tuesday 19th July 2016 at Marlborough Roads Tenders Box Unit 2.4, 1st Floor The Forum, Market St, Blenheim In accordance with the Prequalification for Physical Works, this contract has been classified as Routine & Minor Works 1 Level C or Construction 4 Level D, only those prequalified to Routine & Minor Works 1 Level C or Construction 4 Level D are eligible to submit a tender. Communications must be clearly labelled with the Principal???s assigned contract number and name and addressed to: Opus International Consultants 19 Henry St, PO Box 563 Blenheim For the Attention of: Tim Burt Contract Number: MR245 Contract Name: Wairau Valley Township Footpath Email: tim.r.burt@opus.co.nz",Awarded,"Fulton Hogan Ltd $189,728.67 (one hundred and eighty-nine thousand seven hundred and twenty-eight dollars sixty-seven cents)",20201117 NZTA Highways and Network Operations,17650439,Request for Tenders,Open Competition,Barters Road Intersection Improvement,NZTA63182,20160701,20160802,20170623,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works Contract for the closure of the existing Barters Road level crossing and construction of a new intersection on SH1. The Contract includes the realignment of Waterloo Road and Pound Road, including an extension of Pound Road to connect with SH1, and the construction of two new signal controlled intersections. The site is located 12km west of Christchurch city centre near the township of Templeton. The works include, but are not limited to, earthworks, drainage works (including an attenuation basin), pavement construction, traffic signals, street lighting, signage and marking, landscaping, new rail level crossing and closure of the existing level crossing, and the commissioning of a new wastewater pump station. Note: Only Tenderers pre-qualified to levels 2A and 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. A compulsory tender briefing will be scheduled for the week commencing 11th July 2016 and will be held at the NZ Transport Agency???s office, Level 1, BNZ Centre, 120 Hereford Street, Christchurch 8011. Tenderers wishing to submit a tender may only do so if a representative of the tenderer???s organisation has attended this briefing. The exact time and date of this briefing will be confirmed via a Notice to Tenderers. Please email Mark Downie at mark.downie@beca.com to register your interest in tendering; and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. The GETS website Q & A function will not be used. Tender Documents are available for collection from 4 July 2016 from Beca, 410 Colombo Street, Sydenham, Christchurch 8023. Contact Mark Downie at mark.downie@beca.com Tender Close: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford Street, Christchurch 8011 on Tuesday, 2 August 2016 at 4.00pm.",Awarded,,20201117 NZTA Highways and Network Operations,17667558,Request for Tenders,Open Competition,SH2 - Motu Bridge Replacement,1207/W5,20160705,20160809,20160902,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably qualified and experienced contractors for delivery of the physical works phase of the SH2, Motu Bridge Replacement project. Contractors should be prequalified to Level A - Bridge Construction and Level C - Construction. This project is part of the Government's Accelerated Regional Roads Package that aims to improve regional road networks. The SH2 Motu Bridge is located between Opotiki and Gisborne, approximately 7.5km west of the settlement of Matawai. The project scope includes construction of a new 50mm long, two-lane bridge and improvement of approximately 450m of state highway, including retaining walls. Construction is expected to commence in September 2016. Documents are available in electronic format, from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bat 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier, on Tuesday, 09 August 2016 at 4.00pm. Tenderers must provide four copies of their tender submission, one marked ""original"" and the other three marked ""Copy"". All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd, Napier email: graeme.gunn@opus.co.nz phone: 06 833 5100 Please note: electronic tender submissions for this tender will not be accepted.",Not Awarded,"Awarded to Fulton Hogan Ltd, Napier - $5,647,414.00",20201117 NZTA Highways and Network Operations,17801240,Request for Tenders,Open Competition,SH2 Pekatahi Road & Rail Bridge re-decking,2/15-003/602,20160817,20160913,20170126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the replacement of the timber deck on the SH2 Pekatahi Road & Rail Bridge, located 1km west of Taneatua. The bridge is approximately 370m long. The Contract Works comprise the removal of the existing timber deck, and replacement with a new timber deck. Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email Clair Hill at clair.hill@beca.com to register your interest in tendering and to request tender documents. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Do not use the GETS ""Q & A"" system. Tenderers will be provided with one electronic copy of the Tender Documents. Tender Submissions are to be received before 4pm on Tuesday 13 September 2016 at: NZ Transport Agency Level 3, Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,"Awarded to Downer NZ Limited at a tender amount of $3,338,104.91 excluding GST.",20201117 NZTA Highways and Network Operations,17825012,Request for Tenders,Open Competition,Traffic Monitoring 2016 - Waikato and Bay of Plenty,NZTA 2/16-006/501,20160825,20160920,20161103,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PROFESSIONAL SERVICES Traffic Monitoring 2016 Waikato & Bay of Plenty NZTA Contract No - NZTA2/16-006/501 This contract is for Traffic Counting and Traffic Monitoring System Services for Region 3 Waikato and Region 4 Bay of Plenty. The initial contract is for 2 years with three discretionary extensions of one year each. The requirements cover Urban & Rural State Highways including 4-lane and Expressway sections. Tender documents and enquiries are available from: The Tenders Secretary NZ Transport Agency Level 1 Deloitte Building 24 Anzac Parade Hamilton, NZ Email: Hamiltontenders@nzta.govt.nz ELECTRONIC SUBMISSIONS WILL NOT BE ACCEPTED",Not Awarded,"Contract price was $733,680.00",20201117 NZTA Highways and Network Operations,17855783,Request for Tenders,Open Competition,Tauranga Northern Link Specimen Design and MSQA,2/16-007/501,20160905,20161011,20161212,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"This is a Professional Services contract for Specimen Design and MSQA services for the Tauranga Northern Link (TNL). The TNL is a new 6.8km section of state highway that will connect Takitimu Drive Toll Road, through to State Highway 2 at Loop Road, just west of Te Puna. The TNL will be a four lane median divided expressway with a grade separated interchange at Minden Road. It will include a new bridge crossing the Wairoa River and a new westbound connection from 15th Avenue to Takitimu Drive Toll Road. Details of the project can be found on the project website www.nzta.govt.nz/tnl Procurement for the works will be carried out within a Design and Construct (D&C) delivery model. The scope of professional services for this Request for Tender consists of: Design Phase a) Develop a Specimen Design and Project Documentation. The Specimen Design will include full detailed design of the pavement. b) Fulfil the duties required as Principal???s Advisor for the Transport Agency. Construction Phase c) Provide resources and act as the Principal???s Agent to carry out Management, Surveillance and Quality Assurance (MSQA) throughout the Construction Phase. Tenders are requested from professional services teams who can demonstrate experience in designing major roading and bridging infrastructure projects and acting as Principal???s Advisor, in a collaborative manner, on a similar scale to the TNL project. Please email Melissa Clare at TenderSecretaryTauranga@nzta.govt.nz to register your interest in tendering. Please provide your company???s contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. ***Please do not use the GETS website for tender questions and clarifications.*** Supporting information is available for pick up from: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Completed tender documents are to be uploaded to the GETS website by 4pm, Tuesday 11 October 2016. Refer to the RFT for tender submission details.",Awarded,"Awarded to Bloxam Burnett & Olliver for a tender amount of $8,947,000.00 excluding GST,",20201117 NZTA Highways and Network Operations,17914284,Request for Proposals,Open Competition,PN4198 - SH1/SH15 Loop Road Improvements,PN4198,20160916,20161013,20170302,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, Auckland Office, Level 11, HSBC House, 1 Queen Street, AUCKLAND and NZTA Walton Plaza, 1st Floor, 4 Albert St, WHANGAREI","SH1/SH15 Loop Road Improvements - Design, Planning, and MSQA PN4195 Advertisement The NZ Transport Agency invites tenders from experienced Suppliers wishing to tender for the professional service for SH1/SH15 Loop Road Improvements ??? Design, Planning, and MSQA. The works will be carried out under the NZTA???s standard traditional lump sum contract. The scope of works includes detailed design, planning, and MSQA for a roundabout on SH1 at Loop Road (North), improvements on SH1 at Loop Road (South), and right and left turns on SH1 into Portland Road. The estimated value of works for professional services is $1.0M. It is expected that construction will begin in the summer of 2017/2018 and go for 2 years. An interactive group tender meeting shall take place on 30 September 2016. Tenders will close on Thursday 13th October 2016 at 3pm with NZ Transport Agency, Auckland Office, Level 11, HSBC House, 1 Queen Street / Private Bag 106602, AUCKLAND 1143 and NZTA Walton Plaza, 1st Floor, 4 Albert St, WHANGAREI email: jo-ann.moses@nzta.govt.nz / ph 09 928 8730",Awarded,"Aecom - $1,090,880.00 excluding GST",20201117 NZTA Highways and Network Operations,17914333,Request for Tenders,Open Competition,Tauranga Toll Road Signs Improvement Works,2/16-008/601,20160926,20161025,20170210,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of 3 signs at SH2 Domain Road, 3 VMS signs for the Takitimu Toll Road, and re-levelling of a concrete slab at a truck weigh station. Only tenderers pre-qualified to Construction Level 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract works comprise: ??? Construction of 3 signs gantries on SH2 at Domain Road interchange, Papamoa ??? Construction of 3 VMS signs on the approaches to the Takitimu Toll Road ??? Re-level, by grouting, the concrete slab at a Police truck weigh station Tender documents and supporting documentation are available for pick up from Beca office, 32 Harington Street, Tauranga. Please email Penny Malipaard Penny.Malipaard@beca.com to register your interest in tendering; and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. NOTE: - GETS will not be used for NTT???s and Q & A. Tender documents are to be couriered or dropped off in person before the specified tender close date and time to: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,"Awarded to Fulton Hogan Limited - Contract price $1,134,481.04",20201117 NZTA Highways and Network Operations,17951779,Request for Tenders,Open Competition,Region 7 & 8 Bridge Structural Repairs 2016/17,TRW1760,20160926,20161018,20161103,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Level 3, 43 Ashley Street, Palmerston North","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for the execution of bridge structural maintenance at various sites throughout Taranaki and Manawatu-Whanganui. The work includes: - concrete repairs; - bridge deck joint replacement; - culvert lining; - one site requires installation of rock bolts with sprayed concrete; - one bridge requires replacement of bearings. The contract period is 20 weeks. In accordance with the NZTA Prequalification for Physical Works, this contract has been classified as Construction - Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridges or Construction - Level A, B or C (3C and 4C)"" are eligible to submit a tender. The tender documentation and supporting information are available from: Opus International Consultants Ltd, 74 Ingestre Street, Whanganui. Please email Rod.Calder@opus.co.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. NOTE: all tender phase correspondence, including notices to tenderers and Q & A is to be done via email, not via GETS Q & A. Tender documents to be couriered/dropped off in person at: Tender Secretary NZ Transport Agency Level 3 43 Ashley Street Palmerston North 4440",Not Awarded,,20201117 NZTA Highways and Network Operations,17977248,Request for Tenders,Open Competition,Grant Road to Kawarau Falls Improvements Stage 1,PW O177/39,20160930,20161018,20161209,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Grant Road to Kawarau Falls Improvement Stage 1, Frankton, Queenstown The works include earthworks, surfacing, granular pavement construction, sewer, water and storm water improvements, kerb and channel including pedestrian islands, utility upgrades. This contract has been classified as ???Construction ??? Level 4B. Tenderers are reminded that only those prequalified to Construction Level A or B (4A or 4B) are eligible to submit a tender. Tenders shall be evaluated using the lowest price conforming method with non-price attributes of Relevant Skills, Resources and Methodology assessed on a pass/fail basis. The estimated contract value is $1,092,000.00. + GST Tender documents will be available from: Opus International Consultants Limited Tarbert Buildings 69 Tarbert Street PO Box 273 Alexandra From 8:00am Monday 3 October 2016. Tender Enquiries to: Opus International Consultants Ltd, 69 Tarbert Street, PO Box 273, Alexandra. Ph: (03) 440 2400, E-mail: alexandra@opus.co.nz. Electronic tenders will not be accepted.",Not Awarded,Downer NZ Ltd,20201117 NZTA Highways and Network Operations,17984784,Request for Tenders,Open Competition,MR250 Croisilles-French Pass Road Seal Extension 2016/17,MR250,20161004,20161025,20170116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for pavement overlay and seal extension on the Croisilles-French Pass Road (518) in the Marlborough Sounds. The contract works commence at the Elaine Bay Rd intersection and the total length of the works is 5.85km including a provisional section length of 430m. The work includes; traffic management, earthworks, aggregate supply, pavement construction and chip seal surfacing. In accordance with the Prequalification for Physical Works, this contract has been classified Construction Level D. Under the terms of the Highways and Network Operations Prequalification System, only those prequalified to Construction Level D are eligible to submit a tender. To request electronic copies of the tender documents, please contact: Sarah Nichol Opus International Consultants sarah.nichol@opus.co.nz Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notice to tenderers. Tenders to close at 4.00pm on Tuesday 25 October 2016 at: NZ Transport Agency Marlborough Roads Tenders Box Unit 2.4, 1st Floor The Forum, Market St, Blenheim Att: Tenders Secretary",Not Awarded,"Fulton Hogan Ltd $567,320.30",20201117 NZTA Highways and Network Operations,17996575,Request for Tenders,Open Competition,SH16/Muriwai Road Intersection Improvements ??? Management Surveillance and Quality Assurance (MS&QA),PA4035,20161006,20161027,20170302,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the management surveillance and quality assurance (MS&QA) of the SH16/Muriwai Road Intersection Improvements project. The NZ Transport Agency (NZTA) invites tenders from qualified and experienced engineers with prior NZTA construction monitoring experience wishing to tender for the SH16/Muriwai Road Intersection Improvements project. This contract is for the construction of a new roundabout at the SH16/Muriwai Road/Waimauku Station Road cross roads intersection. The project consists of the construction of four-armed single lane entry, circulating and exit roundabout. The works include but are not limited to traffic management, environmental management, earthworks, utility service relocation and protection, new stormwater drainage, landscaping, small retaining walls, boundary fencing, signage, surfacing, marking, assurance testing, and production of associated construction documentation. It is envisaged that the contract will be awarded by mid-December 2016. Please email Jo-Ann Moses at Jo-Ann.Moses@nzta.govt.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available for download from the GETS website ??? NO HARD COPY DOCUMENTS WILL BE PROVIDED. Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency Level 11, HSBC House 1 Queen Street Auckland Attn: Tender Secretary",Not Awarded,"Opus - $529,725.00 excluding GST",20201117 NZTA Highways and Network Operations,18033261,Request for Tenders,Open Competition,Te Puke Highway /Welcome Bay Road Intersection Improvements,NZTA 2/16-005/601,20161014,20161115,20170120,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction a new roundabout at the intersection of the Te Puke Highway and Welcome Bay Road near Tauranga, Bay of Plenty. Only tenderers pre-qualified to Construction level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? Site clearance and the construction of a new access to the orchard ??? Earthworks to provide the foundation for the new roundabout and realigned roads ??? Service diversions ??? Construction of new storm water drainage systems ??? Construct of new pavement ??? Installation of new streetlights, road safety barriers, traffic signs, and road markings ??? Implementation of new landscaping The tender documents and supporting information are available for download from the GETS website. Please email Penny Malipaard at penny.malipaard@beca.com to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Note: GETS will not be used for tender phase correspondence, NTTs and Q & A. Pleased email tender queries to Penny.Malipaard@beca.com. Tenders close 4pm, Tuesday 15th November 2016. Tender documents are to be couriered/dropped off in person before the specified tender close date & time, at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,"Awarded to Fulton Hogan, Tauranga for $2,729,485.97.",20201117 NZTA Highways and Network Operations,18106141,Request for Tenders,Closed Competition,NO 16-237 IBC/DBC Consultancy Services Panel,NO 16-237,20161121,20161220,20170306,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the delivery of Indicative and Detailed Business Cases via a national panel. Tender documentation and supporting information are available for download from the GETS website. NO HARD COPY DOCUMENTS WILL BE PROVIDED. The IBC/DBC consultancy services panel operates over two regional business units: Auckland / Northland and Waikato / BoP. Successful panellists will work with the Agency's regional teams to scope and cost their allocated work packages. The number of panellists varies per region, dependant on programme. Panel tenure is five years (3+1+1). A Group Inception Meeting will be held on Tuesday 6 December 2016, 10:00am - 12:00pm, in Wellington. Tenderers will be restricted to two people each at this meeting. Tenderers are invited to submit questions (in writing) to be addressed at the Inception Meeting. Questions should be forwarded to the Tender Secretary (geraldine.christmas@nzta.govt.nz) by COB on Wednesday 30 November 2016. ***Please do not use the GETS website for tender questions and clarifications*** Tender submissions are to be uploaded to the GETS eTender box by 4pm, Tuesday 20 December 2016. Refer to the RFT for tender submission details.",Awarded,,20201117 NZTA Highways and Network Operations,18109024,Request for Tenders,Open Competition,McLeans Bridge Replacement,MR247,20161107,20161213,20170116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a replacement McLeans Bridge on Mt Riley Road in Marlborough, including Contractor's design of the structure. Only Tenderers pre-qualified to 3A or 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: Detailed design of bridge structure Bridge dismantling Reinforced concrete construction Associated construction works (earthworks, gabion walls, pavements, surfacing etc.) Please email Justine Davies at justine.davies@nzta.govt.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from: Marlborough Roads Tender Secretary, Justine Davies at justine.davies@nzta.govt.nz Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency, Marlborough Roads Office Unit 2.4, 1st Floor, The Forum, Market Street BLENHEIM Attn: Tender Secretary",Not Awarded,"Fulton Hogan Ltd $324,516.30",20201117 NZTA Highways and Network Operations,18115369,Request for Tenders,Open Competition,Taylor River Reserve Blenheim- Extension of Shared Path Athletic Park to Wither Road,MR251,20161108,20161129,20170116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the upgrade of an existing of a shared cycle and pedestrian path. Only Tenderers pre-qualified to “Construction – Level 4C” under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract works comprise: The upgrade to a shared cycle and pedestrian path. The works are located in Blenheim on the Taylor River Reserve between Athletic Park and Wither Road. The works comprise two main sections: Section 1 – Approximately 1175m of new concrete path on an existing path alignment between Leefield Street (Athletic Park) and New Renwick Road (Burleigh Bridge) Section 2 – Approximately 1330m of existing path between New Renwick Road and Wither Road to be upgraded with a chipsealed surface. Please email contact person’s name and email address to register your interest in tendering. Please provide your company contact person’s name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from: Opus International Consultants 19 Henry St BLENHEIM Attn: Sarah Nichol email: Sarah.Nichol@opus.co.nz Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency Marlborough Roads Unit 2.4, 1st Floor, The Forum Market Street BLENHEIM Attn: Tender Secretary",Not Awarded,"Fulton Hogan Ltd $394,409.92",20201117 NZTA Highways and Network Operations,18128551,Request for Tenders,Open Competition,Cobham Drive Pedestrian Facilities,NZTA2/08-081/601,20161111,20161213,20170301,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a grade separated pedestrian underpass and associated works beneath SH1 (Cobham Drive), near the intersection with Grey Street. The northern approach path commences in Grey Street and includes redevelopment and landscaping of the upper part of Sillary Street as a shared pedestrian/vehicle space. The southern approach includes links to a shared path on the southern berm of Cobham Drive and to the lower carpark in the Hamilton Gardens. These works involve the construction of a 29m long, 4m wide underpass, gabion retaining walls, protection and relocation of services, footpath construction, stairs and associated landscaping works. Only Tenderers pre-qualified to Construction 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: - Underpass construction under State Highway 1 - Services protection (notably 33kV cable and other cables under Cobham Drive, 200mm and 80mm gas mains under Cobham Drive, and the 350mm watermain in Sillary St) - Retaining walls, stairs, concrete paths, lighting - Temporary Traffic Management – Level 2 (State Highway 1) Tender Documents may be obtained from Mr Peter Crosby GHD Limited Phone 07 834 7905 in electronic form by emailed request to: peter.crosby@ghd.com Tenders close with: The Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Anzac Parade, Hamilton by 4:00pm, Tuesday 13 December 2016 The lowest or any tender not necessarily accepted ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Not Awarded,"Contract Awarded to Downer New Zealand at a tendered price of $$1,539,779.92",20201117 NZTA Highways and Network Operations,18128562,Request for Tenders,Open Competition,"SH2, Waipaoa Bridge Repairs",1225/W5,20161111,20161129,20161205,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves carrying out structural and routine repairs to Waipaoa Bridge on SH2, located approximately 13km west of Gisborne. The work includes: - Releasing the seismic linkages on the sliding joints to accommodate more thermal movement. - Enlarging the beam holding bolt holes and carrying out other bearing associated work. - Repair/renewal or cleaning of the deck expansion joints. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). All tender queries should be addressed to Mr Graeme Gunn, Opus International Consultants Ltd, Napier email: graeme.gunn@opus.co.nz phone: 06 833 5100 Tenders will close at the NZ Transport Agency, Level 2 - Dunvegan House, 315 Hastings Street, Napier on Tuesday, 29 November at 4.00pm. Tenderers must provide four copies of their tender submission - one marked Original and the other three marked Copy. Please note - electronic submissions for this tender will not be accepted.",Not Awarded,"Awarded to McNatty Construction Ltd, Napier on 02 December 2016",20201117 NZTA Highways and Network Operations,18131836,Request for Tenders,Open Competition,BOP Bridge and Structures Maintenance 2017,NZTA 2/15-003/601,20161122,20161220,20170213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for structural maintenance works on bridges and culverts within the Bay of Plenty State Highway network. The Contract Works include concrete repairs, corrosion protection, scour protection, and bridge expansion joint repairs. Only Tenderers pre-qualified to Bridge Construction Level 3C under the terms of the NZTA Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email Chloe Warnes at chloe.warnes@beca.com to register your interest in tendering, and to request tender documents. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tenderers will be provided with one electronic copy of the Tender Documents. Completed tender documents are to be couriered/dropped off in person before the specified tender close date time, at: NZ Transport Agency Level 3 Harrington House 32 Harington Street Tauranga Central Attn: Tender Secretary",Not Awarded,"Awarded to Conspec Construction at a tendered price of $912,136.00",20201117 NZTA Highways and Network Operations,18156374,Request for Tenders,Open Competition,SH25 Tairua Hill & SH25A Kopu-Hikuai Slow Vehicle Bays,NZA2/14-007/614,20161118,20161213,20161223,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works Contract. The Contract Works comprises of Eight Slow Vehicle Bays on SH25 Tairua Hill between RP 156/6.7 and RP 156/11.60 and on SH25A Kopu-Hikuai between RP 0/3.26 and RP0/8.05. The sections are between 0.06 and 0.17 km long. Only Tenderers pre-qualified to Construction Level 1C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: • Minor earthworks • Pavement construction for widened sections of road • Surfacing of new widened pavement • Minor associated drainage improvements • Re-grassing of roadside berm areas • Reinstatement of delineation The RFT can be obtained in electronic form by emailed request to: John Bowers Opus International Consultants Email: john.bowers@opus.co.nz Completed tenders are to be deposited in the tender box at: NZ Transport Agency Level 1, Deloitte Building 24 Anzac Parade, Hamilton by 4:00pm, Tuesday 13th December 2016 ELECTRONIC TENDERS WILL NOT BE ACCEPTED",Not Awarded,,20201117 NZTA Highways and Network Operations,18171671,Request for Tenders,Open Competition,SH27: SH26 to SH24 Safety Improvements,SR2010/16,20161123,20161213,20170213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH27 between SH26 and SH24 The Contract Works comprise: a) Minor widening of the road shoulder, pavements and surfacing in accordance with the typical details and as necessary at locations where barriers are installed. b) Access way / driveway improvements including widenings, earthworks, pavement works and surfacing and minor drainage works. c) Installation of side barriers to the standards and extents as shown on the drawings. Tenderers shall note that the tender is let subject to funding being approved for this project. The contract will only be awarded after funding approval. Only Tenderers pre-qualified to Construction Level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation is attached to this advertisement. All tender queries should be directed to the Tender Secretary at Tenders@saferoads.co.nz. Please provide your company contact person's name and email address for receipt of all tender phase correspondence including Notice to Tenderers. Tenders shall be uploaded to the GETS eTender box as a single electronic zip file in pdf format. The file should be labelled: File No 1 - Contract No SR2010/16 - Proposal including Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"SH27-SH26 to SH24 awarded to Splice Construction $4,123,005.00",20201117 NZTA Highways and Network Operations,18188118,Request for Tenders,Open Competition,"SH2 Pokeno to Mangatarata, Section B: Mangatawhiri Design and MSQA",NZTA2/07-024/506,20161129,20161220,20170215,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services Contract for the Design and Project Documentation phase (DPD) and the Management Supervision and Quality Assurance (MSQA) phase for Section B of the SH2 Pokeno to Mangatarata Safe System Corridor Improvement Project. The Contract Works comprise: - Detailed Design and Construction Drawings - Project Documentation - Geotechnical investigations - Management of Physical Works contract - Surveillance and QA verification of Physical Works Electronic copies of the RFT documentation are attached to this advert. Tender documentation as per Clause 1.10 and these can be obtained from the Tender Secretary by email. Email: Hamiltontenders@nzta.govt.nz. All tender queries should be directed to the Tender Secretary. Please provide your company's contact person's name and email address for receipt of all tender phase correspondence including notice to tenderers. Please do not use the GETS website for tender questions and clarifications. Please email The Tender Secretary at Hamiltontenders@nzta.govt.nz for any questions or clarifications. Tenders shall be uploaded to the GETS e-Tender box in two separate electronic zip files in PDF format. The files should be labelled: File No 1 - Contract No: NZTA 2/07-024/506 Proposal excluding Price File No 2 - Contract No: NZTA 2/07-024/506 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Tender awarded to GHD Limited at a tender price of $1,172,216.00",20201117 NZTA Highways and Network Operations,18208701,Request for Tenders,Open Competition,SH3 - SH37 To Te Kuiti - Safety Improvements,SR2001/16,20161213,20170124,20170405,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Contract Works shall comprise the following works: Separable Portion 1: a) Location of all utilities and services; b) Identification of location where conflict exists between utilities and planned barriers; c) Identification of location where shoulder widening will be required for barrier placement; d) Geotechnical investigation at Te Kumi Station Road and adjacent to the existing weigh pit; e) Summarizing and presenting result of these investigation to the Engineer. After finalisation of the proposed barrier positions, by the engineer, based on data gathered in Separable Portion 1, Separable Portion 2 will proceed when instructed by the Engineer. Separable Portion 2: a) Installation of side barriers to the standards and extents as shown on the drawings; b) Access way / driveway improvements including widenings, earthworks, pavement works and surfacing and minor drainage works; c) Minor widening of the road shoulder, pavements and surfacing in accordance with the typical details and as necessary at locations where barriers are installed; d) Extension of existing culverts and installation of traversable headwalls; A third portion of the scope may proceed subject to the successful finalisation of land acquisition processes and at the Principals discretion. The scope of these provisional works include intersection improvements and relocation of an existing Weigh Pit. Only Tenderers pre-qualified to Construction Level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation is attached to this advert. Please provide your company's contact person's name and email address for receipt of all tender phase correspondence including notice to tenderers. Tenders shall be uploaded to the GETS eTender box with 2 zip files in pdf format. The file should be labelled: File No 1 - Contract No SR2001/16 - Proposal File No 2 - Contract No SR2001/6 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Contract Awarded to Inframax Construction limited with a tender price of $5,322,661.95",20201117 NZTA Highways and Network Operations,18221569,Request for Tenders,Open Competition,SH1 Waitaki River Bridge Strengthening 2016/17,PW O207/09,20161212,20170131,20170622,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of strengthening improvements to the SH1 Waitaki River Bridge Tenderers shall be prequalified to Level 3B (Bridge Construction Level B). Tenderers are reminded that only those prequalified to Level 3A and 3B are eligible to submit a tender. Please note that electronic tenders will not be accepted. Documents will be available from: Opus International Consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Phone (03) 471 5500 From 12 noon on Monday 12 December 2016 Opus International consultants Ltd 197 Rattray Street Private Bag 1913 Dunedin Email: tenders.dunedin@opus.co.nz",Not Awarded,"Awarded to Fulton Hogan Ltd for $2,514,682.84",20201117 NZTA Highways and Network Operations,18257364,Request for Tenders,Open Competition,MR246 2016-17 Bridge Replacements,MR246,20161220,20170214,20170315,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of two replacement bridges in Marlborough including Contractor's design of the structures: - Healys Bridge, Kaiuma Bay Road, Canvastown - Bulford Road Bridge No1, Bulford Road North, Rai Valley. Only Tenderers pre-qualified to 3A or 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: - Detailed design of bridge structure - Bridge dismantling - Reinforced concrete construction - Associated construction works (earthworks, gabion walls, pavements, surfacing etc.) Please email Justine Davies at justine.davies@nzta.govt.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. The tender documentation and supporting information are available from: Marlborough Roads Tender Secretary, Justine Davies at justine.davies@nzta.govt.nz Completed Tender documents to be couriered/dropped off in person at: NZ Transport Agency- Marlborough Roads Office Unit 2.4, 1st Floor, The Forum, Market Street BLENHEIM Attn: Tender Secretary",Not Awarded,"Higgins Contractors Limited, Nelson $272,852.66",20201117 NZTA Highways and Network Operations,18276084,Request for Tenders,Open Competition,Static Camera Expansion Programme National Infrastructure Rollout,NO 14-998,20170111,20170223,20170511,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of infrastructure to facilitate the installation of 35 static camera systems under the New Zealand Police Static Camera Expansion Programme at various locations nationwide. The contract is split into five (5) Separable Portions as follows: • Separable Portions 1 (first 10 sites) • Separable Portions 2 (second 10 sites) • Separable Portions 3 (third 10 sites) • Separable Portions 4 all remaining sites • Separable Portion 5 (Site SN52038) Note: SP1 to SP4 are to start concurrently. Tenderers should be prequalified to 1C at least. TENDER INCEPTION MEETING: A tender inception meeting and site visit has been arranged for 10.00am on Wednesday 18 January 2017. The meeting will begin with morning tea at 10.00am and then the meeting will be held from 10.30am to 11.30am with the site visit to follow shortly after. The inception meeting will be held at the New Zealand Police College, Papakowhai Road, Porirua 5024. All visitors must report to Reception to sign in. Visitor car parking is available at the college. The inception meeting is intended to provide all tenderers with an introduction to the project, a background as to how the design was developed, and residual opportunities and risks associated with the project. A site visit will be undertaken nearby of an existing static camera site. A high visibility jacket or vest will be required when visiting the site which is on a local road. A site specific health and safety hazard briefing and protocol will occur prior to the site visit at the inception meeting. Please inform Jonathan Sanders, details below, if you intend to attend. Tenders will close at 4.00pm on Thursday 23 February 2017. Tenders Close at: NZ Transport Agency National Office, Victoria Arcade, Level 2, 50 Victoria Street Wellington 6141 Tender Enquiries and Request for Tender Documents to: Documents will be issued by internet upload upon request to: Jonathan Sanders Opus International Consultants 100 Willis Street PO Box 12-003 WELLINGTON 6144 jonathan.sanders@opus.co.nz",Not Awarded,,20201117 NZTA Highways and Network Operations,18292667,Request for Tenders,Open Competition,SH2 Waioeka Bridge Live-load Strengthening,2/15-003/604,20170117,20170214,20170405,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of strengthening works to SH2 Waioeka Opotiki Bridge, BSN 3029, at RP 294/8.95. The Contract Works comprise installation of a post-tensioning system, including anchorages, strands, and deflectors, and shear strengthening of the beam/deck interfaces. Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the NZTA Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email Chloe Warnes at chloe.warnes@beca.com to register your interest in tendering and to request tender documents. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. Tenderers will be provided with one electronic copy of the Tender Documents. Completed tender documents are to be couriered/dropped off in person before the specified tender close date and time, at: NZ Transport Agency Tauranga Office 3rd Floor, Harrington House 32 Harrington Street Tauranga 3110 Attn: Tender Secretary",Not Awarded,"Conspec Construction Limited - $1,371,560.00",20201117 NZTA Highways and Network Operations,18299086,Request for Tenders,Open Competition,"SH2, Kopua Hill Passing Opportunities",1229/W5,20170117,20170207,20170217,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors prequalified to Level 2B and 4B. The contract involves the construction of two passing opportunities on SH2, south of Gisborne. The contract works include earthworks, stabilising, drainage and pavement construction, together with the associated traffic services. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). Tenders will close at the Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier, on Tuesday, 7 February 2017 at 4.00pm. Please provide four copies of your tender submission, one marked "Original" and the other three marked "Copy". Please address all tender queries to: Graeme Gunn, Opus International Consultants Ltd, Napier. Email: Graeme.gunn@opus.co.nz Phone: 06 833 5100 Please note: electronic tender submissions for this tender will not be accepted.",Not Awarded,,20201117 NZTA Highways and Network Operations,18318301,Request for Tenders,Open Competition,Broughs Road Extension,NZTA 63197,20171106,20171205,20180109,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works Contract for the construction of an extension of Broughs Road to connect Sawyers Arms Road with McLeans Island Road. The Contract includes a 300m extension of Broughs Rd to connect with McLeans Island Rd with a 40m diameter roundabout. The site is located 8km northwest of Christchurch city centre near Christchurch International Airport. The works include, but are not limited to, earthworks, stormwater/drainage, pavement and footpaths, roundabout and traffic island, street lighting, signage and marking, landscaping, fencing and bund installation, contaminated soil testing and removal, and commercial crossing and access road construction. Note: Only Tenderers pre-qualified to levels 2A or 2B and 4A or 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Enquiries : Please email Nick Bristed at nick.bristed@aecom.com to register your interest in tendering; and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. The GETS website Q & A function will not be used. Tenders close at 4pm on Tuesday 5 December 2017 and shall be submitted via the GETS website.",Awarded,,20201117 NZTA Highways and Network Operations,18356073,Request for Tenders,Open Competition,"SH2, Watchman Road & Airport Access Intersections Project",1220/W6,20170202,20170321,20170403,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract, from contractors prequalified to Level 4A. This contract involves the construction of a new roundabout at the Watchman Road Intersection, upgrade of the Watchman Road Causeway, and a new link road to the Airport. The contract works include earthworks, drainage, pavement and cycleway construction, utility service relocation, demolition and removal of concrete slap foundations, along with the installation of street lighting, watermain and associated traffic services. Documents are available from Opus International Consultants Ltd, Opus House, 6 Ossian Street, Napier (postal address: Private Bag 6019, Hawke's Bay Mail Centre, Napier 4142). All tender queries should be addressed to Graeme Gunn, Opus International Consultants Ltd, Napier: Email - graeme.gunn@opus.co.nz Phone - 06 833 5100 Tenders will close at the New Zealand Transport Agency, Level 2, Dunvegan House, 215 Hastings Street, Napier 4140 on Tuesday, 21 March 2017 at 4.00pm. Tenderers must provide four copies of their tender submission - once marked "Original" and the other three marked "Copy". Please note: Electronic submissions for this tender will not be accepted.",Not Awarded,"Awarded to Higgins Contractors HB Ltd, on 31 March 2017.",20201117 NZTA Highways and Network Operations,18369559,Request for Tenders,Open Competition,B2B Enabling Works - Omanu Golf Course Club Drain Upgrade,2/09-024/604,20170209,20170307,20170504,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"CONTRACT INFO: The contract is an enabling works package required for the delivery of the main Baypark to Bayfair Link Upgrade project. This enabling works contract is for the construction of stormwater infrastructure, open drain erosion protection works, a pedestrian pathway, retaining walls, restoration and landscaping of the drain banks across the Omanu Golf Course at Matapihi Road. The Contract Works comprise: - Stormwater infrastructure that extends existing pipework from Matapihi Road, including a cast in-situ concrete collection chamber and concrete headwall. - Deepening and realignment of the 820m long open drain. This includes erosion protection and gabion basket retaining walls. - A low-level pedestrian path across the drain consisting of box culverts and wingwalls. - Ecological restoration and landscaping/planting. PREQUALIFICATION: Only Tenderers pre-qualified to Construction Level 4C under the terms of the NZ Transport Agency Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. IMPORTANT: Tender Documents are to be downloaded electronically from the GETS Website. Go to Attachments and download the ZIP Folder which contains three (3) documents. Tenders are to be submitted in HARD COPY ONLY to the Tauranga NZ Transport Agency Office - Level 3, 32 Harrington Street, Tauranga 3141. (Before 4pm on the 7th of March 2017). Please note that ALL tender phase correspondence, including NTT's will be carried out via email, not by the GETS system. Please email Rachel Chapman at Rachel.Chapman@beca.com to register/confirm your interest in tendering and please provide your company name, address and contact person’s name and email address for receipt of ALL tender phase correspondence, including notices to tenderers.",Not Awarded,"Fulton Hogan Limited - $1,295,831.65",20201117 NZTA Highways and Network Operations,18371728,Request for Tenders,Open Competition,Northern Coromandel Motorcycle Safety Improvements 2017,NZTA 2/13-007/603,20170210,20170228,20171107,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from suitably experienced contractors for the safety improvements required at various sites along State Highway 25 in the Coromandel. Work will include, but is not limited to, installation of scruffy domes and associated drainage works at 15 sites, levelling the existing road surface using pavement rehabilitation and chip seal at 14 sites, installing new signs and chevrons at 6 sites and sealing access ways at 24 sites. In accordance with NZTA's Prequalification for Physical Works Trial, this contract has been classified as 4, Construction. Tenderers must be prequalified to at least Construction - Level C (4C) to be eligible to submit a tender. Tenders close with: Tenders Secretary NZ Transport Agency Level 1, Deloitte Building 24 Anzac Parade HAMILTON At 4:00pm on Tuesday 28th February 2017. Tender Documents may be obtained from: Opus International Consultants Ltd. Opus House Princes Street Hamilton Ph: 07 838 9344 Email: darren.gilbertson@opus.co.nz The lowest or any tender may not be necessarily accepted. Electronic Tenders will not be accepted.",Not Awarded,No tender submission received,20201117 NZTA Highways and Network Operations,18398165,Request for Tenders,Open Competition,Visitor Driver Project - Windy Point Safety Barriers,PW O220/01,20170217,20170307,20170622,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of the Windy Point Safety Barriers on State highway 6 between Frankton and Kingston, Central Otago. The contract includes, but is not limited to: a) Installation of W-Beam Safety Barrier System b) Pavement Construction c) Gabion Retaining Wall Installation d) Drainage Works e) Reinforced Concrete Works Tenders shall be evaluated using the Lowest Price Conforming (LPC) method. Tenderers shall be prequalified to level 4C (Construction Level C) under the NZ Transport Agency Prequalification for Physical Works. Tenderers are reminded that only those prequalified to Level 4A, 4B or 4C are eligible to submit a tender. The estimated contract value is $750,000. Tender Documents will be available for collection from 8am Monday 20 February 2017 from: Opus International Consultants Ltd, Tarbert Building, 69 Tarbert Street, Alexandra or contact Holly.Attwell@opus.co.nz for an electronic copy of the documents. Tender Enquiries to Holley Attwell Opus International Consultants Ltd 153 Glenda Drive PO Box 2323 Queenstown 9300",Not Awarded,"Awarded to SouthRoads Ltd for $722,082.41",20201117 NZTA Highways and Network Operations,18443296,Request for Tenders,Open Competition,SH3 Awakino to Mt Messenger West Waikato South Safety Improvements,SR2013/16,20170307,20170413,20170519,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH3 between Awakino Gorge and Mokau The Contract Works shall comprise the following works: a) Installation of side barriers to the standards and extents as shown on the drawings; b) Minor widening of the road shoulder, pavements and surfacing in accordance with the typical details and as necessary at locations where barriers are installed; c) Widening of road shoulder, drainage, pavement and surfacing to provide safe stopping areas and slow vehicle bays; d) Installation of Audio Tactile Profile Roadmaking as agreed by engineer; e) Road Signage Improvements as shown on drawings; f) Vegetation/tree trimming and removal as shown on drawings; Only Tenderers pre-qualified to Construction Level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Please provide your company's contact person name and email address for receipt of all tender phase correspondence including notice to tenderers. Tenders shall be uploaded to the GETS eTender box as a single electronic zip file in pdf format. The file should be labelled: File No 1 - Contract No SR2013/16 - Proposal Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,Contract awarded to Inframax Construction Limited,20201117 NZTA Highways and Network Operations,18469871,Request for Proposals,Closed Competition,SH3 Awakino Bypass,NZTA 2/14-013/601,20170317,20170411,20181218,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency has shortlisted the registrants from the Registration of Interest (ROI) and invites all shortlisted applicants to submit a Statement of Interest and Ability (SIA) for the SH3 Awakino Tunnel Bypass Design and Construct project. All tender queries shall be directed to the Principal Agent's Nominated Person, Simon McSweeney. Email: sh3awakinotender@opus.co.nz. Electronic copies of the SIA Document are attached to this advertisement. Applicants should refer to the GETS website for instructions on uploading their SIA submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). Submissions will only be accepted via the GETS eTender box.",Awarded,,20201117 NZTA Highways and Network Operations,18530169,Request for Tenders,Open Competition,Katiki Beach Erosion Protection Works,PW O221/01,20170331,20170502,20170518,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of rock armouring between the intersection of State Highway 1 Shag Point Road and 300 metres south of the State Highway 1 Squires Road intersection. The estimated contract value is $780,000. In accordance with the Prequalification for Physical Works, this contract has been classified as 'Routine and Minor Works Level B' Tenderers are reminded that only those prequalified to Routine and Minor Works Level A or B (1A or 1B) are eligible to submit a tender. All tender enquiries to: MWH Level 3, John Wickliffe House 265 Princes Street Dunedin 9016 Attention Ryan Sutton or email: ryan.sutton@stantec.com Communications must be clearly labelled with the Contract Number and name. Communications not so addressed may be delayed and/or not actioned Tender Documents will be available from: MWH Level 3, John Wickliffe House 265 Princes Street Dunedin 9016 from 12 noon on Monday 3 April 2017",Not Awarded,awarded to SouthRoads,20201117 NZTA Highways and Network Operations,18538331,Request for Tenders,Open Competition,SH3 Napier Road DBC,PSW 214,20170414,20170504,20170619,,Sole Agency,No,"Level 3, 43 Ashley Street, Palmerston North","The NZ Transport Agency invites tenders for the professional services contract PSW 214 - SH3 Napier Road Detailed Business Case. The NZ Transport Agency uses a business case approach to transport planning and project development. In response to operational and safety issues on SH3 Napier Road, Palmerston North the NZ Transport Agency requires the preparation of a Detailed Business Case. Tenders will be evaluated using the Price Quality Method (PQM). An electronic copy of the Tender documents will be available from 12 noon on Wednesday 12th April 2017 from: NZ Transport Agency, Palmerston North, email: HNO-PN.Contracts@nzta.govt.nz A tender document deposit is not required. Tenders close at 4.00pm on Thursday 4th May 2017 at Level 3, 43 Ashley Street, Palmerston North. Please note that no electronic submissions will be accepted. Tender envelopes shall be marked “Tender for NZTA Contract PSW 214 - SH3 Napier Road Detailed Business Case.”",Not Awarded,,20201117 NZTA Highways and Network Operations,18561584,Request for Tenders,Open Competition,SH 6 Waiho River Bailey Bridge Raising,NZTA 63227,20170412,20170509,20170801,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Waiho River Bailey Bridge Raising Contract. The Contract includes: a) Structural steelwork construction to piers and abutments b) Raising of Bailey Bridge c) Approach raising, pavement construction and sealing d) Guardrail and drainage works e) Temporary traffic management f) Service protection and relocation g) Environmental compliance h) Rock works including Rock Rip Rap supply and placement This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to both classification levels 2C and 3C for Surfacing and Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants on Thursday 13 April. Contact Walter Wang at walter.wang@opus.co.nz Tenders close at 4pm on Tuesday 9th May 2016 at: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. No electronic tenders accepted. All correspondence is through email contact below, not through GETS.",Not Awarded,All tenders declined.,20201117 NZTA Highways and Network Operations,18576389,Request for Tenders,Open Competition,SH 74 Half Bridge Concrete Repairs,NZTA 63232,20170418,20170523,20170719,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH74 Half Bridge – Concrete Repairs Contract. The Contract includes: a) Undertaking concrete repairs to the concrete half bridge on State Highway 74 (Norwich Quay) in Lyttelton. b) Providing suitable access and containment. c) Temporary traffic/pedestrian management d) Environmental compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants. Contact Jonathan Creelman at jonathan.creelman@opus.co.nz Tenders close at 4pm on Tuesday 23rd May 2017 at: • NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Not Awarded,"Hunter Civil Ltd $113,622.00.",20201117 NZTA Highways and Network Operations,18623419,Request for Tenders,Open Competition,SH1 Dunedin to Mosgiel Safety Improvements,SR 5001/1,20170503,20170526,20170621,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH1 between Mornington Road near Dunedin and Mosgiel. The Contract Works comprise: - Assist the Engineer with the verification of designs for new Wire Rope Safety Barrier foundations - Identification and survey of existing underground Utility Services - Installation of new Wire Rope, W-Beam, Thrie Beam and Concrete barrier systems along the State Highway - Pavement widening - Construction of four new Police / Maintenance layby areas along the State Highway Only Tenderers pre-qualified to Prequalification level Construction 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Please provide your company's contact person's name and email address for receipt of all tender phase correspondence including notice to tenderers. Tenders shall be uploaded to the GETS eTender box: PQM - in two separate electronic zip files in pdf format and labelled as: - File No 1 - Contract No SR5001.1 - Proposal excluding Price - File No 2 - Contract No SR5001.1 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,Awarded to Fulton Hogan,20201117 NZTA Highways and Network Operations,18659518,Request for Tenders,Open Competition,HPMV T2 SH27 Hamlins Rail OB Strengthening,NZTA 2/15-004/604,20170515,20170613,20170901,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of strengthening works to the following bridges: ??? SH27 Hamlins Rail Overbridge at Route Position 85/7.13 and BSN 921 Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise installation of a post-tensioning system, including anchorages, strands, and deflectors, and shear strengthening of the beam/deck interfaces. The bridge passes over the Kinleith branch railway. Please email Justin Williams at Justin.williams@beca.com to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: Justin Williams at Justin.williams@beca.com. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,Contract Awarded to Conspec Construction Ltd,20201117 NZTA Highways and Network Operations,18661074,Request for Tenders,Open Competition,Dunedin One-way System Cycle Lanes,PW O211/01,20170516,20170616,20170717,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,See advertisement attached.,Not Awarded,"Awarded to Fulton Hogan Ltd for $7,889,726.43",20201117 NZTA Highways and Network Operations,18678802,Request for Tenders,Open Competition,SH 6 Bullock Creek River Training and Rock Spur Works,NZTA 63229,20170519,20170620,20170720,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of rock spur works and river training upstream and downstream of the SH6 Bullock Creek Bridge on SH6 south of Fox Glacier. The Contract Works comprise: Supply of rock and construction of rock spurs up-stream and down-stream of the SH6 Bullock Creek Bridge south of Fox Glacier; Associated river diversion and river training; Providing suitable access and containment; Temporary traffic management; Environmental compliance Please email Mark Smith at Mark.D.Smith@opus.co.nz and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: Mark Smith at Mark.D.Smith@opus.co.nz ***Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).****",Awarded,,20201117 NZTA Highways and Network Operations,18686606,Request for Tenders,Closed Competition,East Waikato Network Outcome,NZTA 2/16-015/601,20170523,20170801,20171107,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Following on from the Registration of Interest (ROI) the NZ Transport Agency now invites the selected tenderers to submit a Tender for the East Waikato NOC with a Prequalification level A. Electronic copies of the tender documents are attached to this advertisement. All tender queries shall be directed to the Tender Secretary on hamiltontenders@nzta.govt.nz Applicants should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB",Not Awarded,"Contract awarded to Higgins Contractors Ltd 11 October 2017 $91,299,950.00",20201117 NZTA Highways and Network Operations,18761821,Request for Tenders,Open Competition,State Highway Traffic Monitoring 2017-2020: Taranaki/Manawatu-Whanganui Regions 7/8,PSWT 26,20170620,20170718,20170821,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Traffic Monitoring Services which will cover routine traffic surveys and data collection carried out by the Transport Agency within the Taranaki and Manawatu-Whanganui Regions. This regional contract will complement a separate national contract that manages national telemetry sites. Accurate data collection procedures and an efficient means of storing that data for subsequent retrieval and analysis, is a vital part of the Transport Agency???s management of the state highway asset. It provides a reliable estimate of state highway infrastructure and other transport systems associated with it. All traffic management for this project shall be in accordance with the Code of Practice for Temporary Traffic Management (COPTTM). This contract is for work within the Taranaki/Manawatu-Whanganui area. A full list of sites is attached. Please email Adrienne Duffy at adrienne.duffy@nzta.govt.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,18762632,Request for Tenders,Open Competition,State Highway Traffic Monitoring 2017-2020: Gisborne/Hawke's Bay Regions 5/6,1224/P6,20170620,20170718,20170824,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Traffic Monitoring Services which will cover routine traffic surveys and data collection carried out by the Transport Agency within the Gisborne and Hawke???s Bay Regions. This regional contract will complement a separate national contract that manages national telemetry sites. Accurate data collection procedures and an efficient means of storing that data for subsequent retrieval and analysis, is a vital part of the Transport Agency???s management of the state highway asset. It provides a reliable estimate of state highway infrastructure and other transport systems associated with it. All traffic management for this project shall be in accordance with the Code of Practice for Temporary Traffic Management (COPTTM). This contract is for work within the Gisborne/Hawke???s Bay area and includes the following state highways: ??? State Highway 2 (SH2 RS 361 to RS 751); ??? State Highway 2B; ??? State Highway 5 (SH5 RS 190 to RS 262); ??? State Highway 35 (SH35 RS 124 to RS 335); ??? State Highway 38 (SH38 RS 131 to RS 196); ??? State Highway 50; ??? State Highway 50A. Tenderers need to be pre-registered on the Transport Agency???s National Register of Consultants. Please email Noeline Askes at noeline.askes@nzta.govt.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: noeline.askes@nzta.govt.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,Awarded,20201117 NZTA Highways and Network Operations,18764076,Request for Tenders,Open Competition,Independent Professional Advisors 2017-2020 contract (NO 17-286),NO 17-286,20170620,20170718,20190627,,Sole Agency,No,,"This is a Professional services contract for Independent Professional Advisors over a range of disciplines The Agency is seeking advisors who will be able to provide a high level of service and technical support within one or more of the disciplines mentioned below. Advisors will form a panel of specialists that will be briefed and appointed by the Transport Agency on a project by project basis. The scope of work, programme and budget will be agreed between both parties before work commences. - Procurement & Process - Economic - Financial auditing - Cost - Environmental and Social responsibility - Statutory Planning - Strategic Cultural - Intelligent Transport Solution - Transport Planning - Road Safety Support - Road Safety Spatial Data Analysis - Data Analyst (KiwiRAP and IRR) - Human Factors - Road and Vehicle interactions - CoPTTM - Roadside Hardware - Highway Lighting - Traffic Modelling - Asset Management - Quality assurance - Network Contract Management - Geotechnical - Structural Design - Pavement and Surfacing - Tunnelling - Independent engineer - Construction Please email Geraldine Christmas at Geraldine.christmas@nzta.govt.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Submissions will only be accepted via the GETS e-Tender box. Note the file upload limit is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,All Successful Consultants added to register - not just one winning response,20201117 NZTA Highways and Network Operations,18765452,Request for Tenders,Closed Competition,SH3 Awakino Bypass,NZTA 2/14-013/601,20170627,20171003,20181218,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency invites tenders from shortlisted consortia wishing to tender for the SH3 Awakino Tunnel Bypass. This is a Design and Construction model physical works Contract of the SH3 Awakino Tunnel Bypass project, located approximately 50km south of Te Kuiti, roughly half way between Hamilton and New Plymouth. The project is expected to reduce fatal and serious crashes and road closures, as well as improving the performance of the State Highway network. Parts of the site are highly constrained by poor access, steep terrain and the narrow existing highway, as well as the meandering Awakino River. Key elements of the Contract Works include design, earthworks, retaining walls, bridges, a stock underpass, pavements, surfacing, temporary traffic management, landscaping and restoration planting. Only Tenderers pre-qualified to Bridge Construction ??? Level 3A and Construction ??? Level 4A of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Tender submissions are to be uploaded to the NZTA electronic tender dropbox; instructions are provided in the Information for Tendering (IFT). Tender submissions close at 4:00pm on Tuesday 3 October 2017.",Not Awarded,Awarded to Fulton Hogan Ltd,20201117 NZTA Highways and Network Operations,18793542,Request for Tenders,Closed Competition,MN4252 Northland 2016 - 17 Flood Resistance Sites SH12,MN4252,20170629,20170727,20180131,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Electronic copies of the Tender Documents are attached to this advert - all tender queries shall be directed to the Tenders Secretary - jo-ann.moses@nzta.govt.nz Applicants should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB",Not Awarded,"Contract awarded to BROADSPECTRUM LTD, Dargaville (Andrew Siggs) on 15th November 2017 for $920,608.33",20201117 NZTA Highways and Network Operations,18810156,Request for Tenders,Closed Competition,East Waikato SH Network Pavement Rehabilitation 2017/18,2/14-007/617,20170705,20170815,20171005,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Following on from the Registration of Interest (ROI) the NZ Transport Agency now invites the selected tenderers to submit a Tender for the East Waikato SH Network Pavement Rehabilitation 2017-2018. Electronic copies of the tender documents are attached to this advertisement. All tender queries shall be directed to the Tender Secretary on hamiltontenders@nzta.govt.nz Applicants should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB",Not Awarded,,20201117 NZTA Highways and Network Operations,18825792,Request for Tenders,Open Competition,Northern Coromandel Motorcycle Safety Imporvements 2017,2/13-007/604,20170712,20170801,20170901,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for motorcycle safety improvements required at various sites along State Highway 25 in the Coromandel. Only Tenderers pre-qualified to Construction ??? Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: ??? installation of scruffy domes and associated drainage works at 12 sites ??? levelling the existing road surface using pavement rehabilitation and chip seal at 15 sites ??? installing new signs and chevrons at 6 sites ??? sealing accessways at 24 sites ??? installing guardrail at 8 sites ??? installing culverts at 2 sites Please email Darren Gilbertson at Darren.gilbertson@opus.co.nz .to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: Darren.gilbertson@opus.co.nz. Tenders shall be uploaded to the GETS e tender box in two separate electronic zip files in PDF format File No 1 2/13-007/604 - Proposal excluding Price File No 2 2/13-007/604 Price Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,Awarded to Splice Copnstruction,20201117 NZTA Highways and Network Operations,18833479,Request for Tenders,Open Competition,SH57 - SH1 to Shannon - 1 Safety Improvements,SR4002.1/TC,20170904,20170926,20171106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH57 from Heatherlea Road East to the Southern side of Shannon. The Contract Works comprise: ??? Assist the Engineer with the verification of designs for new Wire Rope Safety Barrier foundations ??? Identification and survey of existing underground Utility Services ??? Wide centre line implementation with associated widening works ??? Intersection treatments ??? Installation of new Wire Rope and W-Beam barrier systems along the State Highway ??? Pavement widening Only Tenderers pre-qualified to Prequalification Level Construction 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Tenders shall be uploaded to the GETS eTender box: ??? PQM - in two separate electronic zip files in pdf format and labelled as: - File No 1 - Contract No SR4002.1 - Proposal excluding Price - File No 2 - Contract No SR4002.1 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Contract awarded to Higgins Contractors Ltd 03 November 2017,20201117 NZTA Highways and Network Operations,18842091,Request for Tenders,Open Competition,SH6 Clover Road Intersection Upgrade,652T,20170714,20170808,20170911,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Construction of an intersection upgrade to provide head to head right turn bays including earthworks, drainage, clearing , fencing and safety barriers. ??? SH6 RP131/4.35 to 4.84 ??? Clover Road Intersection Upgrade The estimated cost of the works is approximately $500k. Only Tenderers pre-qualified to 4C - Construction under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender Contract Period: Twelve weeks (12) for Separable Portion No 1 and four (4) weeks for Separable Portion No 2. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from Eric Hayes Opus International Consultants Private Bag 36 Morrison Square, Level 1 77 Selwyn Place NELSON 7042 eric.hayes@opus.co.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,18853125,Request for Tenders,Closed Competition,SH3 Manawatu Gorge Alternative DBC,PSW 220,20170719,20170804,20180124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,NA,"This is a Professional Service contract for the development of the Detailed Business Case in accordance with the requirements specified in Section 5 of the Contract Document. The wider project objectives are: ??? To support economic growth of the Manawatu-Whanganui and Hawke???s Bay regions. ??? Improve the resilience and safety of the east-west connection between the Manawatu-Whanganui and Hawke???s Bay regions for both vehicles and cyclists. ??? Ensure there is a long term viable state highway corridor. Please email Adrienne Duffy at hno-pn.contracts@nzta.govt.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,"Awarded to GHD Consultants on 1 Sept 2017 for $1,810,822.00",20201117 NZTA Highways and Network Operations,18886507,Request for Tenders,Closed Competition,Bridge Scour Repairs Taranaki 2017/18,TRT 1335,20170804,20170824,20180124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the repair and protection from scour, and related civil works, for three bridges within NZTA Region 7 (Taranaki) on State Highways 3 and 45. The individual work sites are tabulated in clause 1.3 of the Specification. The Scope of this contract is as described below: a) The supply of all materials, plant, labour and supervision required for scour protection and erosion repair work to State Highway Structures in Region 7 Taranaki. b) Work types included in the contract (but not limited to) are: general concrete works including shotcreting, excavation, supply and placement of rock rip-rap, dewatering, retaining wall construction, fencing. c) Temporary traffic management and access necessary to carry out the works. d) All associated miscellaneous and other work indicated, described or implied in the General or Special Conditions of Contract, the Specification and the drawing Please email Rod Calder at rod.calder@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,"Contract Awarded to Downer for $299,438.48",20201117 NZTA Highways and Network Operations,18945270,Request for Tenders,Closed Competition,TRW 1764 Manawatu River (Norsewood) Bridge Barrier Repair,TRW 1764,20170822,20170905,20180124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the repair of guardrail on the Manawatu River Bridge (Norsewood). The existing concrete side panels have sustained significant damage and need to be replaced on both sides of the bridge. The scope of this contract is as described below: a) Temporary traffic management and access necessary to carry out the works. b) Removal of existing damaged concrete barriers. c) Installation of replacement Thriebeam steel barrier, transitions and end terminals. d) All associated miscellaneous and other work indicated, described or implied in the General or Special Conditions of Contract, the Specification and the drawing. Please email Rod Calder at rod.calder@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,18955522,Request for Tenders,Open Competition,"SH2, Sandy Creek Stream Realignment",1239/W6,20170824,20170919,20171103,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors prequalified to Construction Level A or B (4A or 4B). The contract involves the realignment of Sandy Creek Stream adjacent to SH2, north of Lake Tutira. The contract works include Earthworks, Drainage and Concrete, Landscape Planting, as well as associated Traffic Management. Tenderers need to be pre-registered on the NZ Transport Agency's National Register of Consultants. Please email Graeme Gunn, Opus International Consultants Ltd, Napier - graeme.gunn@opus.co.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from noeline.askes@nzta.govt.nz Submissions will only be accepted via the GETs eTender box. Note the file upload limit is 50MB. Tenderers should refer to the GETs webside for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Awarded,,20201117 NZTA Highways and Network Operations,18964384,Request for Tenders,Open Competition,SH1B Taupiri to Gordonton - Section 3 Ballard to Taylor Road Safety Improvements,SR2003-3/TC,20170904,20170919,20171003,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements on State Highway 1B from Ballard Road (01B-0000-B/8.970) to Taylor Road (01B-0000-B/13.675). The Contract Works comprise: ??? Installation of side barriers; ??? Widening of shoulders (including clearing, earthworks and pavement works); ??? Access way improvements (including vegetation removal, fence and gate relocations) ??? Drainage improvements including culvert extensions and table drain installation; ??? Installation of high performance road markings and rumble strips; ??? Improved signage, delineation and lighting at intersections ??? Retaining structures and associated works (Provisional) ??? Utility services Relocations Only Tenderers pre-qualified to Prequalification level Construction ??? Level B (4B). under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Please provide your company???s contact person???s name and email address for receipt of all tender phase correspondence including notice to tenderers. ??? LPC - a single electronic zip file in pdf format and labelled as: - File No 1 - Contract No SR2003-3/TC ???Proposal including Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Awarded to Cambridge Construction Company,20201117 NZTA Highways and Network Operations,18987054,Request for Tenders,Closed Competition,SH58 Safe Systems Improvements Pre-implementation and Implementation,998PN-T,20170904,20171003,20171113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the design of Transportation Infrastructure Projects. SH58 is a regional state highway, which connects Kapiti and Porirua in the west of the Wellington region on the SH1 to Hutt City and Upper Hutt in the east on the SH2 corridor. SH58 has been subject to a large number of high severity crashes in recent years, and is classified as a high risk rural road. The occurrence of high severity crashes is also causing travel time reliability problems associated with crash related delays and closures of the road. The primary purpose of this project is to resolve safety concerns on the SH58 corridor and improve journey time reliability. Alongside the safety and journey time reliability benefits, secondary benefits are to enhance corridor resilience, and improving customer levels of service to be commensurate with the one network road classification (ONRC) standards for a regional road. The scope of work includes investigation and detailed design for construction, implementation and MSQA. Specific scope elements include: ??? Undertake detailed design for the project ??? Prepare detailed design drawings to enable construction ??? Prepare pre-implementation estimates ??? Clarify and refine land requirements and engage with directly affected landowners on their access and other concerns ??? Undertake geotechnical work as required to inform the construction strategy ??? Develop a construction strategy ??? Develop a construction management plan ??? Work with the NZ Transport Agency local teams to ensure integration with other projects including, but not limited to the Transmission Gully, the regional resilience project, and the regional cycling strategy ??? Undertake a value engineering review of the scheme ??? Undertake MSQA services Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions and clarifications. The tender documentation and supporting information are attached to this advertisement. Submissions will only be accepted via the GETS e-Tender box. Note the file upload limit is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,18997334,Request for Tenders,Open Competition,Region 3 Bridge Maintenance 2017,NZTA 2/15-004/603,20170911,20171010,20171106,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the maintenance of 19 structures on the State Highway Network within the Waikato Region. Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works include concrete repairs, building and backfilling timber walls, installation of rip-rap, corrosion treatment of bolts and strands, concrete lining of Armco culverts etc. All tender queries should be directed to gareth.guitry@beca.com. Electronic copies of the RFT documentation are attached to this advertisement. Tenders shall be uploaded to the GETS eTender box as One electronic zip file (pdf format) The file should be labelled File No 1 ??? Contract No N 2/15-004/603 Tenders will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Contract awarded to Conspec Construction Ltd - 06 November 2017,20201117 NZTA Highways and Network Operations,19033634,Request for Tenders,Open Competition,TRW 1765 Region 7 & 8 Bridge structural repairs 2017/18,TRW 1765,20170915,20171010,20180124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the structural repair of bridges throughout NZTA Regions 7 (Taranaki) and 8 (Manawatu/Whanganui). The individual work sites are tabulated in clause 1.3 of the Specification. 1.2.2 The Scope of this contract is as described below: a) The supply of all materials, plant, labour and supervision required for structural maintenance and component replacement to State Highway Structures in Regions 7 & 8. b) Work types included in the contract but not limited to are: concrete repairs, concrete invert lining, general civil works and durability works. c) Temporary traffic management and access necessary to carry out the works; d) All associated miscellaneous and other work indicated, described or implied in the General or Special Conditions of Contract, the Specification and the drawing. In accordance with the Prequalification for Physical Works, this contract has been classified as Category 3 or 4, Level B. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Level A, or B are eligible to submit a tender. Please email Rod Calder at rod.calder@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,"Awarded to Whitaker Civil Engineering on the 15 December 2017 for $594,892.00",20201117 NZTA Highways and Network Operations,19044729,Request for Tenders,Open Competition,Bay of Plenty Bridge and Structure Maintenance 2018,NZTA 2/15-003/605,20170919,20171017,20171120,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the maintenance of 13 structures on the State Highway Network within the Bay of Plenty Region. Only Tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works include concrete repairs, building and backfilling timber walls, installation of rip-rap, fabrication and installation of seismic restraints, repair/replacement of expansion joints, concrete lining of Armco culverts etc. All tender queries should be addressed Justin.williams@beca.com Electronic copies of the RFT documentation are attached to this advertisement. Tender Submission: Single electronic file (zipped pdf format) named Tender for contract 2/15-003/605 ??? BOP Bridge & Structure Maintenance 2018. The file upload 50MB. Tenders will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19049222,Request for Tenders,Open Competition,East Taupo Arterial Corridor Safety Improvements,NZTA 2/13-014/601,20170920,20171017,20180116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for safety improvements on state highway 1 on the Taupo Eastern Arterial (SH 1N) The Contract Works comprise: Corridor improvements to that section of the Taupo Eastern Arterial (SH 1N) between the roundabout with SH 5 to the roundabout with Lake Terrace by constructing a number of safety enhancements. The work includes the following: ??? Minor clearance and earth works ??? Island modifications and minor drainage works ??? Pavement construction and sealing ??? Minor bridge deck modifications ??? Traffic services: o Remove existing line markings o Installation of wire rope and W-section barriers o Supply and erect signage o Re-locate existing light ??? Minor landscaping works: o Top-soiling at existing islands ??? Traffic management. Only Tenderers pre-qualified to Prequalification Level Construction 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Consultant. Email: ed.varley@Opus.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Tenders shall be uploaded to the GETS eTender box. The file upload limit is 50MB. ??? PQM - in two separate electronic zip files in pdf format and labelled as: - File No 1 ??? 13-014/601 - Proposal excluding Price - File No 2 - 13-014/601 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd $9,381,852.43 on 16 January 2018",20201117 NZTA Highways and Network Operations,19065855,Request for Proposals,Closed Competition,CN4372 Northland Delivery Framework : Lot 1 Panel,CN4372,20170926,20171124,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The programme in Northland is growing with an investment of $1.6b expected over the next ten years. In addition to our major projects we expect to be investing circa $50m a year improving the safety, efficiency and resilience of the network. The Northland Delivery Framework provides a mechanism for managing the future programme of minor (<$5m) and medium (<$25m) projects through a panel of suppliers. It will be aligned with the NZTA prequalification system and relate to the size and complexity of projects. The first tranche of projects to be included in the framework includes Tarewa Road Intersection Improvements, Dome Valley Safety Improvements and Loop Road Intersection Improvements. We're seeking to appoint three Level A Prequalified contractors to a panel through this tender process. The attached RFP provides details on the required attributes which will include a combination of framework and project specific non-price attributes and pricing for Tarewa. Tender submissions should be uploaded to the GETS e-tender box. Tenderers should refer to the GETS website for instructions on uploading their tender files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Downer NZ Ltd, Private Bag 93325, Otahuhu, AUCKLAND 2022 The other successful proponents for a panel position are: - Fulton Hogan - Northland and Fletcher Construction Company Higgins Contractors JV Award date: 15th February 2018",20201117 NZTA Highways and Network Operations,19067162,Request for Tenders,Open Competition,2017-18 Bridge Replacements,MR261,20170926,20171024,20180501,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the upgrade of 4 bridges in Marlborough. The Contract Works comprise design and construct new structure and associated construction works (earthworks, gabion walls, pavements, surfacing etc.) at: ??? Netherwoods Bridge No.1 ??? Waihopai Valley Road ??? Netherwoods Bridge No.2 ??? Waihopai Valley Road ??? Parsons Road Bridge ??? Wairau Valley ??? Robin Hood Bay Bridge ??? Port Underwood Road Only Tenderers pre-qualified to 3A or 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email tautua.faitotoa@opus.co.nz to register your interest in tendering. Provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Higgins Contractors Limited, Nelson $670,476.29",20201117 NZTA Highways and Network Operations,19071257,Request for Tenders,Open Competition,SH50 - Pakowhai/Links Road Roundabout,1208/W6,20170927,20171024,20171219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"This contract is for the construction of a new roundabout, on the Hawke???s Bay Expressway intersection with Pakowhai and Links Road. The construction consists of realigning the Links Road and Pakowhai Road approaches to a new at-grade roundabout on the Expressway, as well as upgrading 1.38km of the Expressway. Other key components of works include undergrounding of services, together with construction of a number of large culverts. The NZTA pre-qualification procedures will be used with all tenderer???s required to have a minimum pre-qualification level of CONSTRUCTION Level B ??? 4B and Surfacing ??? Level A ??? 2A. Please email Noeline Askes at noeline.askes@nzta.govt.nz to register your interest in tendering. Please provide: ??? Your company???s current prequalification certificate ??? Your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: noeline.askes@nzta.govt.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19071557,Request for Tenders,Open Competition,SH23 Waitetuna to Raglan Stage 2 - Safety Improvements,SR2012/TC,20170927,20171017,20171128,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements on State Highway 23 from RP 023-0015-B/8.00 to RP 023-0032-B/11.70 The Contract Works comprise: ??? Installation of side barriers; ??? Widening of shoulders (including clearing, earthworks and pavement works); ??? Access way improvements (including vegetation removal, fence and gate relocations) ??? Drainage improvements including culvert extensions and table drain installation; ??? Installation of high performance road markings and rumble strips; ??? Improved signage, delineation and lighting at intersections ??? Utility services relocations Only Tenderers pre-qualified to Prequalification level Construction ??? Level B (4B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz Electronic copies of the RFT documentation is attached to this advert. Tender documentation as per Clause 1.14 of the RFT will be provided on request to all who have downloaded contract documents and these can be obtained from the Tender Secretary by email. Tenders shall be uploaded to the GETS eTender box: ??? LPC - a single electronic zip file in pdf format and labelled as: - File No 1 - Contract No SR2012-2/TC ??? Proposal including Price Tender submissions will only be accepted electronically via the GETS eTender Box Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Contract awarded to Broadspectrum $1,885,965.35 dated 28 November 2017",20201117 NZTA Highways and Network Operations,19074711,Request for Tenders,Open Competition,Bay of Plenty Minor Safety Guardrail Sites 2017/18,NZTA 2/16-017/601,20170928,20171017,20171120,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the completion of seal widening and road safety barrier installation at seven sites within the Transport Agency???s Bay of Plenty State Highway Network. Only Tenderers pre-qualified to Routine Works Level 1C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works include: ??? Earthworks for undercutting and widening pavement shoulders, ??? Pavement construction and 1st coat sealing of widened carriageway ??? Installation or W-Section steel road safety barriers ??? Minor Drainage works and Gabion Wall construction ??? Reinstatement of disturbed areas and traffic services All tender queries should be directed to the Consultant. Email: rex.humpherson@opus.co.nz Electronic copies of the RFT documentation are attached to this advertisement. Tender submission shall be uploaded to the GETS eTender box: LPC ??? a single electronic zip file (pdf format) and labelled as: File 1 ??? Contract 2/16-017/601 BOP Minor Safety Guardrail Sites 2017-18 Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19089897,Request for Tenders,Open Competition,"Rotorua Transport Solutions: Central, Pre-Implementation",NZTA 2/15-012/504,20171002,20171031,20171204,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the delivery of the Connect Rotorua Transport Solutions Central Corridor. The purpose of this Contract is to deliver the pre-implementation phase for the Central Corridor, in accordance with the Rotorua Transport Solutions Central Corridor Indicative Business Case. The desired outcome is detailed design of changes and improvements along Amohau Street between Sala Street and Old Taupo Road, to address problems related to the form and intended function of the transport corridor. The Contract will comprise pre-implementation services in accordance with NZTA guidelines and specifications to: ??? Review the outcome of the Indicative business case. ??? Obtain statutory approvals and technical assessments necessary for project delivery. ??? Carry out all works required to design improvements. The successful Consultant is expected to: ??? Understand the evolution of the Rotorua Central Corridor transport solutions; ??? Be able to develop and implement integrated transport and land projects effectively; ??? Understand the better business case philosophy and how it applies to the programme; and ??? Effectively manage relationships between stakeholders, NZ Transport Agency and Rotorua Lakes Council. Electronic copies of the RFT documentation are attached to this advert. Please email The Tender Secretary at tendersecretarytauranga@nzta.govt.nz for any questions or clarifications. Tenders shall be uploaded to the GETS e-Tender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be named: File No 1 ??? Contract No: NZTA 2/15-012/504 Proposal excluding Price File No 2 - Contract No: NZTA 2/15-012/504 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,,20201117 NZTA Highways and Network Operations,19093127,Request for Tenders,Open Competition,2017-18 Bridge Renewals,MR252,20171003,20171107,20171207,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the design and construction of five (5) new reinforced concrete decks on existing bridges in Marlborough and associated works (earthworks, gabion walls, pavements, surfacing etc.) at: ??? Birch Bridge, Tinline Road, Pelorus ??? Blicks Road Bridge, Renwick ??? Neals Bridge, Tunakino Valley Road, Rai ??? O'Connors Bridge, Brookby Road, Fairhall ??? Vercoes Bridge, Tinline Road, Pelorus Only Tenderers pre-qualified to 3A, 3B, or 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email tautua.faitotoa@opus.co.nz to register your interest in tendering. Provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,"Higgins Contractors Limited, Nelson $339,893.33",20201117 NZTA Highways and Network Operations,19131992,Request for Tenders,Open Competition,SH2 Pakipaki to Waipukurau - 2,SR4001-2/TC,20171013,20171114,20180201,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH2 from Pakipaki to Waipukurau (excluding the 2km section from College Road to Silverstream). The Contract Works involve (but are not limited to) the following: ??? Identification and protection of existing underground utility services, and testing of ground conditions ??? Shoulder widening (approximately 27.3 km) ??? W-section side barrier (approximately 0.7 km) ??? Relocated w-section side barrier (approximately 1.4 km) ??? Wire rope side barrier (approximately 7.7 km) ??? Wire rope median barrier (approximately 3.8 km) ??? Mass block retaining walls (approximately 1.0 km) ??? Resurface Carriageway (approximately 52,000m2) ??? Traffic management ??? Other sundry items Only Tenderers pre-qualified to Prequalification Level Construction 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box. The GETS file upload limit is 50MB. ??? PQM - in two separate electronic zip files in pdf format and labelled as: - File No 1 - Contract No SR4001-2/TC - Proposal excluding Price - File No 2 - Contract No SR4001-2/TC - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19132152,Request for Tenders,Open Competition,SH1 Cambridge to Piarere Safety Improvements,SR2008-2/TC,20171013,20171107,20171221,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH1 between Cambridge and Piarere. The Contract Works comprise: ??? Shoulder widening ??? Guardrail installations ??? Drainage improvements ??? Accessway improvements ??? Vegetation clearance Only Tenderers pre-qualified to Prequalification level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation is attached to this GETS advertisement. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box. The GETS upload limit is 50MB. ??? PQM - in two separate electronic zip files in pdf format and labelled as: - File No 1 - Contract No SR2008.02/TC ??? Proposal excluding Price - File No 2 - Contract No SR2008.02/TC ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading the tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,contract awarded to Splice Construction 20 December 2017,20201117 NZTA Highways and Network Operations,19167388,Request for Tenders,Closed Competition,PN4356 SH1 Tarewa Road Intersection Improvements MSQA (RFT),PN4356 - Tarewa Rd I/S Imp,20171024,20171121,20180131,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency has a tender for the Management, Supervision and Quality Assurance (MSQA) professional services phase of the SH1 Tarewa Road Intersection Improvements. The ???SH1 Tarewa Road Intersection Improvements??? Project comprises: ??? 660m of road upgrade and widening of SH1 (Otaika Road) to four lanes through Whangarei from south of the SH14/Maunu Road intersection through to the northern end of the i-Site centre carpark ??? Widening of approx. 150m of Tarewa Road to accommodate traffic signalisation of the SH1/ Tarewa Road intersection ??? Demolition of an existing bridge and construction of a new higher and wider bridge across the Raumanga Stream (including provision of a cycle/ pedestrian crossing under the new bridge) ??? Installing new and relocating current network utility services The physical works aim to be carried out under a conventional construction contract starting in January 2018 with a targeted award date of end of December 2017 (subject to approvals). The MSQA consultant will provide all supervision services (excluding the Engineer to the Contract role) and also include additional liaison with the Whangarei District Council for a sewer pipeline installation that will be part of the scope of the physical works. It is expected the MSQA consultant be working closely with a Transport Agency nominated Engineer to Contract, and where required, liaison with the detailed design consultant, GHD. Tender close on Tuesday 14th November 2017 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their ROI file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Not Awarded,"Contract awarded to Stella Projects Ltd, 22 December 2017 for $513,000.00 (excluding GST)",20201117 NZTA Highways and Network Operations,19188448,Request for Tenders,Open Competition,North Canterbury Deck Joint Repairs 2017,NZTA 63248,20171101,20171205,20180108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the North Canterbury Deck Joint Repairs 2017 Contract. The Contract includes: a) Undertaking deck joint repairs on five bridges located on SH73 and SH77 b) Pavement resurfacing of SH77 Hawkins River Bridge c) Temporary traffic management d) Health, Safety & Environmental compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction and level 2C for Surfacing, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents have been appended to the GETS advertisement. Once tenderers receive the Tender Documents, they shall notify the Principals nominated contact person of the name and contact details of the person within their own organisation with whom they will direct all communications during the tender period (the Tenderer???s Nominated Person). Tenders close at 4pm on Tuesday 5th December 2017 and shall be submitted via the GETS website.",Awarded,,20201117 NZTA Highways and Network Operations,19192216,Request for Tenders,Open Competition,"SH2, Tukituki (Waipukurau) River Bridge - HPMV Strengthening",1238/W6,20171101,20171128,20180116,,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Construction Level B - Bridge Construction. The contract involves strengthening 12 of the concrete beams on Tukituki River Bridge on SH2, just north of the Waipukurau Township. The works include: - Strengthening using Fibre Reinforced Polymer (FRP) strips to the underside of the beams to accommodate High Productivity Motor Vehicle (HPMV) loading. - Concrete repairs involving crack injection and spall repairs of beams and deck in eight of the spans. - Providing scaffolding or other access under the bridge. - Providing traffic management to the site. Tenderers need to be pre-registered on the NZ Transport Agency's National Register of Consultants. Please email Graeme Gunn, Opus International Consultants Ltd, Napier - graeme.gunn@opus.co.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. Electronic copies of the RFT document are attached to this advertisement. Please address all tender queries to: Graeme Gunn, Opus International Consultants Ltd, Napier. Email: Graeme.gunn@opus.co.nz Phone: 06 833 5100 Tenders close at 4.00pm on Tuesday, 28 November 2017. Submissions will only be accepted via the GETs eTender box. Note the file upload limit is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Not Awarded,"Contract awarded to McNatty Construction Ltd, Napier at the tendered price of $516,682.50.",20201117 NZTA Highways and Network Operations,19192942,Request for Tenders,Open Competition,Region 12 SH 6 West Coast Bridge Painting 2017-2018,NZTA 63252,20171102,20171128,20180109,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 West Coast Bridge Painting 2017-2018 Contract. The Contract includes: a) Cleaning and reinstatement of protective surface coatings to steelwork on State Highway 6 structures on the West Coast. b) Erection of scaffolding and containment systems c) Temporary traffic management d) Environmental compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers accredited under the Painting Contractors Certification Programme (PCCP) may submit a tender. Tender documents have been appended to the GETS advertisement. Once tenderers receive the Tender Documents, they shall notify the Principals nominated contact person (Daniel.Fraser@opus.co.nz) of the name and contact details of the person within their own organisation with whom they will direct all communications during the tender period (the Tenderer???s Nominated Person). Tenders close at 4pm on Tuesday 28th November 2017 and shall be submitted via the GETS website.",Awarded,,20201117 NZTA Highways and Network Operations,19197252,Request for Tenders,Open Competition,SH2 Wairoa to Bay View - 2,SR4004-2/TC,20171103,20171128,20180117,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the implementation of safety improvements on SH2 from Wairoa to Bay View. The preliminary Contract Works shall include, but are not limited to: a) Mark-out the extent of all Safety Barriers. b) Identification and protection of the utility services. c) Soil investigations for the design verification of all the retaining structures and safety barriers. The physical Contract Works shall include, but are not limited to, the following: d) Shoulder widening to provide sufficient road width along portions of the route adding up to approximately 6.4km in length and between 0.6m to 4m wide. e) Supply and installation of W-section side barriers along portions of the route adding up to 6.7km in length (including 116 terminals). f) Supply and installation of Wire rope side barriers along portions of the route adding up to 1.8km in length (including 16 terminals). g) Drainage improvements including removal and disposal of existing culverts and headwalls, and constructing new culverts, headwalls and swales. h) Construction of mass block, concrete beam and timber pole retaining walls along portions of the route adding up to approximately 680m in length. i) Supply and installation of 72 No. roads signs. j) Road marking removal and re-marking carriageway incorporating sections of ATP line markings and high performance markings. k) Landscaping. Only Tenderers pre-qualified to Prequalification Level Construction 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All response to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. the files should be labelled as: - File No 1 - Contract No SR4004-2 - Proposal excluding Price - File No 2 - Contract No SR4004-2 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Contract awarded to Quality Roading and Services (Wairoa) Ltd 17 January 2018 value of $8,192,727.91 Due to server error tender was submitted outside of GETS - hence could not select GETS Awarded function. Leanne Ross, Tender Secretary",20201117 NZTA Highways and Network Operations,19202850,Request for Tenders,Open Competition,SH1 Waihohonu Bridge Deck Replacement,NZTA 2/15-004/609,20171106,20171205,20180109,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the re-decking of the SH1 Waihohonu Bridge, at Route Position 777/5.91 and BSN 7829. The bridge is located on the Desert Road. Only Tenderers pre-qualified to Bridge Construction Level 3A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise removal of the existing concrete deck panels, and construction of a composite deck slab and associated bridge furniture. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Will Samuel, Beca Ltd, 6 Garden Place, Hamilton, email: will.samuel@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2/15-004/609 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19204267,Request for Tenders,Open Competition,SH33 Te Ngae Junction to Paengaroa Safety Improvements,SR3003-2/TC,20171106,20171128,20180309,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of SH33 between Te Ngae Junction (SH30/33 intersection) and the SH2/33 intersection (Paengaroa roundabout). The Contract Works comprise: ??? Shoulder widening ??? Side barrier installation ??? Drainage ??? Line marking ??? Landscaping ??? Pedestrian refuge ??? Signage ??? Retaining walls Only Tenderers pre-qualified to Prequalification level 2A and 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation is attached to this GETS advert. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders submissions shall be uploaded to the GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 - Contract No SR3003-2/TC - Proposal excluding Price - File No 2 - Contract No SR3003-2/TC ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instruction on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19221657,Request for Tenders,Open Competition,Low Cost Corridor Safety Improvements - Northland ATP,SR9000-1/TC,20171110,20171128,20171213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of various state highways within the Northland Region. The Contract Works comprise: ??? Installation of Audio Tactile Profiled markings ??? Temporary Traffic Management Electronic copies of the RFT documentation is attached to this GETS advert. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single electronic zip file (PDF format). The GETS file upload limit is 50MB. The file should be labelled: ??? File No 1 ??? SR9000-1 ??? Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission https://www.gets.govt.nz?SupplierUserTenderHelp.htm",Awarded,"Awarded to Coastline Markers $3,341,996.23 dated 13 December 2017",20201117 NZTA Highways and Network Operations,19221685,Request for Tenders,Open Competition,Low Cost Corridor Safety Improvements - Central ATP,SR9001-1/TC,20171110,20171128,20171213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of various state highways within the Central Region. The Contract Works comprise: ??? Installation of Audio Tactile Profiled markings ??? Temporary Traffic Management Electronic copies of the RFT documentation is attached to this GETS advert. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single electronic zip file (PDF format). The GETS file upload limit is 50MB. The file should be labelled: ??? File No 1 ??? SR9001-1 ??? Tender Submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission https://www.gets.govt.nz?SupplierUserTenderHelp.htm",Awarded,"Awarded to Combined Road and Traffic Services $656,908.00 dated 13 December 2017",20201117 NZTA Highways and Network Operations,19221757,Request for Tenders,Open Competition,Low Cost Corridor Safety Improvements - Otago ATP,SR9002-1/TC,20171110,20171205,20171221,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of various state highways within the Otago Region. The Contract Works comprise: ??? A preconstruction drive over of the proposed sites ??? Installation of Audio Tactile Profiled markings ??? Temporary Traffic Management Electronic copies of the RFT documentation is attached to this GETS advert. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single electronic zip file (PDF format). The GETS file upload limit is 50MB. The file should be labelled: ??? File No 1 ??? SR9002-1 ??? Tender Submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission https://www.gets.govt.nz?SupplierUserTenderHelp.htm",Awarded,Contract awarded to Downer NZ Ltd 20 December 2017,20201117 NZTA Highways and Network Operations,19221779,Request for Tenders,Open Competition,Low Cost Corridor Safety Improvements - Southland ATP,SR9003-1/TC,20171110,20171205,20171221,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements of various state highways within the Southland Region. The Contract Works comprise: ??? Installation of Audio Tactile Profiled markings ??? Temporary Traffic Management Electronic copies of the RFT documentation is attached to this GETS advert. All tender queries should be directed to the Tender Secretary. Email: Tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single electronic zip file (PDF format). The GETS file upload limit is 50MB. The file should be labelled: ??? File No 1 ??? SR9003-1 ??? Tender Submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission https://www.gets.govt.nz?SupplierUserTenderHelp.htm",Not Awarded,Contract awarded to Ross Roadmarkers 20 December 2017,20201117 NZTA Highways and Network Operations,19225820,Request for Tenders,Open Competition,Weigh Right Programme Pre-Implementation and Implementation,1017PN,20171113,20171207,20180126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency invites tenders from consultants experienced in the design and construction of weigh-in-motion screening systems and weight enforcement stations. This professional services contract is for consultancy services that cover both Pre-Implementation and Implementation phases for 10 Weight Enforcement Sites (WES). Each WES comprises pre-screening equipment Weigh-in-motion (WIM) and Automatic Number Plate Recognition (ANPR)] installed by a national equipment contractor currently being appointed by the NZ Transport Agency, and a weigh station to be constructed by a national civil works contractor to be appointed by the consultant, which include vehicle weight and inspection enforcement facilities, Variable Message Sign (VMS) supply and installation and road improvements. Specific scope elements include ??? Geotechnical testing and preliminary design to inform land purchase ??? Develop detailed designs and specifications based on the supplied specimen design ??? Procure and manage a physical works contract for site construction of the 10 sites ??? Manage the roadside equipment contract procured by the client ??? Assist project planning and optimal programming of the works Electronic copies of the RFT documentation are attached to this advert. Please email the Tender Secretary at wro.contracts@nzta.govt.nz with any questions or clarifications. Tender submissions will only be accepted electronically via the GETS eTender Box. Tender submissions are to be uploaded to the GETS eTender box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19240330,Request for Tenders,Open Competition,Visitor Driver Project - Otago Works Package A,PW O220/02,20171117,20171212,20180112,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Improvement works on State highway 6 between Kawarau Gorge and Luggate, Central Otago The Contract Works comprise of: ??? Installation of W-Beam Safety Barrier System ??? Pavement Construction ??? Gabion Retaining Wall Installation ??? Drainage Works Only tenderers pre-qualified to Construction Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Opus International Consultants Ltd, Level 1, 5 Mile Centre, Grant Road, Frankton. PO Box 2323 Queenstown 9300 Attention: Sam Sherlaw, email: sam.sherlaw@opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? PW O220/02 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Awarded 22 December 2017,20201117 NZTA Highways and Network Operations,19254930,Request for Tenders,Closed Competition,Maitai to Rocks Road Cycleway Facility,653T-T,20171123,20171220,20180126,,Sole Agency,No,,"This is a Physical Works contract for the implementation of Transportation Infrastructure Projects. The NZ Transport Agency invites tenders from contractors, prequalified to category 4C, experienced in the construction of Cycleways. The project entails the construction of a new on-road and off-road cycleway from the Maitai River mouth to Sealord Rescue Centre location on Rocks Road. Specific scope elements include: ??? Traffic management ??? Line marking and green surfacing ??? Shared pathway ??? Boardwalk ??? Hard and soft landscaping ??? Precast retaining wall ??? Lighting ??? Stormwater drainage ??? Guardrail ??? Fencing Please email wro.contracts@nzta.govt.nz and provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions and clarifications. The tender documentation and supporting information are attached to this advertisement. Submissions will only be accepted via the GETS e-Tender box. Note the file upload limit is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19258275,Request for Tenders,Open Competition,Visitor Drivers Project - Southland Works Package A,PW S90/01,20171124,20171219,20180123,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of safety barriers and shoulder widenings at several locations on SH97 and SH94 in Southland. The Contract Works comprise of: ??? Installation of safety barrier ??? Shoulder widening works ??? Associated minor works Only tenderers pre-qualified to Construction ??? Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew Bruce Opus House 65 arena Avenue Invercargill Andrew.Bruce@Opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA PW S90/01 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Awarded 22 January 2018,20201117 NZTA Highways and Network Operations,19282112,Request for Tenders,Open Competition,"SH35, Panikau Quarry Passing Opportunity",1249/W5,20171201,20171219,20180124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from Contractors prequalified to Level 2C and 4C. The contract involved the construction of a passing opportunity on SH35, between Tolaga Bay and Gisborne. The contract works include earthworks, stabilising, drainage and pavement construction, together with the associated traffic services. Please email Graeme Gunn, Opus International Consultants Ltd, Napier - graeme.gunn@opus.co.nz - to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including Notices to Tenderers. Electronic copies of the RFT document are attached to this advertisement. Please address all tender queries to: Graeme Gunn Opus International Consultants Ltd, Napier email: graeme.gunn@opus.co.nz phone: 06 8335100 Tenders close on Tuesday, 19 December at 4.00pm. Submissions will only be accepted via the GETs eTender box. Note the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files: https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19295345,Request for Tenders,Closed Competition,Gisborne REDs Programme Business Case,2017125,20171205,20171220,20180215,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for the above Professional Services contract which forms part of a regional economic package. The NZ Transport Agency has been tasked to deliver three activities listed in the Tairawhiti Economic Action Plan. These three activities have specific scopes: - SH35 and its connecting routes (PBC) - Integrated Transport Priority Plan (ITPP), and - SH2 Inter-regional Connections: Opotiki to Napier (PBC). These three specific deliverables will form the final Gisborne Programme Business Case. Tenderers need to be pre-registered on the NZ Transport Agency's National Register of Consultants. Electronic copies of the RFT are attached to this advertisement, along with supporting information. Please address all tender queries to: Noeline Askes, Tender Secretary - email: noeline.askes@nzta.govt.nz or through the GETs website. Tenders close at 4.00pm on Wednesday, 20 December 2017. Submissions will only be accepted through the GETs eTender box. Note: the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,20201117 NZTA Highways and Network Operations,19313680,Request for Tenders,Open Competition,HPMV T2 SH26 Bridge Strengthening,NZTA 2/15-004/605,20171211,20180123,20180213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the strengthening of two bridges on SH26 north of Morrinsville; the Piako River Bridge (BSN 296) located at Route Position 26/3.61 and the Piako Rail Overbridge (BSN 303) located at over the Waitoa Branch railway at Route Position 26/4.31. The Contract Works at the Piako River Bridge comprises post tensioning of the beams, fabrication and installation of shear brackets, concrete work on the abutment and crack injection repairs. The Contract Works at the Piako Rail Overbridge comprises installation of vertical bars on each side of the portal beam, anchored to the bridge deck with thick steel plates bedded on epoxy mortar and cementitious grout. Also involved are minor surfacing works. Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to the advertisement. All tender queries should be directed to: Beca Ltd, PO Box 448 Hamilton 3240 Attention: Jared Phipps - email jared.phipps@beca.com Tenders submissions shall be uploaded to GETS eTender box in a single zip file (pdf format PLUS Schedule of Prices in excel format). The GETS file upload limit is 50MB. The file should be labelled as: ??? File 1 ??? 2/15-004/605 SH26 Bridges Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19334809,Request for Tenders,Open Competition,Musgrave Bridge Replacement,MR262,20171218,20180207,20180320,,Sole Agency,No,,"Tenders are invited for the replacement of Musgrave Bridge on Waihopai Valley Road in Marlborough. The Contract Works comprise design and construction of a new structure, realignment of the approaches, demolition of the existing bridge, and associated construction works (earthworks, pavements, surfacing etc.). Only Tenderers pre-qualified to 3A or 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email frank.westergard@opus.co.nz to register your interest in tendering. Provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"HEB Construction Ltd $590,579.15",20201117 NZTA Highways and Network Operations,19341409,Request for Tenders,Open Competition,SH35 - Wainui Cycleway - Stage 2,1247/W5,20171219,20180130,20180406,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"The contract is for the construction of a new 1.6km concrete cycle and pedestrian path on State Highway 35 on Wainui Road, at the northern extent of Gisborne. The construction consists of earthworks and site clearance, base construction and concrete path construction. There are also landscaping, new traffic facilities, property accommodation works and associated lighting upgrades. Please email Noeline Askes at noeline.askes@nzta.govt.nz to register your interest in tendering. Please provide: ??? Your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: noeline.askes@nzta.govt.nz Submissions will only be accepted via the GETS eTender box. Note the file upload is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission file (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19348346,Request for Tenders,Open Competition,SH25 Waiwawa River Bridge Scour Remediation,NZTA 2018005,20171221,20180201,20180221,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for scour remediation of the Waiwawa Bridge abutment. The bridge is located along SH25 between Tapu and Coroglen Road junction and Rangihau Road junction. The Contract Works comprise of: ??? Earthworks ??? Rock Riprap ??? Gabion and Reno Mattresses Only tenderers pre-qualified to Classification 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd - Justin Williams: Justin.williams@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 20180005 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19348442,Request for Tenders,Open Competition,CN4410 - SH15 Emergency Works Slip Repairs,CN4410,20171221,20180122,20190611,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"With reference to NTT No.6 for this contract advising change of closing date from Wednesday 20th December 2017 to Monday 22nd January 2017, pls refer to below details on how to upload your tender. Please direct tender queries to Shaun Grieve, of Opus International Consultants, P O Box 553, Whangarei 0140, email: shaun.grieve@opus.co.nz Tender submissions should be uploaded to the GETS e-tender box. Tenderers should refer to the GETS website for instructions on uploading their tender files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,Award date: 16 February 2018,20201117 NZTA Highways and Network Operations,19351529,Request for Tenders,Open Competition,Weigh Right Programme: Equipment Supply and Installation,654N-T,20180109,20180215,20180524,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency invites tenders from contractors experienced in the supply and installation of high speed weigh-in-motion screening systems and low speed weight enforcement weigh bridges. This contract is for 12 Weight Enforcement Sites (WES). Each WES comprises pre-screening equipment, including Weigh-in-motion (WIM) and Automatic Number Plate Recognition (ANPR), and a weigh station. Specific scope elements include ??? Supply and installation of WIM hardware ??? Supply and installation of ANPR cameras ??? Supply and install roadside collation equipment ??? Supply and install weigh bridges complete with computer and software Electronic copies of the RFT documentation are attached to this advert. Please email the Tender Secretary at wro.contracts@nzta.govt.nz with any questions or clarifications. Tender submissions will only be accepted electronically via the GETS eTender Box. Tender submissions are to be uploaded to the GETS eTender box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19352384,Request for Tenders,Open Competition,SH1 Coast Road and Pukerua Retaining Wall Repairs,753N-T,20180108,20180216,20180315,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the supply of materials, labour and equipment to construct: a) Upslope remediation measures including the installation of rock bolts at the SH1 Coast Road slip site referred to as ???3 Sisters Rockfall??? (SH1 / 1035 / 4.40); b) A rockfall catch-fence and crash barrier system below the SH1 Coast Road slip site referred to as ???3 Sisters Rockfall??? and adjacent to the SH1 southbound shoulder (SH1 / 1035/4.40); c) Strengthening works on the crib wall referred to as ???Pukerua Bay Hill Wall 2??? (SH1 / 1035 / 5.94); and d) Remedial slope repairs at the ???Te Pari Pari Road Overslip??? (SH1 / 1035 / 6.02). Please email Caleb Owczarek at caleb.owczarek@opus.co.nz to register your interest in tendering. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. All supporting information has been supplied. Please contact Caleb at the nominated email address should there be any further queries. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19359661,Request for Proposals,Open Competition,Weigh Right Programme: Vehicle Screening Solution,2017076,20180109,20180215,20180517,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency invites tenders from vendors experienced in delivery of: ??? software development services or fit for purpose Commercial Off the Shelf product ??? maintenance of the delivered system ??? support of the delivered system This contract is for delivery, maintenance and on-going support of a centralised Heavy Vehicle Screening System. It will interface in real time with equipment located throughout New Zealand and with NZ Transport Agency internal systems. Potentially overloaded heavy vehicles will be directed into weigh stations by roadside variable message signs activated by the Vehicle Screening System (VSS). The VSS is a central component that interacts with roadside equipment, heavy vehicle weight compliance rules and users at weigh stations. It will centrally manage screening rules and vehicle records. Specific scope elements include ??? Design and Delivery of a prototype software solution (in collaboration with equipment vendors) ??? Design and Delivery of a production software solution ??? Ongoing support and maintenance of the solution Electronic copies of the RFP documentation are attached to this advert. Please email the Tender Secretary at wro.contracts@nzta.govt.nz with any questions or clarifications. Tender submissions will only be accepted electronically via the GETS eTender Box. Tender submissions are to be uploaded to the GETS eTender box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,The Transport Agency advises that it is not proceeding with the RFP as intended with any applicant. All applicants have been advised of this via email on 16 April 2018,20201117 NZTA Highways and Network Operations,19373684,Request for Tenders,Open Competition,Northbank Road Staircase Traction Seal 2017/18,MR263,20180117,20180207,20180312,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of pavement improvements and traction seal on Northbank Road in the Marlborough District. The works are located between Route Positions 34900 and 37220, approximately 2km west of Top Valley Road. Only Tenderers pre-qualified to 4A, 4B, 4C or 4D under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email dennis.liu@opus.co.nz to register your interest in tendering. Provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Isaac Construction Limited $613,522.42",20201117 NZTA Highways and Network Operations,19382430,Request for Tenders,Open Competition,Visitor Driver project - Otago Works Package B,NZTA 201813,20180119,20180215,20180308,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for installation of new guardrail on State Highway 6 between Queenstown and Kingston. The Contract Works comprise of: ??? Installation of W-Beam Safety Barrier System ??? Pavement Construction ??? Gabion Retaining Wall Installation ??? Drainage Works Only tenderers pre-qualified to Construction ??? Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Sam Sherlaw Opus International Consultants Ltd Level 1, 5 Mile Centre, Grant Road, Frankton PO Box 2323, Queenstown 9300 +64 3 451 0360 Sam.sherlaw@opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 201813 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19382570,Request for Tenders,Open Competition,Visitor Drivers Project - Arthurs Pass Safety Barriers,NZTA 201812,20180119,20180215,20180321,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of safety barriers at several sites on State Highway 73 near Arthurs Pass. The Contract Works comprise of: ??? Installation of safety barrier ??? Associated earthworks required to install safety barriers Only tenderers pre-qualified to Construction ??? Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew Bruce Opus House 65 Arena Avenue Invercargill Andrew.Bruce@Opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 201812 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19392600,Request for Tenders,Open Competition,Region 3 Bridge Maintenance Feb 2018,NZTA 2018006,20180124,20180222,20180313,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the maintenance of 20 structures on the State Highway Network within the Waikato Region. The Contract Works include, but are not limited to: ??? Concrete works (void filling, riprap, scour repair, spall repairs, crack repairs, testing and lining of culverts) ??? Gabion baskets (installation and repair) ??? Riprap (void filling, gabion baskets, erosion protection) ??? Culvert re-instatement ??? Expansion joint replacement ??? Structural painting ??? Miscellaneous repairs at structures. The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed in the 2017/2018 financial year, ending 30th June 2018. b) Separable Portion 2 may be used for additional works to be added to the Contract in the 2018/2019 financial year, up to a value of approximately $500,000. The (successful) Contractor will be asked to price a package of maintenance works to be undertaken in the 2018/2019 financial year. Separable Portion 2 will be added to the Contract at the sole discretion of the Principal. Only tenderers pre-qualified to Bridge Construction ??? Level ???3C??? under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd, PO Box 448, Waikato Mail Centre, HAMILTON, 3240 Attention: Gareth Guitry email : gareth.guitry@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2018006 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19398210,Request for Tenders,Open Competition,SH77 Rakaia Gorge No1 Deck Replacement & Seismic Strengthening,NZTA 63209,20180125,20180227,20180405,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH77 Rakaia Gorge No.1 Deck Replacement & Seismic Strengthening Contract. The Contract includes: a) Complying with all Heritage and Archaeological monitoring and preservation procedures while undertaking the specified works on this listed Category 1 Historic Structure. b) Temporary traffic management c) Environmental compliance d) Providing access and containment e) Replacing the existing timber deck with a new laminated timber deck f) Reinstating the timber handrail and kerbs g) Specialist non-destructive testing of selected iron components h) Seismic strengthening - replacing selected iron members with new steel members and replacing selected riveted connections with high strength bolts i) Minor improvements to signage and road markings on bridge approaches This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents have been appended to the GETS advertisement. When tenderers receive the Tender Documents, they shall notify the Consultant???s Nominated Person the name and contact details of the person within their own organisation with whom they will direct all communications during the tender period (the Tenderer???s Nominated Person). Tenders close at 4pm on Tuesday 27 February 2018 and shall be submitted via the GETS website.",Awarded,Downer,20201117 NZTA Highways and Network Operations,19400909,Request for Tenders,Open Competition,State Highway Rural Intersection Active Warning System Installations,NZTA 2018010,20180126,20180220,20180305,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for nine intersection sites which have been identified and have been considered for Rural Intersection Active Warning System (RIAWS) Installation treatment: Site Region Location SH1 Mangapai Road Northland SH1N RS273/4.89 SH1 Shoemaker Road Northland SH1N RS292/0 SH1B Gordonton Taylor Road Waikato SH1B RS15/0 SH27 Horrell Road Waikato SH27 RS27/11.89 SH1/29 Waikato SH1N RS594/0 SH27/29 Waikato SH27 RS93/0 SH57/Queen Street Manawatu SH57 RS0/5.56 SH8/SH8B Otago SH8 RS297/0 SH1/79 Canterbury SH1S RS465/0 The work will be carried out in two separable portions: Separable Portion One: This work will entail the full design of the RIAWS for each site. The work will include a draft design layout for each intersection treatment, and on confirmation of approval from the client the complete design of all major and minor componentry, programme logic and monitoring software development compatible with the specifications or to an approved alternative accepted by the NZ Transport Agency. Separable Portion Two: The Supply of all componentry, software development, Construction, Commissioning and Construction of RIAWS to approved sites. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price). The GETS file upload limit is 50 MB. The files should be labelled: - File No 1 ??? 2018010 - Proposal excluding Price - File No 2 ??? 2018010 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19422335,Request for Tenders,Closed Competition,Probity Assurance Services,2018043,20180207,20180228,20180606,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the provision of probity assurance services for all aspects of the Transport Agency business. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: WRO.Contracts@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (.pdf format). The GETS file upload limit is 50MB. The files should be labelled: ??? File No 1 ??? 2018043 Proposal excluding Price ??? File No 2 - 2018043 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19439029,Request for Tenders,Open Competition,"SH1, Taihape - Gretna Corner Improvements",2018024,20180209,20180302,20180403,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited from contractors pre-qualified by the NZ Transport Agency, to ""Construction - Level B"" or greater, for the curve improvement work on State Highway 1 in Taihape township. The work includes minor earthworks, drainage work, 2,200 m2 of pavement work, first coat sealing with Asphaltic Concrete, installation of six street lights, and other miscellaneous works. All tender queries should shall be addressed to: Opus International Consultants Ltd 74 Ingestre Street PO Box 654 Whanganui Attention: Stephen Lord Electronic copies of the RFT document are attached to this advertisement. Supporting information can be obtained from Opus via email: stephen.lord@opus.co.nz Submissions will only be accepted via the GETs eTender box. Note the upload limit is 50mb. Tenderers should refer to the GET's website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Not Awarded,There were no tenders submitted for this contract.,20201117 NZTA Highways and Network Operations,19463903,Request for Tenders,Open Competition,"SH5, North of Hill Road Culvert Extension",1248/W6,20180219,20180320,20180403,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C - Bridge Construction, Level B - Surfacing, and Level B - Construction. The contract involves extending both ends of an existing culvert, together with associated road widening and guardrail upgrading at Eskdale north of Napier, where it creates a pinch point in the road. The works include: - Driving sheetpile to form foundations and wingwalls for the extensions - Precast and cast insitu concrete work to form the abutments and deck slabs for the extension - Concrete placement under water to extend the existing culvert aprons - Constructing pavement and surfacing on the widening - Upgrading the guardrail. All tender queries should be addressed to: Mr Graeme Gunn, WSP Opus, Napier Email: graeme.gunn@opus.co.nz Phone: 64 6 833 5100 Electronic copies of the RFT document are attached to this advertisement. Supporting information can be obtained from Opus via email: graeme.gunn@opus.co.nz Tenders close at 4.00pm, on Tuesday, 20 March 2018. Submissions will only be accepted via the GETs eTender box. Note the upload limit is 50mb. Tenderers should refer to the GETs website for instructions on uploading their tender subnmissions files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"This contract has been awarded to Lattey Civil and Precast, Hastings, on 03 April 2018.",20201117 NZTA Highways and Network Operations,19475205,Request for Proposals,Closed Competition,Drive Mobile App Development Project,2018022,20180223,20180309,20180524,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This project aims to extend the Drive website to reach the practical learning-to-drive experience via mobile applications. This will further support progression through the graduated driver licensing system for learner and restricted licence drivers. It will also support the relationship between coaches and young drivers to assist with this progression. Please refer to the attached files for further information: RFP - Drive mobile project Drive mobile app - Project guide Validated customer persona and as-is journey map framework Please also note the only point of contact is Brendon Moore, NZ Transport Agency",Not Awarded,,20201117 NZTA Highways and Network Operations,19488557,Request for Tenders,Open Competition,Marlborough Eltham Beaver Cycleway,MR264,20180227,20180320,20180410,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of the Eltham Beaver Cycleway in Marlborough. The Contract Works comprise of a section of green way made up mainly of traffic signs and markings along with a separated cycle lane with a separator kerbs. This project is required to be completed by 22nd June 2018. Specific scope elements include: ??? Kerb and channel ??? Separator kerbing and road reinstatement ??? Refuge islands ??? Asphaltic concrete footpath ??? Traffic signs ??? Road markings and road marking removal ??? Green coloured surfacing ??? Other miscellaneous civil works ??? Temporary traffic management Only Tenderers pre-qualified to 2C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Please email Matthew Kidson at Opus , matthew.kidson@wsp-opus.co.nz to register your interest in tendering. Provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT documentation are attached to this advertisement. Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19500858,Request for Tenders,Open Competition,Beaumont Bridge Replacement - Design and MSQA,NZTA 2018002,20180302,20180410,20180518,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract is for the Pre-implementation and Implementation phases of the Beaumont Bridge Replacement project. The Professional Services involved include of: ??? Civil and Geometric road and pavement design ??? Structural bridge design and related statutory applications ??? Resource, ecological, heritage & cultural management and related statutory applications ??? Public engagement ??? Update of key business case metrics Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beverley Findlater, by email [Beverley.Findlater@nzta.govt.nz] and copy in Simon Underwood [Simon.Underwood@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? Contract Number 201802 - Proposal excluding Price - File No 2 ??? Contract Number 201802 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to WSP-Opus for $1,819,639.00",20201117 NZTA Highways and Network Operations,19501489,Request for Tenders,Open Competition,Edendale Realilgnment - Implementation,NZTA 2018001,20180302,20180410,20180514,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of new highway works, realigning State Highway 1 to the north-west side of the Edendale Fonterra plant, bypassing the Edendale community. The main works include, but are not limited to: 1. A four legged roundabout, 2. A northbound passing lane, 3. An underpass for the movement of stock and light farm vehicles, and 4. The displacement of irrigation reticulation systems (for plant discharge). Electronic copies of the RFT documentation are attached to this advertisement. Only those prequalified to Construction ??? Level A or B (4A or 4B) are eligible to submit a tender. All tender queries should be directed to: Callum Feely, by email [Callum.Feely@opus.co.nz] and copy in Jason Forbes [Jason.Forbes@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? Contract 2018001 - Proposal excluding Price - File No 2 ??? Contract 2018001 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19503952,Request for Tenders,Open Competition,"Waikato Minor Safety Improvements (SH1, 5, 25, 26 and 31)",NZTA 2018050,20180305,20180322,20180409,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of minor safety improvements at five sites located around the Waikato Region. The works entails signage (remove and replace), ATP installation and associated markings and guardrail installation. The sites and works are as follows: Central Waikato: SH5-Mamaku Road Marking and Signage Improvements: includes extending yellow no-overtaking lines, centreline and edge line ATP and curve advisory signage. Central Waikato: SH1-Campbell Rd to Maunga-iti Hill Safety Improvements: includes curve advisory signage upgrade, guardrail installation, sight rail removal, ATP centreline and wide centreline treatment. East Waikato: East Network Signs and Markings Upgrade: installation of curve advisory signage along SH26 East Waikato: SH25-Mangatarata to Kopu Centreline ATP: installation of centreline ATP along this route and edge line ATP to fill the gaps of the existing edge line ATP. West Waikato South: SH31-Signage Upgrade: installation of curve advisory signage along RS 14, 31 and 47. Only tenderers pre-qualified to 1C Routine and Minor Works under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Luke McCarthy (Luke McCarthy Consulting Ltd) luke@lmc.kiwi.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2018050 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19530266,Request for Proposals,Closed Competition,Transport OS Programme Business Case and Single Stage Business Case Development,2018125,20180313,20180326,20180419,,Sole Agency,No,,"This is a services contract for developing a case for investment in a Transport Operating System (transportOS). We are seeking to appoint a professional service provider to work alongside an internal team to develop a Programme Business Case and subsequent Single Stage Business Cases (4 No.) to identify the most sustainable and cost effective delivery model for a national transport operating system. We specifically require the following capability: ??? Better Business Case development/writing knowledge and experience ??? Economic modelling and benefits assessment ??? Financial modelling ??? Transport technology subject matter expertise ??? Information system subject matter expertise Electronic copies of the RFP documentation and associated response forms are attached to this advertisement. All queries should be directed to the Point of Contact by email: andrea.mcdonald@nzta.govt.nz All answer to queries/clarifications will be via GETS addenda. Response submissions shall be uploaded to GETS eTender box in two separate files (pdf format). The GETS file upload limit is 50MB. The files should be labelled: ??? File 1 ??? Non-price response ??? File 2 - Price response Response submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their response submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19532474,Request for Tenders,Open Competition,State Highway Traffic Monitoring Canterbury West Coast,NZTA 2018019,20180313,20180413,20180608,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Professional Service Contract for Traffic Monitoring will cover routine traffic surveys and data collection carried out by the Transport Agency within the Canterbury West Coast Regions. This regional contract will complement a separate national contract that manages national telemetry sites. Accurate data collection procedures and an efficient means of storing that data for subsequent retrieval and analysis, is a vital part of the Transport Agency???s management of the state highway asset. It provides a reliable estimate of state Highway infrastructure and other transport systems associated with it. All traffic Management for this project shall be in accordance with the Code of Practice for Temporary Traffic Management (COPTTM).This contract is for work within the Canterbury/West Coast area. A full list of sites is attached. Those who wish to tender for this contract must register with ChristchurchTenders@nzta.govt.nz or your tender may be declined. Please provide your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. Electronic copies of the RFT document are attached to this advertisement. Submissions will only be accepted via GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GET website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,20201117 NZTA Highways and Network Operations,19538751,Request for Tenders,Open Competition,Structural Bridge Repairs - Hawke's Bay 2017/18,2018057,20180315,20180403,20180523,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Bridge Construction - Level A B or C (3A, 3B or 3C). This contract involves various bridge maintenance works located on state highways in the Hawke's Bay Region. The works include: - Drainage maintenance - Steelwork repairs and replacement - Concrete spall and crack repairs - Fill containment work using gabions - Deck joint renewals - Installation of bird netting to alcoves - Miscellaneous works and routine maintenance. All tender queries should be addressed to: Mr Graeme Gunn, WSP Opus, Private Bag 6019, Napier Email: graeme.gunn@opus.co.nz Phone: 64 6 833 5100 Electronic copies of the RFT document are attached to this advertisement. Supporting information can be obtained from Opus via email: graeme.gunn@opus.co.nz Tenders close at 4.00pm, on Tuesday, 03 April 2018. Submissions will only be accepted via the GETs eTender box. Note the upload limit is 50mb. Tenderers should refer to the GETs website for instructions on uploading their tender submissions files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19571538,Request for Tenders,Open Competition,"SH35, Gladstone Bridge Deck Widening",2018092,20180326,20180424,20180523,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Construction - Level B. The contract is for the construction of bridge widening for a shared pathway on the downstream side of the Gladstone Bridge, SH35, Gisborne. The construction consists of demolition of the existing balustrade, pathway, outer beam, approach balustrades and wingwalls, and the construction of a new beam, cantilevered pathway, balustrades to the bridge and insitu pathway and balustrades in the approaches.. Please email Noeline Askes at noeline.askes@nzta.govt.nz to register your interest in tendering. Please provide: ??? Your company contact person???s name and email address for receipt of all tender phase correspondence, including notices to tenderers. All tender queries should be addressed to: Andrew Quigley, Stantec, PO Box 13052, Christchurch Email: andrew.quigley@stantec,com Phone: 64 6 873 8900 Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: andrew.quigley@stantec.com Submissions will only be accepted via the GETS eTender box. Note the file upload is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,,20201117 NZTA Highways and Network Operations,19585427,Request for Tenders,Open Competition,West Coast Bridge and Culvert Scour Protection Works 2018,NZTA 2018142,20180330,20180424,20180507,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the West Coast Bridge & Culvert Scour Protection Works 2018. The Contract includes: a) Supply and construction of rock protection at bridge and culvert structures on SH6,SH7 and SH73 b) Construction of a reinforced concrete cut-off wall at Dublin Creek Culvert (SH 6, RP269 / 5.62) c) Environmental control measures to meet the requirements of the specific resource consents and regional plans as specified. d) Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. All tender queries should be directed to the contact listed below. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? Contract number ??? proposal including price Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm??? Tender Documents have been appended to the GETS advertisement. Once tenderers receive the Tender Documents, they shall notify the Principals nominated contact person of the name and contact details of the person within their own organisation with whom they will direct all communications during the tender period (the Tenderer???s Nominated Person). Tenders close at 4pm on Tuesday 24th April 2018 and shall be submitted via the GETS website.",Awarded,,20201117 NZTA Highways and Network Operations,19659294,Request for Tenders,Open Competition,Ahaura Bridge Replacement Pre-Implementation & Implementation,NZTA 63243,20180423,20180529,20180816,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract is for the Pre-implementation and Implementation phases of the Ahaura Bridge Replacement project. The Professional Services involved include of: ??? Civil and Geometric road and pavement design ??? Structural bridge design and related statutory applications ??? Resource, ecological, heritage & cultural management and related statutory applications ??? Public engagement ??? Update of key business case metrics Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tenders Secretary, by email chchtenders@nzta.govt.nz and copy in Jon Lewando jon@kiwiconsult.co.nz . Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? NZTA 63243 - Proposal excluding Price - File No 2 ??? NZTA 63243 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to WSP Opus $1,597,933.00",20201117 NZTA Highways and Network Operations,19692921,Request for Tenders,Open Competition,Visitor Driver Project - Southland Works Package B,NZTA 2018014,20180503,20180612,20180730,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for installation of new guardrail on State Highway 6 between Queenstown and Kingston. The Contract Works comprise of: ??? Installation of W-Beam and Thrie Beam Safety Barrier System ??? Pavement Construction ??? Drainage Works Only tenderers pre-qualified to Construction ??? Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew Bruce Opus International Consultants Ltd Opus House, 65 Arena Avenue PO Box 647, Invercargill 9840 +64 3 211 3580 andrew.bruce@opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 2018014 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Alert: Tenderers are advised to commence uploading of their tender submission no later than 3.30pm, as any tender not fully uploaded by the tender close time will not be received.",Not Awarded,"Awarded to SouthRoads Ltd for $975,899.00 on 27 July 2018.",20201117 NZTA Highways and Network Operations,19730610,Request for Tenders,Closed Competition,SH1 Cambridge Section - Pou Lighting,NZTA 2018035,20180516,20180605,20180618,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for supply, installation and commissioning of solar powered lighting at 3 Pou sites on the Cambridge Section of the Waikato Expressway. The Contract Works comprise of: ??? Solar Panels and support pole ??? Wiring and associated electrical components ??? Solar powered lights on concrete plinths with metal protection cages ??? Concrete mowing pads Only tenderers pre-qualified to 1C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP-Opus Consultants Private Bag 3057 Hamilton keith.moyes@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 2018035 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Contract awarded 18 June 2018,20201117 NZTA Highways and Network Operations,19734366,Request for Tenders,Open Competition,Brougham/Moorhouse Single Stage Business Case,NZTA 2018156,20180518,20180626,20180816,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Contract for the provision of Professional Services for the preparation of a Single Stage Business Case (SSBC). The delivery of this business case is being undertaken collaboratively between the Client, Christchurch City Council and the Greater Christchurch Partnership. The Project Study Area comprises the following urban corridors: ??? SH76 Corridor between SH 76/73 intersection and Lyttelton Tunnel (including Brougham St Corridor) ??? Moorhouse Avenue Corridor (and its immediate surrounds). It is envisaged that delivery of the business case will cover the following core elements of a SSBC: ??? Problem/Benefit Analyses (including Investment Objectives) ??? Collection of evidence to support the problem statements ??? Alterative and option development and assessment ??? Stakeholder and public engagement ??? Recommended programme development ??? SSBC report. Please note an Interactive Meeting will be held on 30 May. More information is given under Item 1.14 of the RFT. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz . All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format). The GETS file upload limit is 50MB. The files should be labelled: ??? File No 1 ??? NZTA 2018156 Proposal excluding Price ??? File No 2 - NZTA 2018156 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Awarded,20201117 NZTA Highways and Network Operations,19754771,Request for Tenders,Open Competition,"SH2, Maharakeke Bridge HPMV Strengthening",2018195,20180523,20180626,20180724,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors pre-qualified to Level C - Bridge Construction. The contract involves strengthening of the bridge superstructure and minor repair works on Maharakeke Stream Bridge on SH2, 8 km west of Waipukurau township. The works include: - strengthening using steel fabricated angle brackets bolted and grouted to connect the beams to the deck to accommodate High Productivity Motor Vehicle (HPMV) loading; - repairs to some of the existing bird netting that has been installed at the entrances to the alcoves at the top of the beams at the piers; - providing scaffolding or other access and containment under the bridge; - providing traffic management to the site. All tender queries should be addressed to: Graeme Gunn, WSP Opus International Consultants Ltd, Private Bag 6019, Napier Email: graeme.gunn@wsp-opus.co.nz Phone: 64 6 833 5123. Electronic copies of the RFT document are attached to this advertisement. Supporting information is also available from Graeme.gunn@wsp-opus.co.nz. Note this contract closes at 4.00pm on Tuesday, 26 June 2018. Submissions will only be accepted via the GETs eTender box. Note the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,20201117 NZTA Highways and Network Operations,19767157,Request for Tenders,Open Competition,"SH2, Bay View to Airport Improvements",2018211,20180528,20180619,20180906,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors prequalified to Construction Level A (4A). The contract involves the construction of road widening, a passing lane and safety barrier installation on SH2, south of Bay View. The contract works include earthworks, stabilising, drainage and pavement construction, together with the associated traffic services (including safety barriers). All tender inquiries should be addressed to: Joshua Taylor, WSP-Opus International Consultants Ltd, Private Bag 6019, Napier Email: Joshua.taylor@wsp-opus.co.nz Phone: 64 6 833 5100 Electronic copies of the RFT document are attached to this advertisement. Supporting information is also available from Joshua.taylor@wsp-opus.co.nz. Note: this contract closes at 4.00pm on Tuesday, 19 June 2018. Submissions will only be accepted via the GETs eTender box. Note the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,20201117 NZTA Highways and Network Operations,19782316,Request for Proposals,Closed Competition,EPM Product and associated Services,,20170601,20170701,20180614,,Sole Agency,No,,Exemption Request following the rules of sourcing 15.9 (d),Awarded,this is an exemption request under rules of sourcing 15.9 (d),20201117 NZTA Highways and Network Operations,19782994,Request for Tenders,Open Competition,SH6 Tucker Beach Road Intersection Improvements,NZTA 2018259,20180601,20180626,20180808,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for improvements to the intersection of Tucker Beach Road with SH6 near Frankton, Queenstown. A slip road to provide safer access onto the State highway will be constructed with associated works and piped services. The Contract Works comprise of: ??? Earthworks and retaining wall construction ??? Road pavement with asphalt surfacing ??? Drainage ??? Waste water pipe and water main installation ??? Road marking and signage ??? Street lighting ??? Landscaping Only tenderers pre-qualified to Construction ??? Level B (4B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus, 197, Rattray Street, Private Bag 1913, DUNEDIN 9014. Attention: Richard Hilliard, richard.hilliard@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? Contract 2018259 - Proposal excluding Price - File No 2 ??? Contract 2018259 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Alert: Tenderers are advised to commence uploading of their tender submission no later than 3.30pm, as any tender not fully uploaded by the tender close time will not be received. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Downer NZ Ltd for $6,427,320.42 on 7 August 2018",20201117 NZTA Highways and Network Operations,19790753,Request for Tenders,Open Competition,Queenstown Business Case Transport Modelling,NZTA 2018282,20180606,20180626,20180730,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract is for the development of a micro-simulation transport model in Queenstown to enable the development of a number of business cases in the area. The Professional Services involved include : ??? Development of micro-simulation transport models, base and future ??? Potential data collection to allow model validation to be achieved ??? Provide model testing of options for business case phase Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beverley Findlater, by email Beverley.Findlater@nzta.govt.nz. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? 2018282 - Proposal excluding Price - File No 2 ??? 2018282 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Stantec NZ for $319,941.00 on 25 July 2018.",20201117 NZTA Highways and Network Operations,19810416,Request for Tenders,Open Competition,Frankton to Queenstown SSBC and Queenstown Town Centre DBC,NZTA 2018235,20180612,20180717,20180913,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract is for the completion of a single stage business case and detailed business case for the Queenstown area. The Professional Services involved include: ??? Project Management ??? Business Case writing ??? Option Development and Engineering Design ??? Stakeholder Engagement, including consultation Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beverley Findlater, by email [Beverley.Findlater@nzta.govt.nz] Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? 2018235 - Proposal excluding Price - File No 2 ??? 2018235 ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Stantec NZ for $2,464,983.00",20201117 NZTA Highways and Network Operations,19832786,Request for Tenders,Open Competition,SH74 Marshlands to Burwood - 1,NZTA 2018011,20180620,20180717,20181030,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of wire rope safety barrier and shoulder widening along SH74 from Innes Road to Burwood Road. The Contract Works comprise of: ??? Construction of Wire Rope Safety Barrier systems and removal of any existing barrier systems ??? Pavement widening to accommodate a wider median with new central and edge side Wire Rope Safety Barrier systems ??? Resurfacing of existing road with new road marking as design. Only tenderers pre-qualified to 2A and 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single zip file (pdf format PLUS excel spreadsheet Schedule of Prices) The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? NZTA 2018011 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Awarded 30 October 2018,20201117 NZTA Highways and Network Operations,19841321,Request for Tenders,Open Competition,SH2 Waihi to Omokoroa 1 (Waihi to Trig Road) Safety Improvements,NZTA 2018222,20180622,20180724,20180913,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract is for the delivery of road safety improvements within the existing SH2 road corridor between Heath Road and Trig Road (Waihi), a distance of 4.2km. The work includes, but not limited to widening of the existing pavement and other accommodation works to enable the placement of a 1.5m wide centreline, 3.5m wide lanes and 2.0m wide sealed shoulder and safety barrier. The Contract Works comprise: ??? Accommodation works ??? Reinstate drainage and culvert extensions ??? Utility services relocation and protection ??? Widening of the carriageway to include centreline ??? Pavement surfacing ??? Installation of side barriers ??? Installation of high performance road marking and rumble strips Only tenderers pre-qualified to 4A under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files. The GETS file upload limit is 50 MB. The files should be labelled: - File No 1 ??? 2018222 - Proposal excluding Price - File No 2 ??? 2018222 - Price (pdf format PLUS excel spreadsheet Schedule of Price) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Contract Awarded to Schick Civil Construction Ltd on 12 September 2018,20201117 NZTA Highways and Network Operations,19847235,Request for Tenders,Closed Competition,Weigh Right Supply of 20 Electronic Variable Message Signs,2018339,20180625,20180709,20180801,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Request for Tender (RFT) is issued by NZ Transport Agency (The Agency) and invites Tenders for the supply of 16 Type A Regional and 4 Rural EJT Variable Message Signs (VMS) for the display of a variety of messages to drivers. These new signs are to be installed as a key part of the national Weigh Right Programme currently being undertaken by The Agency. The Tender must also contain allowance for the provision of support for integration into Kapsch???s DYNAC traffic management system and Argonaut???s Traffic Information Manager (TIM) system environments. The purpose of this RFT is to select a contracted supplier to enter a contract for the provision of the equipment and services. The Deadline for Tenders is 17:00 9th July 2018, and must be submitted via GETs. Electronic copies of the RFP documentation are attached to this advert. Please email the Tender Secretary at wro.contracts@nzta.govt.nz with any questions or clarifications. Tender submissions will only be accepted electronically via the GETS eTender Box. Tender submissions are to be uploaded to the GETS eTender box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,19875693,Request for Tenders,Closed Competition,Manawatu Gorge Replacement Project Pre-Implementation,2018263,20180703,20180731,20180912,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) the NZ Transport Agency invites you to submit a Tender for the Manawatu Gorge Replacement Project, Contract Number 2018263. The contract is for the pre-implementation phase and comprises: ??? Request for tender documentation: - Develop a robust set of minimum requirements; - Prepare a construction estimate; and - Prepare associated procurement documentation. ??? Administration of the physical works procurement phase: - Administration of interactive tender process; - Attendance and technical input during interactive tender process; - Technical input during tender evaluation process; and - Preparation of all evaluation reporting on behalf of the Transport Agency. Electronic copies of the RFT document and associated schedules are attached to this advertisement. A Group Inception Meeting will be held on 9am on Monday 16 July 2018 in the Agency???s Chews Lane offices in Wellington. Please confirm your attendance for this meeting. Numbers are limited to two people per company. All tender queries should be directed to the Tender Secretary by email: wro.contracts@nzta.govt.nz. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions will only be accepted electronically via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20022014,Request for Tenders,Open Competition,Wairakei Culvert Relining,NZTA 2018007,20180814,20180913,20181016,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the relining of twin culvert beneath Thermal Explorer Highway (Wairakei Drive) at Route Position 0.11km. Precise location is shown on the bid documentation. The Contract Works comprise lining of the existing twin concrete culvert whilst maintaining seasonal water flows. Only Tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Jared.phipps@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 ??? Contract number ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,contract awarded to Brian Perry Civil 16 October2018,20201117 NZTA Highways and Network Operations,20101922,Request for Proposals,Closed Competition,2018508 HSBC Relocation,2018508,20180903,20180921,20190625,New Zealand Transport Agency,Sole Agency,No,,Attached is the HSBC Relocation Request for Tender Proposal for your action. Any queries please contact Andrew.marshall@nzta.govt.nz,Awarded,"16 October 2018 Richard Hansen / 4Work, Level 10, 1 Queen Street, P O Box 105282, AUCKLAND CITY 1143 $152,000.00",20201117 NZTA Highways and Network Operations,20133219,Request for Proposals,Closed Competition,2018238 AK System Management (ASM) Maintenance Alliance RFP,2018238 ASM Mtc Alliance RFP,20180910,20181107,20190625,New Zealand Transport Agency,Sole Agency,No,,,Not Awarded,Preferred Tenderer,20201117 NZTA Highways and Network Operations,20161026,Request for Tenders,Open Competition,2018450 - SH10 Waipapa Intersection Improvements - Supporting Waipapa Growth,2018450,20180914,20181009,20190625,New Zealand Transport Agency,Sole Agency,No,,"NZ Transport Agency has a tender for professional services associated with the pre-implementation phase of the Waipapa Intersection Improvements project. This project is part of the Provincial Growth Fund package of works for Northland. A tenderer briefing will be held at the NZ Transport Agency Offices, HSBC Building, 1 Queen Street, Auckland at 10:30am on Wednesday 19 September 2018. The project is being delivered in partnership with Far North District Council. The ???Waipapa Intersection Improvements: Supporting Waipapa Growth??? project comprises: ??? A roundabout at the intersection of SH10 / Waipapa Road / Waipapa Loop Road ??? A link from Waipapa Loop Road to Klinac Lane including a structure to span the Whiriwhiritoa Stream ??? Closing the western Waipapa Loop Road intersection with SH10 ??? Ancillary works including utility diversions Broadly speaking the pre-implementation services comprise: ??? Design to support the procurement of physical works, property and consenting. ??? Obtaining the designation and associated RMA planning consents. ??? Completing the detailed design (including survey and geotechnical investigations) in collaboration with the physical works Contractor. ??? Communications and stakeholder engagement. ??? Preparation of tender documentation for construction. This project will require close liaison with both the NZ Transport Agency and Far North District Council for their respective elements of the project. Should you have any queries, please contact the NZ Transport Agency Tenders Secretary, Jo-Ann Moses or email Jo-Ann.moses@nzta.govt.nz (09) 928 8730. Tenders close on Tuesday 9 October at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"21 November 2018 WSP-Opus / P O Box 553 / WHANGREAI 0140 Attn: Peter Houba $489,000.00",20201117 NZTA Highways and Network Operations,20180208,Request for Tenders,Open Competition,SH50 Hawke's Bay Expressway - 1 (Watchman Road to Longlands Road),NZTA 2018493,20180919,20181016,20181220,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the safety improvements on a 23km section of the Hawke???s Bay Expressway SH???s 2B, 50, 50A from Watchman Road to Longlands Road. The Contract Works comprise of: ??? Identification and protection of existing underground utility services, survey, and testing of ground conditions ??? Shoulder widening (approx. 7.0km) ??? W-section side barrier (approx. 6.0km) ??? Wire rope median and side barrier (approx. 20.0km) ??? Retaining walls (approx. 90m) ??? Removal and reinstatement of ATP and paint markings ??? Traffic management ??? Other sundry items Only tenderers pre-qualified to 4A under the terms of the Transport Agency???s Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single zip file (pdf format PLUS excel spreadsheet Schedule of Prices) The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2018493 ??? Proposal (excluding Price) ??? File 2 ??? 2018493 ??? Price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20191192,Request for Proposals,Closed Competition,SH2 Waihi to Omokoroa - Statements of Interest and Ability (SIA) Contract 2 (Katikati North) and Contract 3 (Katikati South),NZTA 2018531 and 2018532,20180920,20181010,20190329,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per you Registration of Interest (ROI) the NZ Transport Agency / Safe Roads Alliance invites you to the next phase in submitting your Statement(s) of Interest and Ability (SIA). An electronic copy of the SIA document (for both contracts) is attached to this advertisement. Please refer to clause 1.1 Tendering For More Than One Contract. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. SIA submission(s) shall be uploaded to the GETS eTender box in a single file. The GETS file upload limit is 50 MB. The files should be labelled as: - File 1 - 2018531 - Proposal - Contract 2 (Katikati North) - File 2 - 2018532 - Proposal - Contract 3 (Katikati South) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submissions files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"SH2 Waihi to Omokoroa - Contract 2 (Katikati North) - Awarded to HEB-2 $31,692,632 SH2 Waihi to Omokoroa - Contract 3 (Katikati South) - Awarded to HEB-1 $31,692,632",20201117 NZTA Highways and Network Operations,20191199,Request for Tenders,Open Competition,Wellington Traffic Signals Maintenance - Region Contract,2018395,20180920,20181016,20181109,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the physical works associated with maintaining traffic signals and CCTV cameras within the Wellington Region. NZTA, Hutt City Council, Upper Hutt City Council, Porirua City Council and Kapiti Coast District Council are all the ???Principal??? under the contract. The contract includes maintenance of traffic signals and CCTV cameras on the State Highway and local road networks. The ???Contract Works??? to be carried out under the contract comprise of the scheduled and unscheduled maintenance of 53 sets of traffic signals and 37 CCTV cameras for a two year period (expected to commence on 1 December 2018) with the potential for three one year extensions subject to the terms of the contract. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew McLeod Stantec NZ, Andrew.mcleod@stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? 2018395 - Proposal excluding Price - File No 2 ??? 2018395 ??? Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm A tender inception meeting to introduce the tender and detail how it will be managed and evaluated will be held at Stantec NZ???s offices, Level 13, The Terrace Wellington on 28 September 2018 at 10.00am.",Awarded,,20201117 NZTA Highways and Network Operations,20191265,Request for Tenders,Open Competition,Wellington Traffic Signals Maintenance - City Contract,2018396,20180920,20181016,20181109,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the physical works associated with maintaining traffic signals and electronic signs within Wellington City. NZTA and Wellington City Council are both ???Principal??? under the contract. The contract includes maintenance of traffic signals and electronic signs on the State Highway and local road networks. The ???Contract Works??? to be carried out under the contract comprise of the scheduled and unscheduled maintenance of 136 sets of traffic signals and 124 electronic signs for a two year period (expected to commence1 December 2018) with the potential for three one year extensions subject to the terms of the contract. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew McLeod Stantec NZ, Andrew.mcleod@stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? 2018396 - Proposal excluding Price - File No 2 ??? 2018396 ??? Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm A tender inception meeting to introduce the tender and detail how it will be managed and evaluated will be held at Stantec NZ???s offices, Level 13, The Terrace Wellington on 28 September 2018 at 10.00am.",Awarded,,20201117 NZTA Highways and Network Operations,20200140,Request for Proposals,Closed Competition,2018572 HSBC Relocation - Construction Project Management Services,2018572,20180925,20181008,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Attached is the HSBC Relocation - Construction Project Management Services, Request for Tender Proposal for your action. Please contact the Tenders Secretary Jo-Ann.moses@nzta.govt.nz - should you have any queries. NOTE: Last day for queries is Tuesday 2nd October. Tenders close on Monday 8th October at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"31 October 2018 Richard Hansen / 4Work, Telco Asset Management Ltd / Level 10 / 1 Queen St, P O Box 105282 / AUCKLAND CITY 1143 $110,650.00",20201117 NZTA Highways and Network Operations,20207677,Request for Tenders,Open Competition,"SH 6, SH 7, SH 65 Bridges HPMV Strengthening",NZTA 2018522,20180925,20181030,20181126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6, SH7 and SH65 Bridges HPMV Strengthening Contract. The Contract includes: a) Undertaking bridge strengthening work on four bridges located on SH6, SH7 and SH65 b) Post-tensioning strengthening implementation c) Temporary traffic/rail access management This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Vincent Wong at email address supplied. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 ??? Contract number ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to FH for $434,774.45",20201117 NZTA Highways and Network Operations,20257478,Request for Tenders,Open Competition,SH25 Kuaotunu Footpath - Timber Retaining Wall,NZTA 2018343,20181008,20181101,20181127,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction approximately 140m of hoggin gravel footpath and 90m of timber retaining wall on SH25 at Kuaotunu located north of Whitianga on the Coromandel Peninsula. The Contract Works comprise of: ??? Traffic Management ??? Environmental Management ??? Minor Earthworks ??? Timber Retaining Wall Construction and Anchors ??? Minor pavement and drainage works ??? Hoggin Footpath Construction Only tenderers pre-qualified to level 1C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Amy Vandy, WSP-Opus International Consultants, Corner Williams & Marshall St, Paeroa, Amy.vandy@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices) The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2018343 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,All Tenders Declined. Contract will be repackaged and retendered at a later date.,20201117 NZTA Highways and Network Operations,20264018,Request for Tenders,Closed Competition,Hawke's Bay Expressway Safety Improvements - MSQA & Design Support,2018605,20181010,20181030,20190201,New Zealand Transport Agency,Sole Agency,No,,"The Hawke???s Bay Safety Improvements are part of a national programme of work that has been investigated and designed by the Safe Roads Alliance. The project includes State Highways 2B, 50 and 50A. The project extends from Watchman Road to Longlands Road. An additional section of highway from Longlands Road to Paki Paki may be added to the physical works and professional services contracts. The core objectives of the professional services contract is to ensure that the designs prepared by the Safe Roads Alliance are appropriate and meet the required standards, revise designs as required, and undertake contract management and contract surveillance on the physical works contractor (currently being appointed by the NZ Transport Agency). Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: noeline.askes@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders close at 4.00pm on Tuesday, 30 October 2018. Tender submissions shall be uploaded to GETS eTender box in (pdf format, plus EXCEL spreadsheet for the Schedule of Prices). The GETS file upload limit is 50MB. The files must be labelled: ??? File No 1 ??? 2018605 Proposal excluding Price ??? File No 2 ??? 2018605 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20370823,Request for Tenders,Open Competition,2018456 - Northland Townships,2018456,20181105,20181204,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency has a tender for professional services associated with the development of an urban and landscape design framework for the Twin Coast Discovery Route and township plans for eight of the towns that sit on the route. This project is part of the Provincial Growth Fund package of works for Northland. A tenderer briefing will be held at the NZ Transport Agency Offices, Level 11, HSBC House, 1 Queen Street, AUCKLAND at 1.00pm on Tuesday 13th November 2018. The ???Northland Twin Coast Discovery Route Township Plans??? project comprises: ??? Development of an urban and landscape design framework for the Twin Coast Discovery Route; and ??? Development of eight township plans for: Awanui, Horeke, Kaikohe, Kawakawa, Kohukohu, Moerewa, Rawene and Dargavile. This project will require close liaison with the NZ Transport Agency, Far North District Council and Kaipara District Council. Tenders close on Tuesday 27 November 2018 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"21 December2018 Sean Burke Isthmus $857,000.00",20201117 NZTA Highways and Network Operations,20371702,Request for Tenders,Open Competition,National State Highway Low Cost Safe Networks Programme - Gisborne and Hawke's Bay,NZTA 2018656,20181105,20181127,20181219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for low cost low risk improvements in the Gisborne and Hawkes Bay regions. The Contract Works comprise of: ??? Audio tactile profiled and structured lines markings ??? Signage improvements ??? Shoulder widening and barrier installation Only tenderers pre-qualified to 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price. The GETS file upload limit is 50 MB. The files should be labelled: - File No.1 ??? National State Highway Low Cost Safe Networks Programme ??? Gisborne & Hawke???s Bay - Proposal excluding Price - File No.2 ???National State Highway Low Cost Safe Networks Programme ??? Gisborne & Hawke???s Bay ??? Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20371781,Request for Tenders,Open Competition,National State Highway Low Cost Safe Networks Programme - Manawatu,NZTA 2018657,20181105,20181127,20181219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for low cost low risk improvements in the Manawatu and Wellington regions. The Contract Works comprise of: ??? Audio tactile profiled and structured lines markings ??? Signage improvements ??? Shoulder widening and barrier installation Only tenderers pre-qualified to 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price. The GETS file upload limit is 50 MB. The files should be labelled: - File No.1 ??? National State Highway Low Cost Safe Networks Programme ??? Manawatu - Proposal excluding Price - File No.2 ??? National State Highway Low Cost Safe Networks Programme ??? Manawatu - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,No Tenders received,20201117 NZTA Highways and Network Operations,20371827,Request for Tenders,Open Competition,National State Highway Low Cost Safe Networks Programme - West Coast,NZTA 2018659,20181105,20181127,20190115,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for low cost low risk improvements in the West Coast region. The Contract Works comprise of: ??? Audio tactile profiled and structured lines markings ??? Signage improvements ??? Shoulder widening and barrier installation Only tenderers pre-qualified to 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price. The GETS file upload limit is 50 MB. The files should be labelled: - File No.1 ??? National State Highway Low Cost Safe Networks Programme ??? West Coast - Proposal excluding Price - File No.2 ??? National State Highway Low Cost Safe Networks Programme ??? West Coast - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20373572,Request for Tenders,Open Competition,SH6 Jacobs and Mahinapua Creek Bridges ??? Hollowcore Joint Repairs,NZTA 2018673,20181105,20181204,20190114,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Holllowcore joint repairs of SH6 Jacobs and Mahinapua River Bridges. The Contract Works comprise of: ??? Concrete breakout and drilling ??? Supply and installation of steel strongback members, threaded rods and brackets ??? Reinstatement of surfacing ??? Access and Traffic management ??? Environmental protection Only tenderers pre-qualified to 3C under the terms of the Transport Agency???s Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Emma Wardle, WSP Opus, emma.wardle@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 ??? NZTA 2018673 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd for a price of $772,727.97.",20201117 NZTA Highways and Network Operations,20380071,Request for Tenders,Closed Competition,Takaka Hill 5 Sites Remediation Works,2018534,20181107,20181129,20190219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the remediation of five selected slip (underslips and washouts) sites on State Highway 60. The remediation work will enable the re-opening of two lanes of traffic through each site, and improve both the short and long term resilience of this part of the State Highway corridor. The Contract will comprise: ??? Investigation and design for remediation works across five sites, working collaboratively with safety, environmental, geotechnical and structural teams within the NZ Transport Agency. ??? Undertake relevant consenting and land purchase requirements. ??? Provide MSQA for all physical works on-site. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: WRO.Contracts@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: ??? File No 1 ??? 2018534 Proposal excluding Price ??? File No 2 - 2018534 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20396168,Request for Proposals,Open Competition,2018453 - Rest Area Strategy & Implementation Plan & Passing & Overtaking Opportunities,2018453,20181109,20181206,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency has a tender for professional services associated with the development of business cases for passing and stopping opportunities across the Northland state highway network. This project is part of the Provincial Growth Fund package of works for Northland. A tenderer briefing will be held at the NZ Transport Agency Offices, HSBC Building, 1 Queen Street, Auckland with a VC link to the NZ Transport Agency Offices at 1st Floor Walton Plaza, 4 Albert Street, Whangarei, at 2pm Friday 16 November 2018. This commission involves looking at two elements of State Highway travel that can influence safety and customer satisfaction: ??? passing & overtaking opportunities; ??? stopping places. The output from this commission will be two business cases: one for passing and overtaking opportunities, the other for stopping opportunities. Tenders close on Thursday 6 December 2018 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"10 January 2019 Gavin O'Connor Stantec Gavin.oconnor@stantec.com Award $905,963.90",20201117 NZTA Highways and Network Operations,20410172,Request for Tenders,Open Competition,SH3 Awakino Hill Slip Repair,NZTA 2018536,20181113,20181211,20190116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the realignment of a portion of SH3 Awakino to enable the abandonment of the current northbound lane, due to slip failure. The Contract Works comprise of: ??? Site clearance and accommodation works including tree removal, earth bunds and fencing; ??? Co-ordination and facilitation of service diversion including trenching if required; ??? Earthworks associated with new road alignment; ??? Installation of pile edge restraint ??? Pavement construction and surfacing; ??? All traffic services associated with the works, including signs and road markings; ??? Surface water channels, Concrete kerb and channel and associated drainage works, ??? Landscaping of abandoned northbound lane. ??? Initial and on-going liaison with owners and occupiers of property affected by the Contract Works, with local authorities, statutory bodies and local iwi; ??? Provision of as-built details and Road Construction data; Only tenderers pre-qualified to Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: AECOM, 121 Rostrevor Street, Hamilton. Attention: Pieter Nieuwoudt email: Pieter.nieuwoudt2@aecom.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 ??? NZTA 2018536 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20412972,Request for Tenders,Closed Competition,2018564 Papakura to Bombay RFT,2018564,20181113,20181220,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As you registered your interest for this contract - attached is the Request for Tender and other Documentation for this contract. Note: This contract will close on Thursday 20th December 2018 at 4:00pm. Do not hesitate to contact NZTA Tenders Secretary, Jo-Ann.moses@Nzta.govt.nz should you have any queries.",Awarded,"Award details: 5th April 2019 Aurecon NZ Ltd / P O Box 9762 / Newmarket / AUCKLAND 1149 / ATTN: Ian Sloane Award $23,776,466.00",20201117 NZTA Highways and Network Operations,20420085,Request for Tenders,Open Competition,"Bridge Scour Protection, Gisborne 2018-19",2018689,20181114,20181204,20190115,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors prequalified to Construction Level C - Bridge Construction. The contract involves the construction of scour protection and drainage works on SH2 and SH35 within the Gisborne Region as follows: SH2, Mortlemans Bridge at RP 375/0.00: - Gabion basket scour protection to northern abutment embankment - Drainage modifications SH35, Hamanatua Bridge at RP 321/0.00: - Rock rip rap scour protection to piers - drainage modifications from northern abutment All tender inquiries should be addressed to: Graeme Gunn, WSP-Opus International Consultants Ltd, Private Bag 6019, Napier Email: graeme.gunn@wsp-opus.co.nz Phone: 64 6 833 5100 Electronic copies of the RFT document are attached to this advertisement. Supporting information is also available from graeme.gunn@wsp-opus.co.nz. Note: this contract closes at 4.00pm on Tuesday, 11 December 2018. Submissions will only be accepted via the GETs eTender box. Note the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,20201117 NZTA Highways and Network Operations,20423375,Request for Tenders,Closed Competition,SH2 Waihi to Omokoroa - Request for Tender - Contract 2 (Katikati North) and Contract 3 (Katikati South),NZTA 2018531 and 2018532,20181114,20181213,20190329,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency/Safe Roads has shortlisted four Contractors from the Statement of Interest and Ability (SIA) and invites these shortlisted applicants to submit a tenders for the final phase. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate files. The GETS file upload limit is 50 MB. The files should be labelled: - File No 1 ??? Contract Number - Proposal excluding Price - File No 2 ??? Contract Number ??? Price (pdf format PLUS excel spreadsheet Schedule of Price) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"SH2 Waihi to Omokoroa - Contract 2 (Katikati North) - Awarded to HEB-2 $31,692,632 SH2 Waihi to Omokoroa - Contract 3 (Katikati South) - Awarded to HEB-1 $31,692,632",20201117 NZTA Highways and Network Operations,20452428,Request for Tenders,Closed Competition,SH30 Kopaki Bridge Replacement,NZTA 2018678,20181120,20181211,20181219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Closed Contest Professional Services contract for NZ Transport Agency to prepare a detailed business case and the pre-implementation work required to replace the rail crossing on SH30 at Kopaki 26kms south of Te Kuiti. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: ??? File No 1 - 2018678 Proposal excluding Price ??? File No 2 - 2018678 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20461885,Request for Tenders,Open Competition,SH30 Te Ngae Road corridor Improvements - Sala Street to Iles Road,NZTA 2/15-012/601,20181122,20190118,20190619,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract is for the upgrading of SH 30 Te Ngae Road Corridor between Sala Street and Iles Road. The scope of work includes: ??? Improvements to the Sala Street / Te Ngae Road intersection. ??? Structural strengthening works on the Puarenga Stream Bridge. ??? Replacing the roundabout at the Tarawera Road/SH30 intersection with a four way signalised intersection, including pedestrian and cyclist crossing facilities and a west-bound left turn slip lane from Tarawera Road onto SH30. ??? Widening of SH30 to four lanes between Tarawera Road and Iles Road with the addition of a raised solid median. ??? Services relocation and upgrading of water mains. ??? Installation of shared paths. ??? Management of vehicles, cyclists and pedestrians through the site. ??? Liaison with businesses and property owners through the site. Only tenderers pre-qualified to level Construction 4A, Surfacing 2A and Bridge Construction 3B under the terms of the HNO Prequalification System are eligible to submit a tender. Where more than one qualification is specified and the tenderer is not pre-qualified for one of these, a subcontractor who does have this prequalification shall in included in the tender (refer clause 1.6.2) Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender queries should be directed to: WSP-Opus 1105 Arawa Street Rotorua email: jamie.farquhar@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File 1 - 15-012/601 - Proposal excluding price File 2 - 15-012/601 - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instruction on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,All tenders were declined. This packaged will be re scoped and re advertised.,20201117 NZTA Highways and Network Operations,20478496,Request for Tenders,Closed Competition,2018611 - SH1 Loop Road to Smeatons Hill Improvements (Northland Delivery Framework CN4436 - SP1803),2018611,20181126,20181220,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"With reference to the Tender Briefing held on 17th October and the Interactive Meeting held on Wednesday 21st November, attached is the Request for Tender documents for the above contract for your reference. Tenders close on Thursday 20th December 2018 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"21/02/2019 Fulton Hogan Ltd / P O Box 1547 / WHANGAREI ATTN: Keith Cocking Award $20,682,375.82",20201117 NZTA Highways and Network Operations,20483156,Request for Tenders,Open Competition,SH2/50 Prebensen/Hyderabad Intersection Improvements,2018247,20181127,20181218,20190619,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,N/A,"Tenders are invited for this contract from contractors prequalified to Surfacing and Construction - Level B (2B & 4B). The contract involves the construction of two new slip lanes at the roundabout of the intersection of SH2/50 and Prebensen Drive, Napier. The contract works includes earthworks, pavement and surfacing construction, concrete cycle path construction and the associated traffic services, as well as the construction of new water and wastewater pipelines for Napier City Council. All tender inquiries should be addressed to: Graeme Gunn, WSP-Opus International Consultants Ltd, Private Bag 6019, Napier Email: graeme.gunn@wsp-opus.co.nz Phone: 64 6 833 5100 Electronic copies of the RFT document are attached to this advertisement. Supporting information is also available from graeme.gunn@wsp-opus.co.nz. Note: this contract closes at 4.00pm on Tuesday, 18 December 2018. Submissions will only be accepted via the GETs eTender box. Note the file upload is 50MB. Tenderers should refer to the GETs website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Not Awarded,,20201117 NZTA Highways and Network Operations,20555462,Request for Tenders,Open Competition,"Workers' Temporary Accommodation Village Assets - 2 Mount Fyffe Road, Kaikoura",2018469,20181214,20190222,20190318,New Zealand Transport Agency,Sole Agency,No,,"NZ Transport Agency invites interested parties to tender for multiple accommodation units and other assets, as defined in the Asset list, currently located in Kaikoura. These units and assets were procured for Contractor use during the NCTIR (North Canterbury Infrastructure Recovery) project. Please note: - Due to GETS mandatory field requirements the price band on this ROI has been included but is to be disregarded. There is no current price band. - The NZ Transport Agency offices will be closed from 4pm Friday 21 December 2018 and reopen at 8am on Monday 7 January 2019.",Not Awarded,"Dear All. Regretfully we advise that this Tender is cancelled effective 11 March 2019 and we reference Clause 5.1 e) Owners??? Rights During the Tender Process contained in the tender documentation. We apologise for any inconvenience caused. It was anticipated that the remedial works project would be finishing in late 2019, however since then, some additional scope has been added to the NCTIR programme, and it is now likely that the end date for the physical works will extend into 2020. Kind regards",20201117 NZTA Highways and Network Operations,20562332,Request for Tenders,Open Competition,SH5: Wairakei to Mihi to SH38 - 2 Safety Improvements,NZTA 2018501,20181218,20190212,20190410,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Safe Roads State Highway 5, SH38 to Wairakei (Section A), Safety Improvement Works. The contract works are located on a 15-kilometre section of SH5. Extending south, the works primarily cover that section between the intersection of SH5 / SH38 and Parekarangi Village (Reporoa Road). The project is located on State Highway 5 from RP77/0.1 to RP77/15.2. The Contract Works comprise of: ??? shoulder widening ??? access way improvements ??? installation of roadside barrier ??? drainage ??? signage ??? line marking ??? ATP Only tenderers pre-qualified to a minimum Construction ??? Level 4B, under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price). The GETS file upload limit is 50 MB. The files should be labelled: - File No 1 ??? 2018501 - Proposal excluding Price - File No 2 ??? 2018501 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,Contract Awarded to Splice Construction Ltd 09 April 2019,20201117 NZTA Highways and Network Operations,20598772,Request for Tenders,Open Competition,2018830 Nelson Future Access,2018830,20190114,20190214,20190625,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency has a tender for professional services to develop a detailed multi-modal transport system investment programme for Nelson that is prioritised, which supports community aspirations for a thriving CBD; a world-class waterfront and a healthy environment; and provides a safe, accessible and resilient transport system, whilst meeting the diverse needs of customers and communities. A tenderer briefing will be held at the NZ Transport Agency Offices in the Majestic Centre, 100 Willis Street, Wellington at 12noon Friday 18 January 2019. This commission involves three deliverables: 1. A confirmed list of projects (based on those currently proposed in the 2018-21 NLTP/RLTP/LTP), which can be progressed as discrete activities in line with standard practices during the 2018-21 period, ahead of the outcomes of the Detailed Business Case (DBC) process. 2. A single stage Business Case (ssBC) investigating SH6 Rocks Road and the delivery of an enhanced walk/cycle corridor in the short to medium term. The ssBC will need to align to the objectives, evidence base and emerging package of the wider DBC (Deliverable 3) but is required to be delivered early to take advantage of pre-implementation funding potentially available in the 2018-21 NLTP period. 3. A DBC for an integrated, detailed multi-modal transport system with a staged/prioritised investment programme (over 30 years) which gives effect to the stated project objectives. Tenders close on Thursday 14 February 2019 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"2nd April 2019 Aecom NZ Ltd / P O Box 27277 / WELLINGTON 6141 / ATTN Graham Doherty Award $1,992,605.00",20201117 NZTA Highways and Network Operations,20691293,Request for Tenders,Open Competition,North Canterbury Bridge Scour Protection Works 2019,NZTA 2018768,20190212,20190312,20190501,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the North Canterbury Bridge Scour Protection Works 2019. The Contract Works comprise of: ??? Supply and installation of rock protection at bridge structures on SH77,SH7 and SH73 ??? Concrete underpinning at SH7 Duggan Creek Bridge. ??? Environmental control measures to meet the requirements of the regional plans as specified. ??? Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method, Pass/Fail on Relevant experience and methodology. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus, PO Box 1482, CHRISTCHURCH, email: Philip.mcconchie@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as File 1 ??? NZTA 2018768 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to R J Civil Construction Ltd for $257,460",20201117 NZTA Highways and Network Operations,20703957,Request for Tenders,Open Competition,SH25 Coromandel (x3 sites) Geotech Package 2018/19 Waikato Minor Improvements,NZTA 2018065,20190208,20190307,20190318,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the Construction of Retaining Walls at three sites along SH25 in the Coromandel Peninsula. The works are required to improve resilience and safety on the state highway network. The Contract Works comprise of: ??? Site R06 ??? Construction of Cantilevered timber pole retaining wall ??? Site R07 ??? Construction of H Pile retaining wall ??? SH25 Kuaotuna Footpath ??? Construction of Cantilevered timber pole retaining wall Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 448, Waikato Mail Centre Attention: Chris Pevreal email: Chris.Pevreal@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? Contract 2018065 ??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20704424,Request for Tenders,Open Competition,SH26 Avenue Road Intersection Improvements,NZTA 2018750,20190208,20190228,20190313,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for changes in layout including centre median island at the intersection of Avenue Road and SH26 as per the drawings. The Contract Works comprise of: ??? Earthworks ??? Drainage ??? Pavement and Surfacing ??? Traffic Services Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus Amy Vandy, amy.vandy@wsp-opus.co.nz, Cnr William and Marshall St, PO Box 91, Paeroa All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 ??? 2018750 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20917520,Request for Tenders,Open Competition,SH32 Te Putu Mechanical Stabilised Retaining (MSE) Wall,NZTA 2019013,20190405,20190430,20190531,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for The construction of a Mechanical Stabilised Retaining (MSE) Wall for the slip repair located at Te Putu, SH32-069-9.850. The wall is approximately 24m long and a maximum height of 6.5m The site is located at Te Putu on SH 32 Western Bay Road approximately 1km northwest of Waihaha in the Central Waikato region. The Contract Works comprise of: ??? Earthworks and clearing ??? MSE Wall ??? Guardrail Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Amy Vandy ??? WSP Opus (amy.vandy@wsp-opus.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 ??? 2019013 Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,All Tenders Declined.,20201117 NZTA Highways and Network Operations,20960858,Request for Tenders,Closed Competition,SH2 Silverstream to Fairway Drive Safety Improvements,2019120,20190418,20190514,20190617,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for ??? Supply and Installation/construction of road side safety barrier on SH2 (southbound) between Silverstream Bridge and Fairway Drive (RP962/0.5-I to RP-962/3.3-I). The individual site is approximately 2.8km long. The Contract Works comprise of: ??? Supply and Installation of Safety Barrier ??? Vegetation Clearance Only tenderers pre-qualified to [1c, 4c] under the terms of the Transport Agency???s Prequalification System are eligible to submit a tender. (remove paragraph if no pre-qual required) Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Stantec New Zealand ??? details in table below - Stantec New Zealand Level 13, 80 The Terrace, Wellington For the Attention of: Kristin Louw Contract Number: 2019120 Contract Name: SH2 Silverstream to Fairway Drive Safety Improvements Email: Kristin.Louw@Stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 ??? Contract Number 2019120 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20961142,Request for Tenders,Closed Competition,SH2 Gilbert Road to Te Marua Safety Improvements,2019121,20190418,20190514,20190617,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for ??? Supply and Installation/construction of road side barrier on SH 2 between Gilbert Road and Te Marua between RP 7.12 and RP 8.5. The individual site is approximately 1.4km long. The Contract Works comprise of: ??? Supply and Installation of Safety Barrier ??? Associated Construction Works ??? Associated Drainage Works ??? Associated Pavement Reinstatement Works Only tenderers pre-qualified to [1c, 4c] under the terms of the Transport Agency???s Prequalification System are eligible to submit a tender. (remove paragraph if no pre-qual required) Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Stantec New Zealand ??? details in table below - Stantec New Zealand Level 13, 80 The Terrace, Wellington For the Attention of: Kristin Louw Contract Number: 2019121 Contract Name: SH2 Gilbert Road to Te Marua Safety Improvements Email: Kristin.Louw@Stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 ??? Contract Number 2019121 ??? proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 NZTA Highways and Network Operations,20993493,Request for Tenders,Open Competition,SH41 Tunawahanou Curves Safety Improvements,NZTA 2019029,20190503,20190521,20190605,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of curve safety improvements near Tunawahanou on SH41 between RP 11/2.0 and 6.50km, including guardrail installation and signage. The Contract Works comprise of: ??? Guardrail Installation ??? Signage Only tenderers pre-qualified to 1D under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Amy Vandy ??? WSP Opus (amy.vandy@wsp-opus.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: ??? File 1 ??? 2019029??? proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,20201117 Office of the Clerk of the House of Representatives,16886178,Request for Proposals,Closed Competition,"Supply of live, closed captioning services for broadcasts of the proceedings of the New Zealand House of Representatives",,20151019,20151127,20160608,,Sole Agency,No,,Closed RFP following open ROI,Awarded,"The contract will see Ericsson remotely deliver live captioning services for broadcasts of the sittings of the New Zealand House of Representatives on Parliament TV . The new captioning service is expected to be available on Parliament TV for the first time from August 2016.",20201117 Office of the Clerk of the House of Representatives,17768645,Request for Proposals,Closed Competition,Supply of video on demand publishing services for parliamentary broadcasts,,20160808,20160909,20161124,,Sole Agency,No,,"The Office of the Clerk of the House of Representatives invited suitably qualified and experienced suppliers to submit a Registration of Interest (ROI) to supply video on demand publishing services for parliamentary broadcasts. Following that ROI, we shortlisted a number of potential suppliers. As one of our shortlisted suppliers, we are now inviting you to submit a detailed written Proposal to supply video on demand publishing services for parliamentary broadcasts as described in this Request for Proposals (RFP).",Awarded,,20201117 Office of the Clerk of the House of Representatives,18742440,Request for Proposals,Open Competition,Supply of live television production services to produce the broadcast feed for Parliament TV,,20170612,20170731,20180601,,Sole Agency,No,,"The Office of the Clerk of the House of Representatives is seeking proposals from suppliers able to produce the live broadcast feed for Parliament TV. The services will produce live coverage of the proceedings of the New Zealand House of Representative for broadcast on Parliament TV. The services will include taking and compiling the sound, camera and caption feeds of the proceedings of the House (and other events as required), and creating and applying the graphics and other ???add-ins??? to produce the broadcast feed. Suppliers must be able to supply and support a robust technical solution to connect remotely with the New Zealand Parliament to obtain the camera and sound feeds, obtain the captions feed, and have existing infrastructure and equipment (or be able to expand or build capacity) to produce the feed for live broadcast on Parliament TV. Interested suppliers should note that respondents are required to attend a mandatory site visit at Parliament to observe the Office???s operating environment and discuss our requirements. The Office will not consider proposals from Respondents who have not attended the site visit. The site visit will be held on 28 June 2017. Respondents must confirm their attendance at the site visit by 23 June 2017.",Awarded,,20201117 Office of the Clerk of the House of Representatives,19801110,Request for Proposals,Open Competition,Supply of New Zealand Sign Language Interpretation Services,,20180608,20180706,20181004,,Sole Agency,No,,The Office of the Clerk of the House of Representatives (the Office) requires a supplier of New Zealand Sign Language (NZSL) interpretation services for selected proceedings of the House and material broadcast on Parliament TV.,Not Awarded,No satisfactory proposals received.,20201117 Office of the Clerk of the House of Representatives,19882052,Request for Quotations,Open Competition,Supply of new broadcast cameras for the Chamber at Parliament,,20180705,20180725,20180910,,Sole Agency,No,,"The Office of the Clerk of the House of Representatives requires new high definition cameras (including new high definition lenses) for the Chamber in Parliament House, Wellington, New Zealand. The cameras must be suitable for broadcasting the proceedings of the House on Parliament TV and other platforms.",Awarded,Sony provided a fit for purpose solution at a competitive price.,20201117 Office of the Controller and Auditor-General,5098083,Request for Proposals,Open Competition,RFP: Printing and pre-press services,139,20141006,20141031,20150827,,Sole Agency,No,"Level 2, 100 Molesworth Street, Thorndon, Wellington 6011","We invite proposals from suitably qualified providers to supply pre-press and printing services for the ???letterhead??? stationery and publications of the Controller and Auditor-General. In any given year, we publish 20-40 different publications. The successful provider will also provide the Office???s branded paper and other printed stationery needs, through an online ordering portal. If you provide an excellent and responsive service to your pre-press and printing clients, we want to hear from you.",Not Awarded,,20201117 Office of the Controller and Auditor-General,5246980,Request for Proposals,Open Competition,RFP: Rental cars,141,20141021,20141114,20150806,,Sole Agency,No,"Level 2, 100 Molesworth Street Thorndon Wellington 6011","The Controller and Auditor-General (the ???Office???) is seeking a supplier to provide a range of options and to identify the best rental vehicle services for the Office to meet its business needs in the most cost effective manner. The Office operates from 8 offices nationally located across Auckland, Tauranga, Hamilton, Palmerston North, Wellington, Christchurch and Dunedin. It is looking for service solutions for rental cars to ensure an appropriate range of vehicles is available to staff at competitive rates. These could be at these respective locations or at any regional or main centre airport when auditing our clients.",Not Awarded,,20201117 Office of the Controller and Auditor-General,6017746,Request for Proposals,Open Competition,RFP: Training venues and accommodation for the professional development programme,147,20141112,20141209,20150827,,Sole Agency,No,"Level 2, 100 Molesworth Street, Thorndon, Wellington 6011","Audit New Zealand is seeking proposals to provide the training venue and accommodation required to run the professional development programme in Wellington for our auditors for the 2015-16 and 2016-17 professional development years, with a right of renewal for one further year. Audit New Zealand holds approximately 15 events per year, with an average of 30 people requiring accommodation for each event.",Not Awarded,,20201117 Office of the Controller and Auditor-General,9818676,Request for Proposals,Open Competition,RFP: Financial assets in the public sector assurance review,341,20150313,20150407,20150827,,Sole Agency,No,"Level 2, 100 Molesworth Street, Thorndon, Wellington 6011","The Office of the Auditor-General???s 2015/16 work theme is ???Investment and asset management???. We want to prepare a public report that highlights and considers the increasing significance of financial assets across the public sector. In particular, we want to explore the spectrum of financial assets across central and local government, review how they are managed, governed and monitored, and discuss the opportunities and challenges that arise with holding and using financial assets within and across the public sector. We are seeking to engage a suitably experienced contractor to help us undertake this project. The contractor will need a good understanding of public sector financial assets and their management, and should have a good knowledge of the opportunities and challenges that public sector entities could expect from holding and using financial assets.",Not Awarded,,20201117 Office of the Controller and Auditor-General,13228261,Request for Proposals,Open Competition,Palmerston North - Proposal for Office Accommodation,,20150623,20150731,20180209,,Sole Agency,No,"Level 2, 100 Molesworth Street, Thorndon Wellington 6140","The Controller and Auditor-General (the ???Office???, ???we???) is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. The work of the Office is carried out by the Office of the Auditor-General, the Auditor-General???s operating arm Audit New Zealand. Audit New Zealand has staff based in various locations in New Zealand, including 18 to 20 employees in Palmerston North. The lease on the Office???s existing premises in Palmerston North expires on 1 March 2016. Scope of the project The Office is seeking 300 to 350 square metres of office space for its Palmerston North-based Audit New Zealand staff. Our preference is for accommodation that: ??? is located in or near the Palmerston North CBD; ??? has safe onsite overnight and weekend car parking for two vehicles, and public car parking available nearby; ??? has an overall building design that fits with Audit New Zealand???s professional image; ??? has an open, flexible workspace on one floor plate; ??? has high levels of occupant comfort and services performance; and ??? provides a safe environment for our staff.",Awarded,,20201117 Office of the Controller and Auditor-General,17597917,Request for Proposals,Open Competition,RFP - MFD's,410,20160615,20160708,20180209,,Sole Agency,No,"Level 2, 100 Molesworth Street, Throndon Wellingon","The Controller and Auditor-General (the ???Office???) is seeking a supplier to provide a range Printers/MFD's to meet its business needs in the most cost effective manner. The Office operates from 8 offices nationally located across Auckland, Tauranga, Hamilton, Palmerston North, Wellington, Christchurch and Dunedin.",Awarded,,20201117 Office of the Controller and Auditor-General,18240973,Request for Quotations,Open Competition,RFQ - Supply of laptop computers,443,20161214,20170113,20180209,,Sole Agency,No,"Level 2, 100 Molesworth Street, Wellington",The Controller and Auditor-General (the Office) needs to replace a number of laptops as part of its yearly hardware refresh. The Office has decided on a list of three models and specifications that meet all its needs.,Awarded,,20201117 Office of the Controller and Auditor-General,18571503,Request for Proposals,Open Competition,RFP: Employee Assistance Services,440,20170413,20170519,20180209,,Sole Agency,No,"Level 2, 100 Molesworth Street, Wellington 6011",This notice of procurement invites prospective suppliers of Employee Assistance services to submit Proposals to deliver these services for the Controller and Auditor-General.,Awarded,,20201117 Office of the Controller and Auditor-General,18571661,Request for Proposals,Open Competition,RFP: tools and services related to the measurement of employee engagement and organisational culture,,20170413,20170512,20180209,,Sole Agency,No,"Level 2, 100 Molesworth Street","The Controller and Auditor-General (the Auditor-General) is reviewing its requirements for employee engagement and organisational culture measurement services. The Auditor-General conducts a number of surveys either annually or biennially, in order to gauge the level of employee engagement and organisational culture. Information derived from the completed surveys is used mainly as a tool to help us improve our culture and employee engagement. We also report the high-level results in our external accountability documents (annual plan and annual report), and benchmark against other Supreme Audit Institutions. We are now seeking a provider to provide the services described in this Request for Proposals (RFP). We expect to enter into a three-plus year contract with the preferred Respondent to this RFP.",Awarded,,20201117 Office of the Controller and Auditor-General,18747309,Request for Proposals,Open Competition,Recruitment Services,,20170613,20170630,20180319,,Sole Agency,No,,"The Controller and Auditor-General is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. The work of the Controller and Auditor-General is carried out by the Office of the Auditor-General, the Auditor-General???s operating arm Audit New Zealand, and private auditing firms. The Office of the Auditor-General and Audit New Zealand (the Office) are supported by a shared Corporate Services function.The Office has around 360 staff, two-thirds of whom are mobile and one-third of whom are based in offices outside Wellington. The recruitment needs of the Office are managed by the Human Resources team ??? part of the Corporate Services function.The Office engages external recruitment services to assist with recruitment of temporary/contract staff from time to time, or permanent staff when our own recruitment efforts have been unsuccessful. The Office is establishing a panel of suppliers who can provide a variety of expert recruitment services as required. The Office invites applications from organisations who wish to be part of our panel of suppliers.Our recruitment needs can include the following areas: administration, legal, editing, communications, information management, information technology, and health and safety.",Awarded,,20201117 Office of the Controller and Auditor-General,18997857,Request for Proposals,Open Competition,Request for proposal for office accommodation - Dunedin,,20170906,20170929,20180316,,Sole Agency,No,"Controller and Auditor-General, PO Box 3928, Wellington 6140","The Controller and Auditor-General (the ???Office???, ???we???) is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. The work of the Office is carried out by the Office of the Auditor-General, the Auditor-General???s operating arm Audit New Zealand, and by private auditing firms. Audit New Zealand has staff based in various locations in New Zealand, including up to 16 employees in Dunedin. The lease on the Office???s existing premises in Dunedin expires on 30 April 2018. We are looking for suitable office accommodation options in or near the Dunedin CBD.",Awarded,,20201117 Office of the Controller and Auditor-General,19062104,Request for Proposals,Open Competition,RFP: Review of Audit New Zealand Chargeout Rates and Workforce Modelling,,20170925,20171020,20180209,,Sole Agency,No,"Attn Maria Viviers, CFO, Office of the Auditor-General, PO Box 3928, Wellington 6140","Audit New Zealand is an independent business unit of the Controller and Auditor-General. We audit public entities on the Auditor-General???s behalf, and provide other assurance services to public entities. We are seeking to engage a suitably experienced consultant who has knowledge and experience relevant to practice management in a professional services firm. There are two parts to the work required: ??? To advise on the most appropriate method of setting Audit New Zealand???s hourly chargeout rates for staff working on audit and assurance engagements; and ??? To advise on the most appropriate method for modelling the number and mix of operational staff required to deliver Audit New Zealand???s portfolio of audits and assurance engagements.",Awarded,,20201117 Office of the Controller and Auditor-General,19112245,Request for Proposals,Open Competition,Independent efficiency and effectiveness review of Audit New Zealand,,20171009,20171030,20180209,,Sole Agency,No,"Attn Murray Powell, Director Auditor Appointments, Office of the Auditor-General, 100 Molesworth Street, Thorndon, Wellington 6011","Audit New Zealand is an independent business unit of the Controller and Auditor-General (???the Auditor-General???), and operates as a professional accounting firm to carry out annual audits allocated to it by the Auditor-General. The Auditor-General is seeking proposals from suitably qualified parties who are able to conduct an efficiency and effectiveness review of Audit New Zealand, designed to: ??? provide the Auditor-General with the assurance he needs; and ??? provide Audit New Zealand with information about its efficiency and effectiveness, and suggestions about what, if anything, it needs to do to improve.",Not Awarded,,20201117 Office of the Controller and Auditor-General,19198418,Request for Quotations,Open Competition,Request for Quotation for the supply of laptop computers,,20171103,20171117,20180209,,Sole Agency,No,"Attn: Nathan Kelty, Office of the Auditor-General, L2, 100 Molesworth Street, Thorndon, Wellington 6011",,Awarded,,20201117 Office of the Controller and Auditor-General,19219670,Request for Proposals,Open Competition,RFP to supply mobile voice and data services,,20171110,20171201,20180403,,Sole Agency,No,"Attn Nathan Cottle, CIO, Controller and Auditor-General, 100 Molesworth Street, Thorndon, Wellington 6011","The Controller and Auditor-General is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. As an independent Officer of Parliament, the Auditor-General has decided to complete this procurement independently of any ???All of Government??? contracts. We are seeking proposals from suppliers to provide: a) Cellular voice, text, and data services b) Smartphone device management services c) Provision of 400 smartphone devices. Proposals to provide smartphones can only be made in conjunction with cellular voice, text and data services, or provision of device management services, or both. We require a contract term of two years, with a right of renewal for an additional one year.",Awarded,,20201117 Office of the Controller and Auditor-General,19365519,Request for Proposals,Open Competition,PD Venues and Accommodation,,20180112,20180216,20180517,,Sole Agency,No,"PO Box 3298, Wellington","Audit New Zealand is a stand alone business unit serving the Controller and Auditor General. Audit New Zealand is seeking proposals for a training venue and accommodation for our auditors??? professional development programme which is run in Wellington. The proposals are for the 2018/19 and 2019/20 professional development years, with a right of renewal for one further year. Our professional development year runs from 1 July to 30 June each year. This is an open Request for Proposal.",Awarded,,20201117 Office of the Controller and Auditor-General,19410660,Request for Proposals,Open Competition,RFP to be appointed to a Panel to provide supplementary audit staff for the Auditor-General,,20180201,20180222,20180319,,Sole Agency,No,,"The Controller and Auditor-General (the ???Auditor-General???) is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. The Auditor-General is proposing to establish a panel of audit firms (???Supplementation Panel???) that are able to provide suitably qualified audit staff, on a temporary, ???as required??? basis, to work alongside Audit New Zealand staff carrying out annual audit work. The Auditor-General invites applications from audit firms that wish to be appointed to the Supplementation Panel.",Awarded,,20201117 Office of the Controller and Auditor-General,20107317,Request for Proposals,Open Competition,Request for Proposals - Cleaning and Associated Services,1338,20180904,20180924,20181122,,Sole Agency,No,,"The Controller and Auditor-General is looking to appoint a contractor to provide cleaning services and supply consumables to our Wellington office, levels 1 and 2, 100 Molesworth Street, Thorndon.",Awarded,,20201117 Office of the Controller and Auditor-General,20255470,Request for Proposals,Open Competition,Request for Proposals - Performance Feedback Solution,1352,20181008,20181031,20190222,,Sole Agency,No,,"Each year, Audit NZ recruits 30 graduates. Over the years these graduates progress their careers through a series of seniority based roles as evidenced through performance feedback. We require discovery to investigate what software solutions are available to manage this process.",Not Awarded,This RFP has now been closed. No preferred vendor has been selected,20201117 Office of the Controller and Auditor-General,20295859,Request for Proposals,Open Competition,Request For Proposals - Maori Cultural Capability,1357,20181017,20181107,20190226,,Sole Agency,No,,"We require an organisation to design and deliver a Maori Cultural Capability programme, building on our existing initiatives, in order to describe The Office as leading by example.",Awarded,,20201117 Office of the Controller and Auditor-General,20306184,Request for Proposals,Open Competition,Remuneration and reward framework review,1349,20181019,20181109,20190610,,Sole Agency,No,,The Controller and Auditor-General is looking for a consultant to carry out a review of the Office's current remuneration and reward framework.,Awarded,,20201117 Office of the Controller and Auditor-General,20335408,Request for Quotations,Open Competition,Request for Quotation - Server Hardware and Support Services,1353,20181026,20181109,20181218,,Sole Agency,No,,"The bulk of the Office???s server environment runs on 13 HP C-class blade servers which host approximately 150 virtual machines. These servers are now reaching end-of-life. To ensure continuity of services while we transition to a hybrid cloud architecture, we are looking to replace these servers with 4 rack-based servers. We are now seeking quotes from suitably qualified vendors to supply hardware, installation and support services through this open Request for Quotes (RFQ).",Awarded,,20201117 Office of the Controller and Auditor-General,20439353,Request for Proposals,Open Competition,Request for Proposals - Presentation Master Class Programme,1366,20181119,20181210,20190207,,Sole Agency,No,,"Audit NZ are keen to ensure that our Audit Directors have excellent skills and a mature capability to present material confidently, concisely, and compellingly to audiences of all sizes. This means that they must be skilled at, and confident in audience engagement, identifying and delivering key messages in plain English, and effective preparation including the use of well-developed presentation aids. We require an organisation to design and deliver a Presentation Master Class workshop for the Audit Directors.",Awarded,,20201117 Office of the Controller and Auditor-General,20496302,Request for Quotations,Open Competition,RFQ - Supply of laptop computers,1350,20181129,20181212,20190201,,Sole Agency,No,"Level 2, 100 Molesworth Street, Wellington",The Controller and Auditor-General (the Office) needs to replace a number of laptops as part of its yearly hardware refresh. The Office has decided on a list of six models and specifications that meet all its needs.,Not Awarded,Awarded to The Laptop Company,20201117 Office of the Controller and Auditor-General,20889126,Request for Proposals,Open Competition,Request for Proposals - Business Analysis Services for Bespoke System Review,1382,20190328,20190410,20190510,,Sole Agency,No,,"The Office???s Audit Status Database, the Auditors??? Homepage, and ASD Online (collectively referred to as the ASD) is a bespoke system that its internal Information Systems Group has developed and maintained over the last 10 years. The ASD maintains the definitive list of public entities that fall within the Auditor-General???s mandate. Critically, it holds the vital information that the Office needs to carry out audits, for example sector, location, balance date, and relationships with other entities. It also holds details of all appointed auditors and audit firms ??? past and present; detailed information about the audits undertaken including hours, fees, audit returns; and opinions. While the ASD is good at holding all the critical information and relationships needed to operate the allocation and tracking of annual audits, it is poor at capturing any other types relationships associated with the audit process (noting however that it was never designed to do so). The Office operates two extranets that Appointed Auditors (AAs) access. The ASD Online is the portal through which AAs upload audit return information and documents, essentially the Office???s ???inbound??? portal. The Auditors??? Homepage is used to provide AAs information, essentially the Office???s ???outbound??? portal. Both extranets are completely separate to the ASD itself, and neither provide the functionality that the Office needs. The Office considers that the functionality delivered by the three applications is no longer adequate, and is interested in options available to replace all three.",Awarded,,20201117 Office of the Ombudsman,19534903,Request for Proposals,Open Competition,Intranet Design and Build,OOTO18/1,20180314,20180406,20180723,,Sole Agency,No,"Level 7, Solnet House, 70 The Terrace, Wellington","The Office of the Ombudsman (???OOTO???) is seeking proposals for an Intranet. We need to create an intranet from scratch as we don't currently have one. The outcomes sought are: a. Design of an Intranet b. Development and delivery of an Intranet to be hosted internally. Organisations are invited to respond to this Request for Proposal (???RFP???). OOTO requires an in-house solution with key personnel available in Wellington. Our intranet will need to interface with our existing internal systems, including our enterprise content management system (ECM) Opentext Content Suite. Because we have a tight timeframe for delivery, we???d like to use a phased approach where Phase 1 delivers the key functionality with the most important content, and Phase 2 delivers the rest of the content.",Not Awarded,This contract was awarded to Pikselin Limited.,20201117 Open Polytechnic of New Zealand,16850107,Request for Proposals,Open Competition,Design and development of online educational courseware and assessment materials,,20151001,20151023,20170626,Educational Design Services,Sole Agency,No,,,Not Awarded,"Contract awarded 27/11/2015 to Inspire, CORE Education and NLA as preferred outsourcing partners",20201117 Open Polytechnic of New Zealand,17803908,Request for Proposals,Closed Competition,Exterior Painting Contract,,20160818,20160907,20160921,,Sole Agency,No,,"NB Proposals will only be accepted from previously advised ROI short listed applicants The Open Polytechnic of New Zealand wishes to engage a suitably qualified and experienced contractor to undertake a painting project for the Exterior Painting of a number of buildings at the OPNZ Campus in Waterloo, Lower Hutt. It is envisaged that the project will be conducted over a ten year period with the successful Respondent being required to paint one building per year. Ideally the contractor???s painters will be competent workers familiar with the techniques specified and with the Resene Paints coating systems. OPNZ is looking for a reliable contractor who has a proven track record within the industry and who can deliver value for money for the duration of the contract.",Awarded,,20201117 Open Polytechnic of New Zealand,18555676,Request for Proposals,Open Competition,Catering Contract,,20170512,20170623,20170711,,Sole Agency,No,"3 Cleary Street, Waterloo, Lower Hutt","The Open Polytechnic of New Zealand is seeking proposals for the provision of catering services at its main campus in Waterloo, Lower Hutt.",Not Awarded,Spotless Facility Services (NZ) Limited,20201117 Open Polytechnic of New Zealand,18913129,Request for Proposals,Open Competition,Cleaning Services,,20170814,20170919,20171016,,Sole Agency,No,,"The Provision of Cleaning Services at Open Polytechnic of New Zealand Campus, Waterloo, Lower Hutt.",Not Awarded,Open Polytechnic of New Zealand advises that we have today 16 October 2017 awarded the Cleaning Services Contract to ISS Facilities Services Limited.,20201117 Opotiki District Council,17591848,Request for Tenders,Open Competition,ODC 129 ??P??TIKI SEWER MAIN LINES CCTV INSPECTIONS 2016,ODC 129,20160610,20160701,20180501,,Sole Agency,No,,"1.1 This Particular Specification covers the requirements for undertaking planned CCTV inspections of gravity wastewater pipelines in ??p??tiki. This Specification also covers the removal and disposal of debris and the recording and delivery of CCTV inspection data. The CCTV inspections are to be undertaken in accordance with 3rd Edition of the New Zealand Pipe Inspection Manual ??? May 2016 (the Manual). This Particular Specification describes amendments to the Manual and provides supplementary information that is specific to this contract. 1.2. PURPOSE The ??p??tiki wastewater pipe network has a high level of inflow and infiltration which affects the performance of the network, including the pump stations and the wastewater treatment plant. Manhole overflows occur in wet weather. It is known that infiltration due to high ground water tables is significant in the deeper sewers. High ground water tables are caused by rain and also high levels in the adjacent rivers. ??p??tiki District Council wish to understand the inflow and infiltration problems so that more informed decisions can be made on rehabilitation of the network. CCTV assessment of selected deep sewers is part of this process. The scheduled sewers are to be inspected in order to: ??? determine the condition of the selected pipes ??? identify joint displacements and leakiness ??? assess root growth and fat build up ??? identify sewers that have dips/adverse grades 1.3. SCOPE OF WORKS The contract includes among other things: 1. Locate manholes and CCTV access points. 2. Initial CCTV inspection to determine cleaning treatment 3. Pipeline cleaning (both light & heavy) 4. Debris removal and disposal 5. CCTV Inspection 6. Laser profiling for pipe internal diameter (provisional item) 7. Manhole Inspections 8. Location of the position of any buried manholes, service connections or pipes (using a CCTV camera). 9. Reporting all defects and features identified during the CCTV inspection process. 10. Correcting/updating incorrect or missing asset information. TENDERS: Tenders close via GETS at 4.00 p.m. on Friday, 1st July 2016 POSSESSION OF THE SITE: 5 days after the date of the Letter of Acceptance CONTRACT PERIOD: Until 31st August 2016 with possible extension of 1 month",Awarded,,20201117 Oranga Tamariki–Ministry for Children,19568460,Request for Proposals,Open Competition,Capability Development Fund,,20180323,20180524,20180824,,Sole Agency,No,,"Oranga Tamariki???Ministry for Children is making available a Capability Development Fund (CDF). The purpose of the fund is to develop the capability of organisations currently delivering care to tamariki and rangatahi (or those wanting to move into this space), to directly create additional care options across Aotearoa.",Not Awarded,"CONTRACTS AWARDED Successful provider(s): Round One (contracts awarded from 07 May 2018) Barnardos New Zealand (Canterbury) Cholmondeley Children???s Centre (Canterbury) Key Assets New Zealand Ltd (Canterbury) Nga Mataapuna Oranga (Tauranga) Te Runanga o Ngati Ranginui (Tauranga) Tumanako Hou Trust Whakatane (Whakatane) Waitomo Papakainga Development Society Incorporated (Kaitaia) Round Two (contracts awarded from 13 June 2018) Barnardos New Zealand ??? collaboration (Invercargill) Dunedin Community Care Trust (Otago, Southland) Gateway Housing Trust (Nelson) Hohepa Services Limited (Hawke???s Bay) Innov8 Group Limited (Napier) MASH Trust (Palmerston North) Ririe Care Services (Hawke???s Bay, Palmerston North) Te Putahitanga o Te Waipounamu GP Limited (Southland, West Coast, Central Otago and Tahuna) Te Taiwhenua O Te Heretanuga (Hastings) Youth Horizons (Auckland) Fast-track Eastern Southern Youth Trust (Wellington)",20201117 Oranga Tamariki–Ministry for Children,19843065,Request for Proposals,Open Competition,Supported Living for Young People - Auckland,,20180625,20180719,20190215,,Sole Agency,No,,"The successful provider(s) will be responsible for providing safe, semi-supported accommodation for young/people rangatahi, and facilitate the learning of independent living skills alongside interpersonal skills for shared living.",Not Awarded,"Contract Award Notice- Supported Living for Young People in Auckland Date published: 15 February 2019 Purchaser: Oranga Tamariki???Ministry for Children 56 The Terrace Wellington 6011 New Zealand Successful suppliers: Salvation Army New Zealand 202 Cuba Street (Head Office) Wellington 6011 Lifewise Trust 3131 Great North Road New Lynn Auckland Procurement process used: Open and competitive Date service contract awarded: 01 December 2018 Contract term: 1 December 2018 to 30 June 2020 Service description: Supported Living for Young People ??? This service aids in a more gradual transition from fully supported care to independent living. Providers are responsible for providing safe, semi-supported accommodation for young people, and facilitate the learning of independent living skills alongside interpersonal skills for shared living.",20201117 Otago Polytechnic,19132328,Request for Proposals,Open Competition,Otago Polytechnic Dunedin Campus Snack Vending October 2017,,20171013,20171110,20180213,,Sole Agency,No,,Supply of Snack Vending Machines,Awarded,,20201117 Otago Polytechnic,19384258,Request for Proposals,Open Competition,Contamination Assessment Albany Street Site,,20180122,20180220,20180529,,Sole Agency,No,,"Proposal for contamination assessment, report and recommendations for Albany Street Site, Dunedin campus please note that appendixes are uploaded in addendum 1",Awarded,,20201117 Otago Polytechnic,19410035,Request for Proposals,Open Competition,Otago Polytechnic Cleaning Services Central Otago Campus Sites,,20180202,20180302,20180507,,Sole Agency,No,,Otago Polytechnic is seeking proposals for provision of cleaning services to its Central Otago Campus sites,Awarded,,20201117 Otago Polytechnic,19410041,Request for Proposals,Open Competition,Otago Polytechnic Cleaning and After Hours Security Services Dunedin Sites,,20180202,20180228,20180507,,Sole Agency,No,,Otago Polytechnic is seeking proposals for cleaning services and after hours security services to its Dunedin sites,Awarded,,20201117 Otago Polytechnic,19467290,Request for Proposals,Open Competition,"Bulk Copying, Digital Print, Finishing and Corporate Stationery Printing",,20180221,20180313,20180507,,Sole Agency,No,,"Otago Polytechnic is looking for a supplier to provide bulk photocopying, digital printing and finishing services across its campuses and for staff working remotely; as well as provision of corporate stationery print requirements such as letterhead, logo envelopes and business cards NB As per Clause 1.6 b, there is no Response Form, but a Pricing Template is included in the attachments",Awarded,,20201117 Otago Polytechnic,19499942,Request for Quotations,Open Competition,Otago Polytechnic Supply of Building Warrant of Fitness IQP Services,,20180302,20180316,20180507,,Sole Agency,No,,Otago Polytechnic is seeking quotes for provision of Building Warrant of Fitness compliance checks and related IQP Services for its Dunedin and Central Otago campuses,Awarded,,20201117 Otago Polytechnic,19594051,Request for Proposals,Open Competition,Otago Polytechnic Veterinary Nursing Student Kit and Branded Merchandise,,20180404,20180417,20180507,,Sole Agency,No,,"Otago Polytechnic is looking for a supplier to provide logo branded Veterinary Nursing student apparel and name badges, as well as occasional logo branded merchandise and staff name badges for the Polytechnic Students need to be able to purchase and pay for their own kit from an online site, and have their order delivered nationwide Staff need to be able to purchase from on online site using a purchase order number or internal charge code, able to be charged back to the Polytechnic",Awarded,,20201117 Otago Polytechnic,19899949,Request for Proposals,Open Competition,Web User Experience Project,,20180712,20180803,20180830,,Sole Agency,No,,Otago Polytechnic is looking for a leader in the User Experience design field to help our internal project team to deliver a refreshed and customer-centric website,Awarded,The contract has now been awarded. Unsuccessful respondents will be contact by email with an offer for supplier debrief.,20201117 Otago Regional Council,10812212,Request for Proposals,Open Competition,Mobile Solution for Field Staff,RFP2015-4,20150410,20150508,20151105,,Sole Agency,No,"70 Stafford Street, Dunedin","The ORC field team conducts over 6000 inspections per annum of various types around Otago. The information from these visits is collected on paper forms and then entered in to various corporate systems, where time allows. It is estimated that for every two hours spent doing inspections, 1.5 hours are spent on office based planning and data entry work ??? clearly this comes at significant cost. By having an effective mobile solution ORC can expect to reduce the amount of staff time doing data entry and allow them to complete higher value activities. ORC???s purpose with this RFP is to identify a suitable partner agency for providing a mobile solution and providing assistance with or building any integrations or data processes that are required to facilitate an effective solution. ORC will welcome discussions around any methodologies or technologies that will meet our objectives.",Not Awarded,Council wish to advise that Accela have been selected to provide the services outlined in this tender,20201117 Otago Regional Council,17053443,Request for Proposals,Open Competition,"Review of Port,Harbour and other watersin Otago - Navigational Safety",RFP 2015 L1,20151204,20151223,20160427,,Sole Agency,No,"Otago Regional Council, 70 Stafford Street, Dunedin","The Otago Regional Council (???Council???) seeks proposals from suitably resourced and qualified providers to review the ORC???s role in the navigational safety of Port, Harbours and other waters in the Otago region in accordance with this Request for Proposal, Terms of Reference and the attached conditions of contract Nationally regional councils have increasingly taken responsibility to manage commercial, recreational and environmental aspects of ports, harbours and waters in their regions. With respect to ports and harbours, Maritime NZ is seeking that regional councils prepare plans of how the safety of these areas are planned, monitored and enforced . ORC has taken a low key approach to these matters. Where possible it has transferred its responsibilities by appointing third parties to take on the functions for specific areas of work. Port Otago Limited has responsibility for port-based safety. An ORC staff member(s) assumes the role of harbourmaster and authorises recreational events and other minor functions in the non-commercial port related sections of the Otago harbour. Stewardship of other harbours such as Oamaru, Karitane, Moeraki and Taieri Mouth is not undertaken to the same degree. The Otago Regional Council has transferred the navigation safety of all navigable rivers and lakes in the Queenstown district to the Queenstown Lakes District Council (QLDC). This activity focuses mainly on the tourist focussed jet boat activity on the lakes and rivers. A similar transfer is in effect with Central Otago District Council (CODC) for all the waters of the Clutha River and tributaries that form Lake Dunstan. Both QLDC and CODC have in force navigational safety bylaws for their respective waters. ORC formally had navigational safety bylaws for Otago and Karitane harbours. These bylaws have now lapsed. Other regional councils have determined the level of involvement they deem appropriate and have these activities resourced. The Otago Regional Council needs to determine what involvement it should have with respect to navigational safety of Port, Harbours and other waters in the Otago region.",Awarded,,20201117 Otago Regional Council,20050751,Request for Tenders,Open Competition,Request for Tender - Harbourmaster Launch,,20180821,20180907,20190430,,Sole Agency,No,tenders@orc.govt.nz,"The Otago Regional Council is seeking a supplier to provide a Harbourmaster Launch for it to carry out the waterborne function of the Harbourmaster???s team. The vessel to be purchased will have a requirement to operate in various arena???s that include 12 miles out to sea, harbours, bar crossings, lakes and rivers. Full details contained in tender attached.",Not Awarded,The contract for Harbourmaster Launch has been awarded to McLay Boats Ltd. We apologise for the delay in posting this notice and thank all tenderers for theri submissions,20201117 Pacific Cooperation Broadcasting Limited,20725173,Request for Proposals,Open Competition,Pasifika TV Channel Services,,20190213,20190311,20190625,,Sole Agency,No,,"Pacific Cooperation Broadcasting Limited (PCBL) is seeking an established and experienced broadcast service provider to create a fully built linear encrypted Pasifika TV channel; operate it on a 24/7 daily basis; up-link it to satellite; and provide an alternate OTT distribution path. The successful provider will offer services to: ??? aggregate both live and pre-recorded content from a variety of New Zealand broadcasters, international and Pacific production companies; and ??? create a fully built broadcast channel; and ??? provide other associated ancillary broadcast services as required; and ??? up-link the output to a dedicated satellite transponder slot along with two additional radio channels embedded in the audio. ??? provide an alternate OTT distribution path This is a unique opportunity to be part of a multicultural New Zealand broadcast initiative, building strong partnerships with Pacific Broadcasters to enhance industry capacity.",Awarded,,20201117 Palmerston North City Council,18172937,Request for Proposals,Open Competition,Wildbase Recovery Aviaries - Project/Contract Manager,,20161123,20161202,20170623,,Sole Agency,No,"Tender Box, Palmerston North City Council, The Square, Palmerston North","PNCC is seeking project and contract management services to manage the construction phase of the Central Energy Trust Wildbase Recovery project. Central Energy Trust Wildbase Recovery is a native wildlife rehabilitation and education facility. This facility will provide shelter and care for native wildlife to rehabilitate from illness and injury after treatment before they are released back to the wild. Central Energy Trust Wildbase Recovery will facilitate public viewing of wildlife. Enclosures are more intimate than in a zoo setting, enabling visitors a close-up experience with wildlife without disturbing their recovery. At 2,900 m2 Central Energy Trust Wildbase Recovery will include 14 recovery aviaries as well as two breeding aviaries, a walk-through aviary and an education centre and support building. The build is expected to take a year with a target of Central Energy Trust Wildbase Recovery being open in February 2018. The estimated price of construction is $4.8 m.",Not Awarded,,20201117 Palmerston North City Council,18341901,Request for Tenders,Open Competition,Contract 3462 - Tender for Removal,,20170130,20170215,20170623,,Sole Agency,No,,"Palmerston North City Council wishes to tender the Victoria Esplanade Education Centre for removal. Built in 1997, construction of the single storey building includes laminated timber frame with light internal partitions on a concrete slab The building is approximately 168 sq m of floor area broken up into 9 spaces including a kitchenette, two accessible toilets, storage, reception, office and meeting rooms",Not Awarded,,20201117 Palmerston North City Council,18428401,Request for Tenders,Open Competition,Contract 3465 - Central Energy Trust Wildbase Recovery,,20170301,20170330,20170623,,Sole Agency,No,"Palmerston North City Council TENDERS BOX - Customer Services Centre - The Square, Palmerston North","Palmerston North City Council invites you to tender for the construction of the Wildbase Recovery Facility including all landscaping and aviaries. The contract will be a lump sum contract in accordance with NZS3910:2013. The Wildbase Recovery Facility will be located within Palmerston North's Victoria Esplanade. The aim of the Wildbase Recovery Facility is to create a world-class facility that maximises conservation and education outcomes for rehabilitating wildlife. To achieve this the Wildbase Recovery Facility will be constructed within Palmerston North's Victoria Esplanade and will contain recovery aviaries, support facility for vet care and an Education Centre. - The Contract works include (but are not necessarily limited to): - Site clearance and preparation for bulk earthworks, - Site-wide drainage to be completed to allow the construction of new aviaries, education centre, recovery facility and all related site works to allow public and private use, - 14 separate aviaries to be erected, including construction of new foundations, the design and build of the cable wire rope support system to form the enclosure, all landscaping, pump and water recirculation and all services (plumbing, electrical and data), - The education centre and adjoining support facility includes the construction of new foundation, all structure, services and security, - The erection of a new exterior predator proof pre-cast concrete fence include a front entrance, - Site-wide landscaping, including the planting of new foliage, - Incorporation of in-kind donor materials, nominated sub-contractors and suppliers and separate contractor works.",Not Awarded,,20201117 Parliamentary Commissioner for the Environment,8984182,Request for Proposals,Open Competition,Website Development,pce201501,20150217,20150310,20150514,,Sole Agency,No,"PO Box 10 241, Wellington 6143",The Parliamentary Commissioner for the Environment (???PCE???) has decided to seek Proposals from suitably qualified organisations to design and develop a new website in place of the existing PCE website (www.pce.parliament.nz).,Awarded,,20201117 Pharmaceutical Management Agency,3926374,Request for Tenders,Open Competition,Infliximab Request for Tenders,A724152,20140902,20140930,20141201,,Sole Agency,No,,"PHARMAC requests tenders for the sole supply of infliximab to DHB hospitals in New Zealand. Further information can be found in the attached RFT document which can also be found on our website at www.pharmac.health.nz. If you wish to submit a bid in relation to this RFT, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 5pm (New Zealand time) on Tuesday, 30th September 2014. Bids must be submitted using the attached Tender Submission Form template. If you have any inquiries about this RFT you should contact Jackie Evans, Senior Therapeutic Group Manager (jackie.evans@pharmac.govt.nz). We look forward to receiving your bids.",Awarded,Award notification can be found at PHARMAC's website (http://www.pharmac.health.nz/news/notification-2014-11-28-infliximab/).,20201117 Pharmaceutical Management Agency,6058633,Request for Tenders,Open Competition,PHARMAC 2014/15 Annual Multi-Product Invitation to Tender,A743161,20141106,20141218,20150227,,Sole Agency,No,,"6 November 2014 Release of the 2014/15 Invitation to Tender The 2014/15 Invitation to Tender (2014/15 ITT) has been distributed today. Please note that the Electronic Portal will not be available until approximately five working days following the release of the 2014/15 ITT. If you have not previously registered your contact details with PHARMAC to access the Electronic Portal, and you would like to participate in the 2014/15 ITT, please contact the Tender Analysts at tender@pharmac.govt.nz. If you have registered your email address with us, you will receive an email link to the Electronic Portal once it has become available. If you don???t receive this link by 17 November, we suggest that you check your e-mail spam filters (in case it has been caught by your filters) prior to contacting us. A complete copy of the 2014/15 ITT is also available on our website at the following link http://www.pharmac.health.nz/news#tender. We will not be posting out any hard copies of the 2014/15 ITT.",Not Awarded,"Line items that have been resolved from the PHARMAC 2014/15 Annual Multi-Product Invitation to Tender will be notified on the PHARMAC website towards the end of each month. The notifications are available on the PHARMAC website here: http://www.pharmac.health.nz/news/#notification, from 24 February 2015 onwards.",20201117 Pharmaceutical Management Agency,7280174,Request for Proposals,Open Competition,PHARMAC Office Cleaning Services,A742133,20141210,20150122,20150312,,Sole Agency,No,"Level 9, 40 Mercer Street, Wellington","PHARMAC invites proposals for the supply of cleaning services to its offices situated over four levels of Simpl House, 40 Mercer Street, Wellington. Cleaning services to be delivered are in the attached document under schedule 1.",Awarded,,20201117 Pharmaceutical Management Agency,10950543,Request for Tenders,Open Competition,Supply of Metoprolol Succinate and Tartrate to DHB Hospitals and/or Community Pharmacies,,20150420,20150518,20160115,,Sole Agency,No,,"PHARMAC currently lists and fully funds metoprolol succinate & metoprolol tartrate brands in Section B and Section H of the Pharmaceutical Schedule, without restriction. All presentations of each chemical have Sole Supply Status as well as Hospital Sole Supply expiring 30 June 2015. Metoprolol succinate and tartrate are Beta-adrenoceptor blocking agents, or beta-blockers as they are more commonly called, used predominantly in the treatment of such conditions as hypertension, angina and cardiac arrhythmias. PHARMAC is seeking responses for community and hospital sole supply (Sections B and H of the Pharmaceutical Schedule) to run until 30 June 2018, for each of the products listed in Schedule Two. For clarification, in accordance with clauses 2.3 to 2.6 of Schedule Three, you may submit: ??? Individual Tender Bids, ??? Aggregated Tender Bids, ??? Combined Community/Hospital Tender Bids, ??? Aggregated Combined Community/Hospital Tender Bids, ??? If a bid is submitted for metoprolol succinate then it is submitted for all strengths of metoprolol succinate currently listed, ??? If a bid is submitted for oral metoprolol tartrate then it is submitted for all strengths of oral metoprolol tartrate currently listed, ??? It is preferable but not essential that metoprolol succinate is supplied in either 90 tablet or 30 tablet pack sizes . For the avoidance of doubt and In accordance with clause 1.15 of Schedule Two, PHARMAC is not willing to consider Tender Bids that include Rebates in respect of Tender Items as part of this RFT. Accordingly, you may not submit a bid for a Tender Item that includes a Rebate.",Awarded,Please find attached the award notices for details.,20201117 Pharmaceutical Management Agency,13888293,Request for Proposals,Open Competition,Supply of Services Related to Te Reo Maori training,TEREO:KE,20150710,20150807,20150916,,Sole Agency,No,"Level 9, Simpl House, 40 Mercer Street, Wellington",PHARMAC invites proposals for the supply of Te Reo M??ori training to PHARMAC staff.,Awarded,,20201117 Pharmaceutical Management Agency,15051734,Request for Proposals,Open Competition,Supply of Quantitative Research and Analysis Services,VAR:KE,20150812,20150911,20160407,,Sole Agency,No,"Level 9, Simpl House, 40 Mercer Street, Wellington (PO Box 10254, Wellington)","PHARMAC is interested in considering any proposal from suppliers of evaluation and research services to provide quantitative research to describe variations in dispensing of specific medication groups by ethnicity, adjusting for health need. PHARMAC is seeking to refresh and update the report ???Variation in the use of medicines by ethnicity in 2006/07; a preliminary analysis??? published in the New Zealand Medical Journal in October 2013. In particular, PHARMAC is interested in responses from suitably experienced service providers able to: 1. Collate and analyse data. 2. Extract datasets, ie current PharmHouse data and the Ministry of Health???s latest NZBDIRFS data (burden of disease data for the year 2006, published in 2013). 3. Apply existing methodology to generate two pieces of interrelated analyses. 4. Write a report to publishable standard.",Awarded,,20201117 Pharmaceutical Management Agency,16331546,Request for Proposals,Open Competition,Supply of Progestogen-Only Long-Acting Intraurine Systems,A800426,20150911,20151016,20160720,,Sole Agency,No,,"PHARMAC invites proposals for the supply of progestogen-only long-acting intrauterine systems in New Zealand. PHARMAC is interested in considering proposals from suppliers of progestogen-only long-acting reversible contraceptives in the presentation of an intrauterine system. This would include a levonorgestrel intrauterine system, as levonorgestrel is a synthetic progestogen, but would not include any non-progestogen containing intrauterine devices or levonorgestrel implants. Proposals must be submitted to PHARMAC no later than 4.00 p.m. (New Zealand time) on 16 October 2015, via the Government Electronic Tenders Service (GETS). Late proposals will only be considered at PHARMAC???s discretion. If you have any inquiries about this RFP you should submit them on GETS or alternatively contact Bronwyn Hale, Therapeutic Group Manager by email at bronwyn.hale@pharmac.govt.nz.",Awarded,"PHARMAC is pleased to announce the approval of a sole supply agreement with Bayer New Zealand Limited for Mirena, the currently funded brand of progestogen-only long-acting intrauterine system (LIUS). This was the subject of a consultation letter dated 27 June 2016. In summary, the effect of the decision is that: ???Mirena will continue to be subsidised in the community for the treatment of heavy menstrual bleeding subject to Special Authority criteria. ???Mirena will be listed on the Hospital Medicines List (HML) subject to hospital restrictions for the treatment of heavy menstrual bleeding and endometriosis. ???Mirena would be the only subsidised progestogen-only LIUS in the community; and Mirena will have Hospital Supply Status with a 1% Discretionary Variance (DV) limit in DHB hospitals, from 1 August 2016 until 30 June 2019. ???A confidential rebate will apply which reduces the net price of Mirena (used in both the community and hospital setting) to the Funder. Details of the decision can be found on PHARMAC's website (http://www.pharmac.govt.nz/news/notification-2016-07-20-lius-mirena/).",20201117 Pharmaceutical Management Agency,16683899,Request for Proposals,Open Competition,RFP for the supply of various wound care products to DHB hospitals,A790508,20150915,20151027,20161206,,Sole Agency,No,,"PHARMAC is interested in considering proposals from suppliers of the following wound care products for supply to DHB hospitals as per the specifications outlined in Attachment One of this RFP: 1. Combine dressings (includes Gamgee dressings) 2. Compression bandages (includes compression bandage kits and bandages required to create compression systems) 3. Foam dressings (excludes anti-microbial foam dressings) 4. Laparotomy sponges (sterile and non-sterile) 5. Low adherent dressings with adhesive border 6. Securement bandages (excludes tubular bandages) All proposals must be submitted to PHARMAC via the Government Electronic Tenders Services (GETS) no later than 4.00pm (New Zealand time) on Tuesday, 27 October 2015. If you have any questions about this RFP, please contact Marcus Kim, by email at marcus.kim@pharmac.govt.nz or by telephone on +64 (04) 901 3207 at PHARMAC.",Awarded,"PHARMAC is pleased to announce the approval of market share agreements, which award Hospital Supply Status (HSS) for six wound care subcategories. Further details of this announcement can be found on our website http://www.pharmac.govt.nz/news/notification-2016-10-06-market-share-wound-care/.",20201117 Pharmaceutical Management Agency,16688909,Request for Proposals,Open Competition,Supply of Web Content Loading Services,JL:WEB,20150916,20151009,20160613,,Sole Agency,No,"Level 9, Simpl House, 40 Mercer Street, Wellington","PHARMAC is interested in considering any proposal from suppliers of website content loading services. In particular, PHARMAC is interested in the following types of services: ??? Converting content from MS Word documents (and occasionally other document types) into well-structured and accessible web pages in the appropriate portions of its CWP SilverStripe websites. ??? Sanitising content and converting it to PDF for web publication. ??? Preparing and loading various other types of files. ??? Preparing images for publication on the web. ??? Loading videos to YouTube and preparing appropriate description data for them. ??? Other web publication processes on our CWP SilverStripe websites as required.",Awarded,,20201117 Pharmaceutical Management Agency,16846394,Request for Proposals,Open Competition,Supply of Responsible Use of Pharmaceuticals Activities in Primary Care,E&I: JM,20151001,20151113,20170622,,Sole Agency,No,"Level 9, Simpl House, 40 Mercer Street, Wellington 6011","PHARMAC is interested in considering proposals from suppliers of services to promote the responsible use of publicly subsidised pharmaceuticals in primary care. The services provided should focus on particular information and delivery approaches for the main health professional groups working in primary care: general practitioners, community pharmacists, nurses and allied health. This includes best practice information, educational information and other information that supports the Government???s ???health care closer to home??? goals. PHARMAC often communicates with healthcare professionals on funding decisions or changes made to the Pharmaceutical Schedule. PHARMAC is keen to improve the mechanisms it uses to communicate these changes and anticipates that the services outlined in this RFP could be utilised to support communication of PHARMAC???s transactions, funding decisions, and other activities related to the responsible use of pharmaceuticals. PHARMAC identifies two major elements to these services: a) The creation of the information to be shared with healthcare professionals; and, b) the dissemination/distribution of the created information.",Awarded,,20201117 Pharmaceutical Management Agency,16886814,Request for Tenders,Open Competition,Request for Tender ??? Supply of Propofol to DHB Hospitals,A787022,20151015,20151113,20160309,,Sole Agency,No,,"PHARMAC invites tenders for the supply of propofol, a general anaesthetic, to DHB hospitals in New Zealand. PHARMAC is seeking bids for Hospital Supply Status (Part II of Section H of the Pharmaceutical Schedule) to run until 30 June 2019, for each of the products listed in Schedule Two. If you wish to submit a Tender Bid in relation to hospital supply, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4:00 pm (New Zealand time) on 13 November 2015. If you have any queries about this RFT, you should submit them via GETS. We look forward to receiving your tender bids.",Awarded,www.pharmac.govt.nz/news/notification-2016-03-04-propofol/,20201117 Pharmaceutical Management Agency,17045806,Request for Proposals,Open Competition,Request for Proposals - Supply of Volatile Anaesthetics in New Zealand,A820659,20151210,20160122,20160815,,Sole Agency,No,,"IMPORTANT NOTE - Please note that the due date for proposals has been extended until Friday 22 January 2016. PHARMAC invites proposals for the supply of volatile anaesthetics in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. ?? Appendix 1 contains further market information on anaesthetic machines used by DHB Hospitals If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4.00 p.m. on 22 January 2016 (not 15 January 2016 as outlined in the RFP document). If you have any questions about this RFP, please submit them via GETS.",Awarded,"PHARMAC is pleased to announce the approval of a sole supply agreement with Baxter Healthcare Limited for the supply of volatile anaesthetics sevoflurane, desflurane and isoflurane which are used in DHB hospitals during general anaesthesia. This was subject to a consultation letter dated 30 June 2016, available on www.pharmac.govt.nz. The proposal was approved as consulted on. In summary, the effect of the decision is that from 1 September 2016 there will be: ??? a reduction in price across all three volatile anaesthetics supplied by Baxter currently used in DHB Hospitals; and ??? continued supply of loan vaporisers for the administration of sevoflurane, desflurane and isoflurane as required by DHB hospitals. ??? Baxter???s Sevoflurane, Suprane and Aerrane will remain listed, in Part II of Section H of the Pharmaceutical Schedule at decreased prices from 1 September 2016. ??? Hospital Supply Status will apply to the above three pharmaceuticals from 1 September 2016 until 30 June 2019 (the HSS Period) with a 1% DV limit. ??? As indicated in the RFP document, the HSS Period for each pharmaceutical could be extended for an additional period of 12 or 24 months at PHARMACs discretion Vaporisers ??? Baxter will continue to provide and support a sufficient number of vaporisers on loan to DHB Hospitals for the administration of sevoflurane, desflurane and isoflurane as required in each DHB Hospital. The range of supported vaporiser models available on loan and specified in the agreement has been expanded to include new models manufactured by Dr??ger, GE and Maquet.",20201117 Pharmaceutical Management Agency,17123811,Request for Proposals,Open Competition,PHARMAC External Tender System RFP,A840331,20160119,20160229,20160615,,Sole Agency,No,,"PHARMAC is interested in considering proposals for an IT solution able to record and manage tender bids and relevant tender bid information received during PHARMAC???s tender process (???Solution???). The Solution also needs to allow data exports to PHARMAC???s internal tender system to enable PHARMAC to analyse tender bids. The Solution needs to satisfy PHARMAC business requirements, with a focus on security and usability of the Solution by external submitters to the tender (domestic and international), as well as meeting the pre-conditions stated in Section 3.2 of this RFP. It is PHARMAC???s intent that the solution will be hosted by a third party. The Solution must be fully tested and operational by 30 September 2016. Responses must be received by 29 Feb 2016 5pm NZT. Please see the attached RFP, high level business requirements, sample contract, and response template.",Awarded,"The lowest and highest offers that PHARMAC evaluated to award the contract ranged from $120,000 to $250,000.",20201117 Pharmaceutical Management Agency,17175741,Request for Proposals,Open Competition,Influenza vaccine RFP,A855567,20160203,20160303,20160808,,Sole Agency,No,,"PHARMAC is interested in considering any proposal from suppliers of seasonal influenza vaccine for supply to the eligible population for the annual national influenza vaccination campaign in New Zealand. Exact start and end dates for each campaign???s season will be notified each year. Proposals should be in relation to the supply of influenza vaccine alone and should not include any other vaccines or pharmaceuticals either related or not to influenza vaccination. If you wish to submit a proposal, you must submit it via the Government Electronic Tenders Service (GETS) no later than 5:00pm on 3 March 2016. If you have any questions about this RFP, please contact Chris Chapman at chris.chapman@pharmac.govt.nz or Caroline de Luca at caroline.deluca@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the approval of an agreement with BGP Products Pty Ltd (trading as Mylan EPD) for the supply of influenza vaccine for the 2017, 2018 and 2019 influenza seasons. For full details please refer to our website: http://www.pharmac.govt.nz/news/notification-2016-08-05-influenza-vaccine-bgp/",20201117 Pharmaceutical Management Agency,17198036,Request for Proposals,Open Competition,Request for Proposals - Supply of Various Vaccines,A857441,20160215,20160324,20170612,,Sole Agency,No,,"Dear Supplier REQUEST FOR PROPOSALS ??? SUPPLY OF VARIOUS VACCINES PHARMAC invites proposals for the supply of various vaccines in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current funded market for the various vaccines; ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal; and ?? Schedule 5 sets out PHARMAC???s proposed terms and conditions for supply of Vaccines that will apply if your proposal is awarded. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4.00 p.m. (New Zealand time) on Thursday 24 March 2016. If you have any questions about this RFP you should submit them via GETS or alternatively by email procurement@pharmac.govt.nz Please note that any additional information that PHARMAC gives to you as a result of your enquiry will also be given by PHARMAC to other potential suppliers, if PHARMAC determines that such information is material. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce decisions related to the National Immunisation Schedule that will take effect from 1 July 2017. The decisions have been made following a Request for Proposals (RFP) for the supply of various vaccines. For more information please see our website.",20201117 Pharmaceutical Management Agency,17212019,Request for Proposals,Open Competition,REQUEST FOR PROPOSALS ??? SUPPLY OF MEDICAL THERMOMETER PRODUCTS,A864824,20160216,20160323,20180831,,Sole Agency,No,,"PHARMAC invites proposals for the supply of Medical Thermometer Products to DHB hospitals in New Zealand (???DHBs???). This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 specifies the information a Supplier needs to include with its proposals; and ?? Schedule 4 specifies the product details, specifications and pricing a Supplier needs to include with its proposals. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Services (GETS) no later than 5.00 p.m. on Wednesday, 23 March 2016. If you have any questions about this RFP, please contact Ryan Graves (Device Category Manager) by email ryan.graves@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,17225189,Request for Proposals,Open Competition,Insulin glargine RFP,A856857,20160222,20160411,20160928,,Sole Agency,No,,"PHARMAC invites proposals for the supply of insulin glargine in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated market size for insulin glargine in the community and DHB hospitals; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Services (GETS) no later than 5.00 p.m. on 21 March 2016. If you have any questions about this RFP, please contact Bronwyn Hale (Therapeutic Group Manager) through GETS (www.gets.govt.nz) or by email bronwyn.hale@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Not Awarded,"PHARMAC has decided not accept any proposals for the supply of insulin glargine following consideration of responses to the request for proposals (RFP) for insulin glargine issued on 22 February 2016. This means that there will be no changes to the listing of the current brand of insulin glargine (Lantus) in Section B and Part II of Section H of the Pharmaceutical Schedule as a result of the RFP. If you have any questions about this decision, you can email us at enquiry@pharmac.govt.nz or call our toll free number (9 am to 5 pm, Monday to Friday) on 0800 66 00 50.",20201117 Pharmaceutical Management Agency,17297211,Request for Proposals,Open Competition,Gonadotropin-releasing hormone (GnRH) analogue RFP,A831080,20160308,20160421,20160830,,Sole Agency,No,,"PHARMAC invites proposals for the supply of gonadotropin-releasing hormone analogues in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the approximate market size of the pharmaceutical in the community and in DHB hospitals; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) no later than 5.00 p.m. on 7 April 2016 If you have any questions about this RFP, please post these on the Government Electronic Tenders Service (www.gets.govt.nz) or alternatively contact Chlo?? Dimock at PHARMAC by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC has made decisions to award the Zoladex brand of goserelin Sole Subsidised Supply in the community and Hospital Supply Status in DHB hospitals and to apply reference pricing to leuprorelin (Eligard and Lucrin) in the community For full details please refer to our website: https://www.pharmac.govt.nz/news/notification-2016-08-30-gonadotropin-analogues/",20201117 Pharmaceutical Management Agency,17312841,Request for Proposals,Closed Competition,Supply of diabetes management products RFP,A862016,20160817,20160908,20171120,,Sole Agency,No,,"PHARMAC invites proposals for the supply of diabetes management products in New Zealand. This request for proposals is the second and final stage of a two stage procurement process following an expression of interest that was issued on 29 June 2015 (EOI). Only suppliers whose diabetes management products have pre-qualified through the EOI process are invited to participate in this request for proposals. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the diabetes management products for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current subsidised market for the diabetes management products; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4.00 p.m. on 8 September 2016. If you have any questions about this RFP, please submit them via GETS or alternatively contact Marcus Kim, Procurement Manager/ Team Leader, by email at procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"We???re pleased to announce the approval of a new sole supply arrangement with Pharmaco (NZ) Limited for an expanded range of CareSens self-monitoring diagnostic test meters and associated test strips from 1 February 2018 until 30 June 2022. Please visit our notification webpage for full details: www.pharmac.govt.nz/news/notification-2017-11-16-diabetes-management-products/",20201117 Pharmaceutical Management Agency,17320823,Request for Proposals,Open Competition,Bortezomib RFP,A869347,20160316,20160413,20160623,,Sole Agency,No,,"REQUEST FOR PROPOSALS ??? SUPPLY OF BORTEZOMIB PHARMAC invites proposals for the supply of bortezomib in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Services (GETS) no later than 5.00 p.m. on 13 April 2016. If you have any questions about this RFP, please post these on the Government Electronic Tenders Service (www.gets.govt.nz) or alternatively contact Chlo?? Dimock at PHARMAC by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the decision to award Hospital Supply Status (HSS) from 1 July 2016 until 30 June 2019 for bortezomib in DHB hospitals to Janssen-Cilag???s brand of bortezomib (Velcade) inj 3.5 mg vial with a 1% discretionary variance (DV) limit. For full details please refer to our website: http://www.pharmac.govt.nz/news/notification-2016-06-10-bortezomib/",20201117 Pharmaceutical Management Agency,17487545,Request for Proposals,Open Competition,Request for Proposals - Supply of Anti Vascular Endothelial Growth Factor Agents,A875698,20160505,20160609,20161216,,Sole Agency,No,,"PHARMAC invites proposals for the supply of anti-vascular endothelial growth factor agents in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current market for the pharmaceutical in DHB hospitals; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Thursday 9 June 2016. If you have any questions about this RFP, please post these on GETS Please note the closing date for this RFP has been extended until June 23",Not Awarded,PHARMAC Board has resolved not to accept any proposals as a result of this RFP. For more details please visit our website (https://www.pharmac.govt.nz/news/notification-2016-12-15-antivascular-endothelial-growth-factor/).,20201117 Pharmaceutical Management Agency,17549525,Request for Proposals,Open Competition,Request for Proposal - Supply of Medical Devices used in Prevention of Venous Thromboembolism,A872160,20160525,20160630,20180629,,Sole Agency,No,,"PHARMAC invites proposals for the supply of medical devices used in the prevention of venous thromboembolisms (VTEs) to DHB hospitals in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 specifies the information a supplier needs to include with its proposal; and ?? Schedule 4 and Attachment 1, specifies the format, product information and specifications that you must include as part of your proposal. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Services (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 30 June 2016 If you have any questions about this RFP, please submit questions through GETS. Alternatively, contact Ryan Graves (Device Category Manager) by email ryan.graves@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,Covidien New Zealand Limited is now Medtronic New Zealand,20201117 Pharmaceutical Management Agency,17571910,Request for Tenders,Open Competition,Request for Tender - Leflunomide to DHB Hospitals and/or to Community Pharmacies,A903580,20160603,20160701,20160905,,Sole Agency,No,,"PHARMAC invites tenders for the supply of leflunomide to DHB hospitals and/or to community pharmacies in New Zealand. This request for tender (RFT) incorporates the following schedules: (a) Schedule 1 sets out the definitions used in this RFT; (b) Schedule 2 specifies the pharmaceuticals for which you may submit a Tender Bid in relation to community supply and/or hospital supply and provides background information to this RFT; (c) Schedule 3 describes the process PHARMAC intends to follow in relation to this tender, and provides instructions on how to submit a Tender Bid in relation to community supply and/or hospital supply; (d) Schedule 4 sets out terms that will apply if your Tender Bid in relation to community and/or hospital supply is awarded Sole Supply Status and/or Hospital Supply Status; (e) Schedule 5 sets out the additional terms that will apply if your Tender Bid in relation to community supply is awarded Sole Supply Status; (f) Schedule 6 sets out the additional terms that will apply if your Tender Bid in relation to hospital supply is awarded Hospital Supply Status; and (g) Schedule 7 sets out any other special terms. Please note that some clauses included in this RFT may not be applicable to this tender. PHARMAC has decided to retain substantially all of the clauses included in the standard PHARMAC invitation to tender to keep the terms of this RFT as familiar as possible to potential suppliers. This may mean that some clauses are not applicable in the context of a particular tender (which should be evident from the context). For the avoidance of doubt, references in this RFT to ???Price??? and ???Subsidy??? are references to the price at which a pharmaceutical would be listed on the Pharmaceutical Schedule. If you wish to submit a Tender Bid in relation to community supply and/or hospital supply, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4pm (New Zealand time) on Friday 1 July 2016. If you have any inquiries about this RFT you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your tender.",Awarded,"PHARMAC is pleased to announce a decision to award a sole supply arrangement for leflunomide to Apotex NZ Limited for its Apo-Leflunomide brand from 1 June 2017 in DHB hospitals and from 1 September 2017 in the community. The Apo-Leflunomide brand of leflunomide 10 mg and 20 mg tablets will be listed on the Pharmaceutical Schedule from 1 April 2017. If you have any questions about this decision, you can email us at enquiry@pharmac.govt.nz or call our toll free number (9 am to 5 pm, Monday to Friday) on 0800 66 00 50.",20201117 Pharmaceutical Management Agency,17596806,Request for Tenders,Open Competition,Request for Tender - Supply of Venlafaxine to DHB Hospitals and/or to Community Pharmacies,A913950,20160615,20160711,20161017,,Sole Agency,No,,"PHARMAC invites tenders for the supply of venlafaxine hydrochloride extended-release (venlafaxine) to DHB hospitals and/or to community pharmacies in New Zealand. This request for tender (RFT) incorporates the following schedules: (a) Schedule 1 sets out the definitions used in this RFT; (b) Schedule 2 specifies the pharmaceuticals for which you may submit a Tender Bid in relation to community supply and/or hospital supply and provides background information to this RFT; (c) Schedule 3 describes the process PHARMAC intends to follow in relation to this tender, and provides instructions on how to submit a Tender Bid in relation to community supply and/or hospital supply; (d) Schedule 4 sets out terms that will apply if your Tender Bid in relation to community and/or hospital supply is awarded Sole Supply Status and/or Hospital Supply Status; (e) Schedule 5 sets out the additional terms that will apply if your Tender Bid in relation to community supply is awarded Sole Supply Status; (f) Schedule 6 sets out the additional terms that will apply if your Tender Bid in relation to hospital supply is awarded Hospital Supply Status; and (g) Schedule 7 sets out any other special terms. Please note that some clauses included in this RFT may not be applicable to this tender. PHARMAC has decided to retain substantially all of the clauses included in the standard PHARMAC invitation to tender to keep the terms of this RFT as familiar as possible to potential suppliers. This may mean that some clauses are not applicable in the context of a particular tender (which should be evident from the context). For the avoidance of doubt, references in this RFT to ???Price??? and ???Subsidy??? are references to the price at which a pharmaceutical would be listed on the Pharmaceutical Schedule. If you wish to submit a Tender Bid in relation to community supply and/or hospital supply, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4pm (New Zealand time) on Monday 11 July 2016. If you have any inquiries about this RFT you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your tender.",Awarded,PHARMAC is pleased to announce a decision to award a sole supply arrangement for venlafaxine to Mylan New Zealand Limited (Mylan) for its Enlafax XR brand from 1 June 2017 in DHB hospitals and from 1 September 2017 in the community. For further information please see the attached notification letter.,20201117 Pharmaceutical Management Agency,17605776,Request for Proposals,Open Competition,Request for Proposals - Supply of Anti Vascular Endothelial Growth Factor Agents - extended deadline,A875698,20160615,20160623,20161216,,Sole Agency,No,,"PLEASE NOTE THAT THIS IS AN EXTENSION TO THE DEADLINE FOR THE RFP THAT WAS ISSUED ON 5 MAY 2016 (https://www.gets.govt.nz/PHARMAC/ExternalTenderDetails.htm?id=17487545). SUPPLIERS THAT HAVE ALREADY SUBMITTED A RESPONSE TO THE ORIGINAL RFP ARE NOT REQUIRED TO RESUBMIT. PHARMAC invites proposals for the supply of anti-vascular endothelial growth factor agents in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current market for the pharmaceutical in DHB hospitals; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Thursday 23 June 2016. If you have any questions about this RFP, please post these on GETS or alternatively contact Jeremy Price at PHARMAC by email at procurement@pharmac.govt.nz.",Not Awarded,PHARMAC Board has resolved not to accept any proposals as a result of this RFP. For more details please visit our website (https://www.pharmac.govt.nz/news/notification-2016-12-15-antivascular-endothelial-growth-factor/).,20201117 Pharmaceutical Management Agency,17648346,Request for Proposals,Open Competition,Request for Proposals - Supply of Sterile Surgical Gloves,A903273,20160630,20160811,20170404,,Sole Agency,No,,"PHARMAC invites proposals for the supply of sterile surgical gloves to District Health Board hospitals in New Zealand (???DHBs???). This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 sets out the background to the RFP, description of the proposals sought, and details the scope of this RFP; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 specifies the information a supplier needs to include with its proposal; All proposals must be submitted to PHARMAC via the New Zealand Government Electronic Tenders Service (GETS) no later than 5.00 p.m. on Thursday 11 August 2016. Any enquiries/questions relating to this RFP, must be submitted through GETS (www.gets.govt.nz). We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,17743670,Request for Proposals,Open Competition,Cyclooxygenase-2 (COX-2) inhibitors RFP,A926600,20160801,20160826,20161206,,Sole Agency,No,,"REQUEST FOR PROPOSALS ??? SUPPLY OF SELECTIVE CYCLOOXYGENASE-2 (COX-2) INHIBITORS PHARMAC invites proposals for the supply of selective cyclooxygenase-2 (COX-2) inhibitors in New Zealand; specifically, celecoxib and etoricoxib. The attached request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceuticals for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 26 August 2016 If you have any questions about this RFP, please post these on GETS or alternatively contact Chlo?? Dimock by email at procurement@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the approval of an agreement with Pfizer New Zealand Ltd for the supply of celecoxib. For full details please refer to our website: https://www.pharmac.govt.nz/news/notification-2016-12-05-cox-2-inhibitors-pfizer/",20201117 Pharmaceutical Management Agency,18089830,Request for Proposals,Open Competition,Supply of a web-based interactive learning module for health professionals,SLL Learning Module,20161101,20161125,20170207,,Sole Agency,No,,"PHARMAC invites proposals for the supply of a web-based interactive learning module for health professionals. PHARMAC is interested in considering any proposal from service providers to 1) create a web-based interactive learning module aimed at health professionals, and 2) to promote the learning module to health professionals. We are interested in receiving proposals from service providers with experience in creating online tools that incorporate videos, animation and written information, and delivering education services to health professionals.",Not Awarded,This RFP is closed and the contract has been awarded to Kineo,20201117 Pharmaceutical Management Agency,18096826,Request for Proposals,Open Competition,Request for Proposals - Supply of Nicotine Replacement Therapy (NRT),A966997,20161109,20161207,20170208,,Sole Agency,No,,"PHARMAC invites proposals for the supply of nicotine replacement therapy (NRT) (including, but not limited to, nicotine gum, lozenges, patches, oral spray and inhaler) in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: - Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; - Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; - Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; - Schedule 4 contains the RFP form in which you are to provide details of your proposal; - Appendix A contains the tables in which you are able to provide the presentation, pricing and dimension details of your proposal; and - Schedule 5 sets out PHARMAC's proposed terms and conditions for supply of NRT that will apply if your proposal is awarded. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Wednesday 7 December 2016. If you have any inquiries about this RFP you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Not Awarded,"8 Feb 2017 PHARMAC has decided to not accept any proposal in response to, and to terminate the process for, the “Request for Proposals – Supply of Nicotine Replacement Therapy (NRT)” dated 9 November 2016 (RFP). The terminology used in the RFP in relation to the request for “sample” packs created clear misunderstanding, with one or more suppliers believing that a level of tracking and follow-up would be required by the supplier for product sampling. This was not the intention and PHARMAC’s requirement for a small pack size was to allow patients to trial the different types and flavours (where relevant) of NRT treatments without needing to take home a bulk pack of each. PHARMAC intends to re-issue another RFP describing the requirements for a small pack size more clearly. This may lead to a listing proposal which would be subject to consultation and Board approval. See www.pharmac.govt.nz/news/ for further details.",20201117 Pharmaceutical Management Agency,18115925,Request for Proposals,Open Competition,Request for Proposals ??? Supply of Distribution and Associated Logistical Services in Respect of Funded Nicotine Replacement Therapy and Condoms to Community Health Organisations,A690777,20161111,20161209,20170623,,Sole Agency,No,,"PHARMAC invites proposals for the supply of distribution and associated logistical services in respect of funded nicotine replacement therapy and condoms to community health organisations in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: - Schedule 1 specifies the services for which PHARMAC is requesting proposals and sets out the background to the RFP; - Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; - Schedule 3 specifies the information you need to include with your proposal; and Two appendices include further information in relation to: - Appendix 1 - Service specifications and indicative agreement structure. - Appendix 2 - Pack size data and pharmaceutical order summaries. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Friday 9 December 2016 . If you have any inquiries about this RFP you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the approval of an agreement with Pharmacy Retailing (NZ) Limited (Onelink) for the bulk distribution and logistics services of funded condoms and nicotine replacement therapy (NRT) pharmaceuticals to community health organisations. Please see our website for full details - www.pharmac.govt.nz/news/notification-2017-06-23-condom-nrt-distribution/ If you have any questions about this decision, you can email us at enquiry@pharmac.govt.nz or call our toll free number (9 am to 5 pm, Monday to Friday) on 0800 66 00 50.",20201117 Pharmaceutical Management Agency,18243995,Request for Proposals,Open Competition,Request for Proposals - Supply of Metoprolol Succinate to DHB Hospitals and/or Community Pharmacies,A984067,20161216,20170127,20170608,,Sole Agency,No,,"REQUEST FOR PROPOSALS - SUPPLY OF METOPROLOL SUCCINATE TO DHB HOSPITALS AND/OR TO COMMUNITY PHARMACIES PHARMAC invites proposals for the supply of metoprolol succinate controlled-release tablets (metoprolol) in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal in relation to community supply and/or hospital supply, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4 pm (New Zealand time) on Friday 27 January 2017. If you have any inquiries about this RFP you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the approval of an agreement with AstraZeneca Pty Limited for the supply of metoprolol succinate long-acting tablets. This was the subject of a consultation letter dated 29 March 2017. For more details please visit our website: www.pharmac.govt.nz/news/notification-2017-06-02-metoprolol-succinate/",20201117 Pharmaceutical Management Agency,18365628,Request for Proposals,Open Competition,Request for Proposals - Supply of Nicotine Replacement Therapy (NRT),A1003058,20170220,20170324,20170904,,Sole Agency,No,,"PHARMAC invites proposals for the supply of nicotine replacement therapy (NRT) (including, but not limited to, nicotine gum, lozenges, patches, oral spray and inhaler) in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: - Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; - Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; - Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; - Schedule 4 contains the RFP form in which you are to provide details of your proposal; and - Appendix A contains the tables in which you are able to provide the presentation, pricing and dimension details of your proposal. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Friday 24 March 2017. In addition, to assist with the evaluation process, please supply us with samples of the proposed products no later than 4.00 p.m. on Friday 31 March 2017. This request is made under clause 3 of Schedule Two of the RFP dated 20 February 2017. For further information please refer to the letter of addendum dated 17 March 2017. If you have any inquiries about this RFP you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"PHARMAC is pleased to announce the approval of an agreement with GlaxoSmithKline Consumer Healthcare New Zealand Limited for the supply of its Habitrol brand of nicotine replacement therapy (NRT) gum, lozenges and patches. For more information please see the attached Notification Letter or our website www.pharmac.govt.nz/news/notifications",20201117 Pharmaceutical Management Agency,18537622,Request for Proposals,Open Competition,Aripiprazole RFP,A1014888,20170403,20170503,20180601,,Sole Agency,No,,"REQUEST FOR PROPOSALS- SUPPLY OF ARIPIPRAZOLE PHARMAC invites proposals for the supply of aripiprazole in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 3 May 2017 If you have any questions about this RFP, please post these on GETS or alternatively contact Chloe Dimock by email at procurement@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal",Awarded,,20201117 Pharmaceutical Management Agency,18571579,Request for Tenders,Open Competition,Request for Tender-Supply of Bulk Fluids to DHB Hospitals,A1013238,20170413,20170519,20180620,,Sole Agency,No,,"PHARMAC invites tenders for the supply of bulk fluids to DHB hospitals in New Zealand If you wish to submit a Tender Bid, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4:00 pm (New Zealand time) on 19 May 2017 If you have any queries about this RFT, you should submit them via GETS. We look forward to receiving your Tender Bid.",Awarded,All suppliers have been notified by PHARMAC as to their successful bids,20201117 Pharmaceutical Management Agency,18654887,Request for Proposals,Open Competition,Gabapentin and/or Pregabalin RFP,A1011417,20170512,20170717,20171208,,Sole Agency,No,,"PHARMAC invites proposals for the supply of oral gabapentin and/or pregabalin in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: - Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; - Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; - Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and - Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 6 July 2017. If you have any questions about this RFP, please post these on GETS or alternatively contact Chloe Dimock by email at procurement@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,"We???re pleased to announce the approval of two agreements, one with Apotex New Zealand Ltd for supply of gabapentin and the other with Pfizer New Zealand Ltd for supply of pregabalin. These agreements were the subject of a consultation letter dated 20 October 2017. In summary, the effect of the decision is that: From 1 May 2018 Pfizer New Zealand Ltd???s brand of pregabalin (Pregabalin Pfizer) will be funded, via a sole supply arrangement in both the community and hospital settings, without a Special Authority restriction applying. From 1 June 2018 Apo-Gabapentin (supplied by Apotex New Zealand Ltd) will be funded, via a sole supply arrangement in both the community and hospital settings, without a Special Authority restriction. From 1 August 2018 Arrow-Gabapentin, Neurontin, and Nupentin will be referenced priced to the cost of Apo-Gabapentin and from 1 November 2018 Arrow-Gabapentin, Neurontin, and Nupentin will be delisted. People using Arrow-Gabapentin, Neurontin, and Nupentin brands of gabapentin will need to switch brands to Apo-Gabapentin to remain on a fully funded product. A funding condition will be applied to both gabapentin and pregabalin which will prevent funded concurrent use of those products.",20201117 Pharmaceutical Management Agency,18851601,Request for Proposals,Open Competition,Request for Proposal Supply of Negative Pressure Wound Therapy Equipment and Consumables,A108320,20170719,20170721,20180620,,Sole Agency,No,,"Please note due to an error the original RFP for Negative Pressure Wound Therapy Equipment and Consumables GETS id 18744722 has been locked and respondents are unable to submit proposals through the original RFP request. Please note that all submissions for Negative Pressure Equipment and Consumables must be submitted via this new RFP 18851601. Please note that there are no changes to the content of the RFP documents. Closing date remains unchanged (Friday 21st July 2017).",Awarded,All suppliers have been notified directly by PHARMAC,20201117 Pharmaceutical Management Agency,18852797,Request for Proposals,Open Competition,Entecavir and Tenofovir disoproxil RFP,A1031420,20170719,20170816,20190617,,Sole Agency,No,,"PHARMAC invites proposals for the supply of entecavir and tenofovir disoproxil in New Zealand. The attached request for proposals (RFP) letter incorporates the following schedules: -Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; -Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; -Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and -Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on 16 August 2017. If you have any questions about this RFP, please post these on GETS or alternatively contact Chloe Dimock by email at procurement@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,"Entecavir - Novartis (Sandoz) Tenofovir disoproxil - Teva (Actavis) See website for details: https://www.pharmac.govt.nz/news/notification-2018-05-11-tenofovir-disoproxil-entecavir/",20201117 Pharmaceutical Management Agency,18880393,Request for Proposals,Open Competition,Request for Proposals - Supply of a First Line Enzyme Replacement Therapy for the Treatment of Gaucher Disease,A1004275,20170807,20170908,20180706,,Sole Agency,No,,"PHARMAC invites proposals for the supply of a first line enzyme replacement therapy for the treatment of Gaucher disease in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Friday 8 September 2017. If you have any inquiries about this RFP you should submit them via GETS or alternatively contact Matthew Wolfenden, Procurement Manager, by email procurement@pharmac.govt.nz. Answers to questions will be provided through (GETS). PHARMAC will also post any addenda through GETS. We encourage interested suppliers to register with GETS and subscribe to this RFP to be kept up to date. We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,19069210,Request for Proposals,Open Competition,"Supply of patent attorney services, and patent awareness and monitoring services",GB:A1068346,20170927,20171106,20180129,,Sole Agency,No,,"PHARMAC is interested in considering proposals from suppliers of Patent Attorney Services and Patent Awareness and Monitoring Services. In particular, PHARMAC is interested in the following types of services: ??? Proposals to provide Patent Attorney Services to PHARMAC as a preferred supplier to PHARMAC. Patent attorney services under this arrangement are likely to primarily consist of providing due diligence / patent landscape opinions and related advisory work. Occasionally the services may include litigation advice in relation to patent litigation. PHARMAC intends to appoint one or more preferred suppliers to provide Patent Attorney Services. ??? Proposals to provide Patent Awareness and Monitoring Services to PHARMAC. This may include proactive provision of information in respect of patent and related market developments for specific pharmaceuticals, or more general patent information. PHARMAC anticipates that these services could be provided by registered patent attorneys or by other service providers. PHARMAC has made no decision whether to purchase Patent Awareness and Monitoring Services, but wishes to identify available services so that it can consider this option. In both cases the services will relate to pharmaceutical patents or, occasionally, to medical device patents.",Awarded,,20201117 Pharmaceutical Management Agency,19166088,Request for Proposals,Open Competition,Request for Proposal - Supply of Non-Surgical Antimicrobial Hand Hygiene Products,A1082896,20171025,20171201,20180601,,Sole Agency,No,,"REQUEST FOR PROPOSALS ??? SUPPLY OF NON-SURGICAL ANTIMICROBIAL HAND HYGIENE PRODUCTS PHARMAC invites proposals for the supply of non-surgical antimicrobial hand hygiene (Hand Hygiene) products to New Zealand District Health Board (DHB) Hospitals. This request for proposals (RFP) letter incorporates the following schedules and attachments: ??? Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; ??? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ??? Schedule 3 to 5 and Attachment 1 specify the format, company, product information and specifications that you must include as part of your proposal; and ??? Attachment 2 contains the PHARMAC Standard Terms and Conditions to list Medical Devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 1 December 2017. If you have any questions about this RFP, please submit these via GETS. We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,19186447,Request for Proposals,Open Competition,Request for Proposals - Permanent Coronary Drug-Eluting Stents,A1073657,20171106,20171215,20190308,,Sole Agency,No,,"REQUEST FOR PROPOSALS ??? SUPPLY OF PERMANENT CORONARY DRUG-ELUTING STENTS TO DISTRICT HEALTH BOARDS UNDER A MARKET SHARE PROCUREMENT MODEL PHARMAC invites proposals for the supply of permanent coronary drug-eluting stents to New Zealand District Health Board (DHB) Hospitals under a market share procurement model. This request for proposals (RFP) letter incorporates the following schedules: - Schedule 1 specifies the range of devices for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; - Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; - Schedule 3 sets out information about the estimated size of the current market for the devices; - Schedules 4 to 7 and Attachment 1 specify the information and evidence you need to include in your proposal and provide the RFP forms in which you are to provide details of your proposal. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4.00 p.m. on Friday 15 December 2017. If you have any inquiries about this RFP you should submit them via GETS. Answers to questions will be provided through GETS. PHARMAC will also post any addenda through GETS. We encourage interested suppliers to register with GETS and subscribe to this RFP to be kept up to date. We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,19197068,Request for Proposals,Open Competition,Request for Proposals - Supply of Needles and Syringes (including some Specialty Products),A1071633,20171103,20171214,20190515,,Sole Agency,No,,"PHARMAC invites proposals for the supply of Needles and Syringes in New Zealand District Health Board (DHB) Hospitals. This request for proposals (RFP) letter incorporates the following schedules: ??Schedule 1 specifies the medical devices for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ??Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ??Schedule 3 contains the RFP form in which you are to provide details of your proposal; ??Schedule 4 contains the RFP form in which you are to provide details of your acceptance of PHARMAC Standard Terms and Conditions for Medical Devices Part 1-7; and ??Schedule 5 contains the RFP form with the checklist of documents to be submitted with your proposal; and the following attachments: ??Attachment 1: Product list in which you provide detailed information about all proposed Needle and Syringe products; and ??Attachment 2: PHARMAC Standard Terms and Conditions for Medical Devices (Parts 1-7). If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on 14 December 2017. If you have any questions about this RFP, you should submit them to Jeremy Price via GETS. We encourage suppliers to register with GETS and subscribe to this RFP.",Awarded,,20201117 Pharmaceutical Management Agency,19658648,Request for Proposals,Open Competition,Request For Proposals - Supply of National Vaccine Storage and Distribution Services,A960252,20180423,20180518,20180905,,Sole Agency,No,,"Dear Service Provider REQUEST FOR PROPOSALS ??? SUPPLY OF NATIONAL VACCINE STORAGE AND DISTRIBUTION SERVICES PHARMAC invites proposals for the supply of national vaccine storage and distribution services to PHARMAC. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the services for which PHARMAC is requesting proposals, the types of proposals sought and sets out the background to the RFP; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information you need to include with your proposal; and ?? Appendices include further information in relation to: ?? Appendix 1 ??? Service specifications and indicative agreement structure; ?? Appendix 2 ??? Pack information and vaccine stockholding volumes; ?? Appendix 3 ??? Budget templates for proposal; and ?? Appendix 4 ??? Proposal form. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) no later than 5.00 p.m. on 18 May 2018. If you have any questions about this RFP, please post these on the Government Electronic Tenders Service (www.gets.govt.nz) or alternatively contact Hugo Singh at PHARMAC by emailing hugo.singh@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Pharmacy Retailing New Zealand trading as Healthcare Logistics Further Award Information: Name/Address of Successful Tenderer(s): Healthcare Logistics, 58 Richard Pearse Drive, Airport Oakes, Mangere, Auckalnd Description of Services: National Vaccine Storage and Distribution services Date the contract/s was awarded: 30/08/2018. Term of contract/s (including rights of renewals): 3+1+1 Type of process used: Open Estimated cost of the procurement: $500,000-1,000,000 Type of Procurement process used: Open Was there an exemption used: No",20201117 Pharmaceutical Management Agency,19746804,Request for Proposals,Open Competition,Request for Proposals - Supply of Erythropoeitin,A1140959,20180521,20180615,20181011,,Sole Agency,No,,"PHARMAC invites proposals for the supply of erythropoietin. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Friday 15 June 2018. If you have any inquiries about this RFP you should submit them via GETS. Answer to questions will be provided through GETS. PHARMAC will also post any addenda through GETS. We encourage interested suppliers to register with GETS and subscribe to this RFP to be kept up to date. We look forward to receiving your proposal.",Awarded,,20201117 Pharmaceutical Management Agency,19809987,Request for Proposals,Open Competition,RFP: Equity Outcomes Framework,SB:Equity,20180612,20180713,20180821,,Sole Agency,No,,"PHARMAC is interested in partnering with an evaluation service provider to support the work PHARMAC is doing to improve equity. There are two main requirements, in the first instance: 1. Development of a Medicines Access Equity Outcomes and Evaluation Framework; and 2. Undertaking a targeted evaluation of our existing approach working with Wh??nau Ora Collectives. PHARMAC is committed to improving M??ori health by supporting and working alongside key partners. These relationships ensure that M??ori cultural values and practices are recognised and affirmed by the principles of Partnership, Protection and Participation underpinning Te Tiriti o Waitangi/The Treaty of Waitangi. In the spirit of mutual cooperation these cultural values of practice align to professional accountability, consistency and transparency intended to realise our efforts to service the health needs of M??ori wh??nau, hap?? and iwi. The successful provider will have: ??? Extensive experience and expertise in the development of outcomes frameworks and strategies and developmental evaluation in complex and emerging policy areas, preferably in the health sector ??? The ability to cogently present findings and recommendations to senior leadership ??? Expertise in developing and providing methodological advice on outcome and process measures, particularly in the absence of ready-made datasets ??? A demonstrated understanding of health inequities and how these play out in the New Zealand context ??? Familiarity with Te Ao M??ori and Pacific world views/models of health ??? Experience with kaupapa M??ori and Pacific evaluation and research methodologies.",Awarded,,20201117 Pharmaceutical Management Agency,19909881,Request for Proposals,Open Competition,Request for Proposals - Supply of Haemophilia Treatments,A1140838,20180723,20180820,20190621,,Sole Agency,No,,"PHARMAC invites proposals for the supply of Recombinant Factor VIII, Recombinant Factor IX and bypassing agents (Recombinant Factor VIIa and FEIBA) in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: ?? Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ?? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ?? Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and ?? Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 20 August 2018. If you have any questions about this RFP, please post these on GETS. Responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: ??? Sanofi-Aventis New Zealand Limited ??? Shire New Zealand Ltd ??? Novo Nordisk Pharmaceuticals Ltd ??? Bayer New Zealand Ltd ??? Pfizer New Zealand Limited Further Award Information: Address of Successful Tenderer(s): ??? Agility CIS Tower, Level 8, 56 Cawley Street, Ellerslie, Auckland 1051 ??? Level 10, Zurich House, 21 Queen Street, Auckland 1010 ??? PO BOX 7586, Baulkham Hills Business Centre, NSW 2153, Australia ??? 3 Argus Pl, Hillcrest, Auckland 0627 ??? 8 Grafton Rd, Grafton, Auckland Description of Services: Haemophilia Treatments Date the contract/s was awarded: 28/02/2019. Term of contract/s (including rights of renewals): 3+1+1 Type of process used: Open Estimated cost of the procurement: $25M-$50M Type of Procurement process used: Open Was there an exemption used: No",20201117 Pharmaceutical Management Agency,19984539,Request for Tenders,Open Competition,Request for Tender - Supply of Alendronate,A1162421,20180808,20180903,20190617,,Sole Agency,No,,"PHARMAC invites tenders for the supply of alendronate products to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of alendronate products, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 5pm (New Zealand time) on 3 September 2018 (New Zealand time) . If you have any queries about this RFT, you should submit them via GETS. We look forward to receiving your Tender Bid.",Awarded,"See website for details https://www.pharmac.govt.nz/news/notification-2018-11-29-alendronate/",20201117 Pharmaceutical Management Agency,19989635,Request for Tenders,Open Competition,Request for Tenders - Supply of Antiretroviral Treatments,A1168708,20180806,20180831,20190617,,Sole Agency,No,,"PHARMAC invites tenders for the supply of certain antiretroviral treatments to DHB Hospitals and to community pharmacies in New Zealand. This request for tender (RFT) letter incorporates the following schedules: (a) Schedule 1 sets out the definitions used in this RFT; (b) Schedule 2 specifies the pharmaceuticals for which you may submit a Tender Bid in relation to community supply and/or hospital supply and provides background information to this RFT; (c) Schedule 3 describes the process PHARMAC intends to follow in relation to this tender, and provides instructions on how to submit a Tender Bid in relation to community supply and/or hospital supply; (d) Schedule 4 sets out terms that will apply if your Tender Bid in relation to community and/or hospital supply is awarded Sole Supply Status and/or Hospital Supply Status; (e) Schedule 5 sets out the additional terms that will apply if your Tender Bid in relation to community supply is awarded Sole Supply Status; (f) Schedule 6 sets out the additional terms that will apply if your Tender Bid in relation to hospital supply is awarded Hospital Supply Status; and (g) Schedule 7 sets out any other special terms. Please note that some clauses included in this RFT may not be applicable to this tender. PHARMAC has decided to retain substantially all of the clauses included in the standard PHARMAC invitation to tender to keep the terms of this RFT as familiar as possible to potential suppliers. This may mean that some clauses are not applicable in the context of a particular tender (which should be evident from the context). For the avoidance of doubt, references in this RFT to ???Price??? and ???subsidy??? are references to the price at which a Pharmaceutical will be listed on the Pharmaceutical Schedule. Please also note the addition of Schedule 7, which sets out any terms not generally found in PHARMAC???s standard invitation to tender. If you wish to submit a Tender Bid in relation to community supply and hospital supply, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4pm (New Zealand time) on Friday 31 August 2018. If you have any inquiries about this RFT please submit them via GETS. We look forward to receiving your tender.",Awarded,"See website for details: https://www.pharmac.govt.nz/news/consultation-2018-10-16-antiretroviral/ Gilead: Emtricitabine 200 mg AbbVie: Ritonavir 100 mg GSK: Abacavir sulphate 300 mg GSK Abacavir sulphate 600 mg with lamivudine 300 mg Mylan: Efavirenz with emtricitabine and tenofovir disoproxil Teva: Emtricitabine with tenofovir disoproxil Teva: Atazanavir sulphate cap 150 mg and 200 mg",20201117 Pharmaceutical Management Agency,20104873,Request for Quotations,Open Competition,Accommodation fitout project,BS:Accom,20180904,20180917,20180927,,Sole Agency,No,,"PHARMAC is looking to lease two new floors in Simpl House, with the aim of being on consecutive floors, getting more space and getting away from issues we have on two existing floors. At the completion of this project, we will be giving up two existing floors. PHARMAC is looking for credible providers who have the capability, experience and resources to deliver our accommodation project. They need to have a good track record in the delivery of high quality fitouts, be available to start 26 September 2018 and commit with priority to PHARMAC???s project until mid-April 2019, ensuring that this project is not fitted in with other jobs, causing slippages to our timeframes.",Awarded,"Name of supplier: Zeal Commercial Interiors. Unit 6, 16 Centennial Highway, Ngauranga, Wellington description of goods and services: Office Fit Out contract term: approx 7 months estimated contract value: $350,000.00",20201117 Pharmaceutical Management Agency,20358739,Request for Proposals,Open Competition,Request for Proposals - Supply of Etanercept,A1202286,20181105,20181217,20190618,,Sole Agency,No,,"PHARMAC invites proposals for the supply of etanercept. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Monday 3 December 2018. If you have any inquiries about this RFP you should submit them via GETS. Answer to questions will be provided through GETS. PHARMAC will also post any addenda through GETS. We encourage interested suppliers to register with GETS and subscribe to this RFP to be kept up to date. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Pfizer New Zealand Limited Further Award Information: Name/Address of Successful Tenderer(s): Pfizer New Zealand Limited, Level 1, Suite 1.4, Building B, 8 Nugent Street, Grafton, 1023, New Zealand Description of Services: Supply of etanercept Term of contract/s (including rights of renewals): 5 year Sole Supply Status ending 30 June 2024 Further Award Information: See website for details https://www.pharmac.govt.nz/news/notification-2019-06-06-etanercept/",20201117 Porirua City Council,13982923,Request for Proposals,Open Competition,RFP to Operate Trash Palace Porirua,RFP-Trash Palace,20150715,20150817,20160816,,Sole Agency,No,"Tender Box, Trash Palace, Porirua City Council, 16 Cobham Court, PO Box 50218, Porirua, 5024","Trash Palace is an iconic resource recovery facility based at Spicer Landfill in Porirua. Porirua City Council is looking for an experienced operator who is passionate about waste minimisation to breathe life into this much loved place. The new operator will maximise opportunities within the building and grounds to divert waste from landfill and to engage the public in waste minimisation. PCC is looking for an operator with a vision to transform Trash Palace into a vibrant hub that achieves outstanding results in waste minimisation and community engagement. The platform of this vision must be a viable business proposition that ensures financial sustainability over the long term and security for employees and the public. Preference will be given to proposals that can clearly demonstrate this. The operator must also have a strong track record in waste minimisation and resource recovery. This includes experience in processing a number of waste streams, health and safety in complex environments, second hand goods retail, and education for schools and public engagement. The operator must hold, or be able to obtain public liability insurance, the value of which will be confirmed once the details of the operation are established.",Not Awarded,Awarded to Metallic Sweeping.,20201117 Porirua City Council,14568065,Request for Tenders,Open Competition,Cleaning and Sanitizing of Public Toilets for Porirua City Council,AM00047,20150731,20150828,20161121,,Sole Agency,No,"Porirua City Council, PO Box 50-218, Porirua 5022, 16 Cobham Court, Porirua","Porirua City Council currently operates 29 Public Toilet facilities. The procurement is for a long term contract for the cleaning of the Public Toilets. The current Public Toilets Cleaning and Sanitising contract expires on 31st October 2015 at the end of its 3 Year plus 2 Year tenure. The outcomes the contract seeks are as follows: ??? Public Toilets are cleaned.. ??? Customers are satisfied with our service ??? Specifications are achieved.. Buildings retained by council are used for operational, social and community activities. Buildings are also acquired for the furtherance of the City???s strategic and economic objectives. The major scope items include the following physical works: ??? Cleaning ??? Sanitizing ??? Special Cleans And the following reporting work: ??? Reporting Maintenance (Damage) ??? Reporting Graffiti",Not Awarded,,20201117 Porirua City Council,16914359,Request for Proposals,Open Competition,Professional Services for Arnold Park Play Space development,CS00013,20151023,20151116,20170220,,Sole Agency,No,,"Arnold Park, located at Titahi Bay south beach, is to be developed into a new destination play space for Porirua. Council needs to engage a consultant to: ??? survey identified reserve boundaries; ??? prepare a landscape/site plan of the new park development; ??? provide geotechnical engineering advice on (sand)bank stability; ??? engineering design of access stairs and / or path; ??? act as engineer to contract for the build of Arnold Park Play Space",Not Awarded,,20201117 Porirua City Council,17062229,Request for Tenders,Open Competition,"Astronomer Place Landslip Remedial works, AM00067",AM00067,20151210,20160115,20170918,,Sole Agency,No,"Tender Box, 41 South, PO Box 25610, Featherston Street, Wellington 6146, level 9 AMP Chambers 187 Featherston Street. Clearly marked Porirus City Council Contract no AM00067 Astronomer Place retainig wall and trench drains.","CONTRACT NO AM00067 ??? RETAINING WALL AND DRAINAGE TRENCHES Tenders are invited for the physical works related to the construction of a retaining wall, trench drains and associated works at 12-20 Astronomer Place, Whitby.",Not Awarded,,20201117 Porirua City Council,17307265,Request for Proposals,Open Competition,"CBD Improvements Demolition Contract, Porirua",SP00059,20160311,20160407,20170405,,Sole Agency,No,"Tender Box, SP00059, Porirua City Council, 16 Cobham Court, Porirua 2022","The Porirua City Council is seeking to appoint a contractor to undertake the proposed demolition of numbers 8 and 9 Cobham Court and the toilet block in Lyttleton Avenue within the CBD. The Contract will include: ??? Demolition ??? Disconnection of services ??? Removal of concrete slabs ??? Installation of a concrete bus shelter pad ??? Glass veranda and stormwater pipe alteration ??? Application of plaster systems to existing walls on 7 and 10 Cobham Court ??? Reinstatement of surfaces (brick paving, concrete paving, asphalt and topsoil seeding) What we need The proposed demolition is required to enable the second stage of Porirua City Council???s CBD improvement project to proceed. Therefore, the way project is delivered is very important. It takes a collaborative approach to ensure that the Contract is successfully delivered on time and on budget to meet of the Stakeholders requirements. The Porirua City Council is seeking a contractor who will be responsible for the delivery of the contract to a high standard and on time. It is important that the contractor will work in partnership with Council staff and appointed consultants. The contractor will be required to manage day to day communications with local businesses. What???s important to us? The Porirua City Council is looking for credible suppliers who have the capability, experience and infrastructure to deliver the contract and they need to have relevant experience and good track record for quality service. The suppliers need to show how they meet the needs of ratepayers and Council and their stakeholders, suppliers also need to have excellent communication skills and reporting systems. Council wants to ensure that the safety of the businesses and users of Cobham Court is not compromised through poorly executed systems or work practices. In addition, Council wants to be assured that the workplaces of their contractors and on their property are operating safely.",Not Awarded,,20201117 Porirua City Council,17438748,Request for Proposals,Open Competition,Mixed Professional Services for Aotea Lagoon Water Play,CS00038,20160421,20160512,20170918,,Sole Agency,No,,"Porirua City Council requires a suitably skilled consultancy to provide a mix of professional, drawing, planning/consenting and engineering services to Council for the Aotea Lagoon water play project. What we need Aotea Lagoon in Papakowhai, Porirua, is to have a new water play area in the form of a splash pad that will take the location the of current duck pond in the northern end of the park. Council needs to engage a consultant to: ??? Complete detailed design in conjunction with Council and waster play supplier; ??? Prepare and obtain consents for the work which will trigger both City Council and Regional Council consents; ??? Prepare tender documents for construction contract and participate in tender evaluation; ??? Manage the construction and act as engineer to contract for the build of the water play space",Awarded,,20201117 Porirua City Council,17441890,Request for Tenders,Open Competition,Te Aro Piko Walkway Phase One Bridge and Boardwalk Construction,CS00030,20160422,20160520,20161111,,Sole Agency,No,,"Poriua City Council is requesting Tenders from suitably qualified Contractors for Phase One construction of the Kakaho Bridge and Boardwalk in the Motukaraka to Camborne section of the Pauatahanui Inlet Pathway. This is an opportunity to be part of an important long-term partnership between Porirua City Council and the Rotary Club of Plimmerton. Before the inception of the Pauatahanui Inlet Pathway Project (Te Ara Piko) in 2005 a number of disconnected pathways existed around the Inlet. Since 2005 the section between Motukaraka and Pauatahanui has been completed. The long term aim is to complete the network of shared walking and cycling routes around the entire inlet, creating recreational and educational opportunities for the public and protecting an important and unique historical and ecological environment.",Not Awarded,"This notification has been posted in error, Fulton Hogan have been awarded this tender.",20201117 Porirua City Council,17541187,Request for Tenders,Closed Competition,Broken Hill Ridge pathway - Phase one Track Construction,CS00036,20160523,20160617,20160802,,Sole Agency,No,,,Awarded,,20201117 Porirua City Council,17596626,Request for Proposals,Open Competition,Baxters Knob Lookout Construction,CS00044,20160613,20160711,20160928,,Sole Agency,No,,"The goal of the project is to provide an easy graded access path and lookout space from which to observe the subdivision of Aotea, and the greater Porirua City. The pathway and lookout are principally located on land which has been allocated as reserve as part of the Aotea subdivision. The concept for the lookout is to capture a moment in time, enabling visitors to view the city in real time, whilst comparing to older panoramic views of the city, which date prior to the construction of Aotea. Beneath the lookout space will sit a time capsule, containing memories and perspectives of Porirua City and Aotea at the present day, to be opened in fifty years??? time, in 2066.",Awarded,,20201117 Porirua City Council,17656633,Request for Tenders,Open Competition,Tamanga o Kohu Walkway,CS00047,20160704,20160803,20160927,,Sole Agency,No,,"The Tamanga o Kohu Walkway will create easy pedestrian access, for those people walking to or from Porirua City to the Aotea subdivision. Identified as a critical project to further improve the amenity offering of Aotea, the walkway is part of a suite of recreational developments paid for by the Aotea sub-division company, Carrus, as part of their development contributions. The proposed pathway will be constructed of gravel, and transcend the steep slopes of the Aotea escarpment, to connect with an existing pedestrian access on the overpass. The walkway will be 122m long by 1.5m wide. Of",Awarded,,20201117 Porirua City Council,17761122,Request for Tenders,Closed Competition,Project Manager - City Centre Revitalisation,RFT CG00003,20160805,20160819,20161013,,Sole Agency,No,,"??? The key objective of this procurement is to project manage the public space improvements as part of the City Centre Revitalisation work, in particular project management of the procurement phase and the contract works phase, pertaining to Cobham Court, Hartham Place and Ferry Place. ??? Note, the landscape design services have already been procured and the develop and detailed design is currently being undertaken ??? The procurement???s proposed outcomes are obtaining specialized project management services for a public space improvement project.",Awarded,,20201117 Porirua City Council,17791251,Request for Tenders,Open Competition,Sports Turf Services,CS00042,20160812,20160910,20161017,,Sole Agency,No,,"This procurement relates to the Porirua City Councils sports turf renewal programme of work for the next five to six years. Previously these services had been contracted on an annual basis. Going forward we are seeking the services of one suitably qualified supplier to carry out the Councils contracted sports turf work for the next five to six years. ??? The key objective of this procurement is to select a supplier with the capability and capacity to carry out the work at a competitive price, for the long-term. ??? The procurements proposed outcomes are: a) Increased useable hours (and reduced cancellations) of the sports fields and extension of their useful life for another 20 years. b) The ability to take a long-term coordinated approach resulting in improved scheduling, planning and delivery of works and cost savings to both parties.",Awarded,,20201117 Porirua City Council,17812947,Request for Quotations,Closed Competition,"Te Ara Piko Engineer to Contract, Kakaho Ph1",CG00004,20160819,20160909,20161027,,Sole Agency,No,,,Awarded,,20201117 Porirua City Council,17894908,Request for Proposals,Open Competition,"Aotea Lagoon Water Play, Supply and Install.",CG 00007,20160912,20161010,20161214,,Sole Agency,No,,"Porirua City Council is looking for a supplier and installer to complete a 250m2 splash pad at Aotea lagoon. The Council has committed to building a water play area in the current finacinal year and requires a skilled and experienced supplier and installer of water play to - Work with Council to design the splash pa, including surface shape, color and the water features. - Install the splash pad and all infrastructure required to operate the splash pad. Note: Council will run a separate physical works contract for the preparation of the site and obtain the required resource consent.",Awarded,,20201117 Porirua City Council,17955612,Request for Tenders,Closed Competition,Engineering for Design City Center Revitalisation,CF00005,20160926,20161010,20170721,,Sole Agency,No,,"This RFT relates to the purchase of engineering design services for a public space improvement project. We are seeking suppliers that are able to demonstrate the following capacity: Design services for the developed and detailed design period with some input over the duration of the project as required. Able to programme the work to match the landscape design process. Able to respond during construction phase with immediacy when required. We are seeking suppliers that are able to demonstrate the following capability Provision of quality engineering design input, on time and to budget on similar public space improvement projects",Awarded,,20201117 Porirua City Council,18123535,Request for Quotations,Closed Competition,CBD Paved Area Water Blasting,CI00010,20161109,20161206,20170918,,Sole Agency,No,,"Water blasting of Porirua CBD paved ares, stone features and low garden walls.",Not Awarded,,20201117 Porirua City Council,18148648,Request for Tenders,Open Competition,Contract for Kerbside Collection of Refuse and Recyclable Material and Bulk Recycling,CI00014,20161117,20170113,20180207,,Sole Agency,No,,THIS CONTRACT FOR PORIRUA CITY COUNCIL RESIDENTIAL KERBSIDE COLLECTION OF REFUSE AND RECYCLABLE MATERIAL AND BULK RECYCLING,Awarded,,20201117 Porirua City Council,18205153,Request for Tenders,Open Competition,Bothamley Park Restoration - Stream Work 16/17,CI00005,20161206,20170123,20170418,,Sole Agency,No,,"The purpose of this procurement is to purchase the services of a suitably qualified supplier to carry out a range of remedial stream works in and around the Keneperu Stream in Bothamley Park, Porirua.",Not Awarded,,20201117 Porirua City Council,18212643,Request for Tenders,Closed Competition,Porirua Stream Mouth & Estuary Enhancement project,,20161207,20170127,20170403,,Sole Agency,No,,"This procurement relates to the delivery of physical works and associated goods and services for the Porirua Stream Mouth Estuary Enhancement Project (PSMEEP). In 2008 Porirua City Council (PCC), Greater Wellington Regional Council (GWRC), Wellington City Council (WCC) and Ngati Toa Rangatira formed a partnership as key stakeholders to produce the Porirua Harbour and Catchment Strategy and Action Plan to clean up the degraded Porirua Harbour & associated waterways. The strategy and action plan is overseen by the Te Awarua-o-Porirua Harbour and Catchment Joint Committee while the responsibility for carrying out the works identified in the strategy and action plan falls to the Strategy Implementation Team. In 2014 Greater Wellington engaged Blaschke & Rutherford Environmental Consultants and PAOS Limited Landscape Architects to produce a Porirua Stream Mouth and Estuary Enhancement Concept (PSMEEC). The PSMEEC was endorsed by the joint committee in December 2014 and approved in March 2015. The PSMEEC identifies improvement and enhancement opportunities around the harbour from NZTA/KiwiRail land on the eastern edge about the stream mouth, around the southern edge of the harbour to Takapuwahia which is broken down into 6 activity areas. PCC & GW have both dedicated funds to carry out the improvements/enhancements as identified in the PSMEEC. This will be a high-profile job for PCC",Not Awarded,,20201117 Porirua City Council,18269863,Request for Quotations,Open Competition,Bothamley Park - Champion St Entrance Improvements,CI00005,20170106,20170203,20170313,,Sole Agency,No,,"The purpose of this procurement is to purchase the services of a suitably qualified supplier to carry out a range of remedial works in and around the Champion St entrance to Bothamley Park, Porirua. It is planned to widen and repair the the currently under-width entrance way to the park from Champion St , install a new concrete footpath and timber retaining wall along the driveway plus other minor ancillary work .",Not Awarded,,20201117 Porirua City Council,18314494,Request for Quotations,Open Competition,Ascot Dog Park Fencing Project,,20170120,20170215,20170317,,Sole Agency,No,,"This RFQ is an invitation to suitably qualified suppliers to submit a Quote for the fencing for the Councils first secure dog park located in Aotea Park, Porirua.",Not Awarded,"Because of the need to make some fundamental changes to the park design, the Council decided in this instance, not evaluate the responses received as it is not in a position to progress with the contract in the immediate future.",20201117 Porirua City Council,18342102,Request for Tenders,Open Competition,Conclusion Walkway Upgrade,,20170201,20170303,20170426,,Sole Agency,No,,"This procurement relates to the upgrade of part of the Conclusion Walkway, a walking path in Ascot, Porirua City. The key objective of this procurement is to address the deterioration of the track over recent years. The proposed works will prevent further deterioration of the track, remove unsafe structures and replace with new structures where applicable. The work includes two sections of Conclusion Walkway, including Section 1 between Ascot Park and 36 Sombrero View, and Section 2 from Sombrero View to the north end of Doncaster Terrace.",Awarded,,20201117 Porirua City Council,18350024,Request for Quotations,Closed Competition,Cannons Creek Park Lighting,,20170201,20170222,20170317,,Sole Agency,No,,"This contract is to install two new field lighting poles with floodlights on the cross arms. The works include: • Supply of all materials • Decommissioning of existing poles once new lights are operational • Installation of electrical supply from the property boundary • Installation of cabling and lighting control systems • Installation of new poles and floodlights; and • Associated work such as trenching and foundations.",Not Awarded,"Because of reprioritisation of the Parks capital works programme, Council has decided in this instance not to progress with the contract in the immediate future.",20201117 Porirua City Council,18351527,Request for Tenders,Open Competition,Removal of City Centre Canopy Structure,CG00016,20170201,20170228,20170331,,Sole Agency,No,,"This procurement relates to the City Centre Revitalisation Public Space Improvement project. It covers procurement of the removal of the steel canopy structures overhead the walkways in the Porirua CBD at Hartham Place North, Cobham Court and Serlby Place. The fabric coverings to the canopies have been removed previously leaving the structural frame, bracing, anchor system, foundations and reinforced concrete pillars.",Awarded,,20201117 Porirua City Council,18396974,Request for Proposals,Open Competition,City Centre Weekend Market,,20170217,20170310,20170403,,Sole Agency,No,,"Porirua City Council is looking for an operator for the weekend market who will work with the Council, the retailers, stall holders and the public to create a great experience. The Council would like to see a good mix of fresh fruit and vegies, arts and crafts, and various food trucks and entertainment. This will need to be a long term solution taking into account both the mix of stallholders, weather, special events and other challenges.",Awarded,,20201117 Porirua City Council,18417564,Request for Tenders,Open Competition,Aotea Lagoon Waterplay Civil Works,CI00024,20170227,20170327,20170721,,Sole Agency,No,,"Council committed to the building of a water play area for Porirua in the 2015-2025 Long Term Plan. The water play project was funded over the 2015/2016 and 2016/2017 financial years. Children and young people were consulted on the water play project in late 2015. The consultation showed the preferred location was Aotea Lagoon and a splash pad as the preferred water play type. Aotea Lagoon is Council’s only destination play space. Located in the suburb of Papakowhai the park features a tidal lagoon with multiple recreational activities and amenities. Within the Park, the location identified is the duck pond area located between the existing play area and the northern toilets. The duck pond is to be removed and the new water play space created. Council has engaged consulting firm Orogen Limited to carry out all engineering works associated with the project including designing for dewatering the duck pond, dealing with the stormwater, engineering a suitable base for the splash pad and acting as Engineer to Contract for the physical works. Orogen are also working with the planning firm 4 Sight Consulting to achieve the required resource consents. Council has awarded contract to PlayRope for the specialist supply and install of the splash pad. This contract only covers the supply and installation of the 250m2 splash pad with corresponding infrastructure. The preparation of the site ready for the splash pad and the tidy works after the splash pad is installed are covered under the civil works contract.",Awarded,,20201117 Porirua City Council,18419140,Request for Proposals,Open Competition,Porirua Plant Pest Survey 2017/18,,20170227,20170326,20170626,,Sole Agency,No,,The purpose of this procurement is to purchase the services of a suitably qualified pest plant management specialist organisation to carry out a plant pest survey and propose a management strategy that includes a short-term strategy to immediately control the worst areas and a sustainable strategy for managing plant pests in the long-term.,Awarded,,20201117 Porirua City Council,18522996,Request for Tenders,Open Competition,Camborne Walkway Remedial works,CI00038,20170329,20170426,20170705,,Sole Agency,No,,"The Camborne walkway has slipped and is undermined in a number of locations along its length due to coastal erosion. There is now funding in place to address these issues. Frame Group, whom specialise in track design, have completed both design and written specifications for the required remedial works. The required archaeological authority and resource consents from Greater Wellington Regional Council and Porirua City Council have been granted. The remedial construction works for the walkway include: Tidying and re-instating some existing rock armouring; Constructing additional rock armouring; Cutting into the toe of the bank on the western side and retreating the walkway landwards; Rock armouring around the outlets of 18 existing stormwater pipes; Replacing the surface aggregate on the walkway.",Not Awarded,Responses received were not within budget.,20201117 Porirua City Council,18525395,Request for Proposals,Open Competition,Architectural Service Council Administration Building,P 101084,20170329,20170421,20170721,,Sole Agency,No,,"This RFP is in relation to a potential refurbishment of the Porirua Council Administration Building (CAB) office space, potential extension and a rearrangement of the client accommodation space. For the purpose of this document, the term “Rejig” will be used to define the fore-mentioned scope of works. the building is located at 16 Cobham Court. Poriura City.",Awarded,,20201117 Porirua City Council,18528502,Request for Proposals,Open Competition,Quantity Survey PCC Administration Building Re-Jig,P 101084,20170330,20170421,20170721,,Sole Agency,No,,"This RFP is in relation to a potential refurbishment of the Porirua Council Administration Building (CAB) office space, potential extension and a rearrangement of the client accommodation space. For the purpose of this document, the term “Rejig” will be used to define the fore-mentioned scope of works. Located at 16 Cobham Court, the building is approximately 60 years old. The key outcomes that we want to achieve are cost certainty of the construction cost through rigorous cost planning and management, from Preliminary Design through to Practical Completion of the Contract works.",Awarded,,20201117 Porirua City Council,18555558,Request for Proposals,Open Competition,After Hours Contact Center Services,AHCC,20170410,20170505,20170602,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite interested parties to submit their proposals to provide after-hours contact center services in accordance with this RFP. The Porirua City Council requires after-hours contact center services that can receive all calls diverted from the Council during the specified after-hours period. The contact center must be able to: • Set-up and maintain a knowledgebase repository to store Council information that will be used to inform call responses; • Receive, answer, log and record all calls and either: o answer the calls fully using knowledgebase; o refer calls to the Council website or to Council contractors; o raise service requests for action where necessary into a CRM system; o voice recording of all inward and outward bound calls relating to the Porirua City Council; • Have the potential to offer webchat if the Council chooses to incorporate it within its after-hours contact center function in the future. • Answer calls from two phone queues (council main line and cemetery/ cremation line) with ability to prioritise cemetery/cremation calls over council main line calls",Awarded,,20201117 Porirua City Council,18576135,Request for Tenders,Open Competition,"Lookout Up Trail - Sections 1,2 & 3",CI00032,20170418,20170516,20170705,,Sole Agency,No,,"The trail, situated in Porirua Scenic Reserve, will provide a pathway for intermediate to experienced mountain bikers and an easier alternative for walkers to ascend and descend to and from the lookout at Rangituhi without having to use the much steeper Colonial Knob walkway. The track will be approximately 5.23 kilometres long and will be constructed in three sections: • Section 1 - Camp Elsdon to Vantage Point The lower section of track is 1,250 metres long and 1.5 metres in wide with an average gradient of less than 5%. This section will be two-way for both walkers and cyclists. • Section 2 - Vantage Point to Easy Downhill Junction The middle section of track is approximately 1,800 metres long and 0.8 metres wide with an average gradient of approximately 5%. This section will be two-way for walkers and uphill only for cyclists. • Section 3 - Easy Downhill Junction to Lookout The top section of the trail is 2,180 metres long and 0.8 metres wide with an average gradient of 7%. This section is two-way for walkers and uphill only for cyclists.",Awarded,,20201117 Porirua City Council,18638765,Request for Proposals,Closed Competition,Land Supply analysis,LTP,20170509,20170524,20170721,,Sole Agency,No,,,Awarded,,20201117 Porirua City Council,18639194,Request for Proposals,Closed Competition,Residential supply Analysis,LTP,20170509,20170524,20170721,,Sole Agency,No,,,Awarded,,20201117 Porirua City Council,18692555,Request for Tenders,Open Competition,Roading Asset Management Professional Services,CI 00039,20170525,20170621,20170918,,Sole Agency,No,,"This Tender is for the engagement of an Engineering and Asset Management Consultancy through a competitive tender process to provide PCC with roading asset-management professional services for a 3-year period, with options to extend year-by-year to a maximum of 5 years. Rendering of these services is necessary as the previous roading asset management contract with MWH expires on 30th June 2017 Co-funding of asset management and maintenance of PCC???s roading network by NZTA is dependent on sound and technically competent asset management and design services and recorded decision-making and procurement processes, which will be fulfilled in part by PCC through the engagement of a professional services consultancy.",Awarded,,20201117 Porirua City Council,18712957,Request for Tenders,Closed Competition,Public Space improvments Stage 2 and Peace Memorial,10175,20170531,20170713,20170918,,Sole Agency,No,,"This RFT relates to the procurement of a construction contract for Landscape and Civil works including in ground and above ground services.",Not Awarded,,20201117 Porirua City Council,18856167,Request for Tenders,Open Competition,"Concrete Footpaths-Discovery Drive and Spyglass Lane, Whitby",CG00039,20170720,20170817,20170918,,Sole Agency,No,,"The contract involves the construction of footpaths along Discovery Drive and Spyglass Lane in Whitby Porirua. Discovery Drive construction will include: ??? Site establishment including pedestrian and traffic control ??? Install pram crossing ??? Construct 209m2 concrete footpath. Spyglass Lane construction will include: ??? Site establishment including pedestrian and traffic control ??? Construct 197m2 concrete footpath. ??? Install stormwater drainage.",Awarded,,20201117 Porirua City Council,18948710,Request for Tenders,Open Competition,Camborne Walkway Remedial Works 2017-18,CI00038A,20170822,20170921,20171030,,Sole Agency,No,,"Camborne Walkway in Porirua, is a popular coastal walkway that has suffered from coastal erosion and requires remedial works to repair the slipped path including landward retreat, plus coastal armouring to protect from future erosion. The construction work period is negotiable but works must have started on site no later than the 9 April 2018 and be completed before the 15 June 2018.",Awarded,,20201117 Porirua City Council,18977381,Request for Proposals,Closed Competition,Porirua City Signage Manual,City Signage,20170831,20170927,20180117,,Sole Agency,No,,"Porirua City has a wide variety of signs around the city such as park signs, trail signs, wayfinding signs, road signs and building signs. Although these signs are for different purposes, in different places and come from different budgets, they are often viewed by the same people. We would like to develop a more consistent approach to signs that is more reflective of our identity and contributes towards our residents and visitors feeling welcome, informed, understood and important. Our Parks, CBD and Arena teams have immediate and future need for signs. We would like to create the basis of a manual that will guide future sign development so that signs are coordinated across the Council and city. We???ll take a modular approach, starting with Parks, CBD and the Arena and Aquatic Centre, and extend out to other types of signs later as need and budget arises. It is intended that once an approach to signs is agreed, and some initial signs designed, that our in-house designer will produce most of the signs in the future.",Awarded,,20201117 Porirua City Council,18997560,Request for Quotations,Open Competition,Pauatahanui Cemetery Pathway Upgrade 2017/18,CI00057,20170906,20171004,20171030,,Sole Agency,No,NA,"We are seeking an experienced contractor to upgrade the footpaths at the Pauatahanui Cemetery in Porirua. The existing asphalt pathways are badly damaged and cracked and potentially hazardous. The work will involve breaking up the existing asphalt paths for foundation and laying approximately 236 square metres of exposed aggregate concrete. The site is classified as a burial ground and is situated next to St Albans Anglican Church at the Pauatahanui Village in Porirua. The cemetery no longer takes new burials but attracts increasing numbers of visitors interested in its history and historic plantings. It will be important therefore that the construction methodology and contractor behaviours reflect the special nature of the site. It is important that the work is completed in November before the busy summer months.",Awarded,,20201117 Porirua City Council,19034274,Request for Tenders,Open Competition,Porirua Harbour Boat Ramp Realignment 2017/18,CG00031,20170915,20171015,20171127,,Sole Agency,No,,"This Contract relates to the construction of a new concrete boat ramp adjacent to the site of the existing one at the Waka Ama facilities at Wi Neera Drive in Porirua. The existing ramp is too steep and impractical for use with Waka and other recreational boating activities. The time frames for construction are November ??? December 2017. It essential that work is completed in this time frame to meet demands for summer boating events in January and February in this location.",Awarded,,20201117 Porirua City Council,19076979,Request for Tenders,Open Competition,Mungavin Park Entry Landscaping 2017/18,CG00018,20170929,20171029,20180709,,Sole Agency,No,,"Mungavin Park is in the key green space in Ranui Village Porirua, with the largest community hall in the city located on its roadside edge. The local community has worked with the Council to come up with a Community Plan for how they wish to see the park developed in the future. This project is the first stage of the plan, starting with landscaping improvements to the entry to the park and around Mungavin Hall. The general scope of works includes: ??? Demolition and removal of existing concrete paths, timber plant beds and planting at street edge. ??? Excavation to allow for final levels of new areas of paving, walls, steps and ramp. ??? Construction of new concrete walls, stone walls, ramp and paving. ??? Supply and installation of handrails and glow-strips ??? Supply and installation of seating. ??? Installation of signage ??? Supply and installation of bollards, rubbish bins and drainage ??? Preparation for new planting and delivery of plants",Awarded,,20201117 Porirua City Council,19126911,Request for Quotations,Closed Competition,Whitby Lake Wall Strengthening 2017/18,CI00064,20171012,20171108,20171127,,Sole Agency,No,NA,"We are seeking an experienced contractor to carry out strengthening work of a section of the bonded stone wall that supports the walkway surrounding Whitby Lake at Newhaven Way, Whitby. Along the eastern edge of the lake, the stone wall has separated from the walkway and rotated toward the lake. The extent of cracking and separation of the wall is approximately 60metres in length, with the worst section being approximately 17 meters long. All work takes place on the land, not in the water. The scope of works includes: ??? Site set-up and disestablishment including scaffolding, safety fencing and silt control ??? Trench, expose and relocate a power cable across the site ??? Drill anchors and augur and concrete deadman piles ??? Compact ground and install final grassing.",Not Awarded,Responses did not meet requirements. Going back to market with open Tender.,20201117 Porirua City Council,19165356,Request for Tenders,Open Competition,Ngati Toa Domain #3 Field Floodlights 2017/18,CI00056,20171024,20171121,20171222,,Sole Agency,No,,"The Council proposes to design, build and install three (3) 18 metre high lighting poles, floodlights with associated trenching, cabling and lighting control to illuminate the #3 Field and a small training area at Ng??ti Toa Domain, 6G Pascoe Avenue, Paremata, Porirua City. The works include: ??? Design of the floodlights and lighting control ??? Obtaining building consent, if required ??? Supply of all materials ??? Installing the electrical supply from the power source at the site to a new field lighting switchboard ??? Installing cabling and lighting control systems ??? Installing three new poles and floodlights; Carrying out associated work such as trenching and foundations; and ??? Aiming and testing the lights to confirm they meet the specifications.",Awarded,,20201117 Porirua City Council,19233739,Request for Proposals,Closed Competition,Development Plan,,20171115,20171212,20171220,,Sole Agency,No,,"The Council now wishes to develop an integrated development plan for the sites recognising the statutory and other policy constraints that might influence its future use and development. Importantly, the Council is now seeking proposals to produce a development plan that provides an optimal financial return to offset the cost of the site development and operating costs. The development plan should include commercial/residential development for part of the site integrated with public space and activities and connections to the beach, thereby optimising existing public uses while providing new opportunities.",Awarded,,20201117 Porirua City Council,19268726,Request for Tenders,Open Competition,Whitby Lake Wall Strengthening 2017/18 (A),CI00066(A),20171129,20180121,20180221,,Sole Agency,No,,"We are seeking an experienced contractor to carry out strengthening work of a section of the bonded stone wall that supports the walkway surrounding Whitby Lake at Newhaven Way, Whitby. Along the eastern edge of the lake, the stone wall has separated from the walkway and rotated toward the lake. The affected area is approx 60metres in length, with the worst section being approximately 17 meters long. The scope of works includes: ??? Site set-up and disestablishment including scaffolding, safety fencing and silt control ??? Trench, expose and relocate a power cable across the site ??? Drill anchors and augur and concrete deadman piles ??? Compact ground and install final grassing.",Awarded,,20201117 Porirua City Council,19329227,Request for Tenders,Open Competition,Te Ara Piko Pathway-Kakaho East to Motukaraka Riprap and Pathway Construction 2017/18,CI00067,20171214,20180128,20180328,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Te Ara Piko Pathway Kakaho East to Motukaraka - Rip Rap and Pathway Construction contract opportunity. In summary the construction will include the following. Riprap ??? Up to 720m of pathway that includes placement of approximately 400 lineal metres of placed riprap. Bridges ??? The contractor will transport and install the pre-fabricated components for the seven small bridges and supply and install the pile foundations, wing walls, bearers, handrails, edge kerbs and tensar matting. Pathway Construction ??? Construction of approximately 30m of boardwalk or gabion retained pathway. Other Works The works also include preparation and submitting for approval the Construction Environmental Management Plan (CEMP), traffic management plan, quality plan, minor earthworks and ancillary works associated with the above.",Awarded,,20201117 Porirua City Council,19356646,Request for Proposals,Closed Competition,Wi Neera to City Shared Pathway,101253,20180108,20180202,20180315,,Sole Agency,No,,"We are seeking a solution that upgrades, and where necessary creates new, shared pathways including widening of existing pathway, lighting and associated signage to enhance walking and cycling connections from the Titahi Bay Road / Wi Neera Drive intersection to destinations to the south. The proposed improvements are expected to: i.Improve the level of service for cyclists along the identified route/s (both mid-block and at intersections). ii. Maintain or improve the level of service for all pedestrians. iii. Maintain an acceptable level of service for general traffic movements along the identified route/s commensurate with the associated hierarchy of the route/s (including commercial/delivery vehicles). iv. Minimise impacts to parking to meet current on-street parking demand. v. Address current pedestrian and cycling safety issues. The approved scheme will provide the information necessary for PCC to complete the Detailed Business Case and allow Council to confirm construction funding.",Awarded,,20201117 Porirua City Council,19391432,Request for Proposals,Open Competition,Assessment of the Coastal Environment,PP00010,20180124,20180302,20180418,,Sole Agency,No,,"Porirua City Council is currently undertaking a review of its District Plan. The Environment and City Planning team are building an evidence base in order to create a draft District Plan in October 2018, and a notified District Plan in May 2019. This includes partnering with Greater Wellington Regional Council who is working with the relevant city and district councils to identify areas with high/outstanding natural character in the coastal environment including the coastal marine area. To fulfil the requirements of the New Zealand Coastal Policy Statement 2010 (???NZCPS???), and the Greater Wellington Regional Council???s Regional Policy Statement 2013 (???RPS???), we need to undertake an assessment of the natural character of the coastal environment. This assessment will inform policy development relating to the coastal environment.",Awarded,,20201117 Porirua City Council,19454033,Request for Proposals,Open Competition,Current state analysis of Parking Provision and Demand,CCI 0003,20180215,20180308,20180418,,Sole Agency,No,,"Since 2002 there have been four reports from consultants relating to the management of parking in the Porirua city centre, but no parking strategy has been finalised as a result of these studies. All the subsequent reports (2006, 2011 and 2012) following on from the initial report in 2002 based their analysis to a significant degree on the data provided in the original report. It is considered necessary to develop a comprehensive up to date understanding of parking provision in Porirua city as the first stage in developing a parking strategy.",Awarded,,20201117 Porirua City Council,19520755,Request for Quotations,Open Competition,Jasmine Underhill Reserve Stage 1-Playground Area Upgrade,CG00037,20180308,20180405,20180523,,Sole Agency,No,,"We are seeking an experienced contractor to manage a package of works to upgrade the playground area at Jasmine Underhill Reserve in Porirua. The contractor is likely to carry out some of the works but will also be required to source and coordinate other sub-contractors to undertake specialised parts of job. The scope of works includes: ??? Site set-up and disestablishment including fencing and service location. ??? Remove old BBQ including terminating power and water supply. Reinstate site. ??? Install 65m power duct and power supply from power source to BBQ. ??? Lay a new 83m concrete scooter pathway with associated humps, markings and signage. ??? Lay concrete pads for picnic tables, BBQ and a wind break panel. ??? Supply and install picnic tables, BBQ and a wind break panel.",Awarded,,20201117 Porirua City Council,19534321,Request for Proposals,Open Competition,Park Development Works - Steyne Ave & Bedford Park Reserve,CI00080,20180314,20180420,20180424,,Sole Agency,No,,"Porirua City Council requires one suitably skilled contractor to carry out a variety of works at two local parks in Porirua. ??? Bedford St Reserve behind Cannons Creek park ??? 34 and 36 Steyne Avenue in Plimmerton The contractor will be responsible for all the hard landscaping works at both parks. PCC will supply all park furniture and play equipment, with the play equipment at Bedford St Park Reserve being installed by separate subcontractors. Proposed improvements Bedford St Park Reserve 1. New 200m concrete path 2. New volley ball court 3. New raised grass and paved performing platform with DJ post. 4. One new water fountain 5. BBQ area with accessible electric BBQ with shade structure 6. New play equipment 7. New park furniture. Steyne Avenue 1. Removal and cartage of old fences, sheds, paving, decks and other rubble 2. Earthworks to contour and level the site 3. New park furniture 4. Re-grass the site.",Not Awarded,No conforming responses have been received.,20201117 Porirua City Council,19706346,Request for Proposals,Closed Competition,Kenepuru Traffic Area Study,CCI00023,20180508,20180518,20180607,,Sole Agency,No,,"This study is the first stage in the development of the Porirua City Council???s investigations into the impact of Transmission Gully (TG) on the Porirua transport network. Prior to commencement Council requires a written proposal outlining an understanding of this work, suggested revisions to the brief to suit Council???s purpose, methodology, and a proposed price.",Awarded,,20201117 Porirua City Council,19706472,Request for Tenders,Open Competition,Wi Neera Shared Pathway Construction,CI00082,20180508,20180605,20180608,,Sole Agency,No,,"This RFT relates to the purchase of construction services for the of Wi Neera shared pathways. The key objective of this procurement is to appoint a qualified contractor with availability for the construction of Wi Neera shared pathways. The procurement???s proposed outcomes are a shared pathway facility constructed according to the agreed contract/specifications/drawings.",Not Awarded,"The construction of the Wi Neera Drive pathway is not going to be awarded at this stage. The cost of construction the time constraints mean Council will not proceed with this project at this time.",20201117 Porirua City Council,19779110,Request for Tenders,Closed Competition,Ngati Toa Hall Refurbishment,25801,20180531,20180622,20180719,,Sole Agency,No,,"This procurement relates to the renovation of Ngati Toa Hall. Weather tightness issues were identified during a building condition audit. The lower roofing section and the window joinery were found to be the issue. Unfortunately the hall is clad in asbestos and will need to be removed to carry out the weather tightness issues. With the extent of this work Council believes it is best to also upgrade the remaining roofing, fire system and the NBS rating.",Not Awarded,This has been published in error. This contract has been awarded.,20201117 Porirua City Council,19781975,Request for Proposals,Open Competition,Bedford St Reserve Development works,,20180601,20180629,20180712,Parks,Sole Agency,No,,"Porirua City Council requires a contractor to complete a mix of civil & hard landscaping works required to build the a new community space on Bedford Street Reserve, sometime over the coming months. Council needs to engage a contractor to: ??? Install concrete paths, steps & handrail ??? Install park furniture (seats; bbq; shelter ) ??? Manage subcontractors to install play equipment and safety surfacing ??? Construct sand volleyball court & performing platform",Not Awarded,No winning reposes were received.,20201117 Porirua City Council,19890655,Request for Tenders,Open Competition,Trail 10 Track Construction 18/19,CI00087,20180709,20180806,20180828,Parks,Sole Agency,No,NA,"The key objective of this project is to create a safe downhill descent for mountain bike riders who have accessed the Lookout area in Porirua Scenic Reserve via the uphill trail,Te Ara Utiwai. In summary the work included in this Contract consists of the following: ??? Formation of approximately 1.06km length of new descending trail. ??? Formation of switchback turns with berms. ??? Formation of grade reversals and grade dips in the trail alignment formation. ??? Supply and installation of a 6m long boardwalk at specified location. ??? Associated establishment, site vegetation clearance, drainage and other work necessary to complete the trail works.",Awarded,,20201117 Porirua City Council,20046749,Request for Tenders,Open Competition,Parks Hard Surfaces Renewal 2018/19,CI00099,20180820,20180916,20181017,Parks,Sole Agency,No,,"We are seeking a contractor with a high level of expertise in repairing vehicle and pedestrian asphaltic surfaces e.g. car parks, driveways and paths, at Porirua???s outdoor recreational spaces, sports fields, and tennis and netball venues. In addition to carrying out asphaltic works, the contractor will be expected to manage ancillary works such line marking and minor drainage works. The Tender seeks rates only, rather than a price for a set programme of work. The actual quantities of work will be determined with the successful contractor based on the total budget allocation for each financial year.",Awarded,,20201117 Porirua City Council,20084147,Request for Tenders,Open Competition,Albatross Close Palisade Wall and Civil Works,,20180830,20180927,20181018,Roading,Sole Agency,No,,"PCC is seeking a suitably qualified contractor to complete the road subsidence remediation at 4-6 Albatross Close in Whitby. The remediation involves, in summary, the construction of a palisade wall and the related civil works to restore the utilities, pavement and road seal.",Awarded,,20201117 Porirua City Council,20127427,Request for Quotations,Closed Competition,Parks Turf Irrigation 2018/19,CI00101,20180906,20181003,20181105,Parks,Sole Agency,No,,"We are seeking an experienced irrigation contractor to carry out a range of irrigation works in various locations in Porirua. This is a closed Request for Quote (RFQ) that specifically seeks a supplier with the capability to design, build and install new irrigation systems as well as adapting and extending existing systems.",Awarded,,20201117 Porirua City Council,20154697,Request for Tenders,Open Competition,SH1 Pukerua Bay Retaining Wall,,20180913,20181001,20181106,Roading,Sole Agency,No,,"Porirua City Council is seeking a suitably qualified contractor to complete the road and footpath subsidence remediation at Pukerua Bay. The remediation involves, in summary, the construction of a retaining wall and the related civil works to restore the utilities, and pavement. Design Report (including drawings), specifications, conditions of tender and contract template are all included in this tender package for more detail.",Awarded,,20201117 Porirua City Council,20288299,Request for Proposals,Open Competition,Spicer Landfill Operational Management,,20181015,20181120,20190613,,Sole Agency,No,,"This RFP relates to the Operational management services of the Spicer landfill. The key aim of this process it to get a long term contractor to run the landfill for the Council on a professional and collaborative manner for the term of the contract. We are interested in how landfill management intersects with our strategic and infrastructure interest. This includes sustainable and safe waste disposal, waste minimisation strategies, optimising the use of landfill space, reducing ETS costs, and relationships to other PCC waste polices. The Council is also interested in ensuring we get excellent levels of service across the following outcome areas: environmental performance, customer and stakeholder management, and operational excellence. And of course, we must be assured that the services provide value for money on behalf or ratepayers.",Awarded,,20201117 Porirua City Council,20320190,Request for Proposals,Closed Competition,Project Re-Jig,,20181024,20181122,20190123,Corporate Operations,Sole Agency,No,,"The Porirua Administration Building (CAB) is situated in the heart of Porirua City at 16 Cobham Court. The building consists of two podium floors and a five-floor tower block, providing approximately 2600 m2 of net floor area. Across the floors this is broken up into customer service areas on the ground floor, Council facilities on Level 2, and storage, core services, and general office area scattered across the remaining building space. The building is approximately 60 years old and is suffering from a number of internal issues. The quality of the current working environments is inconsistent and, in some areas, very poor ??? particularly levels 1 and 4. The floors have evolved over time with no overall strategy or defined Council space standards. The furniture systems are very dated and poorly configured. The provision of heating and cooling is inconsistent throughout the building relying on the original poor perimeter heating, supplemented in discrete areas and offices with individual ???heat pumps???. Many areas rely on natural ventilation (opening windows) for summer cooling. The current building services are outdated and requires a comprehensive upgrade.",Awarded,,20201117 Porirua City Council,20528844,Request for Tenders,Open Competition,Hampshire St & Lyttelton Ave Area Wide Treamtments,CI00103,20181207,20190125,20190325,Roading,Sole Agency,No,,"This plan relates to the purchase of construction services for the area wide treatment (AWT) of Hampshire Street and Lyttelton Avenue. The key objective of this procurement is to appoint a qualified contractor with availability for the construction of the work. The procurement???s proposed outcomes are completed work in accordance with the contract/specifications/drawings.",Not Awarded,,20201117 Porirua City Council,20847300,Request for Proposals,Open Competition,Paekakariki Hill Rd Retaining works,,20190319,20190404,20190613,Roading,Sole Agency,No,,"The resilience of Paekakariki Hill Road is hampered by both stormwater runoff and stream scour resulting in slips and erosion of the hillside below the road. Several retaining structures have been constructed to protect the road however there has been continued erosion around the structures. The project involves constructing additional retaining structures to support the road and protect from further scour.",Awarded,,20201117 Port Otago Limited,19423984,Request for Proposals,Open Competition,Project Orange - Personal Protective Clothing,,20180205,20180228,20180530,,Sole Agency,No,,,Not Awarded,The Port Otago PPC/PPE contract has been awarded to Safety & Apparel. Port Otago Ltd would like to thank you all for the time and effort you invested into this process.,20201117 Port Otago Limited,19644658,Request for Proposals,Open Competition,Workforce Rostering Solution,,20180430,20180608,20180907,,Sole Agency,No,,"Port Otago is the primary export port for the South Island region of New Zealand. It is a full service Port offering a comprehensive range of services for both shipping lines and cargo owners, including warehousing at quayside. Our people are committed to delivering the highest standards of port services at all times. Port Otago is seeking a workforce rostering solution for all shift workers in the Company which currently stands at approximately 260 staff. This solution will provide an automated roster for the shift workers, designed to reduce staff fatigue and ultimately improve staff health, safety and wellbeing in the Company. It is expected that the systems solution will provide improved shift visibility, consistency, sustainability and efficiency. The primary function of the solution is to allocate staff with specific skills to specific shifts depending on planned events (eg maintenance events, container vessel arriving) and unplanned events (eg container vessel running 12 hours late due to bad weather, machinery breakdown). The solution is required to have the capability to generate roster(s) utilising multiple rules for both demand management and supply management.",Not Awarded,,20201117 Ports of Auckland Limited,18414999,Request for Tenders,Open Competition,Provision of Manned Services - Security Officers,POAL - SEC 2017 19,20170301,20170421,20170609,,Sole Agency,No,"Attention Mike Gladman. C/O Ports of Auckland Ltd, PO Box 1281, Shortland Street, Auckland 1140.","Ports of Auckland Ltd (POAL) are inviting tenders from licensed security services providers to manage and man security services at the Auckland ports facilities and associated properties. POAL are required to maintain compliance under various pieces of legislation in order to operate, therefore only licensed security companies with adequate resources and a proven track record need apply.",Awarded,,20201117 Public Trust,19707274,Request for Quotations,Open Competition,Knowledge Library Replacement,VSO-23650,20180517,20180531,20180724,,Sole Agency,No,,"Public Trust requires: (a) a process mapping tool under a standard user licence/terms of use (either hosted or non-hosted) and (b) transition / implementation support services from our existing platform.",Awarded,,20201117 Queenstown-Lakes District Council,8841092,Request for Proposals,Open Competition,Facility Cleaning,,20150213,20150313,20190612,,Sole Agency,No,Email - admin@watershedgroup.co.nz,Watershed have been engaged by Queenstown Lakes District Council to obtain proposals for facility cleaning at multi sites.,Not Awarded,,20201117 Queenstown-Lakes District Council,19742700,Request for Proposals,Closed Competition,3-Waters Strategic Procurement Plan - RFP,C-18-018/2,20180522,20180612,20190612,,Sole Agency,No,,"Please note that this is a ???two envelope??? Tender process. The non-price and price components of the Tender are to be uploaded to GETS separately. The below notice relates to the RFP (or non-price component) for the 3-Waters Strategic Procurement Plan. Please refer to GETS RFx ID 19742803 for the RFQ notice. Queenstown Lakes District Council (QLDC) intends to invest significantly in its 3-waters infrastructure assets to meet demands associated with population growth, the need for upgrades and renewals and the need to deliver 3-waters in accordance with certain levels of service. ???3-waters??? includes storm-water, water supply and wastewater. QLDC???s investment will be by way of procuring various physical works in connection with its 3-waters infrastructure assets in the Queenstown Lakes district, as identified in QLDC???s draft 3-waters long-term plan (the 3W Physical Works). The purpose of this RFP is to: ??? allow Tenderers an opportunity to further develop their potential methodologies submitted during the recent request for information process (the RFI Process) ??? select a procurement adviser (Procurement Adviser) for the 3W Physical Works with whom QLDC will enter into a professional services agreement (Consultancy Agreement). QLDC???s proposed form of Consultancy Agreement is based on the Conditions of Contract for Consultancy Services, 3rd edition (CCCS). The Proposed Services are unchanged from those referred to in the Request for Interest and Information for QLDC???s 3-Waters Strategic Procurement Plan issued on 19.04.18 (the RFI). They include: ??? Procurement Advisor to collaborate with Contracted Consultant. ??? Implementation of Procurement Services. ??? Establishment of Panels.",Awarded,,20201117 Queenstown-Lakes District Council,19742803,Request for Quotations,Closed Competition,3-Waters Strategic Procurement Plan - RFQ,C-18-018/2,20180521,20180612,20190612,,Sole Agency,No,,"Please note that this is a ???two envelope??? Tender process. The non-price and price components of the Tender are to be uploaded to GETS separately. The below notice relates to the RFQ (or price component) for the 3-Waters Strategic Procurement Plan. Please refer to GETS RFx ID 19742700 for the RFP notice. Queenstown Lakes District Council (QLDC) intends to invest significantly in its 3-waters infrastructure assets to meet demands associated with population growth, the need for upgrades and renewals and the need to deliver 3-waters in accordance with certain levels of service. ???3-waters??? includes storm-water, water supply and wastewater. QLDC???s investment will be by way of procuring various physical works in connection with its 3-waters infrastructure assets in the Queenstown Lakes district, as identified in QLDC???s draft 3-waters long-term plan (the 3W Physical Works). The purpose of this RFP is to: ??? allow Tenderers an opportunity to further develop their potential methodologies submitted during the recent request for information process (the RFI Process), including: ??? select a procurement adviser (Procurement Adviser) for the 3W Physical Works with whom QLDC will enter into a professional services agreement (Consultancy Agreement). QLDC???s proposed form of Consultancy Agreement is based on the Conditions of Contract for Consultancy Services, 3rd edition (CCCS). The Proposed Services are unchanged from those referred to in the Request for Interest and Information for QLDC???s 3-Waters Strategic Procurement Plan issued on 19.04.18 (the RFI). They include: ??? Procurement Advisor to collaborate with Contracted Consultant. ??? Implementation of Procurement Services. ??? Establishment of Panels.",Awarded,,20201117 Queenstown-Lakes District Council,19866072,Request for Proposals,Open Competition,3-Waters Project Management Services,C-19-003,20180629,20180727,20190327,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) intends to invest significantly in its 3-waters infrastructure assets to meet demands associated with population growth, the need for upgrades and renewals and the need to deliver 3-waters in accordance with certain levels of service. ???3-waters??? includes storm-water, water supply and wastewater. The purpose of this RFP process is to: ??? engage with the market to determine its level of interest to assist QLDC in the project management of the 3W Physical Works; ??? identify organisations who have the project management capability, capacity and culture to project manage the 3W Physical Works basis and implement QLDC???s in-house project management methodology (see further discussion at Section 1.3 below); and ??? select two project managers (each a Project Manager) for the 3W Physical Works with whom QLDC will enter into separate professional services agreements (each a Consultancy Agreement) for the delivery of the Proposed Services. QLDC???s proposed form of Consultancy Agreement is based on the Conditions of Contract for Consultancy Services, 3rd edition (CCCS).",Awarded,,20201117 Queenstown-Lakes District Council,19891886,Request for Proposals,Open Competition,Wakatipu Active Travel Network - Single Stage Business Case,C-19-002,20180710,20180813,20190327,,Sole Agency,No,"Queesntown Lakes District Council, 10 Gorge Road, Queenstown, 9300","QLDC wish to procure a Consultant to complete a Single Stage Business Case for the Wakatipu Active Travel Network. The geographical scope of this contract is focussed on the two main urban centres, being Queenstown and Frankton. The smaller satellite suburbs include: 1. Lake Hayes/Ladies Mile 2. Jacks Pt/Hanley Downs 3. Kelvin Heights 4. Arthurs Pt 5. Arrowtown 6. Fernhill/Sunshine Bay The recommended connections between all of these areas are to be identified, while the more detailed connections within the urban centres will be considered under separate business cases and minor improvements. The exception to this is the Queenstown Town Centre where the linkages within the town centre have already been identified under the Queenstown Town Centre Masterplan Programme Business Case and are to be included. There are a number of different user groups that need to be considered and prioritised. This contract is primarily focussed on active travel users while also providing access to the recreational focussed trails. The Consultant is expected to confirm the recommended option for a wide range of interventions, including: ??? Physical infrastructure ??? Supporting infrastructure (such as lockers, storage facilities etc) ??? Other measures (such as marketing or TDM campaign) This SSBC will complete the development of the Strategic Case and Recommended Option(s) for the entire study area, including physical and non-physical infrastructure. Further components of the recommended package of interventions will need to be developed in further detail.",Awarded,,20201117 Queenstown-Lakes District Council,19929022,Request for Tenders,Open Competition,Jack Reid Park Sports Field Upgrade,C-19-004,20180719,20180810,20180918,,Sole Agency,No,"Queenstown Lakes District Council, 10 Gorge Road","Queenstown Lakes District Council (QLDC) are seeking tenders for the sports field upgrade works at Jack Reid Park, Arrowtown. The scope of works includes but is not limited to: (1) All civil and earthworks as documented in the Tender Documents; (2) Site clearance, surface removal and re-grading of the surface C (levels in the North-East corner to be confirmed on site); (3) Installation of drainage and a new irrigation system (note the revised connection point in the HC drawings for the irrigation system ??? to be confirmed on site by Contractor).; (4) Seeding and establishment of new turf; (5) Traffic management, erosion and sediment controls required to complete the scope of works; and (6) Site management and coordination with QLDC Separate Contractors undertaking works identified in 2.2.",Not Awarded,,20201117 Queenstown-Lakes District Council,19992557,Request for Tenders,Open Competition,Mount Aspiring Road Carpark,C-19-014,20180806,20180828,20181001,,Sole Agency,No,"10 Gorge Road, Queenstown 9300","Queenstown Lakes District Council (QLDC) wishes to engage a contractor to construct the Mount Aspiring Road carpark and adjacent toilet block. QLDC invites Tender Responses from the open market. Following the evaluation of all Tender Responses, it is intended that QLDC will enter into negotiations with one Tenderer with the intention of entering into a contract with the successful Tenderer.",Not Awarded,Tender awarded to The Roading Company.,20201117 Queenstown-Lakes District Council,20011313,Request for Proposals,Open Competition,QLDC 3W Legal Adviser RFP,C-19-017,20180810,20180907,20181207,,Sole Agency,No,,"The Queenstown Lakes district is currently experiencing significant and unprecedented population and tourism growth. The programme of delivery that the 2018-2028 Long term Plan Consultation Document (Draft LTP) contains is almost three times bigger than anything this community and QLDC have faced before, being estimated at just short of $1B spend over the next ten years. The Draft LTP includes significant investment in the district???s 3-waters infrastructure with over $140M of investment in 3-waters infrastructure in the first 3 years of the Draft LTP to meet growth, renewals and levels of service needs. The LTP represents a challenge requiring the consideration of non-traditional thinking and methods in respect of the procurement of supply market resources.",Awarded,,20201117 Queenstown-Lakes District Council,20029130,Request for Tenders,Open Competition,Boundary St Carpark Building ??? Design Services,C-19-016,20180815,20180912,20181126,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is the local authority for the Queenstown Lakes district. The District is currently experiencing significant and unpredicted population, traffic, residential and tourism growth. Projected visitor growth is significant. Long range forecasts predict that domestic visitors will double, and international visitors will nearly triple by 2026. QLDC have recently undertaken a master planning process to identify and address the challenges facing the Queenstown Town Centre. The Masterplan is a 35-year vision that sets the direction for the future of the Town Centre. One of the outputs of the Masterplan was the identification of a need for additional car parking close to the Town Centre. Access to the Town Centre is a major challenge with significant congestion on the arterial routes, very low use of public transport (noting some improvement since the introduction of $2 fares), inefficient parking and an ad hoc approach to passenger transport contributing to a very constrained and dysfunctional transport network. The state of this network supports car domination, and this is reducing the Town Centre???s ability to be a walkable, social and engaging area. Improved parking solutions can support growth while also acting as a lever to encourage a much needed increase in public and active transport use. Parking facilities developed in the right places and managed in the right way can also help attract traffic to the town centre fringes, encouraging people to walk rather than drive to the town???s attractions. The purpose of this RFT is to invite Tenders for a multi-disciplinary team of consultants to provide design and planning services for the construction of a new carparking building on the existing QLDC Boundary Street carpark site.",Awarded,,20201117 Queenstown-Lakes District Council,20065529,Request for Tenders,Open Competition,Luggate Wastewater Connection to Project Pure,C-19-009,20180824,20181002,20190327,,Sole Agency,No,"QLDC 10 Gorge Road, Queenstown 9300","Queenstown Lakes District Council (QLDC) wishes to engage a contractor to construct rising main pipelines, a new wastewater pump station (WWPS) building, watermains and all associated works to complete the wastewater connection from Luggate to Project Pure. The Works involve the completion of all work associated with the Luggate Wastewater Connection to Project Pure, (The Project) which includes but is not limited to: ??? the supply, installation, testing and commissioning of approximately 1194m of 180 OD PE100 PN8 pipe and 35m of 200 OD PE100 PN16 directionally drilled pipe and associated works from the existing Alice Burn No. 1 WWPS to the new Main WWPS; ??? the construction of a new Main WWPS including emergency storage, the building and all electrical and mechanical works; ??? the supply, installation, testing and commissioning of approximately 4230m of dual 125 OD and 110 OD PE100 PN16 sewer rising mains from the new Main WWPS to an existing Project Pure gravity manhole in Stevenson Road; ??? the supply, installation, testing and commissioning of approximately 150m of 250 OD PE100 PN16 water pipe and associated works from Church Road to the new Main WWPS; ??? the potential (Provisional Item) supply, installation testing and commissioning of 4230m of either a 250 OD PE100 PN16 or PN12.5 watermain in the same trench as the two sewer rising mains.",Not Awarded,Fulton Hogan,20201117 Queenstown-Lakes District Council,20066457,Request for Proposals,Open Competition,Wanaka & Frankton Masterplan Services RFP,C-19-008,20180824,20180921,20181221,,Sole Agency,No,,"The Queenstown Lakes District is currently experiencing considerable and sustained growth from both local and visitor sectors. This growth is forecast to continue into the future. The scale and pace of growth is placing considerable strain on current infrastructure and amenity throughout the Queenstown and Wanaka urban areas. This pressure will increase as the growth continues. There is however an opportunity to provide a clear and coherent masterplan in key areas to ensure that the appropriate infrastructure is provided to support this growth, while also ensuring that the liveability of these areas is enhanced. Two areas that are experiencing substantial growth and that have been identified as needing a clear plan to manage this growth are Wanaka and Frankton. QLDC wish to procure a suite of technical resources (in the form of two multi-disciplinary consultant teams) to assist with implementing a Masterplan and Integrated Transport Program Business Case for Wanaka and for Frankton. This RFP is a single tender process requiring a single tender proposal covering both the Wanaka and Frankton projects listed below. QLDC are seeking a separate consultancy team (from different organisations) for each project. 1. Wanaka Town Centre Masterplan and Integrated Transport PBC 2. Frankton Masterplan and Integrated Transport PBC Each consultancy team that submits a tender must be prepared for either the Wanaka or Frankton project to be awarded to the team. There will be two separate contracts awarded to the top two preferred tenderers. One contract will be awarded for the Wanaka project and the other contract will be awarded for the Frankton project. QLDC will decide which contract will be awarded to which preferred tenderer.",Awarded,,20201117 Queenstown-Lakes District Council,20072682,Request for Tenders,Open Competition,North East Frankton Flats Stormwater,C-19-021,20180828,20180924,20181116,,Sole Agency,No,,"QLDC requires the construction of a deep stormwater main to carry existing and future stormwater loads from the Frankton Flats area on the Frankton foreshore. QLDC requires the services of an experienced Contractor, to input to the design phase and to construct the Works - including deep stormwater pipes, complete with manholes, stubs and lateral connections, from the Golf course nearby, crossing the Kawarau falls road and terminating at the foreshore of Lake Wakatipu. Associated works include forming of a flat playing field above the primary school, and the installation of a water supply pipe for future connection to the QLDC network. This RFT is primarily for the provision of Pre-Construction Services to assist the design team in designing, costing and procuring the materials required to undertake the works. The secondary purpose of this RFT is to seek rates and other costings that can be used to convert the PCSA into a full construction contract for the construction of the works. While this RFP relates to pre-construction services for Stage 1 of QLDC???s North East Frankton Stormwater Infrastructure project, QLDC reserves the right to include further stages in the scope of the services. This could mean including further stages during the pre-construction services phase (as a variation to the Pre-construction Services Agreement), or during the construction phase for Stage 1 (as a variation under the Construction Contract that may be entered into with by QLDC and the Preferred Bidder at the conclusion of the pre-construction services phase).",Awarded,,20201117 Queenstown-Lakes District Council,20089221,Request for Tenders,Closed Competition,Arrowtown Water Supply Source Upgrades,C-19-022,20180830,20180921,20181001,,Sole Agency,No,"QLDC Office, 10 Gorge Road, Queenstown 9300","Queenstown Lakes District Council (QLDC) wishes to engage a Consultant to provide Professional Engineering Services for Arrowtown Water Supply Source Upgrades. The water supply source upgrade is required to service increasing demand form the scheme, and to enhance both security of supply and water quality. The preferred option has been identified through a better business case. The scope of upgrade works includes but is not limited to: ??? Installation of two new production bores with duty pumps and associated pump station building ??? Upgrade of the existing bore pump ??? Decommission the existing well and associated pump station ??? Develop a concept for the design and subsequent construction of a new reservoir to supplement existing storage This project will be undertaken as an ECI with the Contractor elected by QLDC and the Consultant will be required to develop and complete the design with consultation from the Contractor. QLDC requests that three engagement sessions will be run with the Contractor: at project start up, 50% design completion and 90% design completion. The consultant will provide technical support throughout the procurement and construction phase along with contract administration and Management, Surveillance and Quality Assurance (MSQA) services.",Not Awarded,Tender awarded to Fluent Solutions.,20201117 Queenstown-Lakes District Council,20115150,Request for Proposals,Open Competition,Queenstown Events Centre and Wanaka Recreation Centre Master Plan,C-19-023,20180905,20181017,20181213,,Sole Agency,No,,"The purpose of this request for proposals (RFP) is to seek proposals to undertake the development of a Joint Master Plan that would cover both the Queenstown Events Centre (QEC) and the Wanaka Recreation Centre (WRC) and their surrounding areas. In undertaking the development of a Joint Master, the QLDC???s objectives and outcomes are: 1. To gain a full understanding of the current and future sport and recreation demands for Queenstown/ Wanaka and their wider catchment (from existing material); 2. To translate the information available on sport and recreation use into a cohesive Master Plan that allocates use in an efficient and equitable way across the district; 3. To produce a Master Plan for QEC and WRC to guide the development of both or alternative sites over a 20 year period; 4. To ensure the Master Plan reflects both organised and informal uses and provides a degree of flexibility to address changes that may occur over time; 5. To produce a plan that is leading edge and innovative in accommodating the various uses and elements and provides a functional and visually pleasing environment; 6. To produce a detailed development plan for Stage 1 for work for both the QEC/WRC or alternative sites to enable implementation to proceed. There are two sites that the Master Plan needs to be developed for: - The Queenstown Events Centre(QEC) area: and, - The Wanaka Recreation Centre (WRC)",Awarded,,20201117 Queenstown-Lakes District Council,20418879,Request for Proposals,Open Competition,O-19-034 QLDC CCTV Network Maintenance Contract,O-19-034,20181114,20181212,20190313,,Sole Agency,No,,QLDC is seeking RFPs for its three year CCTV Network Maintenance contract. The existing contract is due to expire at the end of February 2019.,Awarded,,20201117 Queenstown-Lakes District Council,20423141,Request for Tenders,Open Competition,C-19-033 Precipice Creek Bridge Redecking,C-19-033,20181114,20181206,20190109,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) wishes to engage a contractor to install a new concrete deck to Precipice Creek Bridge on Glenorchy-Paradise Road.,Awarded,Awarded to Fulton Hogan,20201117 Queenstown-Lakes District Council,20431591,Request for Proposals,Closed Competition,Queenstown Streetscapes Project,C-19-039,20181116,20181128,20181220,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably qualified suppliers from QLDC???s Project Management Services Panel to submit their proposals to QLDC for the provision of Project Management Services, for the Queenstown Streetscapes Project. This project has a target completion date of August 2019. QLDC is looking for a consultant project manager who has capability, relevant experience and will have a demonstrable collaborative approach to working within the project team, to achieve the desired outcomes within the established project timeframes and budgets.",Awarded,,20201117 Queenstown-Lakes District Council,20470476,Request for Proposals,Open Competition,QLDC Legal Services Panel,,20181123,20181220,20190325,,Sole Agency,No,,"The Queenstown Lakes District is experiencing high growth, this puts significant demand on all areas of Council to effectively manage and deliver their services. The Council is seeking to increase its internal legal services capability and capacity; this has resulted in change to the scope and style of the external legal support required. To that end, the Council is seeking to implement a refreshed Legal Services Panel for the provision of legal advice and support, within the broad context of the Local Government Act and the local government framework, in the following Disciplines: - Environmental and RMA (including review of the District Plan) - Infrastructure Delivery (commercial transactions on large scale construction projects and consenting) - Public Policy - Commercial - Dispute Resolution and Litigation - Property and Conveyancing We are seeking to establish a legal panel that has the combined capacity and capability to deliver support in the specified Disciplines. We are also seeking to engage a single firm who will be responsible for meeting Council???s employment law requirements. Refer to the attached RFP document for full details of this Request for Proposals.",Awarded,,20201117 Queenstown-Lakes District Council,20567271,Request for Tenders,Open Competition,Mode Shift Improvements ??? PT Minor Infrastructure Tranche 1 Bus Stop Physical Works,C-19-036,20181221,20190205,20190208,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) wishes to engage a contractor to undertake minor physical works improvements at various existing and proposed bus stop sites. The Works involve the completion of all work associated with minor improvements to existing and proposed bus stop locations. These improvements include (but are not limited to) bus shelters, hard-stands, line markings, footpaths, refuse and recycling bins, ski racks, bike racks, lighting, services and utilities, accessibility and visually impaired facilities (i.e. tactile pavers), signage and other ancillary items.",Not Awarded,,20201117 Queenstown-Lakes District Council,20603430,Request for Proposals,Open Competition,C-19-032 Road Reserve Tree Removal Project,C-19-032,20190115,20190215,20190313,,Sole Agency,No,,,Awarded,,20201117 Queenstown-Lakes District Council,20885245,Request for Quotations,Closed Competition,Bundle 3: Wastewater Conveyance Schemes,C-19-058,20190327,20190503,20190606,,Sole Agency,No,,"This Bundle includes three significant wastewater conveyance projects across Queenstown, Wanaka and Hawea. They include but are not limited to the delivery of sewer trunk mains, pump stations, bridges, and other ancillary infrastructure. Each Project is at various stages of design development and has many challenges to overcome to ensure successful delivery.",Awarded,,20201117 Radio New Zealand,19959733,Request for Quotations,Open Competition,RNZ L2 Studio HVAC Upgrade,,20180803,20180830,20180925,,Sole Agency,No,,"Radio New Zealand Limited (RNZ) is currently seeking quotes to undertake an HVAC upgrade to the Level 2 Studio areas at 171 Hobson Street, Auckland. A Detailed Design has been carried out by OPUS tol upgrade the HVAC capability to meet the current and future projected studio usage of typically 5 and occasionally up to 10 occupants in each room. The mechanical services system serving the Radio NZ tenancy is VRF with typically ducted indoor units in the ceiling spaces and condensers located on the roof. The 2 Control Rooms and 2 Recording Studios are currently served by a single VRF ducted system with the indoor unit located on level 3 and common floor condenser unit located on the roof. This project relates to removing the existing system and providing individual ducted VRF air conditioners for each Studio and Control Room. The new indoor ducted air conditioning units will be located on level 2 outside but adjacent to the Control / Studio room. A bulkhead is to be built to cover these units. The existing level 3 air conditioning unit will be replaced with a new unit to provide pre-conditioned outside air to the 4-new level 2 units. Outside air will be ducted directly onto each of the new level 2 units. Work is proposed to be mainly carried out during the RNZ Christmas shutdown from 8 December 2018 to 20 January 2019 inclusive. Some works could occur prior to this but continual operation of the Studio will need to be maintained. See OPUS mechanical services specification and other attachments for a detailed Scope of works. Photos can be found in the link below https://rcgltd-my.sharepoint.com/:f:/g/personal/hinsan_rcg_co_nz/Eg2kXXql5e9DjyuNbymuBBcBUMISVUhUGxdvkLW_y5-law?e=vIr0wN",Awarded,"Fit for purpose / proposed solution -We were confident that all of the respondents were capable to carry out the proposed works. Capability/Experience of the Respondent to deliver -The selected Respondent demonstrated experience with the system Capacity of the Respondent to deliver -confirmed they are able to work within the timeframes provided -The selected Respondent demonstrated experience successfully delivering projects within the same building previously Price -The selected Respondent had the lowest tender price",20201117 Radio New Zealand,20062034,Request for Quotations,Open Competition,RNZ Offices 155 The Terrace - Painting,,20180823,20180906,20181031,,Sole Agency,No,"Level 2, 15 The Terrace, Wellington 56140","Radio New Zealand (RNZ) wishes to repaint its interior office space at its premises at Radio New Zealand House at 155 The Terrace, Wellington. The work will include: ??? recommending paint colour/s to RNZ ??? preparing the surfaces ??? undertaking the work in accordance with the availability of the areas, as set out in the Painting Area Plan available in the attached documents.",Awarded,,20201117 Radio New Zealand,20062159,Request for Quotations,Open Competition,RNZ Offices 155 The Terrace Carpet Laying,,20180823,20180913,20181031,,Sole Agency,No,,,Not Awarded,B&R Flooring Ltd won the business.,20201117 Real Estate Authority,18486481,Request for Proposals,Open Competition,"Financial Management Information and Budgeting, Forecasting and Reporting System",,20170320,20170419,20171222,,Sole Agency,No,,"The Real Estate Agents Authority (REAA) is seeking a FMIS and Budgeting, Forecasting and Reporting system with the functionality and capability to replace its current FMIS.",Not Awarded,This procurement has been put on hold at least until June 2018 due to a number of staff changes and competing priorities.,20201117 Real Estate Authority,19645624,Request for Proposals,Open Competition,Development of training material for the real estate sector,RFP CPD001,20180419,20180509,20180808,,Sole Agency,No,,"The Real Estate Authority (REA) is requesting proposals from organisations which have the skills, capacity and experience required to develop training material for its continuing professional development programme for the following 3 calendar years: 2019, 2020 and 2021. REA is looking for credible Respondents who have the capability and experience to deliver Word documents and print-ready training material to be used by external trainers who deliver verifiable training to licensed real estate professionals (licensees). This is an opportunity to have an impact on New Zealand???s real estate sector. The successful Respondent will support trainers to deliver a continuing professional development programme to licensed real estate agents.",Awarded,,20201117 Research and Education Advanced Network New Zealand Limited,7572344,Request for Proposals,Open Competition,REANNZ Video Conferencing Service RFP,,20141218,20150202,20150717,,Sole Agency,No,,,Not Awarded,"REANNZ went through this RFP procurement process with representatives from our community to collectively source a video conferencing solution. A video conferencing package was selected and offered to the community. Unfortunately the community was not able to reach a consensus. Therefore no sector-wide VC service will be put in place through REANNZ at this time.",20201117 Research and Education Advanced Network New Zealand Limited,19203735,Request for Proposals,Open Competition,Hawaiki NZ Cable Landing Station (CLS) Backhaul,,20171106,20171204,20180328,REANNZ Network Architecture,Sole Agency,No,,"The Hawaiki New Zealand Cable Landing Station (CLS) Backhaul project will deliver the connectivity required to extend the existing Research and Education Advanced Network New Zealand (REANNZ) nationwide network to the Hawaiki New Zealand Cable Landing Station (CLS) at Mangawhai Heads. The CLS is the service connection point for the submarine capacity delivered to REANNZ through our 25-year anchor tenancy agreement on the Hawaiki cable. Over the 25-year agreement REANNZ???s backhaul requirements will increase regularly from 100Gbps to over 4Tbps and therefore capability delivered through this project will have to support this growth, reflecting the changing and growing needs of New Zealand???s Research and Education community.",Awarded,Contract awarded to 2 suppliers to provide a diverse service based solution to meets the needs of REANNZ.,20201117 Reserve Bank of New Zealand,17068044,Request for Proposals,Open Competition,RBNZ Senior Project Manager for Trade Valuation Solution,,20151211,20160111,20160204,,Sole Agency,No,,"This is an opportunity to be part of the implementation of a new trade valuation solution for the Reserve Bank of New Zealand's treasury system. The Reserve Bank is looking to engage a highly experienced project manager to manage the implementation of the solution reporting to the Bank's Chief Information Officer. The anticipated contract term is 12 - 15 months. The successful respondent will need to demonstrate the following capabilities: - Strong project management skills and possess at least 5 years of experience in project management of complex ICT projects, preferably in a banking environment. - Knowledge and experience with treasury systems. - Excellent leadership, relationship, communication and team management skills. - Strong problem solving, document writing and analytical ability. - Capital budgeting. The position is Wellington based.",Awarded,,20201117 Reserve Bank of New Zealand,18791947,Request for Quotations,Open Competition,Public Survey Delivery and Management,,20170629,20170712,20170810,,Sole Agency,No,,"This Request for Quote is an invitation to suitably qualified survey providers to submit a Quote for services to undertake the delivery and management of a public survey as part of the Reserve Bank of New Zealand???s Currency Cycle Transformation Programme. The successful Respondent will be required to undertake the development of an online questionnaire, manage the survey delivery and data capture, and provide the Reserve Bank with the survey data results.",Awarded,,20201117 Scion Research,9497187,Request for Quotations,Open Competition,RFQ#2015-02 Rotorua Campus Mater Plan Design,RFQ#2015-02,20150304,20150320,20160929,,Sole Agency,No,carroll.warbrick@scionresearch.com,"We are seeking an experienced and suitably qualified work spaces designer with a proven track record of outstanding performance in similar projects, to draft a master plan for our facilities and office work spaces at Rotorua campus. Given the locations of the laboratories we wish to optimise site function through office location that will support pedestrian collisions and both internal and external collaborations. The master plan should clearly identify a development plan for facilities and offices that is consistent with the organisational vision and strategic business plan. The campus is situated in Rotorua at 49 Sala Street, Rotorua. We require a draft report with an executive summary and recommendations to be delivered by 1 June 2015.",Not Awarded,,20201117 Scion Research,10904634,Request for Quotations,Open Competition,"RFQ#2015-04 Painting Exterior of L, M and K Blocks",RFQ#2015-04,20150413,20150424,20160929,,Sole Agency,No,carroll.warbrick@scionresearch.com,"We are seeking an experienced and suitably qualified painting service provider with a proven track record to paint the exterior of three buildings (blocks L, M and K) at Rotorua campus. One of the buildings (L block) is three storeys, one building (M block) is two storeys and K block is a single storey building. Exterior of L block building is concrete with timber decking walkways along two sides of the building, and these walkways have glass panel screens fitted on the exterior side. M block is concrete with aluminium joinery and quotes must include painting of the two visible sloping roofs. These are currently covered with a rubber membrane product. K block is shadow clad exterior with timber trimmings. Service required must include: - pre paint high pressure cleaning - prepare all existing painted surfaces - Application of spot primers and undercoats - Application of two coats of acrylic topcoat in Scion specified colour scheme Resene Nirvana G81-050-099 approx. LRV% 59, RGD195 191 139, building trims painted with Resene Hot Chocolate. Colour applications will be explained further at the site visits. Site visits have been scheduled for 10 am on Thursday 16th April where proposers will be given an opportunity to measure and assess work areas and conditions, as well as identify health and safety hazards and requirements. Proposers must advise Scion if they will be attending the site visit. The campus is situated in Rotorua at 49 Sala Street, Rotorua. The painting must be completed by close of business on 30 June 2015.",Not Awarded,"Higgins won this contract, GETS would not allow Award without a supplier selection",20201117 Scion Research,17040923,Request for Quotations,Open Competition,"2015-25 Space Planning L Block work space modifications, Rotorua Campus",2015-25,20151201,20160113,20160929,,Sole Agency,No,,"This Request for Quote (RFQ) invites suppliers to provide a quote for space planning for an upgrade to offices in part of building 52 L at Rotorua campus 49 Sala Street (Attachment 1). L block is a three storey administration building with concrete plate floors supported by four central concrete shear towers. This project is for phase one which is one quarter of first floor only (Attachment 1). The success of phase One will be measured and set the template for Phase two which is modifications to the remaining floors of L block building. - Current floor plans of L block attached (Attachment 1) We envisage removing all walls between offices as well as the corridor space to maximise the floor area and assist with natural ventilation and natural light. Fresh air is provided into L block by a ducted tempered fresh air supply system, from a centrally located air handler unit adjacent to the main central stair well on the same floor. Heating is supplemented by LTHW strip convection heaters located around the perimeter of the floor. A review of the HVAC in L block was completed in July 2015 and is attached for ease of reference (Attachment 3). Copies of the original services construction drawings are available on request.",Awarded,,20201117 Scion Research,17594634,Request for Proposals,Open Competition,2016-03 High Voltage Network Upgrade Main Contractor for Construction Services,2016-03,20160613,20160729,20160929,,Sole Agency,No,"Scion, 49 Sala Street, Rotorua3046","New Zealand Forest Research Institute (NZFRI), (the Client) trading as Scion, is seeking to procure construction services to upgrade the existing embedded high voltage power network (11kV) that serves the Scion campus. The objective of this procurement is to engage a suitably qualified and experienced Infrastructure Construction Contractor (the Contractor) to undertake the construction phase of the high voltage network upgrade. Proposals should follow the details listed within the RFP and use the documents provided in electronic form to complete their submissions. Respondents should demonstrate their ability to complete the project scope within the required timeframe and how they will provide value for money for the buyer. Proposals will be evaluated and scored against the criteria listed using the weighted attribute method. The evaluation panels assessment will be based on their interpretation of the information included within your proposals which should outline your proposed solution, capabilities, capacity and price, responses to the due diligence section and any feedback received by the buyer on projects you have previously completed. Respondents are advised that there are some experiments within Scion that operate 7 days a week over long periods of time and require uninterrupted power. Any power outages should be kept to an absolute minimum, be forward planned and negotiated with SCION at the start of the construction period so that if required, alternative arrangements can be made. Scion will advise at the start of the construction period any long running experiments that need uninterrupted power and which existing transformers they obtain their power from. There is a backup generator on site to supply essential services in L block which will need to be utilised during the construction and change over. These constraints need to be considered in your proposed methodology and approach.",Not Awarded,,20201117 Scion Research,17676805,Request for Proposals,Open Competition,2016-04 Scion Campus Mowing Services,2016-04,20160711,20160812,20160929,,Sole Agency,No,,"Scion requires a suitably qualified and capable contractor to deliver mowing services across campus. All service areas are located in Rotorua. The Main Campus is an urban commercial work area requiring associated lawn maintenance and care. This area is split into 2 areas titled ???Scion Front Entrance Access??? and ???Scion Main Campus???. The Nursery is an urban commercial work area that requires extreme care around the young plants and obstacles. The Tree Archive is a rural forestry block with no buildings or sealed roads. This area is utilised by the public as a recreational park and a dog exercise area.",Awarded,,20201117 Scion Research,17871472,Request for Quotations,Open Competition,Material Storage Shed,2016-07,20160905,20160923,20180219,,Sole Agency,No,,"We are seeking a supplier with the ability to provide a kit set shed (meeting the below storage shed requirements) with the capability to construct the shed and other requirements as identified below at our site in Rotorua. Site Map at section 8. Storage Shed Specifications/Requirements: ??? High wind steel construction type (Preferable colour Lichen); ??? Building Size to be 20.000 x 25.000 x 5.400; ??? Gable roof with 11 degree pitch; ??? 2 x Personal access for side of the building ??? Doors 2.000 H x 0.800 W; ??? 2 x Electric operated roller doors for front of the building ??? Doors 3.600 H x 6.000 W. Other Requirements ??? Site preparation for concrete foundation pad; ??? Concrete foundation pad for the Building size to be 20.000 x 25.000 x 5.400; ??? Concrete floor to extend 6 meters out the front of the electric roller doors; ??? Guttering will be required for the building into existing storm water outlets.",Not Awarded,Not awarded through this process,20201117 Scion Research,18044592,Request for Proposals,Open Competition,2016-08 Scion Cafe & Catering Services,2016-08,20161018,20161109,20180219,,Sole Agency,No,,"Scion requires a Caf?? and Catering Contractor to service the Rotorua site cafeteria and provide onsite catering for business meetings and other business functions between the hours of 8am and 4pm Monday to Friday. The service is to consist of cooking, serving an agreed menu, delivering food, replenishing the staff beverage area while maintaining a clean and tidy cafeteria in line with the minimum levels of food safety and occupational safety of the workplace. The Scion cafeteria has a fully equipped kitchen and dining area which is visited by staff and campus tenants throughout the day, and particularly busy for lunch service and morning/afternoon tea breaks. Both Scion tenants and Scion staff have a number of business meetings throughout the week that require on site catering for either morning or afternoon tea or lunches. These business meetings are held in either designated meeting rooms or in the cafeteria dining area. Some conferences held on site may also require either day or evening catering. Evening catering is optional.",Awarded,,20201117 Scion Research,18730196,Request for Quotations,Open Competition,2017-19 Reaction Calorimeter,RFQ#2017-19,20170608,20170622,20170731,,Sole Agency,No,"Private Bag 3020, Rotorua 3046, New Zealand","The equipment specifications for the calorimeter are: ??? Adiabatic reaction calorimeter or Reaction calorimeter able to be operated in ???heat-wait-seek??? and isothermal mode ??? Pressure vessel with broad operating conditions ??? 20-500 OC and 0-300 bar pressure ??? Sample size within 5mL ??? 100mL ??? Materials of construction Hastelloy or equivalent resistance to corrosive environment ??? Good mixing of viscous material such as aqueous/slurry. ??? Mixer agitation is sufficient that gas-liquid mass transfer is not impeded ??? Ability to add oxidant for an oxidative reaction type ??? The accuracy/sensitivity of the measurement of reaction heat should be specified over this range, to allow us to assess the differences in performance. Preferable: -sampling capability (gas and liquid) -capability to add reactants (gas/liquid) under working conditions (i.e. system at experimental pressure and temperature) Full details of the specifications should be supplied, with options outlined e.g. software, injection or sampling ports, installation costs. A description of the equipment size should be provided",Not Awarded,Award was made to HEL Group Ltd,20201117 Scion Research,19019301,Request for Quotations,Open Competition,RFQ Combi-Lift Supply and Delivery,2017.21,20170912,20170922,20171024,,Sole Agency,No,,"Scion is currently undergoing a major redevelopment programme at the Te Papa Tipu Innovation Park (Scion Campus), based in Rotorua. At present a number of buildings on the campus are used to store science samples including timber of various lengths, wood rounds, polymers and soils. Some of these samples are required to be kept for a specified period, while others are being stored ???just in case???. In order to manage materials more efficiently, we intend to consolidate them (where suitable and safe) into a single storage facility. A purpose built materials storage shed is now under construction and due for completion 31 September 2017. As a result we require a competitively priced forklift with side lift capability (here on referred to as a combi-lift) to facilitate the transport of materials from their current locations into the new facility.",Not Awarded,"No responses were received to this Request for Proposal. Therefore no award as a result of this tender process.",20201117 Scion Research,20061385,Request for Quotations,Open Competition,2018.04 Universal Testing Machine,2018.04,20180823,20180907,20190107,,Sole Agency,No,,"We are upgrading and modernising the Biopolymer & Chemicals and Wood & Fibre teams??? mechanical testing capabilities and need one additional piece of testing equipment to conduct tensile, flexural, compression and shear testing of plastics, composites and (engineered) wood products.",Awarded,,20201117 Scion Research,20349731,Request for Quotations,Open Competition,2018-06 RFQ Document - Fourier transform infrared (FTIR) microscope,2018-06,20181031,20181114,20181220,,Sole Agency,No,,Scion has an existing Fourier transform infrared (FTIR) microscope which needs to be replaced to retain existing capability and provide new imaging capability.,Awarded,,20201117 Scion Research,20411961,Request for Quotations,Open Competition,2018-08 - LCMS,2018-08,20181113,20181123,20190314,,Sole Agency,No,"Private Bag 3020, Rotorua 3046, New Zealand","Background Scion is a Crown Research Institute (CRI), which is a government-owned company that carries out scientific research for the benefit of New Zealand. We specialise in research, science and technology development for the forestry, wood and wood-derived materials and other biomaterial sectors. At present many projects require analysis of the type provided by LC-MS. Scion does not currently have this capability. What we need We need a multi-role instrument with the capability of low level targeted analyte detection and the ability to carry out untargeted metabolomic analysis. Software should be available for the acquisition and processing of both sample types. What???s important to us? The key requirements are; ??? An ability to provide servicing of the LC-MS by the vendor???s engineers or technicians (if requested). ??? Ability to provide initial on-site training and provide training material e.g. standard operating procedures (SOP???s) function verification procedures, analytical methods, etc. ??? On-going technical local and manufacture support covering both the software and the hardware.",Awarded,,20201117 Southern District Health Board,16495274,Request for Proposals,Open Competition,Pregnancy and Parenting Education,,20150911,20151012,20170706,,Sole Agency,No,As set out in Section 1.5 of the RFP,"Southern DHB is looking for providers with the capability, experience and infrastructure to deliver the pregnancy and parenting education to pregnant mothers and expectant fathers/partners, parents of new babies, including adoptive parents and, where appropriate, their family/whanau, to meet their pregnancy and early parenting information, education and social support needs. The successful provider(s) will provide all expectant and new parents with information and resources about key pregnancy and parenting topics across the Southern district, within a community based setting. To ensure consistency of services, we prefer to contract with one lead provider across the district (with the option of subcontracting arrangements) although we are open to consortia offers where two or more providers offer to work together to provide the services. To view the RFP and associated documentation please click on the 'view notice' button below",Awarded,,20201117 Southern District Health Board,17114970,Request for Proposals,Open Competition,Facilitator ??? Rapid Improvement Event: Mental Health and Addiction Stepped Care Implementation,,20160114,20160210,20160324,,Sole Agency,No,As set out in RFP,"The SDHB is now seeking an experienced and capable individual or team to conduct a Rapid Improvement Event (RIE) through facilitation of our mental health and addiction stakeholder groups. The desired outcome of this RIE is to produce for the DHB a detailed implementation plan, designed by our mental health and addiction stakeholders. Further information is set out in the attached RFP. Please note until the 19.1.16, the contact point for questions is: Rachel Stedman Procurement Specialist rachel.stedman@southerndhb.govt.nz 0226741172",Awarded,,20201117 Southern District Health Board,17647481,Request for Proposals,Open Competition,Business Intelligence Reporting and Analytics Solution,RFP_JL_062016,20160630,20160729,20170727,,Sole Agency,No,As set out in the tender,"We are seeking a solution to meet the Southern DHB???s need for analytics and reporting, that will enable easy access to financial data by the DHB???s Finance Team and will integrate into the current Microsoft and WhereScape Red Business Intelligence suite. Whilst the initial need is only for analytics and reporting SDHB will need to have an enhanced financial budgeting, forecasting and planning component implemented in the future. Please read the tender documentation for further details of our requirements. There are three specific preconditions outlined in the RFP. Suppliers/Solutions that cannot meet these preconditions will be excluded from consideration.",Not Awarded,Ernst Young & BOARD solution,20201117 Southern District Health Board,17677762,Request for Proposals,Open Competition,The Supply and Provision of Cleaning and Orderly Services for SCDHB and SDHB,,20160708,20160815,20171214,,Cluster,No,As set out in RFP,"South Canterbury District Health Board (SCDHB) requires a cleaning service provider and Southern District Health Board (SDHB) requires a cleaning and orderly service provider(s). SCDHB is based in Timaru; SDHB is based primarily in Dunedin and Invercargill. Together, these DHBs cover the south of the South Island. In order to reduce the cost and time of tendering for both purchasers and respondents, both DHBs have agreed to approach the market in a joint RFP. This RFP is being run by SDHB, acting as a procurement provider for SCDHB. Any contract awarded will be for a minimum of 3 years, with a 2 year Right of Renewal. If the proposal(s) received do not satisfy the evaluation criteria, or do not represent best value for money, then a possible outcome is that one or both DHB may elect to provide the required services internally. Respondents should be aware of this when submitting their proposal. Detailed requirements and more information are set out in the attached RFP NOTE: As per Question Response date and time have been amended to: 15.08.16 at 2pm, as set out in Question TEN.",Awarded,Spotless Facility Services NZ Ltd - Successful for South Canterbury DHB,20201117 Southern District Health Board,17719599,Request for Proposals,Open Competition,Supply of Services; Search & Selection process (CEO for Southern District Health Board),SAP_JL_CEO Recruitment_072016,20160722,20160819,20170727,,Sole Agency,No,as per RFP documents,"Southern District Health Board is seeking a provider to run the recruitment process including search, selection and post hire care) for the employment of a Chief Executive Officer. It is envisaged that this Executive search will be conducted both nationally and internationally.",Not Awarded,Sheffield - this was awarded in 2016. We are retrospectively completing the contract award details to get GETS up to date.,20201117 Southern District Health Board,17958780,Request for Quotations,Open Competition,Short-term Accommodation for All South Island District Health Boards,,20160927,20161013,20161125,,Cluster,No,as in attached RFQ,"The South Island District Health Boards, comprising Southern (SDHB), Canterbury (CDHB), West Coast (WCDHB), South Canterbury (SCDHB) and Nelson Marlborough (NMDHB) District Health Boards are seeking suppliers of hotels, motels and other facility types to act as providers for accommodation throughout New Zealand (excluding the Southland and Otago regions). The DHBs purchase approximately $2.2M worth of accommodation and charged-back services throughout New Zealand per annum. Selected providers will be placed on a Panel of providers, to be transacted by Orbit Travel. Minimum requirements for inclusion on the Panel include: - Accreditation of 3 1/2 Stars or greater - Documented health and safety procedures, as set out in Section 3 of this RFQ. - Offered rate for lead-in room (incl wifi, excl GST) to not exceed $180.00 per night. Accommodation required is short term (less than one month, and generally for only a few nights) in the required areas. Accommodation is for staff (not patients). As SDHB has recently tendered accommodation for Southland and Otago, and is the main purchaser of accommodation in these areas, Southland and Otago regions are excluded from this RFQ. If you have recently submitted rates to healthAlliance and these rates have been accepted, you do not need to submit a response to this RFQ, as your rates are already loaded.",Awarded,Please disregard the information here: it is a mandatory field and bears little relation to the final outcome. Panel members and unsuccessful respondents have been advised of the outcome.,20201117 Southern District Health Board,18045339,Request for Proposals,Open Competition,Provision of outsourced Orthopaedic Procedures,RFP_DP_Ortho procedures,20161018,20161125,20170731,,Sole Agency,No,delivery address for responses as per RFP document,"Southern District Health Board (SDHB) is funding an additional number of orthopaedic procedures (up to 129) to help it achieve its Health Target for the 2016/17 financial year. SDHB is seeking suitably qualified and experienced health providers, with the capability and capacity to deliver some, or all, of these procedures.",Awarded,Work was allocated to two providers.,20201117 Southern District Health Board,18280722,Request for Proposals,Open Competition,Dictation and Transcription Services,,20170111,20170130,20170720,,Sole Agency,No,rachel.stedman@southerndhb.govt.nz,"The Southern District Health Board (SDHB) is looking for credible providers who have the capability, experience and infrastructure to deliver dictation and transcription services. We invite responses from suitable providers to deliver dictation and transcription solutions to SDHB. The key outcomes we want to achieve are - To put in place a secure digital dictation system designed to receive dictation electronically via a variety of input devices and from a large number of users. - To streamline processes - To reduce costs to the DHB",Not Awarded,Awarded to Sound Business Systems,20201117 Southern District Health Board,18470822,Request for Quotations,Open Competition,South Canterbury DHB Sundry Plumbing & Sanitary Drainage,SCDHB_plumbing service_2017,20170316,20170406,20170731,,Sole Agency,No,,"South Canterbury District Health Board is seeking a service provider to undertake routine and general sundry plumbing and sanitary drainage services. This will include the routine annual cleaning of all gutters on the main hospital site, planned plumbing related maintenance, and provision of a 24 hour emergency on-call service.",Awarded,This was awarded in 2016. This info is being added retrospectively to get GETS database up to date.,20201117 Southern District Health Board,18525061,Request for Proposals,Open Competition,Provision of Energy (Woodchips) for Boiler,,20170330,20170504,20170803,,Sole Agency,No,as outlined in RFP document,"Southern District Health Board needs to secure ongoing supply of energy to fuel the Woodchip Boiler, based at Wakari Hospital in Dunedin. Full details, outlining the required woodchip specification, quantity required, and service elements are all contained within the RFP documentation.",Awarded,,20201117 Southern District Health Board,18585918,Request for Proposals,Open Competition,CSB Ventilation at Dunedin Hospital,,20170421,20170519,20170818,,Sole Agency,No,as per RFP instructions,"Southern DHB require a Lead Mechanical contractor to deliver this project, which involves replacement of the ventilation system for the Radiology Dept at Dunedin Hospital. It is anticipated that the work will commence in July and be complete by November 2017. We are planning for the successful respondent to have early involvement in the project in order to assist with the final design and initiate purchases of required key equipment with long lead times. In addition to this RFP we refer to the following documents. These have been uploaded on GETS and are available for all interested suppliers. These documents form part of this RFP. a. Preliminary Drawings and Specifications i. CSB L1 HVAC Replacement ST Drawings ii. CSB L1 HVAC Replacement Electrical PD ISSUE DWGS iii. HVac Replacement Preliminary Fire Engineering Requirements iv. CSB L1 HVAC Replacement Specification v. CSB L1 HVAC Replacement Mechanical PD ISSUE DWGS vi. CSB L1 HVAC Fire Sprinkler Separations dwg vii. CSB L1 Electrical Services Specification viii. 102 Clinical Services Building ix. 100 Site Plan – Block Plan b. Preconstruction Health and Safety Pack c. Southern DHB policy documents i. Appendix B Building and Property Contractors Policy ii. Appendix C Hot Work Control Policy iii. Appendix D Shutdown Procedure iv. Appendix F Passive Fire Guide d. Contract Documents i. Preliminary and General ii. Special Conditions of Contract",Not Awarded,A G Foleys Ltd (Foleys) awarded Contract,20201117 Southern District Health Board,18628190,Request for Proposals,Open Competition,Developing a Primary and Community Care Strategy and Action Plan,,20170504,20170602,20170727,,Sole Agency,No,As per instructions on RFP document,"Southern District Health Board (SDHB) and Well South Primary Health Network (WSPHN) are seeking assistance to lead the development of a Primary and Community Strategy and Action Plan. The Strategy should provide a clear model of how primary and community health services will be configured and integrated with secondary/tertiary care to deliver timely, effective and sustainable services for the Southern DHB population in 2030.",Not Awarded,Southern District Health Board and WellSouth Primary Health Network have selected Ernst & Young (EY) to develop a Primary and Community Care Strategy and supporting Action Plan.,20201117 Southern District Health Board,18672878,Request for Proposals,Open Competition,Provider of Sundry Plumbing services for Southern DHB - Southland District,,20170517,20170619,20170808,,Sole Agency,No,As per RFP documentation,"Southern District Health Board is seeking to appoint a preferred provider of sundry plumbing and sanitation services for the Southland District. The successful respondent will undertake routine and general sundry plumbing services, at Southland Hospital and Southland district based buildings, ranging from Stewart Island to Queenstown. They will also need to offer a 24 hour on-call service to respond to any urgent requirements that arise. *Please note that the RFP document and the response form have been loaded. The proposed contract will be added to GETS as an addendum whilst the RFP is still open.",Awarded,,20201117 Southern District Health Board,18774485,Request for Proposals,Open Competition,Youth Primary Mental Health Brief Intervention Services for Young People aged 12-19 years,,20170622,20170803,20171019,,Sole Agency,No,As per instructions in RFP Document,"This RFP relates to the purchase of district wide YPMHBIS in primary care settings for young persons aged 12 to 19 years inclusive who have high prevalence conditions. These conditions may include, but are not limited to: ??? mild to moderate anxiety; ??? depression; ??? AOD issues; ??? co-existing conditions; and ??? medically unexplained symptoms Further requirements of service delivery are set out in the Specifications, attached with this RFP as Appendix 1. These service specifications must be used in conjunction with: ??? Tier One Mental Health and Addiction Service Specifications ??? Tier Two Service Specifications for Infant, Child, Adolescent and Youth, Mental Health, Alcohol And /Or Other Drugs Services ??? Mental Health And Addiction Services The Service will promote the early identification of developing mental health and/or addiction issues and provide YPMHBIS based on a Stepped Care Model with interventions matched to the needs of the young person in terms of level of intensity. All service users, regardless of their location, should have the same access to therapeutic intervention. Service providers will demonstrate capacity and capability of the workforce and ensure there are appropriately trained primary mental health, AOD and CEP healthcare professionals for this Service.",Awarded,,20201117 Southern District Health Board,18774917,Request for Proposals,Open Competition,Supply of Cardiology Custom Procedure Packs,,20170622,20170810,20180302,,Sole Agency,No,as per RFP documents,"Southern DHB has a busy tertiary level Cardiology Catheter lab based in Dunedin Hospital. We are seeking a supply to contract with for provision of Cardiology Custom procedure packs. Whilst price and quality are key considerations, we also need a supplier with a reliable supply chain who we can work in partnership with, and who will be responsive to changing clinical needs and customer requests in relation to this product category.",Awarded,,20201117 Southern District Health Board,18812584,Request for Quotations,Open Competition,Short Term Accommodation - ALL South Island District Health Boards,,20170706,20170803,20170918,,Cluster,No,rachel.stedman@southerndhb.govt.nz,"The South Island District Health Boards, comprising Southern (SDHB), Canterbury (CDHB), West Coast (WCDHB) and Nelson Marlborough (NMDHB) are seeking suppliers of hotels, motels and other facility types to act as providers for accommodation throughout New Zealand. The DHBs purchase approximately 20,000 room nights across the country, a total of $2.3M worth of accommodation and charged-back services throughout New Zealand. Selected providers will be placed on a Panel of providers, to be transacted by Orbit Travel via the Global Distribution System (???GDS???), the online reservation tool used by Orbit. Minimum requirements for inclusion on the Panel include: - Accreditation of 3 1/2 Stars or greater, to be supplied by either an accreditation agency or a crowd-sourced platform, such as Trip Advisor; details set out in Section 3 of this RFP. - Documented health and safety procedures (as set out in Section 3: Our Evaluation Approach) - Offered rate for lead-in room (incl wifi, excl GST) to not exceed $180.00 per night. Selection of suppliers from the Panel will be based on a number of factors including room availability, price (lowest price to be offered first), quality, value-add, location and traveller choice. Accommodation required is short term (less than one month, and generally for only a few nights) in the required areas. Accommodation is for staff (not patients). Further information is set out in the attached RFQ.",Awarded,,20201117 Southern District Health Board,19226175,Request for Quotations,Open Competition,RFQ: Blinds for Timaru Hospital,,20171113,20180110,20180226,,Sole Agency,No,as set out in RFQ,"Background: South Canterbury District Health Board (SCDHB) provides healthcare services to the people of South Canterbury. This Request for Quotation (RFQ) is being issued by Southern District Health Board (SDHB) on behalf of SCDHB. Therefore all communication is to be with the nominated person set out in Section 1 of this RFQ, but all goods and services will be purchased by SCDHB. Summary of Requirements: Timaru Hospital requires blinds for many of the windows on the main ward block. These blinds to include installation, bracketry, draw chains and any other accessories required for smooth performance. All installation services and products to be delivered to Health Sector Standards. As this RFQ is issued over November. To avoid undue stress to suppliers and evaluator???s please note we???ve made a late closing date for mid Jan 2018. Please note the nominated contact person will be on leave mid Dec - 7 Jan 2018.",Awarded,,20201117 Southern District Health Board,19384791,Request for Quotations,Open Competition,RFQ: Sundry Carpentry Services for SouthCanterbury District Health Board,,20180122,20180205,20180321,,Sole Agency,No,rachel.stedman@southerndhb.govt.nz,"We are seeking a service provider to undertake routine and general carpentry services, at various premises owned by South Canterbury District Health Board (SCDHB). The work consists of repair and maintenance of Timaru-based facilities, including the Timaru Hospital site and associated campus buildings, including Talbot Park Hospital. Some urgent callouts may be required, but this is infrequent in nature. Respondents must have a team of appropriately qualified and experienced staff, with the capacity to be able to carry out planned and routine work in a timely and expedient manner. This tender is being co-ordinated on behalf of SCDHB by Southern District Health Board.",Awarded,,20201117 Southern District Health Board,19792534,Request for Proposals,Open Competition,Southern DHB - Ward Block Fire Doors,,20180606,20180705,20190306,,Sole Agency,No,"Southern District Health Board, Level One, 38 Leith Street, Dunedin 9016","This procurement relates to the supply and delivery and installation of fire doors at Southern DHB ward block levels 2 - 8 (excluding 5th floor). Previously these have been not been provided instead the Southern DHB has had smoke stop doors. Please note we require responses as hard copies as set out in the RFP. Additional standard procedure and policy documents may be uploaded in the coming days.",Awarded,,20201117 Southern District Health Board,19881884,Request for Proposals,Open Competition,South Canterbury DHB - Asbestos Survey,,20180706,20180810,20190306,,Sole Agency,No,As set out in the RFP document,South Canterbury District Health Board require an asbestos survey of all buildings which they currently operate out of.,Awarded,,20201117 Southland Regional Council,19767675,Request for Proposals,Open Competition,RFP Whakamana Te Waituna Monitoring & Evaluation Framework and Programme,,20180529,20180613,20181126,,Sole Agency,No,,"The objectives of the Monitoring and Evaluation Framework and Programme are (a) The production of high caliber monitoring and evaluation framework to monitor and evaluate progress towards the Whakamana te Waituna programme (across biophysical, cultural and social elements) (b) apply this framework to create a monitoring programme to monitor the Whakamana Te Waituna Programme for 5 years (based on the Freshwater Improvement Fund application) (c) assess Partners??? existing monitoring programmes against the proposed monitoring programme, looking for opportunities and gaps",Awarded,,20201117 Southland Regional Council,19794461,Request for Proposals,Open Competition,Whakamana Te Waituna Catchment Contaminant Project,,20180607,20180628,20181126,,All of Government,No,,"The purpose of the catchment contamination project is to find a pathway to reduce contaminant impacts on Waituna Lagoon and catchment to ensure the ecological health of the lagoon and catchment are improved while also ensuring that the wellbeing of the Waituna community is sustained. The objectives of the catchment contaminant project are (a) Facilitate a collaborative process to ensure innovation, transparency and multi-value solutions are developed (b) Design and model a catchment intervention plan that: ??? Re-deigns the drainage network to include catchment wide infrastructure which reduces contaminants to water, enhances biodiversity and meets community and cultural expectations. ??? Illustrates what alternative farm management practices and technologies could do to reduce contaminants to water, enhance biodiversity and meets community and cultural expectations. (c) Propose a series of contaminant targets, that range from easily achievable to aspirational, based on the load reductions modelled through the development of the catchment intervention plan (d) Summary report that clearly depicts the proposed design, places it in the context of the proposed contaminant targets and makes recommendations on how to monitor against targets.",Awarded,,20201117 Southland Regional Council,20531179,Request for Proposals,Open Competition,Leadership Development Programme,,20181210,20190125,20190522,,Sole Agency,No,,,Awarded,,20201117 Sport New Zealand,13364404,Request for Proposals,Closed Competition,Active & Corporate Apparel,,20150630,20150721,20170817,,Sole Agency,No,,,Not Awarded,Contract was awarded to 2XU.,20201117 Sport New Zealand,16913088,Request for Proposals,Open Competition,Measuring New Zealanders' Participation in Sport & Recreation,,20151022,20151120,20161018,,Sole Agency,No,,,Awarded,"Nielsen (A.C.Nielsen (N.Z.) ULC) PO Box 33819, Takapuna, Auckland 0740 Description of goods/services being supplied: Development, pilot and implementation of a survey to measure New Zealander???s participation in sport and active recreation continuously to provide annual data is both nationally and regionally representative. Contract term: 3 years Contract value (maximum estimated total value over its entire duration): $2.671 million",20201117 Sport New Zealand,19587586,Request for Proposals,Open Competition,Physical Literacy Digital Solution,,20180404,20180427,20180823,,Sole Agency,No,,"Sport NZ would like to purchase the services of a multidisciplinary software development agency to design and develop a digital tool to capture, track and report on an individual???s physical literacy journey.",Not Awarded,Magnetism,20201117 Sport New Zealand,20380856,Request for Proposals,Open Competition,Budgeting and Reporting Tool,,20181106,20181123,20190201,,Sole Agency,No,,,Awarded,,20201117 State Services Commission,441774,Request for Proposals,Open Competition,State Services Commission Panel of Performance Improvement Framework (PIF) Lead Reviewers - Old GETS ref# 42813,,20140714,20140801,20150218,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER State Services Commission Panel of Performance Improvement Framework (PIF) Lead Reviewers",Awarded,,20201117 State Services Commission,8814055,Request for Proposals,Open Competition,Leadership Assessment and Benchmarking,,20150212,20150312,20150529,State Services Commission,Sole Agency,No,"State Services Commission, PO Box 329, Level 10, 2 The Terrace, Wellington, 6140, New Zealand","The SSC is seeking to enter into a strategic partnership to design a leadership assessment framework that could be applied across the Public Sector at all levels of leadership , and deliver assessment and benchmarking services to the Career Board cohort of senior leaders. As part of this RFP process the SSC will be holding a Provider briefing on Level 2 of the Reserve Bank Building, Wellington at 4pm on the 19 February 2015. No telephone conference facility will be available for this briefing.",Awarded,The term of the contract is for 3 years.,20201117 State Services Commission,17186199,Request for Proposals,Open Competition,Kiwis Count Survey 2016-2019,RDMS 2199430_5,20160204,20160311,20160517,State Services Commission,Sole Agency,No,"State Services Commission, 2 The Terrace, PO Box 329, Wellington 6140","The State Services Commissioner is seeking proposals for a research partner to undertake the Kiwis Count survey for a multi-year contract of three years, with the option to extend the term for a further 12 months. Please see Addendum 1 for updated information about access to the Electoral Roll for sampling purposes (refer RFP, page 9, para 6).",Awarded,"Commercial sensitivity precludes disclosure of the value of the contract. 17 May 2016 NOTE: The AC Nielsen response was manually loaded (by SSC) to the GETS system as AC Nielsen did not respond via GETS. At this point, SSC loaded the wrong email address for AC Nielsen which is why the notification to unsuccessful suppliers did not work. Investigation by the GETS Technical Team has discovered this. They advise going back to reload the AC Nielsen response may cause other issues so suggest we separately advise they did not win the tender. This has already been done,",20201117 State Services Commission,18176064,Request for Proposals,Open Competition,Panel of Suppliers of Executive Search Services for Recruitment of Public Service Chief Executives,225201v1,20161124,20161220,20170328,State Services Commission,Sole Agency,No,,"The recruitment and selection of Public Service Chief Executives is one of the most important responsibilities of the State Services Commissioner (the Commissioner). The appointment process is specified in the State Sector Act 1988 and, as a result, there is an element of specialisation in Public Service Chief Executive (CE) appointments. The Commissioner for the State Services Commission (SSC) is seeking proposals from suitably experienced and qualified providers (Respondents) to form a Panel to provide Executive Search Services for the Recruitment of Public Service Chief Executives. This Request for Proposal (RFP) sets out the SSC's detailed requirements for the services, together with the terms and conditions on which Respondents are invited to submit a response. All questions are to be submitted all through the GETS site.",Awarded,"This tender has been awarded to: Ichor Leadership Search JacksonStone & Partners Jo Fisher Executive (New Zealand) Limited Kerridge & Partners NGS Global Pty Limited Rothley Partners Limited HardyGroup International Pty Limited Further award information: Agency name: State Services Commission Agency address: No. 2 The Terrace, Wellington Successful supplier’s names and date contract awarded: 1. Ichor Leadership Search, 28 February 2017 2. JacksonStone & Partners, 06 March 2017 3. Jo Fisher Executive (New Zealand) Limited, 28 February 2017 4. Kerridge & Partners, 23 February 2017 5. NGS Global Pty Limited, 16 February 2017 6. Rothley Partners Limited, 28 February 2017 7. HardyGroup International Pty Limited, 17 March 2017 Successful supplier’s addresses: 1. Level 9, Petherick Towers, 38 Waring Taylor Street, Wellington 2. Level 12, JacksonStone House, 11 Hunter Street, Wellington 3. Level 17, West Plaza Building, Cnr Albert & Customs Street, Auckland 1140 4. Level 16, 191 Queen Street, Auckland City 5. Level 5, 175 Collins Street, Melbourne, VIC 3000 6. Level 11, City Chambers, Johnston Street, Wellington 6021 7. 8/1 McLaren Street, North Sydney, NSW 2060 Description of Services: Executive Search services for Recruitment of Public Service Chief Executives. The term of the contract: 3 years The type of procurement process used: Open tender Exemption justification: N/A",20201117 State Services Commission,18177163,Request for Proposals,Open Competition,Panel of Suppliers of Assessment Services for Recruitment of Public Service Chief Executives,2252207,20161124,20161220,20171113,State Services Commission,Sole Agency,No,,"The recruitment and selection of Public Service Chief Executives is one of the most important responsibilities of the State Services Commissioner (the Commissioner). The appointment process is specified in the State Sector Act 1988 and, as a result, there is an element of specialisation in Public Service Chief Executive (CE) appointments. The Commissioner for the State Services Commission (SSC) is seeking proposals from suitably experienced and qualified providers (Respondents) to form a Panel to provide Assessment Services for the Recruitment of Public Service Chief Executives. This Request for Proposal (RFP) sets out the SSC's detailed requirements for the services, together with the terms and conditions on which Respondents are invited to submit a response. Please ensure all questions are submitted through GETS.",Awarded,"RFx ID: 18177163 Reference #: 2252207 Awarded Status This tender has been awarded to: Winsborough Limited Cerno Limited PsychforLeaders Further award information: Agency name: State Services Commission Agency address: No. 2 The Terrace, Wellington Successful supplier???s name and date contract was awarded: 1. Winsborough Limited, 13 February 2017 2. Cerno Limited, 10 March 2017 3. PsychforLeaders, 13 November, 2017 Successful supplier???s addresses: 1. Level 9, Fujitsu Tower, 141 The Terrace, Wellington, 6145 2. Level 8, Legal House, 110 Lambton Quay, Wellington, 6011 3. 703 / 1 Market Lane, Wellington, 6011 Description of Services: Assessment Services for Recruitment of Public Service Chief Executives Contract term: 18 months for Winsborough and Cerno / 10 months for PsychforLeaders The type of procurement process used: Open tender Please provide all applicable tender codes: 80000000",20201117 State Services Commission,18590353,Request for Quotations,Open Competition,State Sector Retirement Savings Scheme (SSRSS) Performance Monitoring Advice and Secretariat Services,,20170424,20170524,20170803,State Services Commission,Sole Agency,No,,"The State Sector Retirement Savings Scheme (SSRSS) is a voluntary savings scheme specially designed for the State sector. Following the Government's decisions for the implementation of KiwiSaver in the State sector, the SSRSS closed to all new members from 1 October 2008. The scheme is operated by two providers, ASB and AMP, with oversight by the State Services Commissioner (the Commissioner), supported by an advisory board. The State Services Commission (SSC) is looking for a credible provider who has the capability and experience to deliver performance monitoring services in respect of the SSRSS scheme, and secretariat support services to the advisory board. The successful provider needs to have a good track record in the providing financial analysis in the areas of superannuation and KiwiSaver.",Awarded,"Purchaser: State Services Commission, 2 The Terrace, Wellington 6011 Successful supplier: Melville Jessup Weaver (MJW), Level 5, 40 Mercer Street, Wellington 6140 Description of services: Performance monitoring advice on the performance of the SSRSS fund and secretariat services to the SSRSS advisory board. Date the contract was awarded: 2 August 2017 Term of the contract: 3 years, with option to extend for a further 3 years Expected spend under the contract: $120,000 - $240,000 Type of procurement process used: Open tender",20201117 Statistics New Zealand,14973279,Request for Proposals,Open Competition,RFP for the Respondent Facing Components of the 2018 Census Collection System (Contact Centre and Internet Collection System services),2070100,20150812,20150917,20160203,,Sole Agency,No,,"Further to Notice of Intention GETS Reference # 14226813, Statistics New Zealand hereby issues the Request for Proposals (RFP) for the Respondent Facing Components of the 2018 Census Collection System. We are seeking to appoint a supplier or suppliers to deliver the services required to enable the successful delivery of the modernised 2018 Census operation. More specifically, to deliver the services associated with the Contact Centre and Internet Collection System components of the 2018 Census Collection System, including those needed to ensure the seamless integration between systems that is crucial to improving New Zealanders??? experience of the census. (The Internet Collection System is the primary tool that New Zealanders will use to record their census information, and the Contact Centre is the primary way for them to request paper forms and access codes, and an essential source of any help if required.) Please see attached documents for further information.",Awarded,"NOTICE OF INFORMATION: CONTRACT AWARDS Statistics New Zealand (Statistics NZ) wishes to announce the award of two contracts arising from this RFP: - the contract for delivery of Internet Collection System services was awarded to SilverStripe Limited on 22 January 2016, for the term as stated in the RFP. - the contract for delivery of Contact Centre services for the 2018 Census was awarded to Telnet Services Limited on 2 February 2016, for the term as stated in the RFP. Any questions should be directed to procurement.services@stats.govt.nz.",20201117 Statistics New Zealand,16890738,Request for Quotations,Open Competition,Vehicle Leasing,,20151020,20151105,20160202,,Sole Agency,No,,,Awarded,Statistics New Zealand wishes to announce the award of the contract for a vehicle leasing supplier. The contract was awarded to LeasePlan NZ. Please direct any questions to procurement.services@stats.govt.nz,20201117 Statistics New Zealand,17460926,Request for Tenders,Open Competition,Statistics House - Tenancy Fitout refurbishment and alterations,,20160428,20160524,20160629,,Sole Agency,No,,"Statistics New Zealand is seeking tenders to refurbish and alter the tenant fitout of Statistics House in Wellington. This tender, fully described in the attached tender documents, includes: - reconfigured / new internal partitions - new kitchen and ancillary joinery - new finishes - new feature lighting - extension to existing shower area For the purpose of clarity, new soft fitout is NOT included in this tender.",Awarded,,20201117 Statistics New Zealand,17582004,Request for Quotations,Open Competition,RFQ: Development of a Workload Creation & Allocation Tool for the 2018 Census,,20160607,20160622,20161202,,Sole Agency,No,,"Statistics NZ is seeking to appoint a supplier who can use their operations research and other expertise to support delivery of an efficient and effective modernised census operation. Specifically, a supplier who can: i. translate our business requirements into an algorithm(s) that optimises the creation of Team Leader Areas and Workloads for our census Field Officers, and optimises the allocation of Workloads to our census Field Officers ii. build/develop a tool that we can use to ???run??? the algorithm(s) and generate the required outputs in the required formats iii. provide ad hoc support for the tool. The tool should be a self-contained software ???application??? that: - can be deployed into our IT environments - we can automatically control from other Statistics NZ systems.",Not Awarded,,20201117 Statistics New Zealand,17745334,Request for Proposals,Open Competition,Branded Apparel and Accessories for Statistics New Zealand and the 2018 Census,,20160801,20160902,20161216,,Sole Agency,No,,"Statistics New Zealand is seeking to appoint a single supplier or consortium of suppliers to deliver Statistics New Zealand branded apparel and accessories for business as usual, as well as, the 2018 Census canvassing. More specifically, a supplier to deliver a value-for-money, seamlessly integrated end-to-end solution covering: ??? Statistics New Zealand branded apparel and accessories ??? to be worn by Field Collection staffs employed full time by Statistics New Zealand to perform a wide range of surveys. ??? Statistics New Zealand branded apparel and accessories ??? to be worn by field officers, team leaders, trainers and managers alike for the 2018 Census canvassing. ??? 2018 Census branded apparel and accessories ??? to be worn by field officers, team leaders, trainers and managers alike for the 2018 Census.",Awarded,,20201117 Statistics New Zealand,17799160,Request for Proposals,Open Competition,Strategic Partner for Agile Change and Innovation at Statistics New Zealand,,20160816,20160920,20161216,,Sole Agency,No,,"Through the development of our strategic direction we recognised that, to be successful, we need to operate differently. We need to shift to an organisation that is change mature and customer centric, that adopts a range of innovation tools and approaches, and underpins this with a culture of agile continuous improvement. Statistics NZ is seeking to appoint a partner who will provide expert guidance and support on frameworks, tools, approaches and methodologies to make this a sustainable way of working for the organisation. We are seeking a partner to work alongside us in a model that transitions from providing a service to knowledge transfer, and becomes a mutually supporting relationship focusing on on-going exploration of practice changes as they emerge.",Awarded,,20201117 Statistics New Zealand,18028457,Request for Proposals,Open Competition,SilverStripe CMS Web Solution,,20161013,20161108,20170703,,Sole Agency,No,,"Statistics New Zealand are taking a completely new approach to web development within government. Our approach is to work alongside our customers to meet their needs, and to build our new web based products using the same APIs as will make data publically available. We are seeking a Silverstripe CMS development team who will: ??? Work with us to design the solution architecture for our new web approach. ??? Develop the frontend web application with Silverstripe integration allowing for our internal authoring model. ??? Develop a robust web solution where new products and services can be created by Statistics NZ. ??? Develop a flexible solution so that Statistics NZ can iterate products and services based on customer feedback. ??? Delivery of the Silverstripe integration, API data calls to populated fields (BETA) solution for one of our products sitting in the global dashboard by mid-December. The supplier will need to be able to commit to delivering within our timeframes. The initial delivery of our BETA web solution will then flow on to the full build of our customer driven web solution. Most important to Statistics NZ are: ??? the supplier???s ability to develop the BETA web solution to enable our Data for iwi product by mid-December, and ??? the supplier???s ability to deliver the remainder of the fluid customised and API driven web solution in an efficient and robust manner.",Awarded,,20201117 Statistics New Zealand,18029403,Request for Tenders,Open Competition,"48 Greys Avenue, Auckland - Tenancy Fitout",,20161013,20161111,20161201,,Sole Agency,No,,"Statistics NZ is looking for a construction company to complete an interior hard fit out of three floors by the end of January 2017, to enable the relocation of Statistics NZ Auckland Office onto those floors by the end of February 2017. We are seeking companies who have: • Worked on similar sized projects with Government clients, • Successfully completed projects in occupied buildings, and are prepared to commit to working quietly / out of hours as required, and • Are able to commit to the timeframes required For the purpose of clarity, soft fitout items are NOT included in this tender.",Awarded,,20201117 Statistics New Zealand,18043319,Request for Proposals,Open Competition,HRIS as a Service,,20161020,20161209,20170721,,Sole Agency,No,,"Stats NZ is looking for a mature HRIS and Payroll solution that will enable continuous improvement of Payroll and HR processes by making data capture easy and in particular offering self-service for most HR transactions, improving data integrity, and automating workflows. Whilst the initial focus is on Core HR, Position Management, Workforce Management and Payroll, the solution should also have the capability to add further HR functionality within the product (such as Talent Management and Service Delivery) or have established relationships with other providers that can integrate seamlessly with the product. The solution must be provisioned ‘software as a service’ (SaaS). We are seeking to appoint a capable and experienced provider (or providers) to replace the existing Payroll and HRIS systems that service our employees and contractors. The selected Vendor will be expected to provide the professional services required to implement the solution, and on-going support to Statistics NZ for the life of the contract. Note: The original RFP document on the GETS website had become corrupted. This document has now been withdrawn and a replacement posted as a Addenda to the RFP.",Awarded,"NOTICE OF INFORMATION: CONTRACT AWARD Stats NZ wishes to announce the award of the contract for delivery of HRIS as a Service. This contract was awarded to TechnologyOne Limited on 30 June 2017, for the term stated in the RFP. Any questions should be directed to procurement.services@stats.govt.nz.",20201117 Statistics New Zealand,18221195,Request for Quotations,Open Competition,FME Services,,20161209,20170120,20170703,,Sole Agency,No,,"Statistics requires the services of FME Certified Professionals, to provide FME support and consulting services. To protect the ongoing investment in these and other FME workspace workflows, Statistics NZ will engage a panel of suppliers in a (panel) contract for ongoing geospatial support work. The services include FME development work, utilising our existing geospatial environment.",Awarded,,20201117 Statistics New Zealand,18990315,Request for Proposals,Open Competition,Data Inventory Services,,20170912,20171010,20171214,,Sole Agency,No,,"Stats NZ is the Government???s functional leader for Data and Analytics. As part of the role, we recently took over leadership of the Open Government Information and Data Programme (referred to as the Open Data programme) from Land Information New Zealand (LINZ). Part of the Open Data programme???s role is to support and encourage all government agencies to adopt the 2011 Declaration of Open and Transparent Government and pro-actively release high value data. As part of the Data Inventory project under the Open Data programme we need to engage the services of one or more expert suppliers with proven experience in data/information management and conducting data audits and inventories, to help Stats NZ and other government agencies prepare machine-readable inventories of our respective data assets, so that we and our data customers alike can clearly identify what data we collect and hold, and the status of those data. It is envisaged the combined data inventories will provide a centralised inventory of government data. This is a key piece of work, designed to accelerate the building of a well-managed data infrastructure; provide greater transparency and visibility of available data, and enable economic and social benefits for all New Zealand through data driven innovation.",Awarded,,20201117 Statistics New Zealand,19364419,Request for Quotations,Open Competition,Social License Survey (Development & Implementation),,20180111,20180209,20180521,,Sole Agency,No,,"Stats NZ collects, stores, manages and uses the public???s data on behalf of the government. These activities are collectively referred to as data stewardship at Stats NZ. It is important for Stats NZ to understand New Zealander???s perceptions of and levels of trust in our activities as data stewards. Research suggests that Stats NZ currently has good levels of trust amongst New Zealanders. However, trust alone is unlikely to be enough to ensure we have ???permission??? to steward New Zealander???s personal information ongoing. Social licence is a concept that relates to the activities that an organisation undertakes, and applies to different organisations in different ways depending on their activities. It can be described as an unwritten acceptance by the public for an organisation to perform activities that wouldn???t be acceptable if performed by others. We are interested in our social licence for data stewardship, or put another way, societal acceptance of Stats NZ as stewards of New Zealand???s data. We will assume that a social licence exists if, through active engagement, New Zealanders??? trust that the value we provide to society outweighs any personal cost. Social licence measure Stats NZ would like to measure our social licence for data stewardship for our annual reporting process for the next three years. Social licence cannot be measured directly, but the different components (below) that make up social licence can be. The following is our suggested framework to define the social licence given to us by the public to steward their data. If all components of the framework can be addressed, then we can assume that we have a social licence.",Not Awarded,Contract Awarded to A C Nielsen,20201117 Tairawhiti District Health Board,3962576,Request for Quotations,Open Competition,Property Valuation Services,2014/13,20140901,20140929,20141023,,Sole Agency,No,"Purchasing office, Tairawhiti District Health, Private Bag 7001, Gisborne 4040, New Zealand.",Tairawhiti District Health requires property valuations to be determined by a New-Zealand-based Registered Valuer both for financial reporting and for insurance renewal purposes,Awarded,,20201117 Tairawhiti District Health Board,6021696,Request for Proposals,Open Competition,Maternity Birthing Pool Replacement & Repositioning,,20141106,20141127,20161111,,Sole Agency,No,"Tairawhiti District Health, Private Bag 7001, Gisborne 4010, Attention: Manager, Building & Engineering","Birthing Suite No 2 (Room 0731) & the Birthing Pool (Room 740) will have minor alterations to join the 2 rooms by removing a section of wall & repositioning the new birthing pool. The work includes altering & installing services, making good section of wall where the corridor door is to be removed. Installing 2 lift points into the ceiling. Sizing of the pipe work to the bath unit is to be sufficient to fill the pool as quick as possible, where wall & ceiling lining are altered or new sufficient sound proofing material is to be used to maintain existing acoustic levels. Services work includes Electrical both power supply & lighting, Nurse Call, Medical Gases, Smoke detection & Airconditioning. New non slip floor covering & vinyl wet wall are included.",Not Awarded,Retendered at a later date,20201117 Tairawhiti District Health Board,7340549,Request for Proposals,Open Competition,Maternity Birthing Pool Replacement & Repositioning,Retender of RFX 6021696,20141212,20150127,20150821,,Sole Agency,No,Private Basg 7001 - Gisborne - 4010,Minor alterations to birthing suite 2 & the birthing pool room,Awarded,,20201117 Tairawhiti District Health Board,8860875,Request for Quotations,Open Competition,"Replacement and Repair of Floor & Wall Coverings in Te whare Awhiora, Puawai Aroha & Theatre",270315,20150217,20150327,20150821,,Sole Agency,No,"Gisborne Hospital, 421 Ormond Road, GIsborne - Building & Engineering Department","For the replacement & repair of floor & wall covrings in three seperate departments Te Whare Awhiora (Psychiatric), Puawai Aoroha (Maternity) & Theatre. The is strict criteria for access & dust control. Each are is to be seperately priced.",Awarded,,20201117 Tamaki Redevelopment Company,12238578,Request for Proposals,Open Competition,Tamaki Programme Management Office,,20150522,20150611,20151016,,Sole Agency,No,"244 Apirana Ave, Glen Innes, Auckand","TRC require an established firm with demonstrated abilities in setting up and managing a Programme Management Office (PMO) to assist TRC in initiating and managing a number of significant projects as TRC transitions from its existing scale and structure to a much larger and complex organisation over the next 12 ??? 18 months. TRC would also want this firm over a 12 ??? 18 month period to develop the internal capability for TRC to continue to manage the PMO. We anticipate the successful firm will provide a dedicated Programme Manager (part or full time) and associated support to provide coordination and control for the five projects described below. In addition, TRC expects to provide a dedicated resource (approx.. 1 FTE) to the PMO. The PMO is to provide oversight, but not project management, of the projects described. However, the ability to provide project managers, if required, will be viewed favourably by TRC.",Not Awarded,This contract was awarded to Optimation Group,20201117 Tamaki Redevelopment Company,14508951,Request for Proposals,Open Competition,Providing Technology Applications and Services for Tamaki,,20150731,20150827,20151015,,Sole Agency,No,"244 Apirana Ave, Glen Innes, Auckland","This request for proposal has been issued by the T??maki Redevelopment Company Limited. The aim of T??maki Redevelopment Company Limited (TRC) in this process is to seek and obtain proposals from organisations who are interested in making an offer for the supply either Applications systems or Services that would be suitable for the establishment of a community housing provider. As part of this RFP process, TRC may choose to pre-qualify suitable consultants to assist with future projects. It is essential and TRC view it as a mandatory requirement that responses to this RFP must be from providers who have evidence of providing similar systems/services to social housing providers in similar sized organisations. If your organisation has not provided systems or services in this environment previously then TRC may set your proposal aside without review. Accelerating the Plan On 13 April 2015, Cabinet agreed to accelerate regeneration activities in the T??maki area of Auckland through giving enhanced responsibilities and resources to the T??maki Redevelopment Company. In the context of this transition plan Cabinet agreed that Housing New Zealand Corporation (HNZC) current T??maki properties, and related tenancy and property management services would be transferred to TRC by 31 March 2016. In practical terms this will entail the transfer of tenancy and property management services for social homes in T??maki (for approximately 2,800 homes and 8,000 tenants), from HNZC to TRC. With this in mind, TRC is now in position to accelerate the introduction of systems and solutions to support the delivery of Community Housing services to the T??maki area. It should be noted that these need to be implemented prior to 31 March 2016. 2.1 TRC seeks responses from experienced providers of Housing Management Services/Solutions/Systems who can provide a system/service to enable TRC to manage the 2800 properties and more than 8000 tenants that will be its responsibility from the 31st of March 2016. TRC does not have a preference as to whether this system is managed internally or provided externally or as a service by a provider.",Not Awarded,"Update with regards to the Integrated Solutions Request for Proposal. Following the release of the RFP on GETS, TRC has been considering various options for the systems environment in what is a rapidly changing landscape. Based on this changing environment and broader considerations around system alternatives, TRC has decided that it doesn???t currently require a full integrated system and, as a result we do not wish to proceed any further with the procurement of an integrated solution at this stage. As a result, the decision has been made to terminate this particular procurement process.",20201117 Tamaki Redevelopment Company,17699151,Request for Tenders,Open Competition,Contamination Survey Services (Asbestos and Methamphetamine),,20160715,20160812,20161212,,Sole Agency,No,,"Tamaki Regeneration Company (TRC) are looking to engage a contamination demolition survey consultant to work on a 2 year programme of residential testing and/or demolition across their properties in Tamaki. This work requires invasive asbestos surveying and methamphetamine testing of approximately 100 homes over a 2 year period, along with monitoring of subsequent removal of contaminants and demolition of the houses by others, and certification of the sites once demolition is complete. The programme of work is being driven by; - TRC programmed developments that require site clearance to hand over to development partners - Ad hoc assessments to assist the asset management team TRC is looking for reputable organisations that are committed to serving TRC and the Tamaki Community in a professional and respectful manner. High standards of Health and Safety are paramount to the successful relationship with TRC.",Not Awarded,,20201117 Tamaki Redevelopment Company,17814007,Request for Tenders,Open Competition,Demolition & Contamination Removal Services,,20160819,20160916,20161212,,Sole Agency,No,,"Tamaki Regeneration Limited (TRL) are looking to engage a demolition and contamination removal contractor to work on a 2 year programme of residential demolition across their properties in the Tamaki region. This work requires the removal of contaminated materials and the demolition and full site clearance of approximately 100 properties.",Not Awarded,"The following companies were selected for the Demolition and Contamination Removal Services Panel of Suppliers. 1. Union Demolition 2. Scope 3. Nikau",20201117 Tamaki Redevelopment Company,18106815,Request for Proposals,Open Competition,ERP Integrated Solution,,20161107,20161221,20170421,,Sole Agency,No,,"Tamaki Redevelopment Company (TRC) has a mandate to lead urban regeneration activity in Tamaki to achieve four equally important objectives - social transformation, economic development, placemaking and housing resources. Being the country's largest Community Housing Provider (CHP), outside of Housing New Zealand(HNZ), it's tasked to accelerate the regeneration activities in the Tamaki as part of Government's Social Housing Reform Programme. To initially achieve this undertaking a number of additional stand-alone software solutions to address asset and tenancy management requirements by 31 March 2016, were acquired. Now that the organisation has overcome the initial property systems implementation demands and experienced more than six months of operations, and in turn has derived a more mature understanding of the established and planned business models to be achieved, the opportunity has now arisen in performing a full definition of its corporate system requirements. Management has therefore sanctioned an undertaking to obtain proposals for the supply of an integrated ERP solution that satisfies the recently confirmed detailed business requirements",Not Awarded,This contract has been awarded to Technology One,20201117 Tamaki Redevelopment Company,18894566,Request for Proposals,Closed Competition,Creative Consultancy Services,,20170808,20170901,20180525,,Sole Agency,No,,"This request for proposal (RFP) is issued for the T??maki Regeneration Company (TRC). TRC invites proposals for the provision of Creative Consultancy Services to develop the T??maki Urban Brand Strategy and a detailed approach to direct, design and deliver an integrated Sales and Marketing Campaign, for TRC, and to support multiple TRC Partners. This is an invited RFP process to selected Respondents.",Awarded,,20201117 Tamaki Redevelopment Company,19501610,Request for Proposals,Open Competition,Tamaki Masterplan services,,20180302,20180329,20180525,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably qualified and experienced consultants to submit a Proposal to undertake the role of Principal Design Consultant and lead the development of a Precinct Masterplan for T??maki. The ideal candidate will have experience masterplanning and delivering in complex, brownfields regeneration projects, with a strong team combining expertise in urban design, landscape and architecture. We recognise the limited number of similar projects in New Zealand, and welcome partnerships from local and international consultants. Commitment to working collaboratively with TRC will be critical to the success of the project.",Awarded,,20201117 Tamaki Redevelopment Company,19528243,Request for Proposals,Open Competition,Lead Arranger Bank,,20180313,20180410,20180525,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to appoint a suitably qualified and experienced Bank to undertake the role of Lead Arranger Bank as part of the process of raising Bank Funding for the T??maki Redevelopment Company Limited (TRC). The ideal candidate will have the capability to be a Lead Arranger Bank on a deal of this size and complexity; have knowledge and expertise in development and social housing finance in NZ; have experience of New Zealand project finance deals; have experience of working with public sector organisations/Crown entities/Schedule 4A Public Finance Act companies/ entities undertaking projects for the Crown. TRC would value proposals from candidates that fit these attributes.",Awarded,,20201117 Taranaki District Health Board,492259,Request for Quotations,Open Competition,"Lease of Retail Spaces at Base Hospital, New Plymouth (Re-listed) - Old GETS ref# 42842",RS1,20140716,20140808,20160914,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER This is a request for proposal/quote for the lease of two retail spaces that became available at the new entrance and new Acute Services Building at Base Hospital, New Plymouth",Not Awarded,Contract awarded to Compass Group New Zealand Ltd.,20201117 Taranaki District Health Board,4969187,Request for Proposals,Open Competition,"Lease of retail space at Base Hospital, New Plymouth",,20141007,20150306,20190226,,Sole Agency,No,,"This RFQ is for the lease of an open retail space at the main entry to Base Hospital, New Plymouth",Not Awarded,"It was decided not to accept any tender for the area, because we had to utilise it to accommodate another service in that area.",20201117 Taranaki District Health Board,19171713,Request for Proposals,Open Competition,Integrated Community and Hospital Laboratory Services,,20171026,20171204,20190225,,Sole Agency,No,"Attention Tammy Taylor, RFP for Supply of Provision of Laboratory Services, P&F, Taranaki DHB, 27A David Street, New Plymouth",Taranaki DHB requires an integrated community and hospital laboratory service to be available across the region. Features will include an integrated Laboratory information system and capital investment plans. Full details of expectations are outlined in the attached documentation.,Not Awarded,The RFP was closed with no Provider awarded. This has been followed up with an RFP for Community Labs only.,20201117 Taranaki District Health Board,20231200,Request for Proposals,Open Competition,RFP For Consultant Services For Stage 2 New East Wing Building - Taranaki Base Hospital Redvelopment,PM009,20181002,20181102,20190225,,Sole Agency,No,"Project Maunga Office Tender Box, Main Entrance Reception, Taranaki Base Hospital, 27 David Street, Westown, New Plymouth, 4310, New Zealand","The purpose of this Request for Proposal is to invite parties to submit Proposals to provide specified Consultant Services for the planning of the proposed New East Wing at Taranaki Base Hospital in New Plymouth in accordance with this RFP to meet the requirements of the Taranaki District Health Board, the Ministry of Health and the New Zealand Treasury to comply with the Better Business Case methodology for major capital health projects.. Consequently the objective of this RFP is to select suitable specified Consultant Services for further negotiation to endeavour to agree a contract for the provision of the specified Consultancy Services including: a) Quantity Surveyor b) Project Management ( including BIM Execution Plan and Design Management) c) Architecture (including Health Planning) d) Building Services & Information and Communication Technology Engineering e) Structure, Civil and Geotechnical Engineering f) Environmentally Sustainable Design.",Not Awarded,"The following disciplines were awarded: 1. Architecture & Health Planning - Warren & Mahoney & Kyle and Newsome 2. Quantity Surveyor - RLB 3. Building Services & ICT Engineering - Beca 4. Project Management & Design Manager - RCP 5. Environmentally Sustainable Design - Beca 6. Structure, Civil and Geotech - Holmes & Engeo",20201117 Taranaki District Health Board,20398736,Request for Proposals,Open Competition,RFP - High Acuity and Bedside Patient Monitoring and Cardiac Telemetry,HSS - Monitoring and Telemetry,20181109,20181206,20190604,,Sole Agency,No,,"Taranaki District Health Board is seeking a practical and implementable solution to support our High Acuity Patient Monitoring, Bedside Patient Monitoring and Cardiac Telemetry requirements. We are requesting proposals from suppliers who can meet our unique patient monitoring needs. 1. We require High Acuity and Bedside Patient Monitoring suitable for Neonates through to Adults in the following areas: ??? Emergency Departments at Base Hospital and Hawera Hospital ??? Intensive Care / Coronary Care / High Dependency Unit ??? Post Anaesthetic Care Units ??? Operating Theatres ??? Endoscopy Suite ??? Inpatient Areas 2. Cardiac monitoring via Telemetry is included in this procurement activity and it is expected that any Telemetry offering is fully compatible or integrated into the Monitoring system proposed. 3. Suppliers are expected to provide extensive service and product support packages, including education, for all monitoring requirements within the scope of this RFP",Awarded,,20201117 Tasman District Council,19757488,Request for Proposals,Open Competition,NEC PABX Replacement,,20180524,20180620,20180801,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for the replacement of its ageing NEC PABX telephone system. The scope of the work is fully described in the attached tender document, and key items of work are: 1. Upgrade of our ageing NEC PABX system to the latest generation NEC platform. 2. Implementation across the existing Council voice WAN to all Council offices and libraries. 3. Integration with Enghouse Communications Centre to ensure continued operation of Call Centre and staff telephony and presence systems.",Awarded,,20201117 Tasman District Council,19812884,Request for Tenders,Open Competition,Richmond Pool Retiling Works,PS002,20180613,20180713,20181113,,All of Government,No,,Tasman District Council is inviting experienced tiling contractors to tender for the retiling of the 25m competition lane pool at the Richmond Aquatic Centre. Tasman District Council intends to award a fixed price Construction Contract for the works which will be undertaken during November and December 2018.,Awarded,,20201117 Tasman District Council,19940042,Request for Tenders,Open Competition,C1158 Norris Gully to Kohatu Cycle Trail,1158,20180723,20180822,20180921,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1158 Norris Gully to Kohatu Cycle Trail The scope of the work is fully described in the attached tender document, and key items of work are: ??? Formation and pavement of cycle trail ??? Shrub and tree removal ??? Road crossings ??? New and relocated fencing ??? Timber bridge construction ??? Timber boardwalk construction ??? Ford construction ??? Bridge underpass construction ??? Culvert installation",Awarded,,20201117 Tasman District Council,20078965,Request for Tenders,Closed Competition,C1163 Supply and Installation of Refuse Compactors,1163,20180829,20180912,20180918,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1163 Supply & Installation of Refuse Compactors. The scope of the work is fully described in the attached tender document, and key items of work are: ??? Supply and installation of new waste compactor and hopper at Richmond RRC ??? Remove, transport and install existing Richmond Compactor and install at Takaka RRC, including supply of new hopper PLEASE NOTE: This is a Direct Source Tender. Only contractors specifically invited to tender are eligible to tender for this contract.",Awarded,,20201117 Tasman District Council,20210631,Request for Proposals,Open Competition,C1159 Professional Services Traffic Counting,1159,20180926,20181024,20181121,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1159 Professional Services Traffic Counting. The scope of the work is fully described in the attached tender document. The Tasman District Council needs a suitably experienced traffic counting consultant to provide the technical services and administration support necessary for the collection and supply of traffic count data for the Tasman District sealed and unsealed road network. The traffic counting services contribute to optimised management of the transportation assets and achieving value for money for the Tasman ratepayers and NZ Transport Agency.",Awarded,,20201117 Tasman District Council,20212915,Request for Tenders,Open Competition,C1162 Litter and Compactor Bin Clearing 2018-2021,1162,20180926,20181024,20181211,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1162 - Litter and Compactor Bin Clearing 2018-2021. The scope of the work is fully described in the attached tender document, and key items of work are - Clearing of litter bins including compactor bins across Tasman District. There are approximately 130 bins, mainly in townships with some in roadside reserves. The Contract is for 3 (three) years and involves emptying bins on a scheduled basis, which varies depending on summer and winter periods. The Compactor bins are monitored for capacity by Telemetry. The litter is to be disposed of at Council???s local Refuse & Recovery Centres.",Awarded,,20201117 Tasman District Council,20298985,Request for Tenders,Open Competition,C1161 Water Meters Reading Contract 2019-2022,1161,20181017,20181114,20181129,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1161 Water Meters Reading Contract 2019-2022. The contract is for the reading of water meters, both residential and industrial. Council is seeking to contract water meter reading services to enable the accurate invoicing of water consumption within the Tasman region. The scope of the work is fully described in the attached tender document.",Awarded,,20201117 Tasman District Council,20301973,Request for Proposals,Open Competition,Cultural Advisor - Maori,,20181017,20181107,20190115,,All of Government,No,,"Tasman District Council is inviting tenders for Contract for a Cultural Advisor ??? M??ori At Tasman District Council we are looking to improve our relationships with iwi within our rohe. To assist us, we wish to contract a cultural advisor to provide advice to our Chief Executive and support staff in this work. A focus area for the cultural advisor will be working with staff to review the Council???s current practices, identify areas for improvement, and provide advice on how to improve our understanding and capability. This role should interest those who understand local government responsibilities and obligations to M??ori in terms of relevant legislation. The successful contractor will have good knowledge of iwi within Te Tauihu o Te Waka a Maui as well as established networks within the rohe. You will be proficient in te reo and tikanga M??ori, and will be a role model to Council staff. Ideally you will have good knowledge of M??ori dynamics in Te Tauihu o Te Waka a Maui, and be happy to share your knowledge and assist in building the Council???s cultural competency. The contract offered is for a part-time role, over an approximate seven-month period. For the right person we can be flexible and are open to negotiation.",Not Awarded,,20201117 Tasman District Council,20352143,Request for Tenders,Open Competition,Murchison Resource Recovery Centre Operations 2019-2023,,20181031,20181128,20181212,,Sole Agency,No,,"The Principal, Tasman District Council (???the Council???), is inviting tenders for 1160 Murchison Resource Recovery Centre Operations 2019-2023. The key outcome that the Council is seeking from this Contract Agreement is the safe, reliable and cost-effective operation of the Murchison Resource Recovery Centre (RRC) located at 41 Matakitaki West Bank Road. The key objectives of the Contract Works are to: ??? Provide a safe and efficient waste management facility for Murchison and the surrounding area that encourages waste minimisation through providing recycling and reuse facilities on site ??? Actively seek and promote recycling and reuse opportunities where they are practical ??? Operate the facility in a manner that avoids any risk or discharge to the environment that could produce an adverse effect beyond the resource recovery centre site; and ??? Monitor and review the operation on a regular basis to ensure compliance with consent conditions, the Site Management Plan and the specification.",Awarded,,20201117 Tasman District Council,20355876,Request for Quotations,Closed Competition,Motueka Wastewater Network Modelling,,20181101,20181128,20181213,,All of Government,No,,"Tasman District Council invites you to submit a statement of interest and ability, along with a price indication for wastewater modelling services. To support our strategic asset management decision making, we are seeking a consultant to undertake modelling of the Motueka wastewater network. The scope of the work is fully described in the attached quote request, and key stages of work are: ??? Review of existing asset and network information ??? Manage data gathering ??? Build, calibrate and test model ??? Run a series of design scenarios We appreciate that there is moderate uncertainty in this project until you have reviewed our data. For this reason, we do not have a fixed view on a fee structure or timeframes. As a minimum, we would like you to provide an estimate of time and hourly rates for key staff in order for us to understand the potential costs associated with each stage. We expect to agree more robust fee estimates with the successful consultant ahead of each stage of the project. In regards to timeframe, we would like this work completed this financial year (30 June 2019) but acknowledge that this may need to be reconsidered depending on the outcomes of the data review. If you are interested in responding to this request, please email engineering.contracts@tasman.govt.nz to receive the following data/information via sharefile: ??? Operation of pump stations ??? Pump station as built data ??? Pump specs ??? Wet weather overflows locations and frequency ??? Point and line feature GIS data, sub catchment polygons (shape files for ArcGIS format) ??? Flow data ??? Rain data ??? Growth model data ??? Wastewater Activity Management Plan (as reference material)",Awarded,,20201117 Tasman District Council,20370231,Request for Tenders,Open Competition,"C1120 Stafford Drive and Aranui Road, Water and Wastewater Upgrades",1120,20181105,20181212,20190516,,All of Government,No,,"The Principal, Tasman District Council, is inviting tenders for Contract 1120 ??? Stafford Drive and Aranui Rd Water and Wastewater Upgrades. The scope of the work is fully described in the attached tender document, and key items of work are: ??? Construction of approximately 3.5km of water main ??? Construction of approximately 2.4km of wastewater rising main ??? Construction of a new wastewater pump station at 69 Stafford Drive, including installation of new underground storage tank ??? Upgrade of an existing pump station at Ruby Bay, including installation of new underground storage tank ??? Construction of a new gravity wastewater main running from 72 Stafford Drive to 69 Stafford Drive ??? Decommissioning of the existing pump station at 72 Stafford Drive.",Awarded,,20201117 Tasman District Council,20372905,Request for Tenders,Closed Competition,C1167 Design and Build Carter Bridge,1167,20181105,20181205,20190115,,All of Government,No,,"The Principal, Tasman District Council is inviting tenders for Contract 1167 Design and Build Carter Bridge. The scope of the work is fully described in the attached tender document, and key items of work include: ??? Design and Construct a replacement Bridge at the end of Carter Road, Golden Bay, Tasman District. ??? Road construction necessary to provide access to the Bridge and adjacent property. PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's Bridges Supplier Panel are eligible to submit a tender.",Awarded,,20201117 Tasman District Council,20393401,Request for Tenders,Open Competition,Contract 1142 Headingly Lane Water Main,C1142,20181108,20181212,20190131,,All of Government,No,,"Contract 1142 Headingly Lane Water Main The Principal Tasman District Council is inviting tenders for Contract 1142 Headingly Lane Water Main. A section of the trunk water main between the Richmond Water Treatment Plant (RWTP) and Champion Road Reservoir lies under the Nelson Pine Industries (NPI) facility. This Main is one of the key water mains that supply Richmond and there is a maintenance risk with the section of main under NPI. The Council wants to construct a new water main between the Treatment Plant to connect to the Champion Road Reservoir Main at the Estuary end of Headingly Lane and abandon the section under NPI. Maintaining water supply to all customers and key industries is an important part of the contract works. The successful contractor will also need to manage access on Headingly Lane for residents, a School, a Church and the Cycle Trail. The scope of the work is fully described in the attached tender document, and key items of work are: ??? Installation of a new DN450 PE100 PN16 trunk water main and associated fittings across Lower Queen Street, and under Borck Creek by trenchless methods or Engineer approved alternative methodology. ??? Installation of a new DN450 PE100 PN12.5 trunk water main and associated fittings along Headingly Lane by open trenching. ??? Carrying out connection and decommissioning works under standover by the Council???s utilities contract. ??? Locate and protect services near the new water main. ??? Compliance with Resource Consents including working around the protected trees on Lower Queen Street. ??? Maintaining communication with affected water users. ??? Working with iwi monitors where required. ??? Managing commissioning, decommissioning and water shutdowns on a critical section of the Water supply network.",Awarded,,20201117 Tasman District Council,20516908,Request for Tenders,Closed Competition,C1128 Abel Tasman Drive Curve Widening,C1128,20181204,20190122,20190306,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1128 Abel Tasman Drive Curve Widening, Port Tarakohe The scope of the work is fully described in the attached tender document, and key items of work are temporary traffic management, public liaison, setting out of work, demolition and site clearance, services location and protection, earthworks, pavement construction, installation of new kerb & channel, first coat sealing and road marking. PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's Surfacing and Pavement Construction Supplier Panel are eligible as Prospective Tenderers to submit a tender.",Awarded,,20201117 Tasman District Council,20601453,Request for Tenders,Open Competition,Management and Operation of Sherry River Quarry,PS0003,20190115,20190218,20190304,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract PS0003 - Management and Operation of Sherry River Quarry. The scope of the work is fully described in the attached tender document, and key items of work are the management and operation of a limestone quarry on behalf of the Principal.",Awarded,,20201117 Tasman District Council,20657638,Request for Proposals,Open Competition,C1174 Motueka Library Technical Consultant,1174,20190131,20190227,20190306,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1174 Motueka Library Technical Consultant. The scope of the work is fully described in the attached tender document, and key items of work are: The Council is looking for credible providers with a presence in the Tasman region, who have the capability, experience and infrastructure to help deliver the Motueka Library project. They need to have a good track record and experience in the management and implementation of community buildings through a design-build contract model. The key tasks are: - Write technical specifications for a design-build contract for the library construction - Support the procurement of the design-build contractor - Quality assure the design process - Provide Monitoring, Supervision and Quality Assurance of construction (MSQA)",Awarded,,20201117 Tasman District Council,20908748,Request for Tenders,Closed Competition,Gibbs Road Stormwater Diversion,C1150,20190403,20190515,20190524,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1150 Gibbs Road Stormwater Diversion. The scope of the work is fully described in the attached tender document, and key items of work are installing culvert stormwater pipes with headwalls, sumps, kerb and channel, rock protection and fencing. Only contractors on Tasman District Council's Drainage Construction and Wastewater Reticulation Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,20201117 Tasman District Council,20935561,Request for Tenders,Closed Competition,Richmond Resource Recovery Centre Pavement Rehabilitation and Services Upgrade,C1178,20190411,20190418,20190506,,All of Government,No,,"The Principal Tasman District Council is inviting you to tender for Contract 1178 Richmond Resource Recovery Centre Pavement Rehabilitation and Services Upgrade The scope of the work is fully described in the attached tender document, and key items of work are; Pavement stabilisation and wastewater service upgrade. Eligibility to Tender - Only contractors specifically invited to tender are eligible to tender for this contract.",Awarded,,20201117 Tasman District Council,20984677,Request for Tenders,Closed Competition,C1177 Wai-iti River Suspension Bridge,1177,20190501,20190529,20190620,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1177 Wai-iti River Suspension Bridge. The scope of work is fully described in the attached tender document, and key items of work are: Supply of all materials, labour, plant and equipment to complete the construction of the Wai-iti River Cycleway Suspension Bridge. PLEASE NOTE: Eligibility to Tender ??? Only Contractors on Tasman District Council???s Bridges Supplier Panel and invited Contractors are eligible as prospective Tenderers to submit a tender.",Awarded,,20201117 Te Kahui Whakamana Rua Tekau ma Iwa — Pike River Recovery Agency,19830665,Request for Proposals,Closed Competition,Drift Re-entry and Recovery Contractor - RFP,,20180620,20180712,20180801,,Sole Agency,No,,"This opportunity is available to invited respondents only. Te K??hui Whakamana Rua Tekau m?? Iwa - Pike River Recovery Agency (PRRA) was established on 31 January 2018 with the objective of conducting a manned recovery of the mine drift in order to: ??? Gather evidence to better understand what happened in 2010 with an eye to preventing future mining tragedies; ??? Give the Pike River families and victims overdue closure and peace of mind; and ??? Recover remains where possible. This Request for Proposals (RFP), the second step in a two-step procurement process, presents a unique opportunity to assist PRRA with achieving these key objectives by assisting to develop a detailed re-entry and recovery plan, and undertaking the approved manned re-entry and recovery works. PRRA is looking for credible and experienced providers who have the capability, experience and ability to source specialised mining equipment and personnel to undertake the agreed mine drift re-entry and recovery works.",Not Awarded,After evaluating responses none met the Agency???s requirements in full.,20201117 Te Kahui Whakamana Rua Tekau ma Iwa — Pike River Recovery Agency,20222123,Request for Proposals,Open Competition,Pike River Recovery Helicopter Services,,20180928,20181024,20190205,,Sole Agency,No,,"This RFP presents a unique opportunity to assist Pike River Recovery Agency( PRRA) with achieving its key objectives by providing a key service (helicopter transport services) to assist PRRA to complete recovery, rehabilitation and other works.",Awarded,"On behalf of the Pike River Recovery Agency MBIE advertised for suppliers for the provision of helicopter services. This tender has been awarded to GCH Aviation Ltd. Award Date: 21 December 2018.",20201117 Te Kahui Whakamana Rua Tekau ma Iwa — Pike River Recovery Agency,20310337,Request for Quotations,Open Competition,Mining Equipment,,20181019,20181108,20181126,,Sole Agency,No,,"PRRA is looking for a credible and experienced supplier (s) who has the capability, experience and ability to provide suitable mining equipment for hire and use by the PRRA over a 9 to 12 month period, or possibly longer, at Pike River Mine Site (Paparoa National Park) South Island New Zealand, as described further in this RFQ (???Equipment???) The supplier needs to have a good track record in providing similar hire equipment, a strong reputation for their health and safety practices and culture and a good track record in supporting its Equipment, and the hirer, while on Equipment is on hire.",Not Awarded,The RFQ responses received haven???t fulfilled PRRA???s entire equipment requirements. PRRA will now engage directly with each of the Respondents to determine how best to resource its requirements and may at its discretion engage other suppliers where it is considered necessary to best meet PRRA???s needs. If you have any questions regarding this matter please email brent.baigent@mbie.govt.nz.,20201117 Te Kahui Whakamana Rua Tekau ma Iwa — Pike River Recovery Agency,20318898,Request for Proposals,Open Competition,Drilling of Surface Boreholes,,20181023,20181116,20190424,,Sole Agency,No,,"The Pike River Recovery Agency (PRRA) is looking for a credible and experienced supplier who has the capability, experience and ability to provide drilling services involving the drilling of two boreholes (PRDH52 & PRDH53) at Pike River Mine Site (Paparoa National Park) South Island New Zealand with the drilling to be completed by the end of 2018. The supplier needs to have a good track record in undertaking similar works and a strong reputation for their health and safety practices and culture. This RFP presents a unique opportunity to assist PRRA with achieving its key objectives by providing a key service (Drilling services) to assist PRRA to complete the manned re-entry, recovery and rehabilitation works, to the extent that work is approved by the Minister responsible for Pike River Re-entry.",Not Awarded,,20201117 Television New Zealand,10147919,Request for Proposals,Open Competition,AudioViisual Intergration,,20150320,20150424,20181101,,Sole Agency,No,PO Box 3819,Audio visual requirements for Project One,Not Awarded,Changes made to award status for GETs administration purposes only. This is a 2015 RFP and award status had not been updated at the time,20201117 Television New Zealand,17137041,Request for Proposals,Open Competition,RFP Cafe & Catering Services,,20160122,20160226,20171109,,All of Government,No,,"1.2.1 TVNZ is located at 100 Victoria St West. Auckland. This building is commonly referred to as the Television Centre (TVC). 1.2.2 TVNZ is in the process of completing a major refurbishment of its main operating facility which is located at this address. This project known as Project ONE is expected to be fully completed in June 2016. There are approximately 220 employees who have remained working in the TVC during the upgrade process. In addition there are approximately 450 employees who are currently located in temporary office facilities at Hardinge Street Auckland. These people will relocate back to the newly refurbished building once it is completed. Total headcount in the building once the relocation takes place will be approximately 670 employees and contractors. 1.2.3 TVNZ wishes to invite from suitably qualified organisations offers to provide Caf?? and catering services for its employees in the newly refurbished TVC. The design of the refurbished building includes provision for a Caf?? and supporting facilities. The new Caf?? will occupy a strategic location immediately adjacent to the main entrance to the building and will have a high visibility to TVNZ staff and visitors.",Not Awarded,Contract has been awarded.,20201117 Television New Zealand,18057210,Request for Tenders,Open Competition,TVNZ Cleaning Tender,,20161020,20161104,20170111,,Sole Agency,No,No physical documents allowd. All responses must be electronic,This is for the cleaning contract for the main Television New Zealand building. The building is located in central Auckland.,Awarded,"Contract Award Notice: Successful Supplier - Total Group Supplier Location - Auckland Description of Services - Cleaning services Term - 3 Years Contract Start - 1 Feb 2017 Estimated Spend: $920,000 over 3 years Award Date - 21 December 2016",20201117 Television New Zealand,19394980,Request for Tenders,Open Competition,TVNZ Television Centre Lift Upgrade and Maintenance,,20180124,20180222,20180416,,Sole Agency,No,,TVNZ has three passenger lifts at its TVNZ Television Centre at 100 Victoria Street West Auckland. The lifts were built ~1987 and require modernisation (being replacement or upgrading).,Not Awarded,Schindler Lifts NZ Ltd,20201117 Television New Zealand,19698942,Request for Proposals,Open Competition,Replacement for Google DoubleClick Sales Manager (DSM),,20180504,20180608,20181003,,Sole Agency,No,,"Background Google DoubleClick Sales Manager (DSM) will be retired on 31/07/2019. This product is currently in use at TVNZ to support the digital ad sales of our static and video inventory. It is also used to manage our online ad products, our client base, invoicing and reporting. To maintain business continuity with Digital Sales Management & Billing, TVNZ will need to replace Google DSM (ahead of the retirement deadline). What we are buying TVNZ is looking to secure a replacement DSM solution. The Requirements for the replacement solution are expected to include (but not be limited to): ??? The DSM functionality currently used by TVNZ. ??? Bi-directional integration with Google DoubleClick For Publishers (DFP) ??? Integration with downstream financial and data warehouse systems ??? Migration of historical data no longer available/accessible from DFP What???s important to us TVNZ is looking for credible providers who can provide local support and have the capability, experience and infrastructure to deliver this project. They need to have a good track record in project management and implementation as well as fit with TVNZ???s project management philosophy and methodology. Familiarity or experience within the media industry would be valued, but not essential.",Not Awarded,/The tender has been awarded to SINTECMEDIA NYC INC.,20201117 Television New Zealand,20292974,Request for Proposals,Open Competition,Office Productivity Project - Phase 2 Professional Services Delivery,,20181018,20181115,20190614,,Sole Agency,No,N/A,"TVNZ requires Respondents with demonstrable experience in a similar environment, focusing on outcome and end-user experience, to provide professional services to TVNZ to enable the delivery of some or all of the following outcomes; (a) A refreshed intranet and (introduction of) a Social Platform (Workstream One) (b) Information Management ??? migration of data to the Cloud (Workstream Two) (c) Mobile Device Management (Workstream Three) (d) Multifactor Authentication (Workstream Four)",Not Awarded,"Following a Request For Proposal, Television New Zealand Limited, 100 Victoria Street West, Auckland has (on 14/06/19) awarded contracts to Provoke Solutions NZ Ltd and Spark NZ Ltd for professional services for the implementation of a refreshed Intranet, migration of documentation to SharePoint and OneDrive, deployment of Mobile Device Management and Multifactor Authentication. The project is expected to conclude by early 2020 and the expected total spend under the contracts is expected to be ~$900,000",20201117 Te Puni Kokiri (Ministry of Maori Development),2520606,Request for Proposals,Open Competition,Cleaning Services for Te Puni K??kiri National Office,,20140805,20140902,20141112,Te Puni K??kiri,Sole Agency,No,,"Te Puni K??kiri is requesting proposals from a suitably qualified and experienced contractor to provide cleaning services for the National Office of Te Puni K??kiri, at Te Puni K??kiri House, 143 Lambton Quay Wellington. The Services are to be provided for a term of four (4) years and 8 months.",Not Awarded,"The tender has been awarded to ""EcoCleaning Limited"" Award Date: Tuesday 28 October 2014.",20201117 Te Puni Kokiri (Ministry of Maori Development),19171669,Request for Proposals,Closed Competition,Request for Proposal for Investment Operations Manual Update,DOE33195,20171026,20171121,20180301,Te Puni K??kiri,Sole Agency,No,,"Te Puni K??kiri is seeking a Supplier to update its Investment Operations Manual - Pukapuka Whakahaere (the manual) to align it with current business practise and provide a reference guide covering current operational requirements. It is intended that the manual will serve as ???best practice??? guidelines to assist Te Puni K??kiri???s national and regional staff in consistent and standardised design and delivery of investment funding. Please download and review the attached RFP documents. We also request that Suppliers confirm their intention, or not, to respond to the RFP by email to the Contact Person noted below, by 4pm, Monday 30th October 2017. Should a Supplier(s) advise that they will not be submitting a proposal, and should it be deemed appropriate, Te Puni K??kiri reserves the right to present this opportunity to another Supplier(s). Please note the following dates: 1) Confirm intention to respond to RFP - 4pm, Monday 30 October 2017 . 2) All questions regarding the RFP must be submitted by email to the Contact Person no later than 3pm Monday 13 November 2017. 3) All electronic Proposals must be uploaded on GETS by no later than 5pm, Tuesday 21 November 2017.",Awarded,,20201117 Te Puni Kokiri (Ministry of Maori Development),20564682,Request for Proposals,Open Competition,"Pae Aronui: Enhanced education and employment outcomes for M??ori 15-24 year olds that are not in education, employment or training (NEET) or at risk of becoming NEET.",,20181220,20190204,20190522,Te Puni K??kiri,Sole Agency,No,,"Te Puni K??kiri is seeking innovative approaches to enhancing education and employment outcomes for M??ori 15-24 year olds that are not in education, employment or training (NEET) or are at risk of becoming NEET (???the target group???). As the largest numbers of these young people are in specific regions/areas, we are seeking proposals to support these young people in South Auckland, West Auckland, Hamilton City, the Hutt Valley, and Porirua.",Awarded,"Please note that Te Waipareira Trust is on behalf of National Urban M??ori Authority. Also note the regions of work for each contract awarded: In-Work NZ Limited - Porirua Kotahitanga Limited - Auckland (South) Making Futures Happen International Institute Limited t/a Elite Management School - Porirua Vertical Horizonz New Zealand - Auckland (South), Auckland (West), Hamilton, Lower Hutt National Urban M??ori Authority - Auckland (West), Lower Hutt.",20201117 Tertiary Education Commission,3764295,Request for Proposals,Open Competition,Business Process Improvement Project,OP-001,20140827,20140923,20141210,Operations Directorate,Sole Agency,No,,"The purpose of this RfP is to select an external supplier for the deployment of a business process improvement methodology across TEC that is sustainable for the long term. The supplier will: - Establish appropriate governance structure for the improvement methodology - Provide project support/guidance on the implementation of a process improvement methodology - Training of TEC staff on the selected improvement methodology",Awarded,Awarded 9 December 2014. End date is 30 June 2015.,20201117 Tertiary Education Commission,4168725,Request for Proposals,Closed Competition,Enhancing the Delivery of M??ori and Pasifika-related Literacy and Numeracy Professional Development,TES 003,20140908,20141006,20150109,Operations Directorate,Sole Agency,No,,"The TEC is requesting proposals from respondents which will show their skills, services and experience in providing and enhancing the delivery of M??ori and Pasifika-related literacy and numeracy professional development services. The TEC is seeking an appropriate respondent who will deliver effective professional development services to educators who work with M??ori and Pasifika learners. These services will actively support the achievement of the M??ori and Pasifika workstream objectives set out in the TEC Adult Literacy and Numeracy Implementation Strategy, as well as the TEC???s objectives and desired outcomes as described in the TEC Statement of Intent 2014-18. All enquiries should go to david.do@tec.govt.nz (The attachment incorrectly states this as facilities.procurement@tec.govt.nz)",Awarded,Contract $1.2 million over two years. Ako Aotearoa will be working in partnership with the New Zealand Council for Educational Research and Literacy Aotearoa to deliver the 'He Taunga Waka??? professional development and community engagement programme.,20201117 Tertiary Education Commission,4408766,Request for Proposals,Open Competition,Wellington Office Consolidation Lead Design Services,WOCO1-A,20140915,20141008,20141211,Finance Directorate,Sole Agency,No,,The contract is to provide working drawings and interior design solution for TEC offices.,Awarded,Awarded 1 December 2014. End date 30 November 2015.,20201117 Tertiary Education Commission,4408914,Request for Proposals,Closed Competition,Wellington Offivce Consolidation Construction Project Management Services,WOCO1-B,20140915,20141008,20141211,Finance Directorate,Sole Agency,No,,"Construction Project Management SErvices to manage the Building Consents process, support the development of tender documents and selection of a Main Construction Contractor and oversee construction works for the TEC .",Awarded,Start date of contract 1 December 2014. End date 28 February 2015,20201117 Tertiary Education Commission,6633774,Request for Proposals,Closed Competition,Leadership Development Programme,HRPP14/15,20141124,20141222,20150116,Finance Directorate,Sole Agency,No,,"In 2013, the Tertiary Education Commission (TEC) implemented an organisational-wide change programme that has seen the establishment of a new Senior Management Team (SMT) and Leadership Group, along with the introduction of new strategic direction, values and a strong desire to change the culture of the organisation. A people plan ???M?? T??tou??? has been developed to support the change process. As part of M?? T??tou the TEC wants to develop the Leadership Group???s capability. The TEC is looking to establish a Leadership Development programme, initially targeted at our Leadership Group (third tier leaders plus key thought leaders and influencers across the organisation). Our Leadership Group currently has 35 members, including our SMT. The purpose of this Request for Proposal (???RFP???) is to invite shortlisted organisations to submit their proposals on how they will support the TEC to develop and provide a Leadership Development Programme.",Awarded,Work to begin 1 February and finish 24 December 2015,20201117 Tertiary Education Commission,7496716,Request for Proposals,Closed Competition,Wellington office Consolidation Project - Quantity Surveyor,WOCO1-C,20141217,20150120,20150210,Finance Directorate,Sole Agency,No,,"The purpose of this Request for Proposal (???RFP???) is to invite selected suppliers from the Corrections Construction Consultancy Services panel - Syndicated Agreement to submit their proposals to the TEC with information on their skills, services and experience in providing quantity surveyor services to support an office fit out of TEC???s head office located at 44 The Terrace, over four floors.",Awarded,Start date - 2 Feb 2015 Finish date - 29 Feb 2016,20201117 Tertiary Education Commission,9696533,Request for Proposals,Open Competition,TEC Portal Implementation Partner,PORTAL001,20150309,20150402,20150604,Information Directorate,All of Government,No,,"The TEC is undertaking a programme of work that encompasses a number of projects aimed at improving how we provide information to internal staff and to external partners in the Education Sector. As part of the work, we want to implement a secure web portal (the Portal) that will enable us, our external partners and other users (e.g. employers) to access common views of information about the tertiary education system. This is an opportunity to be involved in fundamentally changing how internal and external users access the data and information we hold. It will significantly change how we interact with external partners, through the ability to share consistent information, which allows focus on more value-added discussions. As such, the Portal will have significant visibility across TEC Management and the Board. It will also have significant visibility across the tertiary sector, as it will be the main access point for all tertiary providers and sector-related government agencies.",Awarded,"The Tertiary Education Commission PO Box 27048 Wellington. The contract for the 'TEC Portal Implementation Partner' was awarded to Intergen Ltd Wellington, on 2 June 2015. The TEC used an open RfP process.",20201117 Tertiary Education Commission,12352968,Request for Proposals,Open Competition,Business Intelligence Tool(s),,20150603,20150629,20150928,Information Directorate,Sole Agency,No,,"The Tertiary Education Commission (TEC) is undertaking a programme of work that encompasses a number of projects aimed at improving how we provide information to internal staff and to external partners in the Education Sector. As part of the work, we want to acquire business intelligence (BI) software that will enable us and our external partners to access information about the tertiary education system. This is an opportunity to be involved in fundamentally changing how internal and external users access the data and information we hold. It will significantly change how we interact with external partners, through the ability to share consistent information, which allows focus on more value-added discussions.",Awarded,The contract was awarded to Acumen Consulting Ltd who support QlikTech Australia PTY Ltd in NZ. The product is business intelligence tools and was awarded in September 2015.,20201117 Tertiary Education Commission,16938398,Request for Proposals,Closed Competition,M??ori Cultural Capability Training (Whakapakari),,20151030,20151116,20180202,Finance Directorate,Sole Agency,No,,"The previous Whakapakari request for proposals (GETS reference 12497145, posted on 21 Sep 2015) was incorrectly removed early from the GETS system. This is the same request for proposals with amended dates. If you are not already registered with GETS, please register before the due date and email chris.king@tec.govt.nz. He will amend you in the system so you can submit your response in GETS. The Tertiary Education Commission???s (TEC) people plan called M?? T??tou, M?? T??tou, sets out what we will do over the next few years to develop the capability of our people, systems and processes. Whakapakari forms part of M?? T??tou that focuses on lifting our M??ori cultural capability within the TEC. We want to provide staff with M??ori cultural capability training (Whakapakari), to be delivered in-house by the successful provider that covers: ??? the three conceptual areas: Leadership to the sector on what is required for M??ori learners to thrive in Te Ao M??ori, Te Ao Hurihuri (the M??ori and modern worlds); and M??ori potential approach (using evidence to develop policy and operational educational initiatives); ??? engaging with wh??nau M??ori, hap??, and iwi; ??? reference to the Investment Plan assessment framework.",Not Awarded,,20201117 Tertiary Education Commission,17156917,Request for Proposals,Closed Competition,Audience research about barriers and motivations regarding improving literacy and numeracy skills,17156917,20160202,20160216,20160308,Operations Directorate,Sole Agency,No,,"Audience research which examines adults??? barriers and motivations towards improving literacy and numeracy skills, and adults??? understandings and feelings regarding low literacy and numeracy skills. This research would help us design effective literacy and numeracy interventions which would help achieve voluntary behaviour change.",Awarded,Colmar Brunton was awarded the contract to deliver Audience research about adults' barriers and motivations regarding improving literacy and numeracy skills.,20201117 Tertiary Education Commission,17673555,Request for Proposals,Closed Competition,Rate My Qualification - Tool,ID - 001,20160707,20160805,20161214,Information Directorate,Sole Agency,No,,"Rate my Qualification (RMQ) is a satisfaction survey to give graduates a consistent and objective channel to provide feedback about how well their qualifications prepared them for work. The survey will also gauge graduates??? overall satisfaction with their TEO and qualification. We need a supplier to build a simple but flexible survey tool. The survey will be completed by recent graduates of New Zealand Tertiary Education Organisations (TEOs). We are looking for a modular solution enabling a minimal product to be up and running quickly without losing the ability to easily add on functionality in a later phase. You will need to closely work with the vendor who will be designing the survey (methodology, questions and layout), which is included in a separate RFP. You may respond to both RFPs.",Not Awarded,There were no responses that were acceptable,20201117 Tertiary Education Commission,17674074,Request for Proposals,Closed Competition,Rate My Qualification - Survey,ID - 002,20160707,20160805,20161214,Information Directorate,Sole Agency,No,,"Rate my Qualification (RMQ) is a satisfaction survey to give graduates a consistent and objective channel to provide feedback about how well their qualifications prepared them for work. The survey will also gauge graduates??? overall satisfaction with their TEO and qualification. We need a simple, easy to complete satisfaction survey for graduates. The survey results will provide prospective learners with useful information to aid in their decision making process when picking a qualification to complete. The survey needs to be designed in collaboration with target groups including prospective learners, graduates and Tertiary Education Organisations (TEOs).",Not Awarded,There were no responses that were acceptable,20201117 Tertiary Education Commission,17937157,Request for Quotations,Open Competition,"Integration of Careers New Zealand and Tertiary Education Commission's information, communication and technology platforms",CNZT - 001,20160928,20161010,20161110,CEO Directorate,Sole Agency,No,,"We are seeking a project manager to oversee the integration of Careers New Zealand and Tertiary Education Commission???s Information, Communication and Technology platforms. This will include all activities necessary to ensure the seamless integration of business critical infrastructure from 18 April 2017, being the date at which responsibility for CNZ functions and staff is expected to transfer to TEC.",Awarded,"Maven Consulting Ltd $157,000 Start 7 November 2016 End April 2017",20201117 Tertiary Education Commission,18397859,Request for Proposals,Closed Competition,TEC Level 2 Fit Out - Main Contractor,CNZ - 002,20170217,20170315,20180202,CEO Directorate,Sole Agency,No,,"The Tertiary Education Commission need to expand the size of their current office space located at 44 The Terrace in order to accommodate a growing number of staff. In order to complete this expansion, the services of a main contractor are required to provide the physical alterations needed to Level 2 of 44 The Terrace, Wellington. While the full scope is to be confirmed, it is anticipated that the works will involve the partial demolition of existing open plan fit out, creation of new meeting, kitchen and storage spaces, painting and decoration, alterations to building services (power, data, fire sprinkler, HVAC and lighting) as well as replacement of floor finishes. The start date is expected to be in June or July 2017.It is dependent on when legislation is passed through parliament We are looking for credible contractors who have the capability, experience and understanding of the project and client requirements. The contractor will demonstrate a good track record in Health and Safety and quality assurance in the commercial construction industry and will provide examples of previous comparable commercial fit out experience.",Awarded,,20201117 Tertiary Education Commission,18407742,Request for Proposals,Open Competition,Job Scheduling,,20170301,20170327,20180202,Information Directorate,Sole Agency,No,,"We currently use several applications and manual solutions to manage the funding we allocate to over 700 tertiary education organisations (TEOs). These solutions are fragmented and complex, making it difficult and time consuming to manage funding information. In particular, we use a large number of complex spreadsheets to support our funding processes. To mitigate the risks that our current solution creates, we have initiated the Funds Management and Payments (FMP) project to: 1. implement an integrated solution that provides better financial control, transparency and efficiency across our funding information and processes 2. make our financial management system (TechnologyOne) the master information source for appropriations and TEO funding allocations 3. introduce new capability to manage funding rules and detailed delivery calculations in a single application 4. provide readily available reporting on the allocation of funding 5. provide workflow support for payment approval processes 6. reduce the complexity of and the amount of data held in our Data Warehouse 7. establish efficiencies through the scheduling of our interfaces 8. establish an end to end business owner resulting in better control of process and system changes This is a substantial project introducing new applications and interfaces. It requires changes to our data warehouse, financial management system, reporting, master data management and business processes. A key component of our future design is a Job Scheduling application to automate our background processes. We require the application to manage the interfaces required to support FMP. In the longer term, we will look to extend scheduling across our other applications. This RFP is for the procurement of the Job Scheduling application. In addition, we require the successful Respondent to work with our staff during the design and delivery phases to: 1. provide training for members of the project team 2. provide advice on how to integrate the Job Scheduling application into the design of our interfaces 3. design of the job scheduling 4. help with the infrastructure design (as part of our wider FMP infrastructure design) 5. plan for the delivery phase We also require ongoing third level support.",Not Awarded,,20201117 Tertiary Education Commission,20071452,Request for Proposals,Open Competition,Learning Management System (LMS),,20180827,20180920,20181029,,Sole Agency,No,,"The Tertiary Education Commission (TEC) requires a new Learning Management System (LMS) to host and track online learning resources to support internal staff, as well as the possibility to provide online learning resources to external clients in the future. The TEC requires an LMS that can provide greater flexibility around the format and style of each learning intervention, when and how to access learning, as well as consistent messaging and assessment for both new and existing staff, and to provide an opportunity to capture and track staff development in one tool. We would like the LMS to be able to: ??? Provide greater flexibility around the format and style of learning interventions; ??? Greater flexibility around when and how participants can access learning; ??? More consistent messaging across all content; ??? Consistent assessment, recording and reporting of learning; and ??? Consistent and transparent learning and development tracking. TEC is looking for a supplier (or collaboration of suppliers) who has experience and a good track record in developing, delivering and implementing Learning Management Systems in New Zealand. We are seeking proposals from suppliers that have a good understanding of the specific context in which New Zealand State sector organisations operate - including of the communities they serve, the State sector workforce and challenges and barriers to learning & development. The TEC are open to a range of proposals, including Software as a Service (SaaS) and cloud-hosted LMS, standalone (installed) software and client-server hosted software. As an indication the system should be scalable for up to approximately 450 users. Please subscribe to this notice to download and view the tender documents. Please submit all communications and queries through the Questions and Answers function on GETS in the first instance.",Awarded,"Following an open Request for Proposals tendering process, The Tertiary Education Commission (TEC) of 9/44 The Terrace, Wellington has awarded this contract to Bloom Learning Technologies Limited, with the registered address of Level 27, PwC Tower, 188 Quay Street, Auckland. The scope of services includes the implementation, testing and end-user support of a learning management system solution for the TEC. The anticipated value of this three year contract (with one option to extend) is estimated to be between $100,000 and $150,000.",20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),4769429,Request for Proposals,Open Competition,"Whakaurunga Kaipupuri P??nga Reo M??ori, M??ori Language Stakeholder Engagement",,20140924,20141028,20141218,,Sole Agency,No,,"E tono ana te K??hui pakihi a He Puna Whakarauora n?? Te Taura Whiri i te Reo M??ori (TTWh) i ng?? ratonga o t??tahi whakahaere rangahau, whakat??p??tanga, ohu tukutahi r??nei, kei te whai m??hiotanga, wheako, matataunga, m??iatanga an?? hoki ki te ??ta whakauru me ng?? Kaipupuri P??nga Reo M??ori, me r??tou te hunga kei roto i ng?? kaupapa k??kiri i te whakaaratanga me te whakarauoratanga o te reo M??ori, kia kohikohi k??rero kaikini, e whai w??hi ai te waihanga i t??tahi R??rangi Take Rangahau ??-Motu m?? te Whakaaratanga me te Whakarauoratanga o te reo M??ori. He Puna Whakarauora (HPW), a business unit of Te Taura Whiri i te Reo M??ori (TTWh), is seeking the services of a research organisation, consortium or joint venture that has the knowledge, experience, competence and capability to engage successfully with M??ori Language Stakeholders and those engaged in M??ori language regeneration and revitalisation initiatives to gather critical information that will enable the creation of a National Research Agenda for the Regeneration and Revitalisation of Te Reo M??ori.",Awarded,,20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),6901778,Request for Proposals,Open Competition,Te ine i te ora o te Reo M??ori ki roto i ng?? K??inga me ng?? Hapori,,20141128,20150216,20150409,,All of Government,No,,"Ka noho te rangahau i whakahaeretia e Richard r??ua ko Nena Benton i ng?? tau o 1970 hei mahi auaha n?? tana arotahi ki te ine i te ora o te reo M??ori i roto i ng?? k??inga me ng?? hapori, me tana whakaatu mai i ng?? taunakitanga m?? te noho m??rearea o te reo, me tana akiaki urupare kaha tonu mai i nga hapori me te K??wanatanga. He mea wh??nui tonu te rangahau, ??, he torotoro k??inga puta noa i ng?? hapori M??ori e m??hiotia ana m?? te kaha pupuri i te reo, te mahi. He k??hui pakihi a He Puna Whakarauora n?? Te Taura Whiri i te Reo M??ori (TTWh) e whai ana i ng?? ratonga o t??tahi whakahaere rangahau, whakat??p??tanga, ohu tukutahi r??nei, kei te whai m??hiotanga, wheako, matataunga, m??iatanga an?? hoki, hei whakahaere i t??tahi rangahautanga iti ake m?? te whakamahi i ng?? huarahi arotake rite, me te torotoro i ng?? k??inga me ng?? hapori, tae noa ki ng?? hapori i roto i te rangahau taketake e wh?? tekau tau ki muri, ki te tirotiro i te ora o te reo M??ori roto i ng?? k??inga me ng?? hapori. The sociolinguistic survey of M??ori language undertaken by Richard and Nena Benton in the 1970s remains a seminal work because it focused on measuring the health of M??ori language in homes and communities and provided evidence that the language was in a perilous state, prompting a strong response from communities and Government. The Study was extensive and it involved visiting homes across a range of M??ori communities known to be strong in the retention of the language. He Puna Whakarauora (HPW), a business unit of Te Taura Whiri i te Reo M??ori (TTWh), is seeking the services of a research organisation, consortium or joint venture that has the knowledge, experience, competence and capability to undertake a smaller study using similar methodology, and visiting a sample of households and communities, including some of the communities engaged in the original study 40 years ago, to investigate the health of the M??ori language in the homes and communities.",Awarded,The contract has been awarded to New Zealand Council of Educational Research.,20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),8359297,Request for Proposals,Open Competition,Ko te arom??tai i te pap??tanga o ng?? w??nanga whakarauora reo Evaluate the impact of w??nanga whakarauora reo,,20150128,20150302,20150417,,All of Government,No,"Te Taura Whiri i te reo M??ori, The M??ori Language Commission, Co-Op Building Level 14, Ballance Street, Wellington","Ko te arom??tai i te pap??tanga o ng?? w??nanga whakarauora reo (w??nanga whakaara, whakarauora reo) me te kawenga ki roto i ng?? kaupapa whakaara, whakarauora reo e whakahaeretia ana e te hapori. He k??hui pakihi a He Puna Whakarauora n?? Te Taura Whiri i te Reo M??ori e whai ana i ng?? ratonga o t??tahi whakahaere rangahau, whakat??p??tanga, ohu tukutahi r??nei, kei te whai m??hiotanga, wheako, matataunga, m??iatanga an?? hoki, hei arom??tai i te pap??tanga o ng?? w??nanga whakarauora reo (w??nanga whakaara, whakarauora reo) me te kawenga ki roto i ng?? kaupapa whakaara, whakarauora reo e whakahaeretia ana e te hapori. Ko ??nei ng?? mahi rangahau hei whai engari k??ore e wh??iti rawa ki ??nei anake: ??? Te whakamahere, te whakahaere hoki i ng?? w??nanga whakarauora reo e rua, ??? Te tirotiro, te arom??tai i te p??nga ki paearu wh??iti, ??? Te whakatakoto p??rongo hoki m?? te pap??tanga o ng?? w??nanga whakarauora reo me te kawenga ki roto i ng?? kaupapa whakaara, whakarauora reo e whakahaeretia ana e te hapori. Evaluate the impact of w??nanga whakarauora reo (language regeneration and revitalisation workshops) and their role in community-led language regeneration and revitalisation. He Puna Whakarauora, a business unit of Te Taura Whiri i te Reo M??ori, is seeking the services of a research organisation, consortium or joint venture that has the knowledge, experience, competence and capability to evaluate the impact of w??nanga whakarauora reo (language regeneration and revitalisation workshops) and their role in community-led language regeneration and revitalisation. These research services will include but not be limited to: ??? Planning and delivery of two w??nanga whakarauora reo. ??? Monitoring and evaluation of these w??nanga whakarauora reo against specific criteria. ??? Reporting on the impact of these w??nanga whakarauora reo and their role in community-led language regeneration and revitalisation.",Awarded,,20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),10140709,Request for Proposals,Open Competition,Te ine i te uara o te takoha o te reo M??ori me ng?? tikanga M??ori ki te tipuranga o te ??hanga o Aotearoa. Measure the value of the contribution of M??ori Language and Culture to the New Zealand Economy,,20150320,20150421,20170707,,Sole Agency,No,,"He k??hui pakihi a He Puna Whakarauora n?? Te Taura Whiri i te Reo M??ori e whai ana i ng?? ratonga o t??tahi whakahaere rangahau, whakat??p??tanga, ohu tukutahi r??nei, kei te whai m??hiotanga, wheako, matataunga, m??iatanga an?? hoki hei ine i te uara o te takoha o te reo M??ori me ng?? tikanga M??ori ki te tipuranga o te ??hanga o Aotearoa. Ka taea he ahunga p??nei m?? te ??ta whakaaro ki ng?? p??tai e whai ake nei, engari, ehara i te mea me noho wh??iti ki ??nei anake; ??? He aha hoki te ??hanga reo M??ori, tikanga M??ori hoki? ??? He aha ??na ??huatanga m??tuatua? ??? He aha ??na rawa, ??na ratonga hoki? ??? He aha ng?? ??huatanga m??tuatua e p?? ana ki te whakaratonga me te whao ?? ??nei rawa, ratonga hoki? ??? Kei te tutuki te whao? ??? Ka whai w??hi ake an?? he huarahi ki te waihanga whao? He Puna Whakarauora (HPW), a business unit of Te Taura Whiri i te Reo M??ori is seeking the services of a research organisation, consortium or joint venture that has the knowledge, experience, competence and capability to measure the value of the contribution that M??ori language and culture make to the New Zealand economy. This can be approached by considering, but not being limited to, the following questions; ??? What is the M??ori language and culture economy? ??? What are its characteristics? ??? What are its??? goods and services? ??? What are the characteristics of the supply and demand for those goods and services? ??? Is demand being met? ??? Are there further opportunities to create demand?",Awarded,Due to technical difficulties the notification for this RFP was delayed. The contract was awarded to the University of Waikato.,20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),13026581,Request for Quotations,Open Competition,Taonga ??-ipurangi r??poata tatauranga tangata - Online demographic data management and reporting tool,,20150617,20150630,20170707,,Sole Agency,No,,"He tono r?? t??nei Tono Utu Mahinga (RFQ 'Request for Quote') ki te hunga kaihanga ki te t??pae tono mai m?? t?? r??tou ??hei me t?? r??tou utu hei hanga taonga ??-ipurangi mai m?? ng?? tatauranga tangata, me te Puka mapi k??rero hei: a) tautoko i ng?? mahi rautaki reo M??ori a ng?? hapori, a te k??wanatanga hoki e) tohatoha ake i ng?? tatauranga reo M??ori o te Kautenui me Te Kupenga; ??, i) whakam??rama ake m?? te T??taitanga e tohu ana i te t??hauora o te reo M??ori. This Request for Quote (RFQ) invites suppliers/designers to indicate their capacity, and price, to supply an online demographic data management and reporting tool, and data mapping Atlas to: a) support community and government M??ori language planning b) to increase access to and use of Census and Te Kupenga M??ori language data; and c) to provide background information for the Matrix of M??ori Language Vitality Indicators.",Not Awarded,This RFP was cancelled.,20201117 Te Taura Whiri I Te Reo Maori (Maori Language Commission),18605664,Request for Proposals,Open Competition,Kura Whakarauora Reo Language Planning and Critical Awareness Program,,20170502,20170531,20170710,,Sole Agency,No,,Please refer to the overview in the RFP.,Awarded,,20201117 Te Whare Wananga o Awanuiarangi,16921312,Request for Proposals,Open Competition,RFP for Catering Services in Whakatane,,20151023,20151113,20170629,,Sole Agency,No,"13 Domain Road, Whakatane 3158",,Awarded,,20201117 Te Whare Wananga o Awanuiarangi,19331704,Request for Proposals,Open Competition,Programme Development Post Graduate and Masters Maori Performing Arts,,20171215,20180117,20180918,,Sole Agency,No,Private Bag 1000 Whakatane 3158,"Te Whare W??nanga o Awanui??rangi was established in 1991 by Te R??nanga o Ng??ti Awa, opened in 1992 and officially became a W??nanga in 1997. Awanui??rangi is one of only three institutions designated as W??nanga under the Education Act 1989. The establishment of Awanui??rangi was an important step that recognised the role of education in providing positive pathways for M??ori development. Since that time the institution has offered a range of qualifications, from community education programmes, Certificates and Diplomas to Bachelor, Master and Doctoral degrees. The founding kaupapa is: Rukuhia te m??tauranga ki t??na h??honutanga me t??na wh??nuitanga. Pursue knowledge to its greatest depths and its broadest horizons. We require the services of an experienced Programme Developer with an excellent working knowledge of M??ori performing arts and a high level of competency in Te Reo and Tikanga M??ori. The Postgraduate diploma and Master???s degree in M??ori Performing Arts will form part of our continuing development of our programmes portfolios to staircase and meet opportunities in our current provision, to ensure that they are current in content and relevance to our whanau, hap?? and iwi; and to provide subjects that enhance their current employment or create opportunities for employment for our Tauira. Te Whare W??nanga o Awanui??rangi is requesting proposals to meet our high expectation for Programme Development and will offer the best value for money. It is important the Supplier understands and are able to commit to the high level of service that is required.",Not Awarded,Takarangi Education Solutions,20201117 Te Whare Wananga o Awanuiarangi,19331774,Request for Proposals,Open Competition,Programme Development Bachelor Matauranga Maori,,20171215,20180117,20180918,,Sole Agency,No,Private Bag 1000 Whakatane 3158,,Not Awarded,Tunui Associates Limited,20201117 Te Whare Wananga o Awanuiarangi,19777138,Request for Proposals,Open Competition,Programme Development - PG Dip with Endorsement,,20180531,20180628,20180918,,Sole Agency,No,"13 Domain Road, Whakatane",Te Whare W??nanga o Awanui??rangi seeks the services of a high-quality programme writer to develop a Postgraduate Diploma with endorsements for NZQA approval under Te Hono o Te Kahurangi for the School of Indigenous Graduate Studies.,Not Awarded,Tunui Associates Limited,20201117 Te Whare Wananga o Awanuiarangi,20157785,Request for Proposals,Open Competition,Website Redevelopment,web20180911,20180914,20181012,20190115,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare W??nanga o Awanui??rangi was established in 1991 by Te R??nanga o Ng??ti Awa, opened in 1992 and officially became a W??nanga in 1997. Awanui??rangi is one of only three institutions designated as W??nanga under the Education Act 1989. The establishment of Awanui??rangi was an important step that recognised the role of education in providing positive pathways for M??ori development. Since that time the institution has offered a range of qualifications, from community education programmes, Certificates and Diplomas to Bachelor, Master and Doctoral degrees to 3,000 Equivalent full-time students. Te Whare W??nanga o Awanui??rangi would like to invite you to submit a Proposal for Website Redevelopment Services, replacing the existing website with a cloud/hosted solution, with content management and the design being based on a Mobile first strategy. The objective is to secure services for design, implementation and maintenance of a new website for the W??nanga.",Not Awarded,Cucumber Limited were awarded the contract.,20201117 Te Whare Wananga o Awanuiarangi,20728003,Request for Proposals,Open Competition,Programme Development for PG Dip in Mental Health Counselling,,20190213,20190315,20190624,,Sole Agency,No,tenders@wananga.ac.nz,"We are seeking to develop and provide a Post Graduate Diploma for our students to enable them to work as Mental Health Counsellors. The recently released He Ara Oranga inquiry into mental health and addiction has recognised that services are missing for people with less severe mental health and addiction needs. Furthermore, the report highlighted the need for more early intervention and prevention initiatives. Te Whare W??nanga o Awanui??rangi will be looking to upskill students to gain employment in counselling professions to meet the clear need for more counselling services. This RFP relates to the conducting of a Needs Analysis, Programme and Resource Development. We are seeking to provide a quality post-graduate programme that is underpinned by ??huatanga M??ori which will give students a strong sense of cultural identity, self-worth, and/or employment. We are seeking suppliers that can: ??? Meet the requirements of Programme Resource to meet Education standards, NZQA approval and TWWoA branding and quality standards ??? Write programmes against Te Hono o Te Kahurangi and Iwi W??nanga framework ??? Have robust internal process management and quality control procedures; Procurement processes adhere to Procurement Policy and Governance for sourcing ??? Have a degree of innovation or pro-activeness; Readiness to have documents available and continuous communication, clarity of requirements expressed to TWWoA",Not Awarded,Awarded to Takarangi Education Solutions Limited,20201117 The GETS Team,14641665,Request for Proposals,Closed Competition,Test File Upload,,20150803,20151015,20151015,,Sole Agency,No,,Testing Doc Uploads,Awarded,test,20201117 The GETS Team,16870081,Request for Proposals,Closed Competition,cuberri 1.16,,20151007,20151008,20151008,,Sole Agency,No,,,Not Awarded,pouette,20201117 The GETS Team,16870092,Request for Proposals,Closed Competition,GETS v1.16 test RFx1,,20151008,20151008,20151008,,Sole Agency,No,,,Awarded,,20201117 The GETS Team,16891745,Request for Proposals,Closed Competition,cuberi 1.17,,20151014,20151015,20151015,,Sole Agency,No,,,Not Awarded,noi one !,20201117 The GETS Team,16891757,Request for Proposals,Closed Competition,GETSv1.17 Test1,,20151015,20151015,20151015,,Sole Agency,No,,,Not Awarded,test,20201117 The GETS Team,16891802,Request for Proposals,Closed Competition,GETS v1.17 test 3,,20151015,20151015,20151015,,Sole Agency,No,,,Awarded,test,20201117 The GETS Team,16901222,Request for Proposals,Closed Competition,GETS v1.18 RFx 1,,20151019,20151019,20151019,,Sole Agency,No,,,Awarded,test,20201117 The GETS Team,16901230,Request for Proposals,Closed Competition,cuberri test 1.18,,20151018,20151018,20151019,,Sole Agency,No,,,Awarded,you won mate,20201117 The GETS Team,16913750,Request for Proposals,Closed Competition,cuberri 1.18.1 FM,,20151021,20151022,20151022,,Sole Agency,No,,,Not Awarded,pouette,20201117 The GETS Team,16927890,Request for Proposals,Closed Competition,cuberri 1.19,,20151026,20151027,20151027,,Sole Agency,No,,,Awarded,"aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa",20201117 The GETS Team,16937290,Request for Proposals,Closed Competition,cuberri 1.20,,20151028,20151029,20151029,,Sole Agency,No,,,Not Awarded,plop,20201117 The GETS Team,17008104,Request for Proposals,Closed Competition,GETS v1.21,,20151118,20151118,20151118,,Sole Agency,No,,GETS v1.21,Not Awarded,GETS v1.21 test,20201117 The New Zealand Film Commission,18631580,Request for Proposals,Open Competition,New Zealand Film Commission Website and Content Management System Redevelopment,NZFCRFP1,20170505,20170529,20190311,,Sole Agency,No,,"The New Zealand Film Commission (NZFC) is in the process of redeveloping two websites, www.nzfilm.co.nz and www.filmnz.com. The NZFC invites proposals for a creative and technical solution for the redevelopment and potential merging of the websites, and implementation of a web content management system covering: solution documentation / specification, development and build, testing, launch and on-going support. We are considering both open source and proprietary solutions. The NZFC would prefer a commercial off-the-shelf software solution with limited customisation, but to the extent this will not meet the NZFC’s requirements, the NZFC would consider a greater level of customisation. We are looking for a company who can provide ongoing technical support and development capability in the future. We see this very much as a partnership arrangement; it’s important to us to have the right combination of partnership and solution. We expect our partner to work in a collaborative, consultative manner with us. We are also seeking a solution that offers us the best possible value for money and return on investment.",Not Awarded,,20201117 The Treasury,8478004,Request for Proposals,Open Competition,Request for Proposals: Technical Advisors-Social Housing,3111583,20150202,20150312,20150713,,Sole Agency,No,N/A,Refer to RFP,Not Awarded,Please refer to Contract ward Notice in Addenda.,20201117 The Treasury,11263518,Request for Proposals,Closed Competition,Regulatory Impact Analysis Evaluation 2015,3163141v4,20150423,20150511,20150514,The Treasury,Sole Agency,No,,,Awarded,,20201117 The Treasury,11723423,Request for Proposals,Closed Competition,Generating insights into New Zealanders' 40-year aspirations,3178753_1,20150511,20150525,20170622,The Treasury,Sole Agency,No,,,Not Awarded,"There was no one winning response for this RFP. The outcome to this RFP was that four parties (Dot Loves Data, DNA Communications, The McGuiness Institute and PwC) were offered contracts of equal amount.",20201117 The Treasury,13022164,Request for Proposals,Open Competition,Capability Maturity Assessments,3208417,20150617,20150714,20150827,The Treasury,Sole Agency,No,,"As described in the RFP, we are seeking a panel of suppliers to provide maturity assessments in three capability areas to inform the new Investor Confidence Ratings. A selected supplier will deliver one, two or all three of the following capability maturity assessments: ??? P3M3 ??? Portfolio, Programme and Project management maturity assessments ??? Asset management capability maturity assessments ??? Organisational change management capability maturity assessments We will engage this panel to complete these three assessments for all investment-intensive agencies by 30 December 2016, and then a continued rolling programme of two yearly assessments. Suppliers will use methodologies approved by the Treasury to review and report on P3M3, asset management and organisational change management practices in the nominated agencies. Investment Ministers will approve the final design of the Investor Confidence Rating (ICR) on 25 June 2015. If this approval changes the indicators that make up the ICR, and therefore the three services required under this RFP, the Treasury will inform suppliers via a clarification on GETS by 5pm, 25 June 2015.",Awarded,,20201117 The Treasury,14229497,Request for Proposals,Open Competition,Social Housing Reform Programme: Property Condition Assessments,3232153v7,20150812,20150911,20151016,The Treasury,Sole Agency,No,,"In May 2014 the government provided a mandate to Treasury and the Ministry of Business, Innovation and Employment (MBIE) to create a unit within Treasury to report to the Ministers of Finance and Housing on how to grow a sustainable social housing market. As a result the Transactions Unit - Social Housing Reform (Transactions Unit) ??? was established. Its role is to explore, consider, and understand what is required to develop a fair, efficient and effective social housing market and implement this through, amongst other things, the transfer of Housing New Zealand Corporation (HNZC) assets to the social housing sector. The Transactions Unit is the Crown???s lead adviser on social housing and transactions. The Transactions Unit requires property condition assessment services As part of due diligence there is a requirement to assess the condition of each property prior to the RFP phase scheduled for commencement in early 2016. This procurement process has been initiated to help ensure lead times for the commercial transaction process are met, even though a decision to proceed to market sounding has yet to be confirmed. The Transactions Unit will be responsible for procuring and contracting a supplier or a number of suppliers (each a Property Condition Assessor) to undertake these assessments so that information gathered by the Property Condition Assessor(s) through undertaking condition assessments on the properties can be provided to, and relied on by, the Treasury, HNZC and any potential bidder prior to a transaction. This approach will ensure that tenants will only have to undergo one property condition assessment being undertaken of their homes, rather than potentially having multiple bidders requesting access to the properties and for each to undertake its own property condition assessment. This approach is preferred in order to respect the tenants??? right to quiet enjoyment of their homes. Although the Treasury will be procuring and contracting Property Condition Assessor(s) to undertake the property condition assessments, HNZC, as the owner of the properties and the landlord of tenanted properties, has the right to decide whether to allow the Property Condition Assessor to access the properties and to set out required terms of access. This is in order to ensure that HNZC continues to meet its obligations to tenants under the Residential Tenancies Act 1986 and the individual tenancy agreements with tenants.",Awarded,Evaluation Panel unanimous in recommendation based on quality and value for money.,20201117 The Treasury,16958129,Request for Proposals,Open Competition,Statutory Review of Government Superannuation Fund Authority - 2016,3330646v1,20151104,20151204,20160201,The Treasury,Sole Agency,No,,"The Minister of Finance has commissioned a review of the Government Superannuation Fund Authority be undertaken in accordance with the requirements of the Government Superannuation Fund Act 1956. Section 19B of the Government Superannuation Fund Act 1956 requires an independent review every five years of how effectively and efficiently the Government Superannuation Fund Authority is performing its functions under the Act. The second review was conducted by June 2011. The current, third, Review must therefore be conducted by June 2016.",Awarded,,20201117 The Treasury,17207633,Request for Proposals,Closed Competition,Review of the Money Remittance Market in New Zealand,3384972,20160217,20160303,20160408,The Treasury,Sole Agency,No,,"The purpose of this review is two-fold. Firstly, to identify problems affecting cost and access to remittance services between NZ and the Pacific including understanding the drivers of bank account closures in New Zealand, with reference to existing work already completed. Secondly, to develop a set of feasible policy options to address the issues in the New Zealand remittance market that would maintain access and reduce costs of remitting money from NZ to the Pacific.",Awarded,,20201117 The Treasury,17238085,Request for Proposals,Open Competition,Central Risk-free Discount Rates and CPI Assumptions,3391228v4,20160224,20160323,20160506,The Treasury,Sole Agency,No,,We are seeking a supplier to provide actuarial services to determine the risk-free discount rates and CPI assumptions for certain accounting valuations in accordance with the Treasury???s methodology and relevant accounting standards.,Awarded,,20201117 The Treasury,17251664,Request for Proposals,Closed Competition,Business Continuity Management Exercise,3387956,20160226,20160304,20170803,,Sole Agency,No,,"We are seeking a supplier to provide expertise, support and advice to assist with testing our business continuity management (bcm) arrangements, as detailed further in this document. The Treasury has changed our operating model in 2015. The changes entail a clearer focus for the Executive Leadership Team on setting our strategic direction, and delegate implementation responsibilities to third tier managers (Directors) who meet collectively as Kaiurungi. The test is intended to identify, clarify and address the current position of bcm, given the structural and accountability changes over the last year. It leads into an internal audit review planned for May/June 2016.",Awarded,,20201117 The Treasury,17496178,Request for Proposals,Open Competition,Capability Maturity Assessments (Asset management maturity and P3M3 assessments),3446041,20160510,20160602,20160815,The Treasury,Sole Agency,No,,"The Treasury is looking to expand two existing panels of suppliers to provide maturity assessments in two capability areas (Asset Management Maturity and P3M3 - portfolio, programme and project management maturity) to inform the Investor Confidence Rating???s. We will engage these panels to complete these two assessments for all investment-intensive agencies by 30 June 2017, and then a continued rolling programme of two yearly assessments. Suppliers will use methodologies approved by the Treasury to review and report on Asset Management Maturity and P3M3 management practices in the nominated NZ government agencies. The process for each of the assessments is included in the generic Statements of Work in the RFP's appendices.",Awarded,Unsuccessful supplier debrief letters to come shortly.,20201117 The Treasury,17781962,Request for Proposals,Closed Competition,National Public Alerting System,3568394,20160811,20160908,20170210,CASS,Sole Agency,No,,"We are working to deploy a National Public Alerting System (PAS) to enable government agencies to effectively warn at-risk communities of critical adverse events and threats to life, health and property. As a result of the previous RFI you have responded to (RFI Reference DPMC/2014/CEM 8-6-3-9 follow-up 2016) the preferred solution for the key alerting channel is Cell Broadcasting. This RFP relates to the Cell Broadcast System (the ???CBS???) component of the PAS, which will be deployed by each New Zealand Mobile Network Operator (MNO).",Not Awarded,"No Winner. CASS have awarded the contract for Critical Public Alerting System - Mobile Network Operator Cell Broadcast System (formerly National Public Alerting System) to Spark New Zealand Trading Limited, Vodafone New Zealand Limited and Two Degrees Mobile Limited.",20201117 The Treasury,17940741,Request for Proposals,Open Competition,Emergency Management Information System (EMIS),EDRMS 3873848,20160922,20161028,20170314,CASS,Sole Agency,No,,"The Ministry of Civil Defence and Emergency Management (MCDEM) and the Ministry of Health (MoH), supported by the Central Agencies Shared Services (CASS) are submitting a Request for Proposals for a new Emergency Management Information System (EMIS). EMIS is an SharePoint 2016 application based information sharing system. It is based on the Coordinated Incident Management Systems (CIMS) framework that all New Zealand Civil Defense agencies utilise to coordinate during an event. We are looking for suppliers experienced in SharePoint to customise the application for us to meet the stated requirements in Appendix 2. The system is meant to be used by senior CDEM officials but also people who may have little to no knowledge of emergency management and are volunteering to help in a crisis. As such it is critical to the success of this project that the system be easy to pick up and use. For full details of this proposal, please see our Attachments.",Awarded,Intergen has been award the contract for the configuration of the SharePoint platform for the Emergency Management Information System.,20201117 The Treasury,18030873,Request for Proposals,Open Competition,Social Housing Reform Programme - Panel of Suppliers for Property Condition Assessors,3609121,20161118,20161209,20170215,The Treasury,Sole Agency,No,,"In May 2014 the Government provided a mandate to the Treasury and the Ministry of Business, Innovation and Employment (MBIE) to create a unit within Treasury to report to the Ministers of Finance and Housing on how to grow a sustainable social housing market. As a result the Transactions Unit - Social Housing Reform (Transactions Unit) – was established. Its role is to explore, consider, and understand what is required to develop a fair, efficient and effective social housing market and implement this through, amongst other things, the transfer of Housing New Zealand Corporation (HNZC) assets to the social housing sector. As part of due diligence the Treasury intends to assess the condition of each property prior to the RFP phase of any transfer transactions anticipated to be carried out by the Transactions Unit. This procurement process has been initiated to help ensure lead times for the commercial transaction process are met. The Transactions Unit is responsible for engaging a panel of up to three suppliers (each a Property Condition Assessor) from which the services of a Property Condition Assessor will be engaged, as required to undertake these assessments. The information gathered by the Property Condition Assessors will be provided to, and relied on by, the Treasury, HNZC and any potential bidder prior to a transaction.",Awarded,"The Property Condition Assessor Panel, as a result of this procurement process, comprises the following three suppliers: Cunningham Lindsey New Zealand Limited, Greenstone Group Auckland Limited and SPM Assets Limited.",20201117 The Treasury,18077512,Request for Proposals,Closed Competition,MCDEM National Warning System,EDRMS- 3873851,20161027,20161027,20161028,CASS,Sole Agency,No,,"The current National Warning System (NWS) was procured in 2007. It is based on a platform that is primarily designed for call centre management, adapted for our NWS requirements. The platform had to be upgraded to a newer version at the end of 2015 due to it becoming fragile and the previous version not being supported any more. This was seen as the first stage of a two stage upgrade of the NWS, with the intent to move to a more modern, purpose built system that will also enhance our response times in stage two. The desired functional requirements for a new system were subsequently identified and agreed. These include aspects such as automated template completion, voice messaging, social media integration, automated duty team conferencing, and improved reporting capability. In addition to meeting the functional needs, the new system need to meet strict non-functional requirements such as high availability, resilient infrastructure and appropriate support levels.",Awarded,"The award notice for the MCDEM National Warning System is as follows: a. Agency Name: Ministry of Civil Defence and Emergency Management, 70-84 Lambton Quay, Wellington, New Zealand, 6011 b. Successful Supplier: Whispir Australia Pty Ltd, 360 Collins Street, Melbourne, Victoria, 3000 d. Contract Award Date: 21 September 2016 e. Contract Term: Initial term of three years plus a right of renewal of two years f. Maximum total estimated value: $514,024 g. Procurement process used: Direct source (sole source) procurement engagement h. Open advertising exemption: Rule 15.9c- “If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because […] for technical reasons there is no real competition” The Agency investigated available products by researching suppliers on the internet, investigating the capability of their existing suppliers and discussing our requirements with other government agencies with similar needs. This investigation concluded that although there are a number of products that would enhance the National Warning System, Whispir, our preferred supplier, was the only one who met our functional and non-functional requirements. Specifically, that they had resilient infrastructure in New Zealand and could meet MCDEM’s strict service level needs.",20201117 The Treasury,18131239,Request for Proposals,Open Competition,Strategic Planning Services - Tamaki Social and Economic Regeneration Programme,3581349,20161111,20161208,20170307,The Treasury,Sole Agency,No,,"The Tamaki Social and Economic Regeneration Programme (SER), within the broader Tamaki Regeneration Programme, is seeking to design and build an innovative approach to making funding and commissioning decisions about social services through strategic planning processes. The overall aim is to ensure better results for people and communities, and to optimise investment for the Crown. We now require expert assistance to refine and then facilitate the strategic planning process, record and/or develop the operational policy process and documents to enable the process to be fully implemented in the future, both in Tamaki and other areas as applicable. We need a supplier who can offer a solution (in particular a methodology for strategic planning across five key stakeholder agencies in SER) that meets our requirements and timeframes, and is able to offer extra value-for-money deliverables to significantly increase the effectiveness of the outputs produced. We need a provider who is innovative, flexible, working with the information we have collated, who understands the relevance and limitations of any information. The Supplier needs to be able to proceed with a process that delivers collective strategic plans (across the key stakeholders) and resulting business and operating models for an ongoing decision making forum.",Awarded,"Thank you to all suppliers who responded to this RFP. Following evaluation, the successful bidder is PWC.",20201117 The Treasury,18244045,Request for Proposals,Open Competition,Escrow Agent for Coal Mines,3602991,20161215,20170127,20170724,The Treasury,Sole Agency,No,,"We are looking for an escrow agent to administer funds which have been set aside by the Crown for the rehabilitation of Solid Energy mines. The funds are available to the new owners of Solid Energy’s mines to reimburse them for work done to extinguish the rehabilitation liabilities arising from Solid Energy’s historical mining activities. The funds are held by an independent escrow agent, and may be released subject to (1) agreement between the mine owner, the local authorities and the Crown on an annual work programme, and (2) provision by the mine owner of adequate proof of costs incurred. The role of the escrow agent is to ensure that funds are released only once the necessary documents have been provided. Some of the liabilities are substantial, and extend over a timeframe of up to thirty years. It will also be important for the escrow agent to ensure that the funds are invested in a way that provides a good return within acceptable levels of risk. Administration of the escrow funds is governed by an Escrow Agreement which has been signed by the mine owners, the local authorities and the Crown. This Agreement is attached to this RFP.",Awarded,The Treasury has awarded the contract for an escrow agent for Coal Mines to Computershare Investor Services Limited.,20201117 The Treasury,18463808,Request for Proposals,Open Competition,Alert Authoring Tool for Cell Broadcast Alerting,CBA Tender 13.5.2017,20170313,20170411,20170724,CASS,Sole Agency,No,,"The Ministry of Civil Defence and Emergency Management (MCDEM) is deploying a national Cell Broadcast Alerting (CBA) system to enable government agencies to effectively warn at-risk communities of critical adverse events and threats to life, health and property. The deployment of a Cell Broadcast capability in New Zealand will enable direct alerting to the public of a critical threat in their location via their mobile handsets. This RFP seeks responses from organisations who can provide a web front-end managed service (Cell Broadcast Entity (CBE) as per the 3GPP 23.041 standard) that enables authorised government users across multiple agencies to author and send geo-targeted cell broadcast alerts to the three mobile networks in New Zealand (2degrees, Spark and Vodafone) for broadcasting to the active mobile phones in the defined location. This service will be referred to in this RFP as ‘CBE – Alert Authoring Tool’ or just ‘CBE’. In late 2016 a closed RFP to the three New Zealand mobile network providers confirmed all providers will be enabling Cell Broadcast in their existing networks and implementing the Netherlands provider one2many B.V. (trading as one2many) Cell Broadcast Centres (CBCs) to control the distribution of alerts within their mobile networks. Integration with the one2many CBCs is a mandatory requirement of the selected CBE – Alert Authoring Tool. We are looking for a fit-for-purpose CBE that will work with the one2many CBCs and can be delivered to meet our timeframes. There is no pre-existing preference for the CBE provider, and we invite experienced providers to respond to this RFP.",Not Awarded,"The result of the two stage tender process for the Cell Broadcast Authoring Project is that the contract for this work has been awarded to one2Many BV of the Netherlands. The Department of the Prime Minister and Cabinet (DPMC) wishes to thank all of the respondents for the effort and time they put in to responding to this tender. Tender Number: 18463808 Tender Title: Alert Authoring Tool for Cell Broadcast Alerting Name of Successful Tenderer: one2many BV Description of goods/services provided: Provision of a web front-end managed service (CBE) that enables authorised government users across multiple agencies to author and send geo-targeted cell broadcast alerts to NZ???s mobile networks for broadcasting to the active mobile phones in the defined location. Contract Start date: 2 June 2017 Term of Contract (including rights of renewals): 5 Years plus 1 x right of renewal for up to 5 years and a further right of renewal of up to 2 years.",20201117 The Treasury,18733942,Request for Proposals,Closed Competition,71020607 - Payroll System,71020607,20170607,20170706,20171020,CASS,Sole Agency,No,,"CASS is looking for a fit-for-purpose and configurable 'off the shelf', cloud-based solution to replace its current Payroll system that services approximately 900 employees across three agencies. The selected Vendor will be expected to provide the professional services required to implement the solution. As well as supporting their own product the vendor should also be able to propose additional industry best practices and processes to ensure that CASS???s implementation is effective and fully compliant. The solution must be provisioned ???software as a service??? (SaaS) and align with Cabinet???s mandated requirements and constraints in the use of public cloud services. This is a closed competitive tender process following the previously released ROI (GETS Ref No. 18577151). It is issued to those respondents who submitted responses and were successful in being selected to progress to the next stage.",Not Awarded,"The result of the two stage tender process for the Payroll System is that the contract for this work has been awarded to TechnologyOne (NZ) Limited. The Treasury wishes to thank all of the respondents for the effort and time they put in to responding to this tender.",20201117 The Treasury,19534084,Request for Proposals,Open Competition,Green Investment Fund - Consultancy Services,180410FINAL,20180314,20180410,20190418,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,"The purpose of the Green Investment Fund (GIF) is to invest in assets that reduce greenhouse gas (GHG) emissions, and do so in a manner that both mobilises additional private capital and allows the fund to be commercially independent. The key objective of this procurement is to provide an independent and evidenced based assessment of the opportunities for the GIF to develop and deploy different financial products to catalyse investment in lower GHG emissions assets/technologies.",Awarded,,20201117 The Treasury,19926320,Request for Proposals,Closed Competition,The Government House - Technical Security Systems (TSS) Upgrade Project,,20180718,20180813,20180924,CASS,Sole Agency,No,,"The Government House - Technical Security Systems (TSS) upgrade project seeks to ensure Government Houses Wellington and Auckland have fit for purpose, future proof, integrated security systems that adhere to leverage from, to assist in the operation of the security systems to provide: - Greater mobilty of security staff - Earlier detection of potential threats - Faster resolution of raised system alerts - Easier multi-site coordination and management. This RFP seeks solutions to both compliment and where appropriate replace existing components of the in-place security solutions at both sites.",Not Awarded,"This tender opportunity has been awarded to Aotea Security Limited. The evaluation team would like to thank everyone who participated in this opportunity for the high level of work that was completed in the proposals. Any unsuccessful respondents considering a de-brief, should forward their request through to procurement@treasury.govt.nz and the Project Manager will be in contact.",20201117 The Treasury,19930869,Request for Proposals,Closed Competition,TaaS Business Outcomes - CASS Meeting Room Services,3986622,20180719,20180727,20181220,CASS,Sole Agency,No,,This is an invitation to TaaS Service Providers to submit their proposal in response to this Business Outcome Brief for Meeting Room Services.,Not Awarded,This tender was awarded to Canon NZ,20201117 The Treasury,19989561,Request for Proposals,Open Competition,Meeting Room Technology - Treasury Accommodation Project,3981854,20180806,20180824,20181212,The Treasury,Sole Agency,No,,,Not Awarded,This contract has been awarded to Connect NZ,20201117 The Treasury,20318659,Request for Quotations,Closed Competition,Tane Whakapiri - Accomodation Project Furniture,RFQ20181023,20181023,20181031,20181220,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,,Not Awarded,This tender was awarded to Aspect Furniture,20201117 The Treasury,20517660,Request for Quotations,Open Competition,Tane Whakapiri - Office Decant & Relocation,81021204,20181204,20181217,20190117,The Treasury,Sole Agency,No,,"The T??ne Whakapiri ??? Treasury Accommodation Project is responsible for the refurbishment, fit out, and relocation of The Treasury to levels 1-4 of 1 The Terrace under the Government???s Wellington Accommodation Project tranche 2 (WAP2). The key outcomes of this RFQ is for an experienced and capable service provider to successful decant and relocate existing office furniture to the new premises, for around 600 people, between early January and mid-March 2019. There is also a need to remove and store general office furniture that will not be re-purposed as part of the decant activities.",Not Awarded,This contract opportunity was awarded to The Office Relocation Company (TORC),20201117 The Treasury,20960218,Request for Proposals,Closed Competition,Strategy Analysis and Planning Project,20190418,20190418,20190520,20190607,The Treasury,On behalf of procurement agent,No,,"The Treasury wishes to engage a qualified consulting firm or individual(s) (the ???Supplier???) to undertake a Strategy Analysis and Planning Project (???Project???) to understand Quotable Value Limited???s (???QV???) industry dynamics and market prospects, and its capacity and capability to succeed in its chosen markets. The Treasury and QV have agreed to undertake a Strategy Analysis and Planning Project of QV. The key outcome of this procurement is that we want to provide a level of confidence to shareholders, management, and to a new incoming Chair and Board in the strategic direction of QV and its capability to succeed in its chosen markets.",Awarded,The contract for this work was awarded to James Morrison Consulting Limited.,20201117 Otakaro Limited,17531338,Request for Quotations,Open Competition,East Frame Residential Precinct - Architectural and Urban Design Review Services,17531338,20160519,20160602,20160816,,Sole Agency,No,jenna.serfontein@otakaroltd.co.nz,"??t??karo Limited requires the services of an Architectural and Urban Design Advisor to assist with the contract management phase of the East Frame Residential Precinct. ??t??karo Limited is seeking, through this RFQ, responses from suitably qualified and experienced Respondents for Architectural and Urban Design services in order to fulfil ??t??karo Limited???s obligations to the Development Agreement ??? East Frame Residential Precinct. ??t??karo???s specific requirements of this Request for Quote (RFQ), are outlined in Section 2 (Our Requirements). NOTE: It is important that respondents can meet the pre-conditions outlined in Section 3 of this RFQ. Respondents who are unable to meet all pre-conditions (as determined by the Evaluation Panel) should conclude that they will not benefit from submitting a Quote.",Awarded,,20201117 Otakaro Limited,17536046,Request for Proposals,Open Competition,"Christchurch Bus Interchange - Site Management, Cleaning and Security Services",17536046,20160524,20160624,20160816,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","??t??karo Limited is seeking Proposals from suitably qualified companies or consortiums that can provide cleaning, security and site management services as described in Section 2 of this Request for Proposal (RFP). The Services are planned to commence on Monday 1st August 2016 and will be in effect for three years with ??t??karo having the sole right to extend the term for a further two years from 1 August 2019. The high level requirements for the Services supplier include: ??? Overall site management (first point of contact) for general building related issues; and ??? Provision of regular onsite security and cleaning services (including waste management, consumable supply, hygiene services and pest management services)",Awarded,,20201117 Otakaro Limited,17758382,Request for Tenders,Open Competition,Civil Construction Services for Christchurch Convention Centre Precinct Remediation Works Package,,20160804,20160831,20161013,,Sole Agency,No,,"The purpose of the RFT is to seek a contractor to undertake Remediation Works for the Christchurch Convention Centre Precinct. This work is to de-risk the Site in preparation for construction, prior to the appointment of a D&C Contractor. The Remediation Works Package includes excavation of three identified Asbestos Management Areas on the Site to a level that they can be encapsulated (and the site hazards reclassified). This action will enable site reclassification from the current ???restricted??? to ???unrestricted???. The Contractor???s scope will be all works necessary to allow the Site to be reclassified under Environment Canterbury???s Listed Land Use Register, to a classification of Class B (or better) by means of excavation of asbestos in the three identified Asbestos Management Areas (referred to in documentation as asbestos hot spots). The tasks required of the Respondent in undertaking the remediation of the Asbestos Management Areas include: ??? Establishment of Site facilities, earthworks controls and monitoring and isolation of areas where asbestos levels exceed the risk based criteria. ??? Establishment of asbestos related controls within the isolated areas. ??? Installation of dewatering wells and associated treatment devices for erosion and sediment, and hydrocarbons (if any). ??? Drawdown of water-table to underside of cut levels. ??? Removal of approximately 5,800 m3 of asbestos contaminated demolition materials to licensed landfill. The Contractor must be well acquainted with the controls, methods, safe handling, transport, and disposal of asbestos containing material (ACM) as required by legislation, standards, code of practices and guidelines.",Awarded,,20201117 Otakaro Limited,17999747,Request for Tenders,Open Competition,Metro Sports Facility - Site Remediation Works Package,17999747,20161007,20161107,20170131,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","??t??karo Limited (??t??karo) is seeking tenders for the Metro Sports Facility (MSF) Site Infrastructure Enablement Package on behalf of Her Majesty the Queen, in right of her government in New Zealand, acting by and through the Minister for the Greater Christchurch Regeneration. The MSF is intended to be a world-class venue and centre of excellence, accessible to people of all ages, abilities and sports skills. Providing aquatic and indoor sport facilities, it will cater for the day-to-day needs of the recreational, educational and high-performance sporting communities, and also host national and international events. The MSF, in part, replaces the Queen Elizabeth II facility damaged beyond repair in the recent earthquakes. The facility will be located in the south-west of the city on a part block defined by St Asaph, Stewart and Antigua Streets and Moorhouse Avenue. The Site Remediation Works package involves the removal of contaminated soils. Two Detailed Site Investigations (DSI) have been undertaken at the site: one by Beca was undertaken to determine the extent of metal and hydrocarbon contamination, and another by Tonkin & Taylor was undertaken to determine the extent of asbestos containing materials (ACM). A Draft Remediation Action Plan (RAP) was developed by Tonkin & Taylor, which will be finalised through the consenting process (when it will become the Approved RAP).",Awarded,,20201117 Otakaro Limited,18153964,Request for Tenders,Open Competition,Christchurch Convention and Exhibition Centre - Early Works - Site Earthworks Package,18153964,20161118,20161219,20170317,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","Ōtākaro Limited (Ōtākaro) is seeking tenders in the Request for Tender (RFT) for the provision of Civil Construction Services (the Services) for the Site Earthworks Package of the Christchurch Convention and Exhibition Centre (CCEC or the Project). The CCEC is an anchor project identified in the 2012 Christchurch Central Recovery Plan (CCRP), which provides for a convention centre precinct to be developed as a “world‐class” architectural landmark on a strategically chosen prime location in the central city. The land allocated for the development of the CCCEC comprises two blocks north‐west of the Christchurch Cathedral and bounded by Oxford Terrace in the west, Armagh Street in the north, Colombo Street in the east and Club Lane and Cathedral Square in the south (the Site). A facility with the following specifications is considered to be the most aligned with the Crown’s requirements: * Capacity to host up to 2,000 delegates for a variety of national and international events; * A 1,400 delegate auditorium capacity; * A 3,600m2 exhibition hall; * 1,600m2 of meeting rooms; and * Total GFA of circa 28,000m2. The full scope of the Contract Works is outlined in the Specifications and all other documents as detailed in Tender Document 6. All sequencing described in this section is indicative ‐ the Tenderer will be required to deliver a tailored methodology and programme as part of their Tender. Note that all Works will need to be carried out with the contaminated land procedures described in the Remediation Action Plan which can be found in Tender Document 6 (e.g. dust control, sediment control, compliance with asbestos regulations).",Awarded,,20201117 Otakaro Limited,18413330,Request for Quotations,Open Competition,Environmental Management Services Panel and Initial Scope of Works,18413330,20170228,20170315,20171115,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","Ōtākaro is seeking to establish a panel of suppliers (Panel) to provide Environmental Management Services as set out in Section 3 of this RFQ. Suppliers will have significant environmental management experience that will support Ōtākaro in delivering the possible future pathway illustrated in Appendix 5 and management experience that includes some or all (but is not limited to) of the following: • Pre-purchase/sale inspections to identify potential site contamination and to assess the significance of any contamination in terms of financial impact and constraints on site use; • Environmental risk assessments including but not limited to: o Environmental Impact statements o Site evaluation and implementation of monitoring programmes o Consent applications; • Advising on mitigation strategies; • Remediation advice and management of remediation processes; Soil sampling specification management and interpretation of results; • Expertise in environmental law and regulation; and • Technical documentation-polices, practice and processes. It is Ōtākaro’s preference for all Panel Members to have a presence in Christchurch and Respondents are to outline in their Response Form how they currently meet this requirement or how they anticipate meeting this requirement. In addition to the above, Ōtākaro intends to award a first SOW immediately upon agreement of the Panel contract with a successful Panel Member.",Awarded,,20201117 Otakaro Limited,18564521,Request for Proposals,Open Competition,Christchurch Convention and Exhibition Centre - Independent Commissioning Agent,18564521,20170505,20170531,20171115,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","Ōtākaro Limited is seeking proposals from suitably experienced and qualified organisations to act as an Independent Commissioning Agent for the Christchurch Convention and Exhibition Centre (CCEC). The role of the Independent Commissioning Agent (ICA) is to provide commissioning advice to the client “Ōtākaro” and the design team and to monitor and verify the commissioning of the mechanical systems (including kitchen fit out items, fridge and freezer systems), vertical transport systems, hydraulic systems, electrical and house lighting systems, fire systems, and building control/management systems (BMS). The ICA is required to work proactively with the Project team and Main Contractor as appropriate in order to complete the Services. It is expected that the ICA will be able to form good working relationships with all parties. NOTE: Appendix 6 (the Preliminary Design): Respondents must complete and submit the Ōtākaro Confidentiality Declaration on page 28 of this RFP to access this information.",Awarded,,20201117 Otakaro Limited,19436931,Request for Proposals,Open Competition,Christchurch Convention and Exhibition Centre - Facilities Management Advisory Services,19436931,20180209,20180309,20180417,,Sole Agency,No,,"??t??karo Limited is seeking proposals or responses from suitably experienced and qualified consultants to provide facilities management advisory services for the Christchurch Convention and Exhibition Centre (CCEC). The CCEC is identified in the Christchurch Central Recovery Plan (CCRP), which provides for a convention centre precinct to be developed as a ???world-class??? architectural landmark on a strategically chosen prime location in the central city. The vision for the CCEC is to create a boutique, authentic, international standard meeting and events hub that acts as a catalyst for the city???s renewal and activation and, is fully integrated into the city fabric. Respondents wishing to submit a proposal in response to this RFP must do so in accordance with the Form of Response set out in Appendix 2.",Awarded,"Services: Facilities Management Advisory Services Date Awarded: 16 April 2018 Term of Contract: 16 April - 31 August 2018 Value: $50K - $100K",20201117 Otakaro Limited,19660446,Request for Proposals,Open Competition,Christchurch Convention and Exhibition Centre - Operator Services,,20180503,20180713,20190220,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard. Christchurch 8013","??t??karo Limited is seeking proposals for the management and operation (including sales and marketing) of the new Christchurch Convention and Exhibition Centre (CCEC) from suitably experienced and qualified international convention centre operators. The CCEC construction is scheduled for completion in the first quarter 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. The CCEC will be a boutique, premium, international meetings and events venue in the heart of New Zealand???s South Island. This world-class facility is set in the centre of the central business district (CBD) in prime position beside the ??t??karo Avon River. Christchurch???s compact and dynamic CBD features modern retail, accommodation, dining, business, leisure and transport hubs, only 15 minutes from the international airport. The Successful Respondent will be expected to provide, or manage the provision of, all Services consistent with the management and operation of an industry leading convention and exhibition centre including: ??? sales and marketing; ??? customer service; ??? event planning and management; ??? food and beverage; ??? technical, audio visual services; ??? (soft) property maintenance and repair; ??? cleaning; ??? security; and ??? co-ordination with relevant government agencies, industry bodies and relevant service providers to provide a cohesive and integrated service proposition. NOTE: RESPONDENTS MUST REGISTER FOR THE RFP BRIEFING BY 5PM, MONDAY 14 MAY 2018.",Awarded,,20201117 Otakaro Limited,19715813,Request for Proposals,Open Competition,Metro Sports Facility - Ground Improvement Works,,20180511,20180614,20180719,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard. Christchurch 8013","??t??karo is seeking proposals from suitably experienced and qualified specialist contractors to design, carry out, test, complete, handover and remedy defects in the stone column ground improvement works for the Metro Spots Facility (MSF). ??t??karo seeks specialist contractors who have the necessary skills and experience to: ??? design the Contract Works in compliance with the Contract, including so that the Contract Works satisfy the Principal???s Requirements under the Contract including the performance requirements set out in the Principal???s Requirements for the Contract Works; ??? Test the Contract Works on the MSF site; ??? Obtain building consent for the Contract Works; and ??? Complete the Contract Works in accordance with the Contract including: ??? Managing all aspects of the site; ??? Meeting health and safety requirements; ??? Achieving the programming requirements of ??t??karo; and ??? Ensuring compliance with the resource consent conditions. Alternative solutions will be considered in accordance with the evaluation criteria and process outlined in Section 6 and Appendix 2 of this RFP. Respondents are to explain how their alternative solution meets or exceeds the Principal???s Requirements under the Contract and why ??t??karo should consider it has merit or benefit. NOTE: RESPONDENTS MUST SIGN AND RETURN TO THE CONTACT PERSON ""RESPONSE FORM 6: ??T??KARO CONFIDENTIALITY DECLARATION"" TO ACCESS APPENDICES 6 - 19. NOTE: RESPONDENTS MUST REGISTER FOR THE OPEN FORUM BRIEFING NO LATER THAN 3PM, FRIDAY 18 MAY 2018.",Awarded,,20201117 Otakaro Limited,19864676,Request for Proposals,Open Competition,Metro Sports Facility Wastewater Heat Recovery Solution,19864676,20180709,20180830,20181127,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","The Metro Sports Facility (MSF) will be Christchurch City Council's premier community sport and recreation facility catering for people of all ages and abilities including high performance athletes. Providing aquatic and indoor sport facilities it will cater for day-to-day recreation and leisure needs of the community as well as local, national and international events. ??t??karo Limited is seeking proposals for the design, supply and install of a wastewater heat recovery (WWHR) solution from suitably experienced and qualified suppliers for the MSF in Christchurch, New Zealand. The solution is to meet the MSF WWHR specification provided with this tender. TIming for this project is as follows: * Detailed Design of the specialist WWHR solution is to be complete by 28 September 2018; * Installation and commissioning intended approximately Q4 2020; * Practical completion of Facility Q3 2021.",Awarded,,20201117 Toi Ohomai Institute of Technology,17452263,Request for Proposals,Open Competition,Brand and Visual Identity Development Project 2016,,20160427,20160506,20160607,,All of Government,No,,"Bay of Plenty Polytechnic (BoPP) and Waiariki Institute of Technology (Waiariki) are merging to form a new tertiary institution for the wider Bay of Plenty on 1 May 2016. We now invite proposals from suitably qualified and experienced agencies to undertake a brand and visual identity development exercise for the new institution. For further background information please see: www.waiariki.ac.nz and www.boppoly.ac.nz and the merger business case executive summary: https://www.tec.govt.nz/Documents/Publications/BoPP-Waiariki-Business-Case.pdf Although currently known as Waiariki Bay of Plenty Polytechnic, the intended name of the new institution is Toi Ohomai Institute of Technology. This name is currently awaiting formal approval, which will be notified to the successful Agency as soon as it is received. As a key part of the brand development process, the new name will be accompanied by a ???back story???, which will be provided and expected to be integrated into the brand development project described in this RFP.",Awarded,Tender awarded to DesignWorks and noted to the Supplier direct. The Panel have notified all relevant parties.,20201117 Toi Ohomai Institute of Technology,17647911,Request for Proposals,Open Competition,Mass 2 Furniture M2F 20160630,M2F 20160630,20160630,20160721,20160902,,Sole Agency,No,"Waiariki Bay Of Plenty Polytechnic Private Bag 12001 Tauranga Mail Centre 3143 or 70 Windermere Drive, Windermere, Poike Tauranga","Campus Development ??? Mass 2 Mass 2 is the first of a series of new teaching & learning builds as part of our Campus Development Plan. The new build not only replaces previous relocatable classrooms but continues our journey in developing our learning environments. The pedagogical direction for Mass 2 was to develop ???a generic learning environment that can support some specialist Learning spaces, enabling project based self-directed modern teaching practice with a student centric approach.??? Mass 2 will be a 3,500 m2 build over 3 floors and is expected to be completed end of October 2016.",Not Awarded,A Supplier has been awarded this Tender. The Tender phase is now closed.,20201117 Toi Ohomai Institute of Technology,19464018,Request for Proposals,Open Competition,Wired and Wireless Network Refresh for Toi Ohomai,TOI_RFP_320_0218,20180221,20180326,20180626,,Sole Agency,No,"Attention: Tender. B Block, Tenders Box Cashiers Office, 70 Windermere Drive, Poike 3112, Tauranga","Toi Ohomai Institute of Technology (Toi Ohomai) is undertaking a procurement process for a Wired and Wireless Network (WWN) refresh. We wish to examine the marketplace in order to find the best solution for Toi Ohomai. The key outcomes that we want to achieve are: 1. Replace aging equipment: To provide an alternative for aged equipment in line with current lifespan. 2. Move towards a converged feature set: To have the potential for integration between the network and current applications/modules in place, which is compatible, has data visibility and desired features. 3. Apply security good practices: To provide a network which is resistant to attack and provide DR. 4. Leverage new Technology: To provide a network which we can easily leverage with changes in the technology sphere e.g. use of beacons and sensors 5. Future Proof the platform: To provide a network that is flexible enough to incorporate current and future technological developments. 6. Value: To provide a network which is valuable, has required bandwidth and density and provides centralised management over the entire network. 7. Capacity and capability for Respondent to deliver",Not Awarded,Contract has been awarded to BTG/Extreme.,20201117 Toi Ohomai Institute of Technology,19758681,Request for Proposals,Open Competition,Toi_RFP_330_0518 Eftpos Services,Toi_RFP_330_0518,20180524,20180618,20180724,,Sole Agency,No,,"Toi Ohomai Institute of Technology is undertaking a procurement process for an upgrade and consolidation of our current eftpos facilities. Currently, we use 4 different suppliers with several different devices (26 terminals in total) and invoicing options across our many campuses. Our current contracts are nearing the end of their terms. The new EFTPOS terminals will be required to use current technology, security and be fit for purpose for their location.",Not Awarded,Contract has been awarded to Eftco Ltd.,20201117 Toi Ohomai Institute of Technology,20560488,Request for Proposals,Open Competition,TOI_RFP_Student Portal_1218,TOI_RFP_1218,20181217,20190123,20190306,,Sole Agency,No,,"Toi Ohomai Institute of Technology, formerly Bay of Plenty and Waiariki Polytechnics, is a leading tertiary provider in the Bay of Plenty, New Zealand. It has campuses in Rotorua, Tauranga, Whakatane, Taupo and Tokoroa. A new student portal is needed to replace the current product to keep Toi Ohomai???s technology solutions suitable for the modern learning environment. This RFP relates to the purchase of a student portal IT solution. The key outcomes that we want to achieve are: 1. End-User Experience: To provide an enhanced student experience that allows ease of navigation between student apps on multiple platforms including mobile. 2. Integration: To have integration between the student portal and others such as the Learning Management System (Moodle), Student Management System (EBS), room access system (Cardax), printing (Uniflow) and Office 365. 3. Future Proof: To provide a system that is flexible enough to incorporate current and future technological developments. E.g. chat bots, IOT. 4. Customisable: To provide a system with easily customisable features and branding to reflect our unique community. 5. Robust Systems and Support: To provide a system that has robust systems in place to protect people???s data and privacy. The term of the contract is 3 years, with a maximum spend of $250,000 over the term of the contract.",Not Awarded,Toi Ohomai has awarded this Contract to ExLibris.,20201117 Toi Ohomai Institute of Technology,20641916,Request for Proposals,Closed Competition,TOI_RFP_Cleaning_0119,TOI_RFP_0119,20190125,20190220,20190522,,Sole Agency,No,,"Toi Ohomai is undertaking a procurement process for cleaning services to consolidate our current services between all campuses to ideally one contractor. Currently, we use both internal staff and external contractors in different regions/campuses. We procure some cleaning materials and others are supplied through contractors. We need one Cleaning Contractor to provide cleaning services, supply materials/consumables and also meet the terms and conditions for our current internal cleaners. We would like to have a service which provides us with value over the life of the contract. Campuses are located in Rotorua (Mokoia, Waipa), Tauranga (Windermere, Truman Lane), Whakatane, Taupo and Tokoroa. There will be an opportunity for (optional) site visits before the close of the RFP.",Not Awarded,"Toi Ohomai has awarded the cleaning contract to OCS. The contract will commence 1 August 2019, and will be a Syndicated Agreement. The term will be in line with the T&C's of the Syndicated Agreement.",20201117 Transpower New Zealand Limited,3614337,Request for Tenders,Open Competition,SUP-11859 Subsea Works,SUP-11859,20140819,20141003,20151210,,Sole Agency,No,,"Service objectives The Contractor has a prime objective to provide high quality information about the condition of the Employer???s submarine cables and their environs in the CPZ so that appropriate action can be taken to ensure continuing cable integrity. As subsidiary objectives, the Contractor: (a) maintains a high quality comprehensive Accepted Plan for Providing the Service, (b) ensures that survey reports and records meet the Employer???s quality and time requirements, (c) endeavours to complete all survey work and maintenance work within the Employer???s designated time period, (d) ensures that its survey and maintenance activities do not damage any cables in the CPZ, (e) ensures that its activities do not damage the Vessel or prejudice its operation and (f) maintains excellent working relationship with the Service Manager, the Employer, the Vessel Operator and Others. Subsea works management The Contractor: (a) provides the necessary management support services for the Employer???s required annual dive and ROV surveys, (b) attends meetings and provides management reports required by the contract, (c) provides management plans and updates these and the Accepted Plan as required by the contract, (d) manages its allocated risks and compensation event requirements as required by the contract and (e) ensures resources are available to meet annual dive and ROV survey requirements.",Not Awarded,,20201117 Transpower New Zealand Limited,10007376,Request for Tenders,Open Competition,SUP-12433 400V LVAC Switchboards,SUP-12433,20150316,20150421,20170629,,Sole Agency,No,,"Transpower has a 415V LVAC switchboard replacement programme over the next five years. Transpower expects to procure approximately 34 x 415V switchboards over this period. These volumes are indicative only and Transpower will be under no obligation to commit with the Supplier. It is Transpower intention to enter into a Period Supply Agreement with one supplier for a five year term. Throughout the contract term, Transpower will place purchase orders on an ???as required??? basis. There will be no financial commitment on Transpower until individual purchase orders are raised. The switchboards will be delivered to one of Transpower???s designated warehouses, of which, will be defined on each purchase order.",Not Awarded,The contract has been awarded to Just Switchboards Ltd.,20201117 Transpower New Zealand Limited,13614488,Request for Proposals,Open Competition,Testing Services,SUP-12462,20150703,20150803,20170622,,Sole Agency,No,,"Transpower is seeking a Supplier that can provide testing services applying methodologies consistent with ICT and industry best practice covering the full suite of test practices for end to end test management, test execution and reporting. Transpower considers testing services is a commodity service and will use a testing provider able to flex resource numbers through the peaks and troughs of project workloads. The testing services supplier will provide focus on business outcomes and delivering efficiency.",Not Awarded,Contract has been awarded to Qual IT Solutions.,20201117 Transpower New Zealand Limited,14408433,Request for Tenders,Open Competition,SUP-12442 Battery Period Supply Agreement,SUP-12442,20150727,20150831,20170628,,Sole Agency,No,,"The Scope of Supply of the Product for this invitation to Tender is as described in Section 1 of the Technical Specification and incorporates the following: 1 The Purchaser requires the supply of Battery Banks (hereafter referred to as Product) as specified in Part V Specification and incorporating the following: 1.1 Throughout the Contract Term, the Purchaser will place purchase orders for Product on an as required basis. On receipt of the purchase order the Contractor will supply the type and quantity of Product required within the Date for Delivery specified in SUP12442 Part IV First Schedule. 1.2 Payment for the Product will be made in accordance with the Contract when all documentation required by the Contract has been received by the Purchaser. The value of each purchase order will be based on the quantity and Product type delivered and the appropriate unit price specified in Part III Form I. 1.3 The Purchaser intends to set up a Panel of Suppliers in a Period Supply Agreement that will cover the period from the 1st of June 2016 to the 31st of May 2021. 1.4 The Purchaser has indicated the approximate requirement for each Product in section 2 below. These quantities are indicative only and will vary depending on the Purchaser???s work requirements. The quantities are therefore not fixed and the Purchaser makes no commitment that these quantities will be ordered during the Contract Term. 1.5 Prices are to be for delivery to the Transpower Contractors??? Premises as noted in Part II, clause 5.1 of this document. Delivery terms are Incoterms 2010, Delivery Duty Paid DDP.",Not Awarded,The contract has been awarded to Enersys Australia Pty Ltd.,20201117 Transpower New Zealand Limited,17062341,Request for Proposals,Open Competition,SUP-12812 Quantitative Asset Risk Assessment Tool,SUP-12812,20151209,20160203,20170622,,Sole Agency,No,,"Transpower is seeking a Supplier that can supply an off the shelf solution (Quantitative Asset Risk Assessment tool for Power System Assets). The solution will give Transpower a powerful capability to make reliable lifecycle investment decisions about its transmission asset risk profiles and leveraging Transpower???s existing sources of asset information. Over time this will result in lowering Transpower???s total cost of ownership for those fleets over their full lifecycles by appropriately balancing costs, risk and performance requirements associated with those assets. The solution will calculate and quantify asset health, likelihood of failure, likelihood of consequence, cost of consequence and risk associated with Transformers and Outdoor Circuit Breakers. For Transformers and Outdoor Circuit Breakers this will: ??? enable associated risk costs to be consistently calculated in the form of Annualised Loss Expectancies (ALEs) ??? increase visibility of asset condition, health and risk information ??? inform asset investment decisions ??? support cost-risk-performance optimisation and investment decisions ??? support Transpower???s internal objective to become an effective asset management organisation",Not Awarded,Contract has been awarded to EA Technology Pty Ltd,20201117 Transpower New Zealand Limited,17068689,Request for Proposals,Open Competition,SUP-12818 Engineering Consultancy Panel,SUP-12818,20151211,20160218,20170622,,Sole Agency,No,,"Transpower is refreshing its Engineering Consultancy Panel. We will be creating five specialist panels: Lines ??? This will include line analysis and design, and associated electrical design, civil/structural design, geotechnical investigations and design, associated CAD services and construction monitoring services. Substations (Primary Assets) ??? This will include station design and associated electrical design, civil/structural design, geotechnical investigations and design, associated CAD services and construction monitoring services. Protection (Secondary Assets) ??? This will include electrical design, protection and SCADA design, associated CAD services and construction monitoring services. Telecommunications ??? This will include telecommunication design, associated CAD services and construction monitoring services. Construction Management support - This will include the roles of project manager, engineer to contract, Principal???s representative and site representative.",Not Awarded,"The Engineering Consultancy Panel is made up of the following providers - AECOM NZ Ltd, Beca Ltd, Calibre Consulting, Groundline Ltd, Jacobs NZ Ltd, LineTech Limited, Mitton ElectroNet Ltd, PSC NZ Ltd, RHW Ltd and Tesla Consultants Ltd.",20201117 Transpower New Zealand Limited,17231672,Request for Proposals,Open Competition,SUP-12918 Regulatory Disclosures Audit - Request for Proposal,SUP-12918,20160222,20160318,20170622,,Sole Agency,No,,"This procurement relates to the audit and assurance of Transpower???s disclosures under the Transpower Information Disclosure Determination 2014 and Part 5 of the Transpower Individual Price-Quality Path Determination 2015. This RFP relates to the audit and assurance of Transpower???s disclosures under the Transpower Information Disclosure Determination 2014 and Part 5 of the Transpower Individual Price-Quality Path Determination 2015. What Transpower is buying and why: This RFP relates to the audit and assurance of Transpower???s disclosures under the Transpower Information Disclosure Determination 2014 and Part 5 of the Transpower Individual Price-Quality Path Determination 2015. Suppliers should note that: - Transpower is a state-owned enterprise (SOE), therefore it has a strong accountability framework. Suppliers must therefore consider Transpower???s rights and obligations under the State-Owned Enterprises Act. ??? - Suppliers must also familiarise themselves with any relevant Transpower policies and procedures.",Not Awarded,Contract has been awarded to PricewaterhouseCoopers.,20201117 Transpower New Zealand Limited,17375875,Request for Proposals,Open Competition,SUP-12973 Internal Audit Services,SUP-12973,20160408,20160506,20170622,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the purchase of Internal Audit services as scoped from a sole supplier. The key outcomes that Transpower wants to achieve are: ??? A service provider who has the capacity and capability to develop and deliver a risk based internal audit programme; ??? A service provider who works with the Risk and Assurance team and is committed to continuous improvement of the Internal Audit function; ??? A service provider who understands our business and delivers real value to Transpower by: - utilising their global network and capabilities; - participating in wider risk and assurance conversations; - providing meaningful insights to Transpower on market trends and emerging risks; and, - providing independent and trusted advice.",Not Awarded,Contract has been awarded to Deloitte.,20201117 Transpower New Zealand Limited,17470043,Request for Tenders,Open Competition,SUP-12958 Tangiwai 11kV Switchroom Building Construction - Request for Tender,SUP-12958,20160429,20160506,20170622,,Sole Agency,No,,"This Request for Tender is to allow for the one week extension of time to the original tender timeline (RFx ID: 17358261) Construction, Installation, and partial fit out of the new 11kV switch room. Interface to existing Tangiwai substation is excluded from this stream of work. The new 11kV switch room will be constructed outside the restricted access area of the substation (in the car park outside the ODS).",Not Awarded,Contract has been awarded to Connell Contractors Limited.,20201117 Transpower New Zealand Limited,17546831,Request for Proposals,Closed Competition,"SUP-12946 Supply of Spacer Dampers, Vibration Dampers & Helical Fittings RFP",SUP-12946,20160525,20160707,20170628,,Sole Agency,No,NA,"This procurement relates to establishing a Period Supply Agreement for supplying spacer dampers, vibration dampers and helical fittings (???Goods???) for all of the capital and operational requirements for Transpower New Zealand Limited (Transpower). Previously these have been provided by suppliers under supply contracts which are now nearing expiry date. Going forward Transpower wishes to establish a Period Supply Agreement with supplier(s) for a period of three (3) years with an option to renew for a further 2 years. Transpower is reviewing its current arrangements for the supply of Goods for all Copper, AAC, ACSR and AAAC conductors, including helical line fittings. We are looking to enter into new arrangements for the supply of these fittings approximately for the next 5 year period. Transpower forecast usage over the next 5 year period as detailed below: ??? 20,000 Vibration dampers for all conductor sizes ??? 10,000 Spacer dampers for all conductor sizes ??? 10,000 Helical armour rods ??? 2500 Helical dead ends ??? 1500 Helical suspension assemblies",Not Awarded,The contract has been awarded to Electropar Limited (Trading as PLP Electropar).,20201117 Transpower New Zealand Limited,17843284,Request for Proposals,Open Competition,SUP-13195 Site Risk Review - Asbestos Identification (Asbestos Assessment) RFP,SUP-13195,20160829,20160923,20170622,,Sole Agency,No,N/A,"Transpower is seeking an asbestos management survey for each of its substation sites, to help Transpower systematically identify and manage all asbestos in the electrical assets within its substation workplace. The survey has to provide sufficient information for a suitable risk assessment to be carried out, and a written asbestos management plan to be produced.",Not Awarded,"The Asbestos Assessor panel is made up of 3 regionally based providers - 4Sight Consulting Limited, AECOM and WSP Parsons Brinckerhoff.",20201117 Transpower New Zealand Limited,17843656,Request for Proposals,Open Competition,SUP-13196 Site Risk Review - Asbestos Identification (Asbestos Testing) RFP,SUP-13196,20160829,20160923,20170622,,Sole Agency,No,N/A,"Transpower is seeking a solution whereby the supplier is able to:- 1. to assist in the development of the asbestos management plan and procedure, in particular the details relating to the sampling procedure and all the Health and Safety requirements for undertaking the sampling process 2. provide a certificate of analysis for the analysed samples, for each substation site for which samples have been submitted for analysis, that includes the following information:- ??? Name and address of the laboratory carry out the analysis ??? Information about the method used ??? Evidence of the laboratories accreditation ??? A table or appendix summarising the analysis results, including asbestos found or not found, and types of identified asbestos ??? Date the analysis was carried out and reported by the laboratory ??? Names and signatures of the analyst and any countersigner Note: All sample analysis must be in accordance with the requirements of the Health and Safety at Work (asbestos) Regulations 2016, the New Zealand Guidelines for the Management and Removal of Asbestos 3rd Edition and AS 4964: (2004) Method for the qualitative identification of asbestos in bulk samples. 3. to assist in the development of ???Asbestos Awareness Training??? of key Transpower staff, Service Providers and other personnel who are accessing substations on a regular basis. Transpower is looking for reputable organisations that are committed to working with Transpower in a professional and respectful manner, and developing a collaborative approach in managing this health and safety risk.",Not Awarded,"The panel is made up of 3 regionally based accredited laboratories - Capital Environmental Services, Precise Consulting and Laboratory Limited and Hill Laboratories.",20201117 Transpower New Zealand Limited,17847572,Request for Quotations,Closed Competition,SUP-13073 Fabrication of Attachment Point Designs,SUP-13073,20160830,20160923,20170628,,Sole Agency,No,,"The purpose of this procurement is to source a supplier for the fabrication of attachment points to Transpower???s attachment point designs standard TP.DL 01.06 for the earth wire and insulator set attachment design and drawings. There were few attachment points already designed as part of previous financial year attachment point work. We propose that the 8 steel angle sizes detailed below and the corresponding approximate weight, is what will be required to fabricate the vast majority of existing designs per annum. All new designs will attempt to utilise the below proposed steel angle sections only. a. 100*100*12 (1 tonne) b. 125*125*12 (0.5 tonnes) c. 125*70*12 (15 tonnes) d. 125*75*12 (20 tonnes) e. 75*75*12 (100 kg) f. 150*90*16 (6 tonnes) g. 75*50*8 (100 kg) h. 75*75*10 (50 kg) Approximately one half of all sections will require machining longitudinally. Above mentioned tonnes are approximate weights of each section that are required during FIN16/17 and it will be an ongoing requirement going forward. The tonnage information will become more accurate as designs get finalised, however the total tonnage is not expected to change much, apart from the distribution between section sizes.",Not Awarded,The contract has been awarded to Ashhurst Engineering & Construction Co (1989) Limited (AEC).,20201117 Transpower New Zealand Limited,17878248,Request for Proposals,Open Competition,SUP-13172 HAY HVDC Hazardous Materials,SUP-13172,20160906,20161003,20170622,,Sole Agency,No,,"This scope of work is for removal of the mercury and ACM at the Haywards Pole 1 facility. The Contractor will be responsible for cleaning, removal, and proper off-site disposal of mercury-contaminated and ACM materials.",Not Awarded,Contract has been awarded to CLL Service and Solutions Limited.,20201117 Transpower New Zealand Limited,17887744,Request for Proposals,Open Competition,SUP-13197 Site Risk Review - Asbestos Identification (Asbestos Removal) RFP,SUP-13197,20160908,20161006,20170622,,Sole Agency,No,,"Transpower is seeking suppliers that are able to contribute to an Options Development workshop, to identify the potential control measures (remediation &/or removal options) available for the various types and conditions of asbestos that may be identified during the asbestos management surveys of Transpower???s substation assets. The Options developed will be used within the Asset Management Process to enable the appropriate planning and scheduling of work (including asbestos remediation &/or removal) on sites known to have asbestos &/or ACM. As part of the identification of asbestos control measures we require suppliers that can provide expertise and knowledge associated with: a) Removal ??? complete removal of the asbestos or ACM from within the substation assets b) Encapsulation ??? coating the ACM with a product that penetrate into and hardens the material c) Sealing ??? applying a protective coating to the ACM that creates an impermeable seal for the asbestos d) Enclosure ??? placing a barrier between ACM and the surrounding environment e) Work procedures when working on asbestos-contaminated sites f) Design, installation, testing and removal of enclosures g) Development of emergency procedures h) Development of Asbestos Removal Control Plans & Asbestos Waste Disposal plans Transpower is looking for reputable organisations that are committed to working with Transpower in a professional and respectful manner, and developing a collaborative approach in managing this health and safety risk.",Not Awarded,"The Asbestos Removalist panel is made up of four providers - ATL Group Ltd (trading as All Asbestos and Insulation), Cake Commercial Services and Scope Group, Morecroft Contractors Ltd and TBS Farnsworth Limited.",20201117 Transpower New Zealand Limited,17911643,Request for Proposals,Open Competition,"SUP-13184 Maximo Technology Refresh, Maximo Implementation and Ongoing Support Services RFP",SUP-13184,20160915,20161014,20170622,,Sole Agency,No,N/A,"This procurement relates to: ??? The delivery of services to upgrade the current version of Maximo, ??? Ongoing implementation of Maximo projects, application changes, and patching/upgrades; and ??? Ongoing Maximo application support. Currently the incumbent Supplier has been providing services for the initial implementation of Maximo at Transpower in 2012/13 and is the current Support Partner. Note: The existing Maximo software license contract with the current support vendor is due to expire on the 31 March 2017.",Not Awarded,Contract has been awarded to Certus Solutions.,20201117 Transpower New Zealand Limited,17926501,Request for Tenders,Open Competition,SUP-12935 Albany ODID Conversion - Civil and Building Services RFT,SUP-12935,20160919,20161019,20170622,,Sole Agency,No,N/A,"Transpower???s Fleet Strategy for outdoor 33kV switchyard identifies drivers for replacement of 33kV outdoor switchyards. The safety considerations of the 33kV switchyard, the asset condition of the primary equipment and the criticality of the 33kV outdoor switchyard are the major drivers for converting the outdoor to indoor switchgear at the Albany (ALB) substation. This procurement relates to the provision of civil and building construction services for the conversion of the outdoor 33kV bus at Albany (ALB) substation to indoor switchboard arrangements (ODID). The procurement of services will be under the NZS3910 Fixed Price Contract with defined Provisional Sums.",Not Awarded,Contract awarded to Connell Contractors Limited.,20201117 Transpower New Zealand Limited,17933670,Request for Proposals,Open Competition,SUP-13193 Asset Planning Capability RFP,SUP-13193,20160920,20161018,20170330,,Sole Agency,No,N/A,"This RFP relates to the licensing or purchase of a software solution, implementation and transitioning services, and associated support and maintenance services for a minimum of 12 months. Depending on the nature of the proposal, it may also include necessary hardware to support the hosting of any proposed solution. Transpower is open to either on premise hosted, vendor hosted, cloud-based hosting, or as a service delivery options. The key outcomes that Transpower wants to achieve are: ??? Implementing a cost effective and appropriate solution as quickly as possible ??? Providing centralised, repeatable, auditable scenario modelling functions ??? Supporting the asset planning decision framework ??? Providing efficiencies in the generation of asset management plans ??? Easy and secure integration into other existing systems",Awarded,Transpower wishes to advise that the contract has been awarded to PowerPlan Canada ULC/GHD Melbourne Pty.,20201117 Transpower New Zealand Limited,18000006,Request for Proposals,Open Competition,SUP-13200 Northland to TransGO Fibre Connectivity RFP,SUP-13200,20161006,20161111,20170622,,Sole Agency,No,,"This procurement relates to the provision of leased fibre optic connectivity to enable the migration of six Transpower sites in the Northland region to Transpower’s Fibre Optic Telecommunications network (TransGO). Currently these sites reside on Transpower’s legacy network which is comprised of a number of leased and Transpower-owned radio circuits and aging Power Line Carriers (PLCs). The infrastructure is aging and has limited support which increases the risk of disruption to the critical services it supports.",Not Awarded,Contract has been awarded to Taitokerau Fibre Networks Ltd.,20201117 Transpower New Zealand Limited,18010234,Request for Proposals,Open Competition,SUP-13173 HAY HVDC Deconstruction,SUP-13173,20161007,20161107,20170622,,Sole Agency,No,,"Contract is for the deconstruction of the Haywards Pole 1 Building (Valvehouse), associated cable tunnel and reinstatement of the site. The Pole 1 Valvehouse and cable tunnel at the Haywards Substation are redundant and due for demolition. The building consists of structural steel frames, cast-in-situ concrete wall panels and lightweight cladding/roofing. It was constructed in the 1960s. Asbestos and mercury have been identified in the building. The building sits within a live switchyard; the demolition must take place without disrupting operations.",Not Awarded,Contract has been awarded to Ceres New Zealand LLC.,20201117 Transpower New Zealand Limited,18093598,Request for Proposals,Open Competition,"SUP-13271 Naseby Link Project, Fibre Connectivity RFP",SUP-13271,20161101,20161201,20170622,,Sole Agency,No,N/A,"This procurement relates to the provision of leased fibre connectivity to enable the migration of Naseby substation to Transpower’s Fibre Optic Telecommunications network (TransGO). Naseby is a profile A Grid Exit Point (GXP) which is on the 220kV Roxburgh to Islington line. Due to its remoteness, it was not included in the Telecommunications Network refresh Programme (TNP) and remains on Power Line Carriers (PLCs) to Livingston and Roxburgh. These PLCs provide telecommunication services for the site. The infrastructure is aging and has limited support which increases the risk of disruption to the critical services it supports.",Not Awarded,Contract has been awarded to Alpine Energy Ltd.,20201117 Transpower New Zealand Limited,18221310,Request for Tenders,Open Competition,SUP-13258 Haywards Synchronous Condenser SC9 ??? Cooling Towers ??? Supply and Assembly RFT,SUP-13258,20161209,20170210,20170622,,Sole Agency,No,,"The Scope of Supply of the Plant and on-site assembly or supervision of assembly is as described in Parts VI, VII and VIII of the Technical Specification and incorporates but is not limited to the following: a) The design, supply, delivery to site, and on-site assembly or supervision of assembly of the two cooling towers for SC9 - Synchronous Condenser machine, associated pipe works, values, pumps, fans and instrumentation. b) Commissioning of the cooling towers.",Not Awarded,Contract has been awarded to Windsor Engineering Limited.,20201117 Transpower New Zealand Limited,18354067,Request for Proposals,Open Competition,2017-2022 Tower Painting Consultants Panel,SUP-13326,20170202,20170315,20170706,,Sole Agency,No,,"Transpower is seeking submissions from suitably experienced and qualified suppliers to participate in its panel for the provision of Tower Painting Consultant (TPC) services. The term of the TPC panel will run from 1 July 2017 through until 30 June 2020, with an option for two extensions through to 30 June 2021 and to 30 June 2022.",Not Awarded,"The Tower Painting Consultants panel is made up of the following three providers: Inspection & Consultancy Services Ltd (ICS), InterGroup Limited and LineTech Consulting Limited.",20201117 Transpower New Zealand Limited,18408251,Request for Proposals,Open Competition,SUP-13404 Recruitment Agency Partner Panel RFP,SUP-13404,20170222,20170427,20170706,,Sole Agency,No,,"Transpower is refreshing, refining and merging our permanent Recruitment Panel and IST Contractor Recruitment Panel into one Recruitment Agency Partner Panel (“RAPP”). By doing this we are looking to ensure all candidates provided to Transpower are technically competent, behaviourally aligned and support Transpower’s strategic objectives. We also wish to achieve greater visibility and oversight of our total workforce and talent pool. Our Recruitment Partners will be able to elect to supply across one or more disciplines including but not limited to Office Support, Accounting and Finance, Information Communication & Technology, Engineering, Human Resources, Change and Business Analysis, Procurement and Legal.",Not Awarded,"The Recruitment Agency Partner Panel is made up of the following 9 agencies: Absolute IT Limited, Allegis Group New Zealand Limited, Beyond Services Ltd, Find Recruitment Ltd, Hays Specialist Recruitment Pty Limited New Zealand Branch, 180 Resource Solutions Limited, Presto Resourcing Options Limited, Randstad Limited and Robert Walters New Zealand Limited.",20201117 Transpower New Zealand Limited,18435520,Request for Proposals,Open Competition,SUP-13301 Mobile and PSTN Services RFP,SUP-13301,20170303,20170331,20170724,,Sole Agency,No,,"Transpower is seeking partners for the delivery of Mobile (including connectivity, call plans and handsets), Public Switched Telephone Network (PSTN) Services and third party Voice connections. This covers the purchase, usage and ongoing delivery of these services.",Not Awarded,The contract has been awarded to Vodafone New Zealand Limited.,20201117 Transpower New Zealand Limited,19792554,Request for Proposals,Closed Competition,Test for Closed GETS Tender (for Process Review),SUP-Test,20180611,20180709,20180710,,Sole Agency,No,,"Testing Closed tender set-up for GETS. Specifically, I'm curious to see the notification received by a ""supplier"" unregistered with GETS (i.e. Phil Shaw) and the notification received by a registered supplier (i.e. Casey Dalton).",Not Awarded,,20201117 Universal College of Learning,20633334,Request for Proposals,Open Competition,External Legal Services,,20190124,20190214,20190408,Corporate Assurance & Risk,Sole Agency,No,N/A,"UCOL is seeking a solution that will standardise its procurement of External Legal Services by appointing a Panel of subject experts across a number of categories which will support responsible spending, deliver quality of service and responsiveness, and establish best procurement practice. Respondents will have the ability to add value and maximise results by offering a high level of knowledge, capability and capacity to support UCOL in achieving its business goals. Respondents will be able to tender for any number of categories where there is a fit with UCOL???s criteria.",Awarded,"Thank you for taking the opportunity to submit a proposal for external legal services. UCOL???s evaluation process has now concluded and we regret to advise that following an assessment against the evaluation criteria your Proposal was not successful. The Proposals we received were of a very high quality and it was a difficult evaluation process to undertake with so many high calibre candidates engaged in the process. The successful suppliers??? names will be published on the Government Electronic Tenders Service (GETS) once the contract has been awarded. We would like to thank you for your interest and for the time and effort you put into preparing and submitting your Proposal.",20201117 University of Auckland,1309237,Request for Proposals,Open Competition,Scanning Electron Microscope,C14-023,20140728,20140826,20141029,,Sole Agency,No,,"The Faculty of Arts is home of the humanities, social sciences, languages and indigenous studies at the University of Auckland. As New Zealand???s leading faculty of arts, the faculty is dedicated to excellence in teaching and research across a diverse ranges of areas. The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for the provision of a Scanning Electron Microscope (SEM) to support the Faculty???s research programs and deliver: ??? a solution that assists the University to meet its objectives ??? benefits from the effective use of technology ??? a cost effective and efficient outcome This RFP will allow potential suppliers to define and price a solution that meets the Products specifications and requirements included with this document. It also allows for innovative solutions that reflect the successful supplier???s knowledge of their industry and the Products and services sought.",Not Awarded,Coherent Scientific were the successful vendor for this RFP.,20201117 University of Auckland,3879818,Request for Proposals,Open Competition,"Mass Spectrometer, Single Quadrupole LC-MS System",C14-021,20140901,20140926,20141218,,Sole Agency,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for the provision of a bench top Mass Spectrometer, a Single Quadrupole LC-MS System to support the University of Auckland School of Medical Sciences, Auckland Cancer Society Research Centre (ACSRC), for research applications involving direct injection analysis and characterisation of components in chemistry reaction mixtures and chromatography fractions. Please see Addenda item 1 for Instructions to Respondents",Awarded,"Awarded to Agilent NZ, for 6100 Series Single Quad LC/MC, Model 6120 MS.",20201117 University of Auckland,3962272,Request for Proposals,Open Competition,Motion Analysis Laboratory Equipment,C14-027,20140901,20140922,20141104,,Sole Agency,No,,"The Faculty of Engineering at the University of Auckland is New Zealand???s leading engineering faculty. More than 3,600 students study at undergraduate, postgraduate and research postgraduate level. Much of the work undertaken is of a world-class level, while in many areas, the research programs, and academics and students involved, are clearly leading the world in their discoveries and developments. The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier or suppliers for the supply of Motion Analysis Laboratory Equipment to support the Faculty???s research programs and deliver:",Awarded,,20201117 University of Auckland,4347188,Request for Proposals,Open Competition,RFP C14-025 Human Patient Simulator System,RFP C14-025,20140911,20141002,20141223,,Sole Agency,No,"Level 8, 49 Symonds Street, Auckland , Private Bag 92019, Victoria Street West, Auckland 1142",The objective in releasing this Request for Proposal is to identify a preferred supplier for the provision of a Human Patient Simulator to permit students to practice clinical skills in a safe environment and with the ability to reflect on their performance. The simulator will also be used as part of continuing medical education for physicians and nurses.,Awarded,,20201117 University of Auckland,7463452,Request for Proposals,Closed Competition,Strategic Communications Services,C15-002,20141216,20150204,20150217,,Sole Agency,No,,"The University of Auckland (UoA) is intending to launch a major global fundraising campaign to ???go public??? in September 2015, you have been identified as a potential agency/consultant that has good strategic brand capability and understanding of brand purpose/values/essence and personality. Therefore we would like to invite you to respond to the attached Request for Proposal (RFP) for the provision of strategic communications and creative design services. Please review this document, in particular clause 1.2.3 and the timetable (table 2) for this process. The attached instruction document explains how to register your intention to respond to this RFP which must be received no later than 3pm on Monday 22 December. In addition a booklet will be sent to you by the Alumni Relations and Development (ARD) Office which showcases a previous campaign that was very successfully for the University of Auckland.",Awarded,,20201117 University of Auckland,8854558,Request for Proposals,Closed Competition,Function Catering Services,C14-028,20150216,20150316,20150730,,Sole Agency,No,,"The University of Auckland (the University) was founded in 1883 and is New Zealand???s (NZ) leading university, with the highest ranking of any NZ university in the World Top 100 Universities and The Times Top 200 World Universities. It is also NZ???s largest university, with just under 40,000 students and 4,500 full time staff. The University is committed to academic and operational excellence, with one of its strategic goals being to ???safeguard the long-term viability and autonomy of the University of Auckland through excellent financial management???. To this end, the University has embarked on procurement initiatives that ensure we implement quality based supply relationships that provide outstanding value and service. Campus Life is a Service Division that supports an engaging and inclusive campus experience for students at the University of Auckland. Campus Life is responsible for delivery of Function Catering services outlined in this Request for Proposal (RFP). The purpose of this RFP is to secure a Function Catering Agreement (???Agreement???) with a small panel of Appointed Function Caterers ???AFCs??? that will supply function catering services across the University campuses to the Standard and expectations outlined within this RFP.",Not Awarded,,20201117 University of Auckland,10072449,Request for Proposals,Open Competition,Atomic Force Microscope,C15-005,20150323,20150420,20150729,,Sole Agency,No,,"The product being procured is an Atomic Force Microscope (AFM) suitable for research applications in the interdisciplinary field of advanced materials bridging Science, Engineering and Medicine in the area of nanotechnology. The instrument must be capable of performing all major imaging techniques. The University of Auckland expect respondents to offer an instrument that can resolve atomic point defects and can image the twin strands of the DNA helix, have full environmental control and also have high-resolution fast scanning capability. Please read the Instructions To Respondents document contained in the RFP document suite before responding. Best regards Mr Gary Grainger -Procurement, University of Auckland, New Zealand",Awarded,.,20201117 University of Auckland,10466170,Request for Proposals,Open Competition,Scanning Electron Microscope,C15-009,20150401,20150424,20160205,,Sole Agency,No,,"C15-009: The Product being procured by the University of Auckland, New Zealand, is a BENCH-TOP Scanning Electron Microscope (SEM) expected to complement existing imaging equipment within the Biomedical Imaging Research Unit (BIRU) and provide additional modality for researchers in the Schools of Medical Sciences, Medicine and Pharmacy. The SEM is expected to make it relatively simple for any skill level of operator to obtain outstanding SEM images in a few minutes from sample loading to imaging. It must not require specialised fittings, plumbing or electrical requirements. Full specification details appear in the MS Excel Work Book included in the RFP document pack.",Awarded,,20201117 University of Auckland,12054445,Request for Proposals,Open Competition,Gas Chromatography / Mass Spectrometry,C15-007,20150519,20150616,20160205,,Sole Agency,No,,"C15-007: The University of Auckland has a requirement for a bench-top Gas Chromatography / Mass Spectrometer with head space analyser suitable for use in food analysis for the quantitative and/or analysis of food composition, natural products, food additives, flavour and aroma components, a variety of transformation products, and contaminants, such a pesticides, fumigants, environmental pollutants, natural toxins and veterinary drugs.",Awarded,.,20201117 University of Auckland,13353362,Request for Proposals,Open Competition,RFP C15-032 Electricity Supply and Purchase - University of Auckland,C15-032,20150625,20150724,20151105,,Sole Agency,No,,"The University of Auckland is seeking proposals for the supply of Electricity over durations of 2 to 5 year terms This RFP covers: ??? ToU Electricity Procurement for Sectors 300 & 500 (2 x ToU ICP???s); ??? Electricity Purchase for Sector 500 (1 x ToU ICP); ??? ToU Electricity Procurement for Newmarket Campus (1 x ToU ICP); ??? ToU Electricity Procurement for Carlaw Park Student Accommodation (1 x ToU ICP); ??? Non-ToU Electricity Procurement for 34 sites ranging from Whangarei, Waiheke, Central Auckland & Ardmore. Combined Electrical load is ~23GWh. Site details are set out as part of to the RFP documentation The RFP closing date is 24 July 2015 at 1700hrs",Awarded,"3M p.a., 9M over term of three year contract.",20201117 University of Auckland,13594110,Request for Proposals,Open Competition,"Photonics Package (Mask Writer, Fusion Splicer Station, Infra-Red Optical Spectrum Analyser)",C15-019,20150706,20150803,20151016,,Sole Agency,No,,"The Product being procured is a Photonics Package comprising of; ??? Mask Writer suitable for laser micromachining of photomasks (metal on various substrates) and direct writing laser photolithography and micromachining of other materials. It must be reliable, robust and suitable for a multiuser facility in a university research setting. ??? Fusion Splicer station suitable for cleaving and splicing large mode area polarisation maintaining fibres, tapering fibres to micron diameter and the formation of fibre couplers and endcaps. ??? Infra-Red Optical Spectrum Analyser suitable for measurement of optical signals between 1.2 and 2.4 um suitable for the spectral measurement of near and mid-IR optical sources operating within this region. For example, fiber lasers or microresonator frequency combs. Respondents may offer for one, two or all three of the aforementioned items that comprise the Photonics Package, The University of Auckland was founded in 1883 and is New Zealand???s leading and largest university. **PLEASE READ THE RFP ADDENDUM 01 REFERRING TO THE SPREADSHEETS**",Awarded,,20201117 University of Auckland,16817743,Request for Proposals,Open Competition,RFP C15-034 Accomodation Cleaning Services - University of Auckland,C15-034,20150918,20151016,20160210,,Sole Agency,No,,"The University of Auckland is seeking to appoint a cleaner to provide cleaning services at its four self-catered Residences and two catered Halls of Residence, with the potential of 2 additional properties added in 2017. Other properties may also be added in the future. The University is seeking tenders from invited parties for the cleaning of the common areas and access ways in the various buildings, which must be maintained throughout the year to a high standard. In addition the successful tenderer will, on an ???as required??? basis, prepare the bedrooms for incoming residents, as well as clean and tidy the rooms when the residents check out.",Awarded,,20201117 University of Auckland,17117629,Request for Proposals,Open Competition,Mass Spectrometer for specialist molecular analyses,C15-044,20160118,20160216,20160704,,Sole Agency,No,,"The product to be offered must be a Mass Spectrometer suitable for targeted analytical quantitation of small molecules. Full specification details appear in the MS Excel Work Book included in the RFP document pack. The University hopes to be able to raise an order during the second or third quarter of 2016. Respondents are asked to carefully read and abide by the instructions contained in the tender pack, taking care to fully understand the requirements of the tender process, the evaluation criteria and our end-users expectations. Our reference C15-044 must be quoted in all correspondence related to this tender.",Awarded,The University of Auckland awarded agreement C15-044 to Thermo Fisher Scientific NZ Ltd for the supply and support of qty one TSQ Quantiva Triple Stage Quadrupole Mass Spectrometer package.,20201117 University of Auckland,17177271,Request for Proposals,Open Competition,High temperature ??? high pressure reactor system,C16-003,20160204,20160307,20160622,,Sole Agency,No,,"The University of Auckland asks suitable suppliers to provide offers for a High Temperature ??? High Pressure Reactor system for Teaching and Research, and suitable for students to carry out chemical reaction experiments at elevated temperature and pressure. The reactor will be used in many branches of chemical technology. The reaction vessel must be between 1.0 L and 1.2 L total volume and be able to operate under highly controlled batch mode. It should be compatible with organic solvents, chlorine, and alkali solutions as much of our organic waste, industrial waste, mineral products and phytochemical or health extracts will contain significant amounts of organic solvents or alkali. Please follow the instructions contained in the attached Instructions to Respondents.",Awarded,The University of Auckland awarded the contract for a high temp/high pressure reactor to CI Scientific (AU) for the supply and support of 2 Amar Equipment PVT Ltd systems.,20201117 University of Auckland,17190019,Request for Proposals,Open Competition,Enclosed tissue culture system,C15-023,20160209,20160308,20161206,,Sole Agency,No,,"The Product to be offered must be a closed incubation system suitable for containing material in a controlled environment separate from the outside air for manipulating cells and tissues inside a sealed tissue culture compartment by using gloved manipulators and they will live in a completely enclosed environment of quite limited volume (compared with the surrounding room), and the control of temperature, humidity, gasses and air quality / sterility will be controlled and monitored. Specifications include the requirement for ISO 5 Class A HEPA Filtered air quality and meeting GMP standards and FDA/TGA Approved Regulations. Further specification details appear in the MS Excel Work Book included in the RFP document pack.",Awarded,,20201117 University of Auckland,17197772,Request for Proposals,Open Competition,RFP C16-004 Electricity Supply and Purchase - University of Auckland,C16-004,20160210,20160229,20170704,,Sole Agency,No,,"The University of Auckland is seeking proposals for the supply of Electricity over durations of 2 and 3 year terms This RFP covers: ??? Time of Use (ToU) Electricity Procurement for 39 ToU ICP's; Combined Electrical load is ~47.6GWh Site details are set out as part of to the RFP documentation The RFP closing date is 29 February 2016 at 1700hrs",Awarded,,20201117 University of Auckland,17307842,Request for Proposals,Open Competition,RFP C15-030 Small/Medium Offset and Digital Print Supply - University of Auckland,C15-030,20160311,20160404,20170704,,Sole Agency,No,,"The University of Auckland has 4 broad categories for print services. These cover stationary, small/medium offset and digital, large run web/offset and a print on demand solution for a certain publication. The Purpose of this RFP is to invite suppliers to submit and indicative commercial proposal for two of these subcategories, small, medium offset and digital print subcategories. Submissions can be made for one or both of these subcategories. The University is seeking to appoint a small panel of suppliers for each of these sub-categories and secure contract for a minimum period of 3 years. The University???s preference is for direct relationships with printing organisations that have print production capability as part of any supplier panel, however if an alternative business model is presented which significantly benefits and enhances the University???s print quality, service and brand integrity it will be considered",Awarded,,20201117 University of Auckland,17327189,Request for Proposals,Closed Competition,High temperature ??? high pressure reactor system (B),C16-003(B),20160318,20160322,20160622,,Sole Agency,No,,"The University of Auckland asks suitable suppliers to provide offers for a High Temperature ??? High Pressure Reactor system for Teaching and Research, and suitable for students to carry out chemical reaction experiments at elevated temperature and pressure. The reactor will be used in many branches of chemical technology. The reaction vessel must be between 1.0 L and 1.2 L total volume and be able to operate under highly controlled batch mode. It should be compatible with organic solvents, chlorine, and alkali solutions as much of our organic waste, industrial waste, mineral products and phytochemical or health extracts will contain significant amounts of organic solvents or alkali. Please follow the instructions contained in the attached Instructions to Respondents.",Not Awarded,The University of Auckland awarded the contract for a high temp/high pressure reactor to CI Scientific (AU) for the supply and support of 2 Amar Equipment PVT Ltd systems.,20201117 University of Auckland,17374515,Request for Proposals,Open Competition,LC/MS/MS (new or upgrade of existing instrument),C16-002,20160411,20160510,20160722,,Sole Agency,No,,"LC/MSMS - Supply / Support (NEW Product or UPGRADE existing Product); LC/MSMS- the University currently has an LCMS on site and the object of this tender is to provide suitable suppliers with the opportunity to provide a replacement instrument that includes LC/MSMS OR provide a compatible upgrade to the existing instrument to provide LC/MSMS. Respondents may offer more than one option, but must make it clear in each submission which option they are offering; a new instrument or an upgrade to the existing instrument.",Awarded,,20201117 University of Auckland,17387667,Request for Proposals,Open Competition,Scanning laser vibrometer,C16-001,20160414,20160512,20160811,,Sole Agency,No,,"**PLEASE NOTE THAT THE TENDER DOCUMENTS ARE IN THE ADDENDA SECTION OF THIS TENDER** The University of Auckland requires a Scanning Laser Vibrometer for general purpose laboratory use on a wide range of research projects. Applications are typically vibrations, structural dynamics and acoustics in the audio-frequency range, although some applications could be at higher frequencies. The typical size of structures varies from small (mm-scale) to objects with dimensions of a few metres. The vibrometer will be used in the research labs of the Department of Mechanical Engineering. Research activities include those of the Dynamics and Control, Mechatronics, Acoustics, Microfabrication and Manufacturing Systems Research Groups. It will be used in a diverse range of one-off projects by a substantial number of users (researchers, academics and research students). While it will be routinely supported by University technicians, it is important that it is relatively easy to use and has an intuitive interface for relatively inexperienced users, both for setting up scan points and in taking measurements. We will measure vibrational velocity or frequency responses, with perhaps shaker or hammer excitation, and will export the data to Matlab (or other) for subsequent post-processing. Animation of ODS is required and modal analysis capability would be useful. It is essential that the Laser Safety Class be I or II due to the locations in which it will be used. Our research needs vary, therefore, while operating on a limited budget, any features which would enhance our capabilities would be of interest, (e.g. broader frequency or measurement range etc).",Awarded,,20201117 University of Auckland,17395000,Request for Proposals,Open Competition,CD Spectrophotometer,C16-006,20160418,20160516,20160811,,Sole Agency,No,,"The University requires a circular dichroism spectrophotometer to replace a current instrument and support research in the assembly and aggregation of protein structures. It will be an essential piece of equipment for a large number of researchers engaged in protein science research within our School of Biological Sciences. We seek a reliable instrument with good technical support and the ability to accommodate multiple users. The instrument must be compatible with an existing nitrogen generation facility, which means it must be successfully purged with 8-10L /min of nitrogen.",Awarded,,20201117 University of Auckland,17560741,Request for Proposals,Open Competition,RFP C16-014 Transactional Banking Services - University of Auckland,C16-014,20160530,20160630,20161214,,On behalf of procurement agent,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for the provision of transactional banking related services to the University of Auckland: ??? a solution that assists the University to meet its objectives ??? benefits from the effective use of technology ??? a cost effective and efficient outcome The University of Auckland is seeking proposals for the provision of the following banking services: ??? Electronic Transaction Processing Services; ??? Foreign Exchange services; ??? Card services; ??? Payment Gateway; and ??? Other related Transactional Banking services, such as cash collection.",Awarded,,20201117 University of Auckland,17891933,Request for Proposals,Open Competition,"Elemental Analyser (Carbon, Nitrogen, Sulphur)",C16-032,20160912,20161010,20161117,,Sole Agency,No,,"The University requires an Elemental Analyser (Carbon, Nitrogen, Sulphur) suitable for an environmental laboratory to analyse plant, soil, sediments, rocks and other solid materials for carbon (C), nitrogen (N), and sulphur (S). The analysis of concentrations of C, N, and S in environmental samples will be a central component of environmental research targeted towards issues of environmental compliance and monitoring, carbon sequestration, nutrient management, soil assessments, paleoecology and climate change. The elemental analyser will be critical for the success of several research groups within the School of Environment and postgraduate students. The Analyser will be a replacement for an existing instrument and must be capable of analysing environmental samples originating from an array of study systems, (soils, sediments, leaves, wood, mineral, etc.), with widely ranging concentrations of elements. Respondents must explain in their proposal how they provide customer support including response times for customer queries and any scheduled or unscheduled maintenance.",Awarded,,20201117 University of Auckland,17951664,Request for Proposals,Open Competition,RFP C16-034 Gas Supply and Purchase - University of Auckland,C16-034,20160923,20161014,20161214,,Sole Agency,No,,"The University of Auckland is seeking proposals for the supply of Gas over durations of 2 and / or 3 year term This RFP covers: ??? Gas Procurement activity for 20 x ICP sites; Site details are set out as part of to the RFP documentation The RFP closing date is 14 October 2016 at 1700hrs",Awarded,,20201117 University of Auckland,17976865,Request for Proposals,Open Competition,X-Ray Diffraction (XRD) System,C16-033,20161003,20161031,20161214,,Sole Agency,No,,"The University of Auckland requires a basic XRD system that is average sized, with theta/theta goniometer, big enough to potentially accommodate future upgrades i.e. parallel beam. We expect a high quality linear detector and exemplarity customer support. Supplier performed preventative maintenance must be optional. The project is budget constrained and Suppliers are encouraged to offer more than one system if they have a range of solutions.",Awarded,,20201117 University of Auckland,18045405,Request for Proposals,Open Competition,Single-crystal X-Ray Diffraction (XRD) system,C16-030,20161019,20161115,20161206,,Sole Agency,No,,"The University requires a single-crystal X-ray diffraction (XRD) system that will be used for determining the molecular and crystal structures of compounds in the chemical and (molecular) biological sciences. The instrument will replace an aging single-crystal XRD currently being used for the analysis of small molecules. The new XRD is expected to be able to operate with two sources allowing for crystals of small molecules structures and small proteins to be measured and must contain a very fast and high-resolution detector, allow for temperature dependent measurements and a very user friendly software package to allow for most efficient data processing. We expect suppliers to be able to provide exceptional customer support and maintenance.",Awarded,,20201117 University of Auckland,18377069,Request for Proposals,Closed Competition,RFP C16-035 Grocery/Supermarket/Convenience Store,C16-035,20170210,20170306,20170704,,Sole Agency,No,,"The University of Auckland is seeking a trusted grocery/supermarket/convenience store (‘the Store’) to enter into a licence to occupy and retail trading agreement to supply high value, low cost grocery and convenience items that will meet the demands of the University of Auckland student and staff population. This Request for Proposa (RFP)l is the second phase in a two phase procurement process to find a retail grocery store operator on Campus. The original RFI process was conducted in November / December 2016.",Awarded,,20201117 University of Auckland,18477210,Request for Proposals,Open Competition,RFP 16-036 Vehicle Fleet Management - University of Auckland,C16-036,20170317,20170414,20170925,,Sole Agency,No,,"The University of Auckland and its subsidiaries is looking to select a vehicle fleet management vendor who can deliver a high quality, well managed, efficient service that provides value for money. The University vehicle fleet mix comprises of purchased passenger vehicles, leased passenger vehicles (leased from one third party company who is not the fleet manager) and non-road registered vehicles. The day to day management of vehicles within the University is done by individual Faculties and Departments. The Closing date for this RFP is Friday 14/04/2017 at 1300 hrs.",Awarded,,20201117 University of Auckland,18630691,Request for Proposals,Open Competition,Laser Ablation System - purchase and support,C17-007,20170508,20170605,20170907,,Sole Agency,No,,"The University of Aucklnad requires a deep UV laser ablation system for minor and trace element analysis by ICPMS. The system will be a key tool for geochemical research, whereby material will be sampled in situ across tiny areas (typically <100 microns) and delivered into an inductively coupled plasma mass spectrometer (ICPMS) to measure minor and trace element concentrations down to parts per billion (ppb) levels. Measurements will be made across a wide variety of sample types including rock thin sections, single crystals, volcanic ash, meteorites, speleothems, tree rings, fish scales and ear-bones, and biological organs such as brain tissue. A reliable and accurate laser ablation system with low backgrounds is required to obtain high quality data. The School of Environment currently has access to a reliable ICPMS. However, a reliable, easy-to-use laser ablation system is a critical investment if the University is to retain external research grants and postgraduate students, and is crucial for the success of several research groups within the School of Environment and a growing number of postgraduate students who rely on this type of equipment. We expect suppliers to offer a robust system, and exceptional customer support and after-market maintenance capability.",Awarded,,20201117 University of Auckland,18654139,Request for Proposals,Open Competition,High Resolution Impedence Manometry (HRIM) Equipment,C17-006,20170515,20170612,20170810,,Sole Agency,No,,"The University of Auckland is publishing this opportunity with a view to procuring a High Resolution Impedence Manometry (HRIM) system. HRIM provides an important next-step in developing the strategy and direction of the University???s newly formed UoA Swallowing and Voice Laboratory. The Laboratory has been highly productive and is rapidly gaining international attention. There has been increasing interest from international students, PhD candidates and post-doctoral Researchers. The HRIM system will be expected to complement the strong foundation work that has been developed and dovetail seamlessly into the University???s current Research programme and strategy. It must allow the University to participate in international studies and benchmark the University against well-known International Swallowing Laboratories. We expect it to provide an exceptional learning opportunity for our students and researchers with appeal across multiple Faculties, specialities and teaching programmes. Students and researchers successfully using the HRIM equipment will become expert users who may develop a preference for using the selected brand / model and it may be an important career factor should they leave the University.",Awarded,,20201117 University of Auckland,18654218,Request for Proposals,Open Competition,CNC Lathe and CNC Milling Machine,C17-009,20170512,20170609,20170822,,Sole Agency,No,,"The University of Auckland requires a CNC Lathe and CNC Milling Machine for the Auckland Bioengineering Institute to assist with research activities and rapid prototype testing. The procured CNC Milling Machine must be a 5 axis simultaneous mill with a swivel rotary table. The machine must have a minimum 16 tool turret/station SK/BT 40 and minimum 10,000 RPM. Minimum X travel 500mm, minimum Z travel 400mm and minimum Y travel 450mm is required; as well as a manual control. The procured CNC Lathe must have a minimum 6 inch chuck and controlled electronically using a Fanuc controller, and have a minimum of 12 live tool stations. X,Y,Z and C axis must be controllable. It must also provide the option of sub spindle. Both machines must: ??? have standard CNC accuracy and repeatability ??? be able to manufacture small parts, mostly made from aluminium with some parts made from stainless steel and steel ??? usage typical for engineered parts manufactured in a research and development facility ??? must comply with Australian / New Zealand safety standards Students and researchers successfully using the CNC Lathe and CNC Mill will become expert users who may develop a preference for using the selected brand / model and it may be an important career factor should they leave the University.",Awarded,,20201117 University of Auckland,18739568,Request for Proposals,Open Competition,Femtosecond - High Energy Laser System,C17-013,20170613,20170710,20171101,,Sole Agency,No,,"The University of Auckland's Photon Factory requires a femtosecond laser system that when coupled to a micro-machining station, needs to be able to deliver high energy (> 1 mJ) short pulses (from < 600 fs to > few ps) at various repetition rates (from single shot to > 100 kHz) to perform micro-machining experiments on various media.",Awarded,.,20201117 University of Auckland,19019019,Request for Tenders,Closed Competition,University of Auckland - Facilities Maintenance Services - Newmarket Campus,PS17-3-01,20170912,20171013,20180403,,Sole Agency,No,,"The University of Auckland is seeking tenders for the provision of Facilities Maintenance Services, Newmarket Campus. The services include Preventative Maintenance and Corrective Maintenance for the following trades and equipment: Air Conditioning; General Electrical; General Mechanical; Plumbing; Gas and Drainage; Building and Carpentry and Service Coordination(for on-site service delivery of client engaged contractors associated with Chillers; Vertical Transport; Fire Systems; Access Control; Sliding and Roller Doors; Controls Engineering. Your organisation has been selected to participate in this RFT on this basis of your response to an Expression of Interest. Please confirm you have received this RFT (and how many representatives will attend the site briefing) by 12midday Friday, 15 September. (Attachment E lists suppliers who have registered their interest in supplying a subset of the maintenance services required at the Newmarket Campus. These suppliers were not invited to submit their own tender due to a more limited scope of services. The University is passing on their contact information as there may be interest in utilising their services as a sub-contractor within your firm???s tender submission.)",Awarded,,20201117 University of Auckland,19056887,Request for Proposals,Open Competition,RFP C17-017 Retail Cafe Operator - Business School - University of Auckland,C17-017,20170922,20171025,20190328,,Sole Agency,No,,"The University of Auckland is seeking to appoint a Caf?? Operator to enter into a Licence to Occupy and Retail Trading Agreement to supply high value, reasonable cost caf?? services to meet the demands of the University of Auckland student and staff population in the Owen G Glenn building (OGGB) situated on 12 Grafton Road Auckland Central. More detail of the offering can be found in the 'Request for Proposal - Respondent Instructions' attached to this RFP Key dates regarding this RFP Last date for lodgement of proposal intention to participate - 28th September 2017 @ 13:00 hrs Last date for respondents written questions through GETS - Friday 13th October 2017 @ 15:00 hrs RFP closing date - Wednesday 18th October 2017 @ 13:00 hrs",Awarded,,20201117 University of Auckland,19073437,Request for Tenders,Closed Competition,University of Auckland - Facilities Maintenance Services - Accommodation Buildings,PS17-3-02,20171004,20171103,20180403,,Sole Agency,No,,"The University of Auckland is seeking tenders for the provision of Facilities Maintenance Services, The services include Preventative Maintenance and Corrective Maintenance for the following trades and equipment: Air Conditioning; General Electrical; General Mechanical; Plumbing; Gas and Drainage; Building and Carpentry. Your organisation has been selected to participate in this RFT on this basis of your response to the earlier Expression of Interest. Please confirm you have received this RFT (and how many representatives will attend the site briefing) by 12midday Thursday 5 October. (Attachment E lists suppliers who have registered their interest in supplying a subset of the maintenance services required. These suppliers were not invited to submit their own tender due to a more limited scope of services. The University is passing on their contact information as there may be interest in utilising their services as a sub-contractor within your firm???s tender submission.)",Awarded,,20201117 University of Auckland,19123362,Request for Proposals,Open Competition,RFP C17-027 Non-ToU Electricity Supply and Purchase - University of Auckland,C17-027,20171011,20171030,20171211,,Sole Agency,No,,"The University of Auckland is seeking proposals for the supply of Non- ToU Electricity over durations of 24 and 36 month terms This RFP covers: ??? Non-Time of Use (Non-ToU) Electricity Procurement for 42 non-ToU ICP's; Total Combined Electrical load is ~1.1GWh Site details are set out as part of to the RFP documentation The RFP closing date is 30 October 2017 at 1700hrs",Awarded,,20201117 University of Auckland,19198110,Request for Tenders,Closed Competition,University of Auckland - Facilities Maintenance Services - City Campus,PS17-3-03,20171103,20171201,20180403,,Sole Agency,No,,"The University of Auckland is seeking tenders for the provision of Facilities Maintenance Services - City Campus, The services include Preventative Maintenance and Corrective Maintenance for the following trades and equipment: Air Conditioning; General Electrical; General Mechanical; Plumbing; Gas and Drainage. The University is also requesting the contractor to provide Service Coordination and 24/7 Alarm Response. Your organisation has been selected to participate in this RFT on this basis of your response to the earlier Expression of Interest. Please confirm you have received this RFT (and how many representatives will attend the site briefing) by 12midday Tuesday 7 November. (Attachment E lists suppliers who have registered their interest in supplying a subset of the maintenance services required. These suppliers were not invited to submit their own tender due to a more limited scope of services. The University is passing on their contact information as there may be interest in utilising their services as a sub-contractor within your firm???s tender submission.)",Awarded,,20201117 University of Auckland,19438164,Request for Proposals,Open Competition,"RFP C17-022 Audio/ Visual, Lighting, Rigging and Staging Services",C17-022,20180209,20180309,20180608,,Sole Agency,No,,"The University would like to have a nominated full service audio, visual, lighting, rigging and staging supplier who can provide the University with a high level of service and state of the art production equipment for University events (both on and off campus). The types of events that are most common throughout the University are: ??? Seminars; ??? Workshops; ??? Public lectures; ??? Dinners; ??? Award ceremonies; and, ??? Student engagement activities. This preferred supplier would work closely with our internal Event Services audio-visual & technical team to ascertain client requirements for events, and may work on projects/events for the University faculties, departments and service divisions, in consultation with or collaboratively with the University???s Event Services team. On occasion the preferred supplier will need to provide the University with staff (technicians) to assist with the setting up of events; running of events; and, packing up of equipment at the conclusion of the events. The University would like to have a preferred supplier that can provide a large assortment of equipment for hire, so that all events held throughout the University can be of the same excellent standard. Outlined below is a list of equipment that the University may require. This list is to provide suppliers with an overall idea of what may be required.",Awarded,,20201117 University of Auckland,19500719,Request for Proposals,Open Competition,5-Axis Vertical Machine Centre,C18-007,20180303,20180403,20180724,,Sole Agency,No,,"The University of Auckland has a requirement for a 5-Axis Vertical Machine Centre. This machine will be located at our Faculty of Engineering workshops in Auckland. The machine will allow the manufacture of complex components that cannot currently be manufactured in our workshops. The machine will support research projects for academics and postgraduates in the Faculty of Engineering and the wider University community. Please see the attached RFP pack for further details. PLEASE SEE ADDENDA 1 FOR CURRENT VESION OF THE INSTRUCTIONS TO SUPPLIERS DOCUMENT",Awarded,"The University of Auckland has awarded this contract to Global Machine Tools Limited, for the supply and support of a 5-Axis Vertical Machine Centre (MATSUURA MX520). The University of Auckland thanks all the respondents for participating in this tender process.",20201117 University of Auckland,19567221,Request for Proposals,Open Competition,Field-Emission-Electron Probe Micro-Analyser (FE-EPMA),C18-008,20180323,20180509,20190318,,Sole Agency,No,,"The University of Auckland's Faculty of Science, School of Environmental Sciences has a requirement for a Field-Emission - Electron Probe Micro-Analyser (FE-EPMA). It is expected that this instrument will be utilised across various University faculties including: Science, Engineering, Medicine and Arts. There is also an extremely broad range of potential users, both internally and externally, including the areas of Materials and Metals, Science for Technological Innovation and Space Sciences. This instrument will be a magnet for international collaborations and attract the top echelon of domestic and international postgraduate students to The University of Auckland. The instrument will support research projects for academic, postgraduate in the Faculty of Science, Engineering, Medicine and Arts.",Awarded,,20201117 University of Auckland,19884287,Request for Proposals,Open Competition,Single-crystal XRD,C18-018,20180707,20180813,20181119,,Sole Agency,No,,"The University of Auckland was founded in 1883 and is New Zealand???s (NZ) leading University, with the highest ranking of any NZ University in the World Top 100 Universities and The Times Top 200 World Universities. It is also NZ???s largest University, with just under 40,000 students and 4,700 full time staff. The University requires a sealed-source single-crystal X-ray diffractometer, capable of generating X-rays and collecting X-ray diffraction data from single crystals for use in macromolecular crystallography for our School of Biological Sciences, situated within ourFaculty of Science; a diverse school with a leading structural biology division that utilises single crystal diffraction to investigate the structure of proteins involved in human health, disease, and biotechnology, with accompanying biophysical and drug discovery platforms. Please view the attached tender pack for further details. Gary Grainger - University of Auckland",Awarded,,20201117 University of Auckland,19920883,Request for Proposals,Open Competition,Functional near-infrared spectroscopy (fNIRS) platform,C18-024,20180717,20180822,20181105,,Sole Agency,No,,"The University of Auckland's Faculty of Science requires a portable functional near-infrared spectroscopy (fNIRS) system to establish a new capability that complements existing brain research conducted within our Department of Exercise Sciences by investigators affiliated with the Centre for Brain Research. The user group includes Professor Winston Byblow and other researchers with expertise in movement neuroscience, exercise physiology, nutritional neuroscience. Professor Byblow is Director of the Movement Neuroscience Laboratory. His research team examines the neural control of movement in health and disease, including ways to enhance motor recovery after stroke, and improve movement abilities of people with movement disorders. Professor Byblow is recognised as a leader in his field, and his work uses advanced techniques in neurophysiology and neuroimaging. Please read the attached documents for further details and remember; ??? Read all documents carefully ??? Complete and return the ???RESPONDENTS UNDERTAKING AND CONFIRMATION OF INTENTION TO LODGE PROPOSAL: ??? (Table 5) by email to gary.grainger@auckland.ac.nz before Wednesday 25 July 2018 ??? Ask questions by GETS before the question period closes ??? Provide responses by GETS before the closure time ??? Return the documents by GETS with tables completed, (not in PDF and not password protected) ??? Return the MS Spreadsheet by GETS with ???X??? in the correct columns and include sufficient comments etc., (don???t leave cells blank and don???t answer with just ???yes??? or ???no???) ??? Do not include Respondent???s T&C???s ??? Include installation requirements document",Awarded,Brainsight2 TMS neuronavigation system,20201117 University of Auckland,20011119,Request for Proposals,Open Competition,RFP C18-034 TOU Electricity Supply and Purchase - University of Auckland,C18-034,20180810,20180824,20181002,,Sole Agency,No,,"The University of Auckland is seeking proposals for supply and purchase of electricity for a duration of 24 & 36 month terms. This RFP covers: ??? Electricity Purchase for Sector 500 (1 x ToU ICP); ??? ToU Electricity Procurement for 30 sites, including Sector 500. Total Combined Electrical load is ~37GWh. RFP Closing Date and Time :Friday 24th August 2018 @ 1300 hrs",Awarded,,20201117 University of Auckland,20195857,Request for Proposals,Closed Competition,RFP C18-010 Internal Audit Services - University of Auckland,C18-010,20180921,20181019,20190118,,Sole Agency,No,,"The University of Auckland is looking for provider who has the capability, track record and experience to manage the large University internal audit programme and deliver proposed audits for a minimum of 3 years. The University applies the risk-based methodology to develop its internal audit programme which is based on a three-year rolling plan and is reviewed/updated on an annual basis. The programme may cover any areas of the University and is aimed to provide a balance between the assurance over core controls, systems and processes and the improvement opportunities to enhance processes and provide control advice on emerging risks. Closing date for this RFP is Friday, 19 October, 2018, 13:00 hrs",Awarded,,20201117 University of Auckland,20359459,Request for Tenders,Closed Competition,UoA Asbestos Survey and Site Specific Management Plans,PS18_3_01,20181102,20181122,20181214,,Sole Agency,No,,"Request for Tender relating to previous Expression of Interest for Asbestos Management Surveys and Site Specific Management Plans. Please see attached RFT document for detail.",Awarded,,20201117 University of Auckland,20793206,Request for Proposals,Open Competition,C19-004 Femtosecond Time Resolved Fluorescence Spectrometer,C19-004,20190301,20190402,20190624,,Sole Agency,No,,"The University of Auckland requires a Femtosecond Time Resolved Fluorescence Spectrometer that will be a state of the art femtosecond time resolved fluorescence up-conversion system with customisable features. It must be user friendly, reliable, customisable with automated system setup and data acquisition, and must be able to reliably and reproducibly analyse the ultrafast dynamics in a range of molecular and solid state systems. We expect to be able to easily reach customer support either locally or remotely, and with fast response times through email. Customer support should be available for troubleshooting through video conferencing. Support should also be available for onsite visits in the event of significant problems. Potential respondents should email the TABLE 5 called ""Respondents Undertaking and Confirmation of Intention To Lodge Proposal"" located in Appendix B in the document called"" C19-004 RFP Instructions to Respondents"" to gary.grainger@auckland.ac.nz by Monday 11 March 2019 13:00 NZT.",Awarded,,20201117 University of Auckland,20885053,Request for Proposals,Open Competition,RFP C19-027 TOU Electricity Supply and Purchase - University of Auckland,C19-027,20190327,20190409,20190429,,Sole Agency,No,,"The University of Auckland is seeking electricity submissions for the supply duration of five (5), 17 & 29 months under the following supply options: 1) Spot billing administration rates for: 01 May 2019 to 30 September 2019. and 2) Fixed Price Variable Volume (FPVV) rates for: 01 May 2019 to 30 September 2019; and 01 May 2019 to 30 September 2020; and 01 May 2019 to 30 September 2021. This RFP covers: ToU Electricity Procurement for 15 sites located in Auckland, all off the Penrose Grid Exit Point; Total Combined Electrical load is ~33.5GWh per annum.. RFP Closing Date and Time :Tuesday 09th April 2019 @ 1200 pm",Awarded,,20201117 University of Auckland,20893250,Request for Proposals,Closed Competition,RFP C18-011 Valuation Services (Land and Buildings and Plant and Equipment) - University of Auckland,C18-011,20190329,20190426,20190522,,Sole Agency,No,,"The University is looking for a provider/s who has/have the capability, track record and experience to manage and undertake the large University Valuation Services programme related to its substantial Land and Buildings and Plant and Equipment portfolios. Land and Buildings are required to be valued for financial reporting and insurance purposes. It is also important to note that the University requires certain Heritage Buildings to be valued on a ???replication??? basis. Plant and Equipment and Site Infrastructure are only to be valued for insurance purposes. For financial reporting purposes, the University adopts a 3 year cycle. However, there is a requirement in the intervening years for there to be an assessment of whether there has been a material change in the then carrying value which would then trigger a requirement for a Valuation of all or part of the portfolio. The University intends to appoint a valuation provider for 6 years to cover at least two financial reporting cycles. Insurance valuations are completed annually. These are primarily desktop assessments, with a full valuation completed every 3 years, in line with the financial reporting cycle. Although the University???s preference is to award this programme to one provider, given the range of assets and different valuation expertise required, the University will consider consortia arrangements (lead provider with sub-contracts) or respondents bidding for individual valuation work streams. RFP Closing Date : Friday, 26 April, 2019 @ 1300 hrs",Not Awarded,,20201117 University of Canterbury,478083,Request for Proposals,Open Competition,Regional Science and Innovation Centre (RSIC) - Facade Engineer - Old GETS ref# 42808,14-039,20140711,20140808,20180907,,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER This RFP has been issued by the University of Canterbury (???University???) for a fa??ade supplier to provide design, engineering, documentation, testing, manufacture / fabrication, delivery, installation and commissioning of the fa??ade system for the Regional Science and Innovation Centre (RSIC) at the University???s Ilam Campus, Christchurch, New Zealand. All interested organisations must visit the portal to access further information and documentation relating to the tender. This GETS notice will not be revised or amended and simply serves to engage with the marketplace as openly as possible. Registering on the University's Tenderlink portal is FREE OF CHARGE. You will not be charged for any aspect of your participation within this tender.",Not Awarded,,20201117 University of Canterbury,519262,Request for Proposals,Open Competition,Carpet & Resilient Flooring - Old GETS ref# 42790,14-029,20140710,20140801,20180907,,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER C has a projected 10 year building programme with a value of $1 billion. Interior fit out is included within the build programme. An estimate of flooring requirements within the next three years is 30,000-35,000sqms. The purpose of this RFP is to select Preferred Suppliers for resilient flooring and carpet for future Capital Works projects. Standardisation will allow Project Managers (internal and external, as appropriate) to select approved goods from preferred suppliers in a simple and efficient manner. This RFP process has been designed to achieve optimal value for both UC and the selected Preferred Suppliers, to that end it is anticipated that the selection process will identify three preferred sources of resilient flooring and three preferred sources of carpet. Where appropriate, UC may consider suppliers for supply of both carpet and resilient flooring. This tender is being managed and administered from the University's Tenderlink portal - [http://www.tenderlink.com/canterbury]. All interested organisations must visit the portal to access further information and documentation relating to the tender. This GETS notice will not be revised or amended and simply serves to engage with the marketplace as openly as possible. Registering on the University's Tenderlink portal is FREE OF CHARGE. You will not be charged for any aspect of your participation within this tender. This tender is being managed and administered from the University's Tenderlink portal - http://www.tenderlink.com/canterbury. All interested organisations must visit the portal to access further information and documentation relating to the tender. This GETS notice will not be revised or amended and simply serves to engage with the marketplace as openly as possible. Registering on the University's Tenderlink portal is FREE OF CHARGE. You will not be charged for any aspect of your participation within this tender.",Not Awarded,,20201117 University of Canterbury,3209165,Request for Proposals,Closed Competition,Campus Security Services,13-053,20140811,20140919,20141201,,Sole Agency,No,,For the provision of security and parking officers to the University of Canterbury.,Awarded,,20201117 University of Canterbury,3951835,Request for Proposals,Closed Competition,SOA Gateway and Message Queuing,14-036,20140901,20141003,20150113,Financial Services,Sole Agency,No,,"The Information Technology Services Department at the University of Canterbury (UC), currently manages over 80 critical business applications for various clients, including key MIS systems such as the Student Management System, Financial Management System, and Human Resources Management System. Over time, the data flow between UC's core systems has evolved into a very complex interconnected map. The connections are comprised of custom code to apply the appropriate business rules that control the transactions. This must often be repeated within each application. This results in high maintenance costs and exposes UC to higher levels of risk. A SoA Gateway provides a clear pathway to reducing the risks associated with the current level of complexity. There is an ever increasing demand for integration between UC and third party systems, either as part of UC research initiatives or with the increased demand for Mobile applications. Without an SOA Architecture the complexity described above, (and thus the implementation and maintenance costs) will compound. Each added connection increases the development, test, implementation and support requirements. There are no economies of scale.",Awarded,,20201117 University of Canterbury,4404278,Request for Tenders,Closed Competition,Fire Ring Main Upgrade Project,14-040,20140918,20141015,20150112,,Sole Agency,No,,"This RFT has been issued by the University of Canterbury for the remediation and new construction of the existing Fire Ring Main infrastructure at the University???s Ilam Campus, Christchurch.",Awarded,,20201117 University of Canterbury,4952691,Request for Tenders,Closed Competition,Regional Science & Innovation Centre - Main Contractor (& SUBMISSION BOX 2 - Price Schedules),14-030,20140930,20141120,20150525,,Sole Agency,No,,"This is a select tender process to engage for RSIC Main Contractor. This RFT is being sent to the three successful respondents through the recent EOI process. IMPORTANT PROCESS NOTES: 1. GETS reference 4958127 and its eTender box are SUBMISSION BOX 1. You must submit Submission Box 3 material against GETS reference 4958127. 2. GETS reference 4952691 (THIS TENDER BOX) and its eTender box are SUBMISSION BOX 2: Price Schedules. You must submit Submission Box 2 material against GETS reference 4952691. 3. GETS reference 4958018 and its eTender box are SUBMISSION BOX 3. You must submit Submission Box 3 material against GETS reference 4958018.",Awarded,,20201117 University of Canterbury,4958018,Request for Tenders,Closed Competition,SUBMISSION BOX 3 (Non-price attributes),14-030,20140930,20141120,20150525,,Sole Agency,No,,GETS ref ID 4958018 is for submission of your Non-price Schedules and responses to Non-price attributes ONLY.,Awarded,,20201117 University of Canterbury,4958127,Request for Tenders,Closed Competition,SUBMISSION BOX 1 (Acceptance of contract / remaining legal tags),14-030,20140930,20141106,20150525,,Sole Agency,No,,GETS ref ID 4958127 is for submission of your CONTRACT AND LEGAL RESPONSE ONLY.,Awarded,,20201117 University of Canterbury,5130718,Request for Proposals,Closed Competition,Fire Ring Main - Pump House and Well,14-048,20141006,20141016,20150112,Financial Services,Sole Agency,No,,"This RFT has been issued by the University of Canterbury for the construction of a new Fire Ring Main Pump House at the University???s Ilam Campus, Christchurch.",Awarded,,20201117 University of Canterbury,5354914,Request for Quotations,Closed Competition,Arts South Lecture Theatre - Audio Visual Upgrade,14-052,20141104,20141110,20141205,Learning Technologies Support,Sole Agency,No,,,Awarded,University of Canterbury Purchase Order will be created shortly and emailed with details of AV equipment items and quantities selected.,20201117 University of Canterbury,5497948,Request for Proposals,Closed Competition,Oracle EBS Consulting Service & Delivery,14-052,20141020,20141107,20150525,Financial Services,Sole Agency,No,,"The key objective of this RFP is to select a third party implementer to upgrade the University???s current Oracle EBS R11.5.10 to the Oracle R12.2.x version. This includes upgrade patching, customisation code corrections, integrations, functionality change management, testing, and training, transitioning to live and post live support. This project is unique within New Zealand, especially in the education sector. Several other education sector organisations have expressed interest in upgrading to R12.2 in the foreseeable future and the University of Canterbury is in a position to lead the way and encourage ???shared services??? opportunities with these other organisations. The University is also one of a few current Oracle customers looking to upgrade to R12.2 and will give the Service Provider a leading edge into the future for potential R12.2 upgrades.",Awarded,,20201117 University of Canterbury,5989001,Request for Quotations,Closed Competition,Arts South Lecture Theatre - Installation,14-052,20141104,20141110,20141205,Learning Technologies Support,Sole Agency,No,,Installation of Lecture Theatres in Arts South,Awarded,University of Canterbury Purchase Order will follow very shortly.,20201117 University of Canterbury,5989196,Request for Quotations,Closed Competition,Audio Visual Equipment for UCIC Teaching Spaces,14-053,20141104,20141110,20141125,Learning Technologies Support,Sole Agency,No,,Audio Visual equipment for 2 x Teaching Spaces at UCIC,Awarded,Connect NZ was the lowest conforming price.,20201117 University of Canterbury,5990006,Request for Quotations,Closed Competition,Wireless Microphone Transmitter & Receiver Upgrade,14-054,20141105,20141112,20141128,Learning Technologies Support,Sole Agency,No,,The University of Canterbury is looking to upgrade its entire campus-wide fleet of wireless microphone transmitter and receiver equipment in teaching spaces.,Awarded,,20201117 University of Canterbury,6512538,Request for Quotations,Closed Competition,Printing of University Publications,14-055,20141124,20141211,20150128,Campus Services,Sole Agency,No,,,Not Awarded,,20201117 University of Canterbury,6912057,Request for Proposals,Open Competition,Request for Proposal - Taxi Services,14-042,20141128,20150115,20150728,Financial Services,Sole Agency,No,,"Request for proposals are sought from taxi companies who can provide value to the University through consistency, best value fares and reliable service. Technology, campus knowledge and alternative methods of service are of particular importance.",Not Awarded,Panel of preferred providers has been selected and appointed from the tender process.,20201117 University of Canterbury,7065935,Request for Quotations,Closed Competition,"""Introduction to"" booklets (7 kinds)",14-059,20141204,20141211,20150128,Campus Services,Sole Agency,No,,,Not Awarded,,20201117 University of Canterbury,7408039,Request for Tenders,Closed Competition,Structural Engineering Laboratory,14-046,20141215,20150209,20150525,Capital Works,Sole Agency,No,"UC Procurement, Level 5 James Hight Building (Puaka)","The University of Canterbury (UC) seeks Tenders from contractors shortlisted from the expression of interest (EOI) to undertake construction works for the new Structural Engineering Laboratory (SEL) facility on the UC campus. This purpose built facility will be used for the large scale high speed / dynamic testing of structures. This teaching and research discipline is the flagship of the department and a modernised facility is needed to ensure UC students are exposed to modern testing techniques that will provide them with first-hand experience of the impact of seismic loadings on structures and soils. Currently the department has two separate structures laboratories, neither of which is adequate for modern structural engineering teaching or research.",Awarded,,20201117 University of Canterbury,7668377,Request for Proposals,Closed Competition,RSIC - Independent Commissioning,14-056,20141222,20150205,20150325,Capital Works,Sole Agency,No,,"The Rutherford Science and Innovation Centre (RSIC) project Main Building Works is due to commence early 2015. The University requires an Independent Commissioning Agent (ICA) to provide design review; verification of proper installation, operation and performance of the systems and equipment to be installed; review of contractors commissioning plans and recommendations for improvement; overview of all commissioning and testing, ensuring commissioning is consistent with the Green Star Credit 'Man-2 Commissioning Clauses' to achieve a 5 star Green Star Design rating.",Not Awarded,RFP cancelled due to changed requirements within the University.,20201117 University of Canterbury,12168812,Request for Proposals,Open Competition,Request for Proposal - Catering Services,15-002,20150520,20150615,20150731,Financial Services,Sole Agency,No,,"The University of Canterbury is seeking proposals from catering companies who have the capability, experience and infrastructure to deliver a wide range of catering requirements throughout the Ilam, Kirkwood and Dovedale campuses. Catering in this instance refers to the provision of food and beverages for meetings and functions including breakfasts, lunches, morning and afternoon teas, cocktail and finger food. Our key requirements include value for money, quality, variety and a strong focus on sustainability.",Awarded,"Victoria Food Service, Pulp Kitchen Catering and University of Canterbury Students Association have been selected as preferred providers of catering services to the University.",20201117 University of Canterbury,12500743,Request for Proposals,Open Competition,15-021 Academic Administration-Centred Target Operating Model,15-021,20150602,20150630,20151209,Financial Services,Sole Agency,No,,"This procurement relates to work ancillary to the delivery of a new Student Management System (SMS). The University has selected a software product (Tribal???s SITS:Vision) and partially implemented this. The university now wishes to base the remainder of the implementation on its Future Process Model (i.e. Target Operating Model). The development of the Future Process Model is a pre-cursor step for the implementation programme, due to start in 2016. The following is a high-level representation of the programme timeline.",Awarded,,20201117 University of Canterbury,13862466,Request for Proposals,Open Competition,Feasibility Study - Low Carbon Campus Energy Schemes,14-060,20150710,20150817,20151023,Engineering Services,Sole Agency,No,,"This request for proposal relates to the purchase of a Feasibility study to assess the present UC campus space heating and cooling systems. This is the first phase of the University of Canterbury's campus low carbon strategy and should assist to identify options for an optimal, viable and deliverable low carbon energy scheme.",Awarded,,20201117 University of Canterbury,13880749,Request for Proposals,Closed Competition,CETF & NEB Independent Commissioning Agent,15-025,20150713,20150814,20151211,Capital Works,Sole Agency,No,,"This RFP has been issued by the University of Canterbury for an Independent Commissioning Agent (ICA). This is a closed tender to 5 selected suppliers. The successful respondent will be required to work with the existing consultants to provide design review, verification of proper installation, operation and performance of the systems and equipment installed. Also review of contractors commissioning plans and recommendations for improvement and overview of all commissioning and testing, ensuring satisfactory commissioning for the Canterbury Engineering the Future (CETF) and New Education Building (NEB) at the University's Ilam campus, Christchurch, New Zealand.",Not Awarded,,20201117 University of Canterbury,13977603,Request for Quotations,Closed Competition,Audio Visual Equipment Purchase July 2015,15-030,20150713,20150724,20150831,Campus Services,Sole Agency,No,,The University of Canterbury is looking to purchase bulk audio visual equipment for a variety of upcoming projects and upgrades on campus for 2015. Please see RFQ documentation for more information.,Awarded,Successful as per discussed AV equipment and quantities (PO's already raised and processed),20201117 University of Canterbury,14133400,Request for Tenders,Open Competition,Uni Canterbury Educational and Office Furniture,15-019,20150717,20150814,20151124,Financial Services,Sole Agency,No,,"The University of Canterbury is seeking to establish a furniture supply arrangement to fulfill it's requirements for this category over the next 3 to 5 years. This RFT relates primarily to the purchase of commercial office, workshop and laboratory furniture. It does not include fixed items that will be joined in. A full schedule of requirements for the first tranche of furniture requirements for CETF is found at Attachment One. Indicative volumes for 2017 scheduled fit-outs of RSIC and CoEHHDR are also provided. The primary outcomes we want to achieve include: ??? Long term relationship/s with one or more suppliers based on excellent customer and after sales service; ??? Restricted catalogue of a competitively priced and standardized suite of furniture offering the best solution for whole of life cost, modularity, interchangeability and inventory management; ??? Products that meet ergonomic and sustainability standards documented in the UC Design Guide, and/or are compliant with certification schemes listed in 2.3 ???Capacity and Capability???; and ??? Round trip integration with UCs ???Unimarket??? from which UC staff can select and purchase ad hoc requirements.",Awarded,Four providers have been awarded contracts for an initial term of three years. Award was based on best value for money over the life of the contract and assets. The university wishes to thank all respondents for their efforts and contribution to the success of the procurement.,20201117 University of Canterbury,14261023,Request for Proposals,Open Competition,Storage & Associated Managed Services,14-058,20150723,20150818,20151005,Campus Services,Sole Agency,No,,"University of Canterbury are looking to appoint a customer focused, storage and logistics preferred partner. Required service capabilities include; - Collection and transportation for a large volume of containers to your site for sorting and disposal or storage. - A flexible inventory and storage management system that can accommodate a wide variety of furnishings and fixtures specific to UC requirements",Awarded,,20201117 University of Canterbury,14311421,Request for Tenders,Open Competition,UC Heavy Machinery and Office Relocations Services,15-027,20150724,20150820,20160401,,Sole Agency,No,,"The University of Canterbury (University) is engaged in an extensive programme of repair and betterment of its estate following the 2010 and 2011 earthquakes. Efficient relocation and moving of building occupants in and out of their facilities, along with attendant machinery, research equipment and office items, is an integral activity of this programme of work. The scope of decanting and relocation activities varies widely from highly specialised and delicate research equipment, large and heavy items of plant, hazardous chemicals to bookcases and boxes of office items. The University wishes to establish a long term relationship with one or more suppliers capable of fulfilling the full suite of requirements over the next 3 to 5 years. We are open to a service delivery model from a ???one stop shop??? single supplier solution, to a panel of providers that between them can meet the highly specialised needs of research departments through to more routine lifts involving office items and off-site storage solutions.",Awarded,,20201117 University of Canterbury,14965036,Request for Proposals,Closed Competition,UCSA Project Management,15-033,20150811,20150903,20151029,Capital Works,Sole Agency,No,,This RFP has been issued by the University of Canterbury for external project management services for the UCSA Building Redevelopment project. This is a closed tender to 3 selected suppliers and is a unique opportunity to be part of a major student experience initiative.,Awarded,,20201117 University of Canterbury,15854721,Request for Quotations,Closed Competition,UC 15-041-Engineering Precinct Cranes,15-041,20150831,20150923,20160401,Capital Works,Sole Agency,No,None,"The University of Canterbury is seeking supply of cranes to facilitate the upgrades of the College of Engineering Precinct. The scope of services will include, but not be limited to, liaison with appropriate design personnel and users to determine exact final requirements and then go on to supply, install, commission, handover and maintain (if agreed) the cranes detailed in the schedule and plans attached. The crane supply and install will be split into two fundamental parts, ECE and CAPE buildings in February 2016 and Mechanical and CNRE buildings in February of 2017. These dates will be firmed up upon acceptance of the successful bid. Plans indicating location of cranes are included as attachments - the crane location plan for ECE will be published as an addenda shortly.",Awarded,,20201117 University of Canterbury,16900007,Request for Proposals,Closed Competition,UC Futures Independent Quality Assurance Reviews,15-022,20151019,20151119,20160401,Financial Services,Sole Agency,No,,"The University of Canterbury seeks to appoint one or more consultant service providers to carry out specified Independent Quality Assurance (IQA) reviews at key points in the Construction and International Student Recruitment work streams of the UC Futures programme to ensure the work stream projects deliver what is planned on time, to budget and of the right quality. Due to the sensitive nature of programme documentation required for proper preparation of proposals, Respondents are asked to sign and return the attached Confidentiality Undertaking. Once received by UC the supporting documentation will be released.",Not Awarded,,20201117 University of Canterbury,17013416,Request for Proposals,Closed Competition,Campus Signage & Wayfinding,15-029,20151120,20151217,20160331,Engineering Services,Sole Agency,No,,"This RFP has been issued by the University of Canterbury for external consultancy services for the delivery of a campus wayfinding strategy, signage design and implementation. This is a closed tender to 5 selected suppliers and an opportunity to participate in a major campus revitalisation project.",Not Awarded,Awarded to Diadem - response sent via email due to GETS issue,20201117 University of Canterbury,17033951,Request for Proposals,Open Competition,Supply of New Zealand library material,15-037,20151127,20160129,20160720,Financial Services,Sole Agency,No,,"The University of Canterbury (UC) Library seeks proposals for the supply of New Zealand information resources (including books print and electronic, monographs, conference publications and DVDs) published or distributed in New Zealand. The ability to profile a wide range of content including M??ori and Pacific material is important. UC Library is also looking for opportunities to streamline its internal workflows for New Zealand acquisitions and therefore wishes to consider ancillary services as part of this evaluation including: - Vendor-managed selection (Approval plan) - Physical processing (shelf-ready material) and supply of MARC records",Awarded,,20201117 University of Canterbury,17048213,Request for Quotations,Open Competition,Skype for Business Telephony Equipment,15-052 / L0180,20151203,20160112,20160401,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the supply of Plantronics, Polycom and Kuando telephony equipment to support the Universities Skype for Business deployment. Plantronics / C310 Monaural USB HSet ??? Lync Plantronics / C320 Binaural USB HSet ??? Lync Plantronics / C710 Monaural USB HSet ??? Lync Plantronics / C720 Binaural USB HSet ??? Lync Plantronics / W725 USB Wired Blackwire headset ANC Plantronics / Blackwire 300 Series Leatherette Ear Cushions, 2 pcs Plantronics / EAR CUSHIONS FOAM (QTY 2) KUANDO / KUANDO BUSYLIGHT UC FOR LYNC Plantronics / Wireless Monaural HSet for PC Plantronics / W420-M Wireless Binaural HSet for PC Plantronics / Mono SAVI 3in1 HSet for Lync Plantronics / Binral SAVI 3in1 HSet for Lync Polycom / CX600 IP Phone for Microsoft Lync. Polycom / CX500 IP Phone for Microsoft Lync. Polycom / CX300 R2 USB Desktop Phone for Microsoft Lync. Polycom / CX3000 IP Conference Phone for Microsoft Lync. Volumes can be found within the attachment.",Awarded,,20201117 University of Canterbury,17061458,Request for Proposals,Open Competition,Audio Visual Hardware & Support Services,15-044,20151209,20160209,20160331,Campus Services,Sole Agency,No,,"The University of Canterbury is seeking a long term partnership with a preferred provider for all audio visual hardware, installation and support services requirements. Audio visual equipment is a core component to modern teaching methods. This is an opportunity to become a lead supplier to the University and to help us innovate and support students and staff within a superior campus environment.",Awarded,,20201117 University of Canterbury,17080140,Request for Tenders,Closed Competition,RSIC Von Haast Timber Frame,15-050,20151215,20160127,20160720,Capital Works,Sole Agency,No,,"The University of Canterbury (UC) is seeking early engagement of a Structural Timber Frame supplier to provide pre-construction services and supply for the von Haast Building, being stage 2 of the Regional Science and Innovation Centre (RSIC) project at UC???s Ilam Campus, Christchurch, New Zealand. The purpose of early engagement is to obtain supplier input on the key technical considerations that are to be incorporated into the design as it is developed. The Structural Timber Frame supplier will then be novated to the head contractor once the head construction contract is awarded for the von Haast Building",Awarded,,20201117 University of Canterbury,17094343,Request for Proposals,Open Competition,Building Space and Asset Audit,15-014,20151222,20160209,20160331,Capital Works,Sole Agency,No,,The University of Canterbury is seeking proposals from appropriately skilled service providers to carry out an audit of all University owned buildings. The key objectives of the audit are to capture accurate data on all built spaces and assets to inform internal decisions regarding future asset replacement and maintenance.,Awarded,,20201117 University of Canterbury,17122384,Request for Quotations,Open Competition,"Passive Broadband Seismometers (20s-100Hz),",,20160118,20160210,20160502,,All of Government,No,,"Passive Broadband Seismometers (20s-100Hz), Portable broadband seismic stations. Up to 10 stations are proposed to be purchased as per our specifications",Not Awarded,,20201117 University of Canterbury,17140567,Request for Quotations,Open Competition,Scanning Electron Microscope,,20160122,20160209,20160530,Financial Services,All of Government,No,,"Request for Quotations: Scanning Electron Microscope for University of Canterbury. Title: Scanning Electron Microscope (SEM) Number of units: 1 Background: The SEM is part of a University Facility. It will mainly be used for materials and geological samples but will also be used to examine biological samples. A variable pressure microscope is desired. The SEM will mainly be used for research but also for teaching and industry support. It is not required to have high resolution as there is a field emission microscope available. It will need to have ports available to fit the existing Aztec EDS system and Nordlys2 EBSD. This SEM must be easy to operate as there will be a large number of new users on a regular basis. It is expected that the system will cost less than NZ$300,000 excluding NZ GST There is a requirement that UC tests the SEM (see tender document.)",Awarded,,20201117 University of Canterbury,17202931,Request for Quotations,Closed Competition,2017 Publications Suite,16-002,20160212,20160222,20160324,Campus Services,Cluster,No,,Quote to print various publication as per attached Document,Awarded,,20201117 University of Canterbury,17514966,Request for Proposals,Closed Competition,Call Centre Solution,15-049,20160513,20160615,20161116,Project Management Office,Sole Agency,No,,,Awarded,,20201117 University of Canterbury,17540666,Request for Tenders,Closed Competition,UCSA Building Demolition,B1785D,20160524,20160621,20160823,Capital Works,Sole Agency,No,,"The University of Canterbury invites tenders from selected providers to meet the requirements set out in the attached RFT. A demolition specification and conditions of consent are included, respondents should carefully review these schedules and ensure tenders address the requirements. An addenda will be issued in the near future containing site and other drawings. A site inception meeting will be held on Thursday 2nd June, details are in the RFT.",Awarded,,20201117 University of Canterbury,17578881,Request for Proposals,Open Competition,Coach and Transport Services,16-011,20160603,20160623,20160805,Campus Services,Sole Agency,No,,"The University of Canterbury is seeking to appoint an appropriate number of preferred providers for coach hire and transport services, including large coaches, buses and shuttle vans.",Awarded,,20201117 University of Canterbury,17611870,Request for Proposals,Closed Competition,Customer Relationship Management - Proof of Concept,L0263,20160617,20160706,20160824,Project Management Office,Sole Agency,No,,RFP for Customer Relationship Management proof of concept.,Awarded,,20201117 University of Canterbury,17678449,Request for Quotations,Closed Competition,Teece Museum Fit-Out,16-022,20160708,20160729,20160823,,Sole Agency,No,,"The University of Canterbury are seeking a construction contractor to deliver the build and project management of the Teece Museum of Classical Antiquities within the Chemistry Building at the Arts Centre, Christchurch.",Not Awarded,,20201117 University of Canterbury,17846989,Request for Tenders,Closed Competition,RSIC Stage 2 constructor,16-019,20160831,20161014,20170622,Capital Works,Sole Agency,No,,"TENDERERS NOTE! Returns to this tender are in TWO stages: First submission Legal Tags and Financial Information are due 26 SEPTEMBER 2016; 2PM Second submission Price and Non-Price attributes are due 14 OCTOBER 2016; NOON All information on the project is contained in the RFT document. All questions in relation to this RFT should be asked through the GETS questions and answers forum. The contact person should only be emailed in the case of difficulty uploading documents. RSIC Stage 2 (von Haast Replacement) is the second and final building planned in the RISC programme. The primarily dry building provides for the majority of the staff offices and post graduate study space not included in RSIC Stage 1 (Main Building) as well as the College???s offices (including the reception). The building also provides a key link between RSIC Stage 1 (Main Building) and the School of Biological Sciences (SBS) Building. RISC Stage 2 comprises a four level light weight structural timber framed building that will be built off the foundations and basement of the existing von Haast building. Nelson Pine has been engaged by the Buyer to provide specialist input into the structural timber frame under a pre-construction services agreement. It is the Buyer???s intention that they are listed as the named supplier of the structural timber frame in the main works tender. This project is subject to the Government???s Business Case approval process. With final funding and approval to commence physical works subject to the Government???s approval of the Implementation Business Case. For clarity, the Buyer cannot commit to proceeding with this project until this approval is received which is expected in mid to late February 2017.",Awarded,,20201117 University of Canterbury,17855875,Request for Proposals,Closed Competition,Minor Works Building Engineering Services,16-025,20160901,20160927,20161215,Engineering Services,Sole Agency,No,,"The University of Canterbury is looking to appoint a mechanical engineer/s as a provider of primarily design services for its building services throughout its facilities. This would apply on small to medium scale works. The successful applicant will work closely with the UC Engineering Services team on a wide range of core and specialist building services requirements. We are looking to assign the ongoing design and support package of work to a singular company and a very small group of individuals with a single key contact for all UC work. This is to gain significant knowledge over a large site over time so as to improve the overall support effectiveness. As an existing member of the UC Consultants panel for Building Services, we would like to offer you the opportunity to respond to this request for proposal as part of a closed select group.",Awarded,,20201117 University of Canterbury,17870510,Request for Proposals,Closed Competition,RSIC Stage 2 constructor BOX 2,16-019,20160905,20160926,20170622,Capital Works,Sole Agency,No,,"RSIC stage 2 constructor BOX 2 - Legal Tags early submission. Please note any questions in relation to this submission should be posted through the parent RFT forum.",Awarded,,20201117 University of Canterbury,17971545,Request for Quotations,Closed Competition,UC RSIC Stage 2 Service Relocation Works,16-035,20160929,20161019,20161215,,Sole Agency,No,,"The University are seeking a specialist Contractor to undertake service relocation works in the existing von Haast Building basement this summer (2016/2017). These works are required to enable the partial demolition of the existing von Haast Building and construction of the new RSIC 2 (off the existing ground floor slab and basement) which are programmed for commencement in July 2017 (by others). The service relocation enabling works include: Relocation of the medium hot water pipes within the basement extent; Relocation of the chilled water pipes within the basement extents; These works are to be carried out and fully completed over the University Summer Break between late November 2016 and mid-January 2017. The University cannot disconnect these service during the university academic year.",Awarded,,20201117 University of Canterbury,17999246,Request for Tenders,Closed Competition,Electrical Link - Recladding,16-029,20161007,20161104,20170622,Capital Works,Sole Agency,No,,The University of Canterbury is seeking tenders from contractors to undertake construction works for the re-cladding and facade update on the Electrical Link Building within the College of Engineering on the UC Ilam Campus. Full details attached.,Awarded,,20201117 University of Canterbury,18027604,Request for Proposals,Closed Competition,UC Dovedale Stage 1 Accommodation,B1984,20161013,20161118,20170619,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to shortlisted suppliers to submit a Proposal for the Dovedale Stage 1 Accommodation contract opportunity. This RFP is the second step in a multi-step procurement process.",Not Awarded,,20201117 University of Canterbury,18243655,Request for Proposals,Closed Competition,Nuclear Magnetic Resonance Spectrometer,16-007,20161215,20170308,20170519,Financial Services,Sole Agency,No,,,Awarded,,20201117 University of Canterbury,18579140,Request for Quotations,Closed Competition,UC B1989 Arts Precinct Locke & Logie Core,B1989,20170419,20170517,20170622,Capital Works,Sole Agency,No,,"UC is seeking a contractor to carry out refurbishment works in the toilets and the creation of a communications room in the Locke and Logie Buildings. This project requires the physical works to be commenced in June and completed efficiently with regard to the continued occupation of the building, all to a programme to be agreed with the University. Scope of works includes: . Upgrade of existing finishes and sanitary ware in the toilets in the Locke and Logie Buildings . Creation of new Comms room in Locke and Logie Buildings . Conversion of Rest Room into storage area",Awarded,,20201117 University of Canterbury,18586014,Request for Tenders,Closed Competition,University of Canterbury UCSA Redevelopment,B1785,20170421,20170529,20170728,Capital Works,Sole Agency,Yes,,"a. This RFP relates to the purchase of Construction Services for the UCSA Redevelopment project in accordance with this RFP and Tender Documents. b. The UCSA Redevelopment project is the next step in creating the Wellness Precinct on the Ilam Campus and will replace the now demolished UCSA Building to provide a multipurpose space for the student body and a home for the UCSA. c. The contract will also cover the Wellness Precinct Infrastructure upgrades which are required to serve the new UCSA Building, the existing Health Centre and the planned Recreation Centre. The new purpose-built IL3 student association building is two-storied with an approximate GFA of 3500m². It will provide the student body with a number of facilities including a Performance Theatre, Function Centre, Social Spaces, Club Spaces, Bars, UCSA office and external entertainment areas including an amphitheatre and outdoor kitchen. There are a lot of attached files for this tender: 14 pdf 2 xcl 1 Word ZipAppB- 9 pdf ZipAppC- 12 pdf",Awarded,,20201117 University of Canterbury,18672319,Request for Proposals,Closed Competition,Cyber Security Gap Analysis (RFP),L0271,20170519,20170705,20180907,Project Management Office,Sole Agency,No,,Ball park figure has been provided on the gets website submission $100K to $250K,Not Awarded,,20201117 University of Canterbury,18760832,Request for Proposals,Closed Competition,University of Canterbury Student First IQA Services,15-046,20170619,20170714,20171013,Financial Services,Sole Agency,No,,"The University of Canterbury's Student First Programme aims to create a simpler, faster and more certain student administration experience. Enhancing the student experience, from enquiry and enrolment through to life beyond study as alumni, supports the realisation of UC???s wider vision of equipping ???People Prepared to make a Difference - Tangata T?? Tangata Ora???. The University seeks to appoint one or more consultant service providers to carry out specified Independent Quality Assurance (IQA) reviews at key points in the programme to ensure the programme delivers what it planned on time, to budget and of the right quality. IQA will be required for both programme level and business case reviews. Interested respondents should complete and return the enclosed Non Disclosure Declaration via email to the nominated contact person below for release of background documentation.",Awarded,,20201117 University of Canterbury,18819702,Request for Proposals,Open Competition,External Printing Services,16-009,20170710,20170728,20180906,Campus Services,Sole Agency,No,,"The University of Canterbury (UC) is seeking to appoint a panel of preferred external print providers. Our printed materials have many different forms and functions and an audience that is not only diverse but truly global. It is our intention is to meet our aspiration to be a place that uses physical resources and works with our people to be fair, equitable and defensible and to leave ???an appropriate legacy for future generations???.",Awarded,,20201117 University of Canterbury,18826120,Request for Proposals,Open Competition,Identity & Access Management Governance/Discovery Tool or Service,17-010,20170711,20170728,20180309,Learning Technologies Support,Sole Agency,No,,"The University of Canterbury is embarking on a large programme of work to replace its Identity and Access Management (IAM) Systems. Included in Stage One of the IAM programme is the requirement to conduct an extensive identity audit and analysis of all IT systems and associated business processes that provide or consume IAM services. This ???Governance and Discovery Analysis???, is a consultancy procurement that will: ??? Provide a detailed analysis of the current data flows and IAM interactions between UC systems; ??? Provide an analysis of existing permission and authorisation configuration, permission group memberships, entitlements and identifies ownership of resources and accesses; ??? Provide a security / risk assessment with risk mitigation recommendations and other key information to allow consolidation and ???housekeeping??? maintenance tasks to be completed in preparation for any transitional activity that may be required; ??? Provide the ability to develop an Identity Persona against which security policies can be assessed, from both a business governance and technical perspective ??? Provide key information to allow consolidation and ???housekeeping??? maintenance tasks to be completed in preparation for any transitional activity that may be required; ??? Provide key information that will inform the design of the core IAM Suite, ensuring it meets current and future requirements. What we don???t want: The programme is not expecting assistance with the new IAM system design or implementation in this procurement, other than specific recommendations provided as part of the security / risk assessment. The IAM design and implementation stages will follow this discovery stage. What???s important to us: The IAM Programme is looking for credible providers who have the capability, experience and utilities to deliver an analysis of this scale and complexity. Why should you bid? This is a unique opportunity to be part of a key stage in a major IAM replacement programme. A successful delivery of the initial analysis will provide a sound foundation for the future stages when the Core IAM suite will be designed, based on these findings and then implemented.",Not Awarded,,20201117 University of Canterbury,18998432,Request for Proposals,Open Competition,Request for Proposals - Promotional Items,17-019,20170906,20170925,20171215,,Sole Agency,No,,"The University of Canterbury is seeking to appoint one or more preferred providers of promotional items and related services to the University on an as-and-when required basis. Promotional items in this instance refers to low cost University of Canterbury branded items dispensed at University events and when travelling on University business. Promotional items may also include University branded apparel worn at these events. We are looking for credible providers who have the capability, experience and sound supply chains established to deliver a wide range of promotional items to various departments/colleges throughout the campus. The providers must retain a consistent level of service, quality products and value for money. Sustainability through fair trade, support of local producers (where possible) and low environmental impact are a key focus for the University.",Awarded,"Little Yellow Bird, Signature Promotions and PMA Global have been selected as preferred providers of promotional items and related services to the University.",20201117 University of Canterbury,19478252,Request for Proposals,Open Competition,File Storage Replacement - L0274/F,L0274/F,20180308,20180425,20181101,Project Management Office,Sole Agency,No,,"The University of Canterbury is looking for credible providers who have the capability, experience and infrastructure to deliver and support a proven and robust File Storage solution. We require a large capacity Software Defined Storage (SDS) solution for unstructured file storage for the whole University, capable of delivering high performance storage for hot data and low cost storage for cold data. It will have tiers of storage at differing price/performance levels including an Object Store for archive data. Disaster recovery for the solution will be provided in our Secondary Data Centre (SDC), but not all data will need to be replicated. Expansion will be simple, modular and will scale to very high capacities. It will be able to seamlessly use public cloud storage as a tier A separate RFP activity will be run in parallel to this one for UC???s ???Compute??? storage requirements. Interested suppliers can submit an RFP response for either one or both of UC???s storage requirements. This is an exciting opportunity to be a long term business partner with Canterbury University.",Not Awarded,,20201117 University of Canterbury,19478288,Request for Proposals,Open Competition,Compute Storage Upgrade - L0274/C,L0274/C,20180308,20180425,20181101,Project Management Office,Sole Agency,No,,"The University of Canterbury is looking for credible providers who have the capability, experience and infrastructure to deliver and support a proven and robust Compute storage solution. We have an existing VMware farm with a number of clusters using storage from a number of storage arrays connected over Fibre Channel. We would like to convert this to a Hyper Converged Infrastructure with local storage on the hosts, shared over an Ethernet backbone and with a SDS Management layer. We would prefer to upgrade our existing hardware but if this will not provide the solution required then we are open to replacing it. A separate RFP activity will be run in parallel to this one for UC???s ???File / NAS??? storage requirements, interested suppliers can submit an RFP response for either one or both of UC???s storage requirements. This is an exciting opportunity to be a long term business partner with Canterbury University.",Not Awarded,,20201117 University of Canterbury,19493647,Request for Proposals,Open Competition,Identity & Access Management Component Suite,17-010,20180228,20180404,20181101,,Sole Agency,No,,"The University of Canterbury (UC) is embarking on a large programme of work to replace its Identity and Access Management (IAM) Systems. The overall objective of the work to be undertaken is to provide the tools to enable the University to pursue new initiatives and achieve its strategic goals while reducing organisational risk and increasing efficiency within IAM. The systems that work together to provide an overall IAM solution are reaching end of life and in most cases no further development is possible. This means that important strategic goals of the University such as providing early access to potential students in order to encourage them to enrol and providing access to external researchers to increase collaborative research are not able to be well supported. In addition, UC is looking to implement a solution that improves IAM automation based on approved business rules, along with self-service and workflow where feasible to empower service owner and users providing increased agility and granularity, while reducing overall cost of IAM. A capability framework to understand the scope of IAM and how the capabilities overlap uses four major functional groups: (1) Information Management ??? Identity Life-Cycle, Attribute Management, Data Services, Compliance; (2) Entitlement Management ??? Business Analysis, Role Design, Access Control Models, Delegated Administration; (3) Access Management ??? Transaction Control, Token Management, Trust Services, Versatile Authentication; and (4) Identity Analytics ??? Business Intelligence, Audits, Forensic Reporting, Compliance. Specific Technical Components include: 1. Password Management, including Self-service password changes 2. Self-Service Access requests 3. Single Sign-on ??? where supported by UC systems 4. Attribute based Provisioning 5. Integration with UC key Identity Sources 6. IDaaS ??? provisioning of new Identities for new contacts ??? a globally accessible service. 7. Person of Interest (POI) management ??? Longer term visitors (not Students or Payroll Staff) that require significant access to UC resources and for who we wish to both audit their access and retain their identities for future / repeated use. The Business Requirements sets out our comprehensive requirements. UC have completed an initial ROI and this has informed this RFP approach. This RFP seeks to procure a fully integrated ???end to end??? IAMs solution from a single supplier (or consortia, with a head supplier).",Awarded,,20201117 University of Canterbury,19796080,Request for Tenders,Closed Competition,Communication Disorders Construction Project,18-013,20180607,20180629,20180801,Capital Works,Sole Agency,No,,"This tender relates to the procurement of a contractor for the Communication Disorders Project. This project allows for the consolidation of the Department of Communication Disorders into AR06 and AR12, as well as aligning them with the Department of Psychology who already resides in this space and thus creating a new hub for the College of Science. The works for the contractor are concentrated predominately in AR12 levels 1 and 3 which allows for the creation of a new reception area for both departments as well as a series of group therapy rooms, and research areas for Communications Disorders, as well as a postgrad area for both Departments. The works in levels 2 and 3 of AR06 are minimal in relation to construction works, but require extensive AV install to facilitate testing and meeting with clients. Key activities will include; ??? General building works ??? Electrical and lighting upgrades ??? Mechanical upgrades ??? Data and AV upgrades including the creation of a new comms room ??? The dismantling and reassembly of three acoustic booths, plus one new booth",Awarded,,20201117 University of Canterbury,19959821,Request for Proposals,Closed Competition,Low Carbon Energy Scheme - Implementation Projects,18-016,20180727,20180907,20181210,Engineering Services,Sole Agency,No,,"The University of Canterbury has a 'Low Carbon Energy Scheme Roadmap Strategy' and are now seeking experienced Engineers/Consultants to commence design, thermal modelling and business case documentation for the first three elements of the strategy. This is a unique opportunity to be part of a major New Zealand low carbon energy initiative contributing towards national and international climate change agreement obligations. *a full document set will be provided on receipt of a confidentiality agreement - to be emailed to RFx Contact below*",Awarded,,20201117 University of Canterbury,20005188,Request for Proposals,Closed Competition,Asset Management Profiling,18-015,20180809,20180831,20180921,Engineering Services,Sole Agency,No,,This request relates to the procurement of expert data collection and condition asset services for the purpose of conducting a campus wide assessment of the university???s major built assets. A full review of our built asset base including a condition assessment and capture of asset volumes is required. Remote field stations and small campus based housing assets are not included within the scope of this assessment.,Awarded,,20201117 University of Canterbury,20095669,Request for Proposals,Closed Competition,B1989 Arts Precinct Locke & Logie,18-006,20180903,20181016,20190501,Capital Works,Sole Agency,No,,,Awarded,,20201117 University of Canterbury,20712160,Request for Proposals,Closed Competition,Market Review Facilities Services,18-048,20190211,20190301,20190501,Engineering Services,Sole Agency,No,,"This proposal seeks to engage a consultant to undertake a ???desktop??? assessment of the market capability within Christchurch, to deliver Facilities Services to the University of Canterbury (UC).",Not Awarded,,20201117 University of Canterbury,20769483,Request for Proposals,Closed Competition,B1993 Recreation Centre RFP 18-032,B1993,20190226,20190327,20190620,Capital Works,Sole Agency,No,,"This Request for Proposal follows an advance notice of contract opportunity presentation and issue of draft project brief in December 2018 and Registration of Interest in January 2019 for a new UC Recreation Centre (RecCentre). In addition to the Request for Proposal document, the following documents have been uploaded to GETS: RFP Response Form Recreation Centre Project Brief Drug and Alcohol Testing for Construction Site: Policy and Procedures (UCPL-4-6) Campus Drug and Alcohol Policy (UCPL-4-60) Staff Code of Conduct (UCPL-4-66) Health and Safety Policy (UCPL-4-134) Smoke-free Policy (UCPL-4-229) Traffic Management Policy and Guidelines (UCPL-4-323) Contractor and Consultant External Engagement Protocols Campus Master Plan",Awarded,,20201117 University of Otago,3432872,Request for Tenders,Open Competition,Supply of Packaged Bread Products,TR2014-13,20140818,20140926,20141215,,Sole Agency,No,"Room 140, Registry Clocktower Building, 362 Leith St, North Dunedin, Dunedin 9054","The University Union College Catering operations provide a fully managed onsite food service to 1700 students residing at Cumberland, Hayward, Te Rangi Hiroa, City, University, Aquinas and Abbey Colleges. Further, College Catering provides wider support to the University in the provision of contracts for foodstuffs that can be accessed by University Depts. and other University Colleges. The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of packaged bread Products in order to provide an onsite catering service to seven Residential Colleges located in Dunedin.",Awarded,,20201117 University of Otago,3962802,Request for Proposals,Open Competition,RFP-TR2014-23 International Customs and Freight Forwarding Services,RFP-TR2014-23,20140901,20140930,20160524,,Sole Agency,No,,"The University of Otago is New Zealand???s oldest university with its primary campus located in Dunedin, New Zealand. It also maintains facilities in Auckland, Wellington, Christchurch, and Invercargill. The purpose of this Request for Proposal (RFP) is to invite suitably experienced parties to submit their proposals to the University of Otago (???The University???) with information on their skills, services and experience in providing comprehensive Customs and Freight Forwarding services to the University of Otago.",Not Awarded,IFL,20201117 University of Otago,5403341,Request for Tenders,Open Competition,Supply of Poultry Products,TR2014-26,20141015,20141106,20160524,,Sole Agency,No,"Room 140, Registry Clocktower Building, 362 Leith St, North Dunedin 9054 Attn: Ronwyn Bell","The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of non-frozen poultry products in order to provide an onsite catering service to seven Residential Colleges located in Dunedin. Following the evaluation of the RFT responses, the University may: - Enter into negotiations with service provider(s); or - Conclude the process without awarding any contracts.",Not Awarded,Perfect Poultry,20201117 University of Otago,11417283,Request for Quotations,Open Competition,UCS Servers and Components,TR2015-02,20150429,20150514,20180917,,Sole Agency,No,"Room 140, Registry Clocktower Building, 362 Leith Street, North Dunedin, Dunedin 9054",Infrastructure and Applications divison within the University of Otago are in the process of refreshing server hardware that is end-of-life and are requesting associated costs before proceeding with this project. The University is seeking a quote for the following hardware/software to support 5 separate UCS C240 servers,Not Awarded,The tender was awarded to Datacom.,20201117 University of Otago,17972539,Request for Quotations,Open Competition,ITS Network Switch Order,TR2016-27,20160929,20161014,20190311,,Sole Agency,No,,,Awarded,,20201117 University of Otago,18255816,Request for Quotations,Open Competition,ITS Backup Storage Expansion,TR2016-37,20161220,20170127,20190311,,Sole Agency,No,,ITS is currently expanding Dell-EMC backup storage devises within our data centres. The University is seeking to purchase the equipment as per the Bill of Materials in Appendix 1.,Awarded,,20201117 University of Otago,18591739,Request for Quotations,Open Competition,"Campus Wide Food & Beverage, and Retail Strategy",TR2017-11,20170426,20170522,20190311,,Sole Agency,No,,"We invite qualified suppliers to provide the University of Otago a fee submission for the provision of consultancy for the following project. In the short to medium term the University is seeking to purchase a campus wide food; beverage, and retail strategy. The aim of which is to maximize the relevance of services, excellent customer experience and surplus returned. In addition to informing the short and medium term plans, the strategy is required to inform future campus developments and the long term achievement of a vibrant campus community by contributing to the update of the 2010 Campus Master Plan (specifically the development of a plan that informs section 7.2) It should be noted that the strategy development and pursuit of a truly vibrant campus community may also include the exploration of options for consideration that include a change of management/ownership model of outlets i.e. leasing of outlets and space to other providers. The attached documents outline the requirements and background of the commission and the detail of the quote tender process. Lodgement of your Submission is required by 22nd May. Instruction on this process is detailed in Section 6 of the attached documentation. A Fee Proposal shall only be deemed to be accepted when a Notice of such acceptance is issued in writing to the Tenderer either by email or post.",Awarded,,20201117 University of Otago,18693592,Request for Proposals,Open Competition,Supply of Linen,TR2017-12,20170525,20170623,20190311,,Sole Agency,No,,"The Campus and Collegiate Life Services Division provides residential accommodation for over 3,000 residents. Quality linen products and high supplier performance is an operational requirement of the Residential Colleges and University Flats. The products being tendered are bedding and bathroom linen including sheets, pillows, duvet covers and inners, protective bedding and bathroom/kitchen linen such as shower curtains, bath mats, bath towels, tea towels, hand towels, face cloths etc.",Awarded,,20201117 University of Otago,18880162,Request for Tenders,Open Competition,University of Otago - St David II Redevelopment,TR2017-19,20170801,20170904,20190308,,Sole Agency,No,,"UNIVERSITY OF OTAGO ??? ST DAVID II REDEVELOPMENT Request for Tenders Please use the Google Drive link in the addenda to access all documents related to this tender. The Schedule of Quantities will be uploaded to the Google Drive link by August 8th 2017. Please subscribe to this tender notification to receive updates and amendments to the tender.",Awarded,,20201117 University of Otago,19012503,Request for Quotations,Open Competition,Supply of ToR Network Switches,TR2017-26,20170911,20170922,20190130,,Sole Agency,No,,,Awarded,,20201117 University of Otago,19077393,Request for Tenders,Open Competition,Supply of Packaged Bread Products,TR2017-25,20171002,20171106,20190311,,Sole Agency,No,"Room 140, Registry Building, 362 Leith St, North Dunedin, Dunedin 9054","The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the supply of packaged bread Products in order to support the University???s onsite catering services including retails food outlets, commercial catering operations and eight Residential Colleges located in Dunedin.",Awarded,,20201117 University of Otago,19132542,Request for Tenders,Open Competition,Provision of Waste Management Services,TR2015-06,20171013,20171128,20190322,,Sole Agency,No,,"The University of Otago (the University) is combining Waste Management services provided across its Dunedin sites into a single provider contract, to streamline service delivery and encourage a co-ordinated campus wide approach to reduce waste going to landfill, in line with their Sustainability Objective of reducing waste to landfill by 50% by 2021 (from 2012 volumes). Specialist waste streams, comprising electronic waste, fluorescent lamps, non-rechargeable batteries, hazardous waste (solid and fluid), classified document disposal, and metals are excluded from this contract. Nevertheless, the University may modify the Contract Scope during the term of the Contract to include one or more of these specialist waste streams by agreement with the Contractor. Should any Tenderer be able to offer the University any of these additional specialist waste disposal activities, they are invited to highlight this capability, with details, in their Tender submission. This contract is to be awarded on a 7yr (minimum) term, with one further two year extension available, purely at the University???s discretion, and subject to meeting specified minimum performance standards.",Awarded,,20201117 University of Otago,19254762,Request for Proposals,Open Competition,CSSD Instrument Tracking System,TR2016-29,20171123,20180115,20180704,,Sole Agency,No,,"A single contractor will be appointed for the above Tender under a contract term of 5 years in-service support with a further right of renewal of three (total contract period of 8 years). Prior to the commencement of this in service period, the contract will also include an interim period to cover the development and implementation of the software. The contractor will be required to provide the following services: - Implementation Plan - Software installation and commissioning - Importation of data - Full specification of server side hardware and software requirements - Full specification & recommendations for any hardware requirements such as scanners & printers - Configuration of hardware e.g. scanners and printers - Recommendation of compatible hardware - End user and Super user training - Interfacing with Titanium patient management system and with University ID cards. - Technical and User documentation - On call support as part of a Service Level agreement The contractor may also include in their tender a response to provide the following services/equipment: - Provision of hardware including printers and scanners - Warranty service for 5 year period if hardware is provided - Provide etching of current equipment",Awarded,,20201117 University of Otago,19287187,Request for Proposals,Open Competition,Research Picture Archiving and Communication Solution (PACs) or VNA,TR2017-32,20171201,20180112,20190308,,Sole Agency,No,,"Project Scope - ??? To procure a single shared PACs or VNA imaging repository for University of Otago researchers (across the Dunedin, Christchurch and Wellington campuses), with fine-grained comprehensive security, and the ability to handle the modalities run by the University. ??? To design, install, configure and commission the new solution and enable data flows from a representative sample of the modalities run by the University in partnership with the successful vendor. ??? To obtain documentation outlining the final as-built state of the system. ??? To put in place adequate support for the solution and to understand the operate model and vendor escalation procedures. ??? To prove that the solution works end to end. ??? To facilitate the secure storage, archiving, reuse and retention of imaging data for staff and postgraduate students across the main University of Otago campuses. ??? To support hands-on training and teaching requirements for groups of post graduate health sciences students. ??? To define and store rich metadata describing all imaging data, that would in turn enable better data searching, reuse, analysis, and future research proposals. ??? To help support the work of the University ethics and research committees. ??? To enable better reporting on all imaging related research activity. ??? To ensure that imaging data is handled securely; and that all access is logged/authenticated/authorised and linked to the University Identity Management System. ??? To enable better IT support for imaging related research ??? a Research PACs would become an IT research service offering, fully supported and maintained for the common good. ??? To ensure that all imaging metadata and data is highly available on all University campuses, such that critical research and teaching activities can reasonably continue in the event of a major disaster.",Awarded,The contract is awarded to Siemens Healthineers.,20201117 University of Otago,19359785,Request for Tenders,Open Competition,Survey Services,TR2017-44,20180109,20180215,20190311,,Sole Agency,No,,The purpose of this Request for Tender (RFT) is to invite suitably experienced providers to submit their tenders to conduct research fieldwork for the Otago led ???Impact of racism on the future health of adults: a prospective cohort study??? (Racism and Health project),Awarded,,20201117 University of Otago,19500261,Request for Proposals,Open Competition,Student Mobile App,TR2017-37,20180302,20180329,20190308,,Sole Agency,No,,"We require a solution which will provide a mobile application (iOS and Android) to students enrolled at the University of Otago. Initial scope includes our 21,000 students, but future scope also includes staff, prospective students, alumni, and members of the public. We expect that the solution will include the following components: ??? A mobile application which is installed at no cost on an iOS or Android device. ??? An application management platform. This will be provided by the successful vendor, and will include components for managing the content in the application (for example, information about the campus, contact details and so on) as well as a component for managing the integrations between the application and existing campus services. ??? Authentication. When students log into the mobile app, they will be using their University of Otago credentials. ??? Integrations with University systems. We may integrate in one of two ways: first, by taking information from University systems (such as Blackboard or eVision) and surfacing that information in the app itself. An example of this might be Blackboard announcements, or eVision timetable. A second method is simply to provide links to University services which can???t (or should not) be more fully integrated. ??? Notifications and content. Some content will be managed and hosted by the application management platform, while other content may be ingested from existing sources.",Awarded,,20201117 University of Otago,19599402,Request for Proposals,Open Competition,"Project Management Services. Music, Theatre and Performing Arts Relocation",TR2018-06,20180406,20180501,20190322,,Sole Agency,No,,"Your company is invited to provide the University of Otago a proposal for the provision of Consultant Project Management services for the University of Otago Music, Theatre & Performing Arts Relocation Project. Proposals are to be submitted by the due date and are to clearly identify the fees per stage. Details regarding the nominated individuals within your proposed team should also be included.",Awarded,,20201117 University of Otago,19745943,Request for Proposals,Open Competition,Supply of Simulated Teeth to the Dental School,TR2018-01,20180528,20180720,20181213,,Sole Agency,No,"Room 140, Registry Building, 362 Leith Street, Dunedin","We are looking for an innovative and cost efficient process for the supply of simulated teeth for dental training purposes. These simulated teeth will initially be purchased by the University and provided to the student. We also intend that the student will be able to be directly purchase additional teeth to meet their further individual learning needs. The supplied teeth and associated Jaw models must be compatible with the Frasaco heads currently in use at the University of Otago. The University is looking for credible suppliers who have the capability, experience and infrastructure to supply these simulated teeth and associated Jaw Models in an efficient and cost effective manner. They need to have an innovative approach that minimises the need for university owned inventory yet meets the university???s usage requirements without jeopardising demand availability.",Awarded,Contract awarded to Crown Dental & Medical Ltd,20201117 University of Otago,19747699,Request for Quotations,Open Competition,Central ITS Server Refresh,TR2018-05,20180521,20180601,20190308,,Sole Agency,No,,"ITS is currently refreshing servers within our data centres. The University is seeking to purchase networking the equipment as per the Bill of Materials in Appendix 1. Respondents must be a current Cisco NZ Registered Partner and be able to provide evidence that equipment, software and licenses are purchased through a Cisco NZ authorised channel. Pricing must be provided for all products in appendix 1 without substitutions or omissions. Delivery will be to 2 central Dunedin sites. Freight prices must be included in the quote. All items must be delivered within 20 working days of the receipt of the Purchase Order. The quote must be valid for 20 working days from the date of the tender close.",Awarded,The contract is awarded to Dimension Data New Zealand Limited.,20201117 University of Otago,19912232,Request for Quotations,Open Competition,ITS Central Storage Refresh,TR2018-12,20180713,20180730,20190313,,Sole Agency,No,,"The Data Centre IT Storage is at end-of-life and replacement storage needs to be purchased as a direct replacement. Scheduled as part of ???Capital replacements??? and included in this purchase is the expansion of Isilon and Block Storage within the High Capacity Storage services. DELL/EMC Storage being specified in this tender maintains standardisation and compatibility with existing equipment. DELL/EMC Storage will also be compatible with the existing performance monitoring and reporting systems already in place.",Awarded,,20201117 University of Otago,20046980,Request for Proposals,Open Competition,Project Management Consultant Services - UOC Campus Redevelopment,TR2018-22,20180820,20180912,20190326,,Sole Agency,No,,"Invitation: Request for Proposals - University of Otago, Christchurch ??? Project Management Consultant Services Your company is invited to provide the University of Otago a proposal for the provision of Project Management Consultant Services for the University of Otago; Christchurch Campus Redevelopment Project. Your proposals is to be submitted by 4.00pm 12th September 2018 and are to clearly identify the fees per stage. Details regarding the nominated individuals within your proposed team should also be included. The attached RFP document outlines the requirements of Consultants for the project. Part A details the Project Brief and contains project specifics, description of the works and project scope. Part B details the Consulting Services brief and contains specifics of the consultancy services, the draft contract with the consultant and other appendices. As this document will form part of the successful consultants??? contract, you are encouraged to read this document and in turn highlight any concerns or issues within your proposal.",Awarded,,20201117 University of Otago,20047121,Request for Quotations,Open Competition,Central ITS TOR Switch Order,TR2018-18,20180820,20180903,20190311,,Sole Agency,No,,"ITS is currently refreshing data centre top of rack network switches. The University is seeking to purchase networking the equipment as per the Bill of Materials in Appendix 1 of the attached document.",Awarded,,20201117 University of Otago,20057124,Request for Proposals,Open Competition,Consultancy Services - Te Rangi Hiroa College Replacement Project,TR2018-23,20180822,20180917,20190503,,Sole Agency,No,,"University of Otago (the University) is a collegiate focussed university leading the way in world class teaching and exceptional student lifestyle experience. Residential colleges are a key element of the undergraduate experience allowing students to discover like-minded people, build friendships and provide a strong basis for their learning experience. University of Otago currently offers 15 different residential collages ranging in location, size and character and houses around 3,478 undergraduates (2,548 owned and the remainder in affiliated colleges). Each college offers a unique experience to students combining balanced lifestyle, study and community in facilities ranging from 75 ??? 501 students per college. Students are welcomed into the college whanau and add to the flavour and feel of each college. The unique ???flavour??? of each college is a key component of the Otago experience. The current college estate is in the process of being reviewed over the course of 2018 to ascertain a direction for the future state. Whilst that review is being undertaken, the University requires to address a more pressing demand driven by the impact of the new SDHB Dunedin Hospital Project. The recent announcement at the beginning of May 2018 has confirmed the location of the hospital site which directly impacts upon the University???s Te Rangi Hiroa College (TRH). TRH houses 125 undergraduate students South East of the current hospital on Castle Street and will require to be vacated to allow hospital construction work to progress. The target date for vacating the site is May 2021. Campus and Collegiate Life Services (CaCLs) are responsible for the management of all residential colleges and will be the Project Owner. The goal for CaCLs is to provide the following project outcome: - Replacement College for Te Rangi Hiroa including additional capacity (350 beds total) The focus will be upon providing a financially viable Capital Project for a college which fulfils the above requirement and allows CaCLs to: 1. Operate efficiently 2. Offer accommodation to students in a unique and quality collegiate environment. 3. Create a diverse and financially sustainable college More detail is available in the attached tender documents.",Awarded,,20201117 University of Otago,20063097,Request for Proposals,Open Competition,Quantity Surveyor Services - Te Rangi Hiroa College Replacement Project,TR2018-24,20180823,20180918,20190503,,Sole Agency,No,,"To Whom It May Concern 23rd August 2018 Invitation: Request for Proposals - University of Otago, Te Rangi Hiroa Replacement Project. Your company is invited to provide the University of Otago with a proposal for the provision of Consultant Services for the University of Otago; Te Rangi Hiroa Replacement Project. Your proposal is to be submitted by 4.00pm Tuesday 18th September 2018 and is to clearly identify the indicative fees per stage. Details regarding the nominated individuals within your proposed team should also be included. The attached RFP document outlines the requirements of Consultants for the project. Part A provides a project overview including the project brief, description of the works and project scope. Part B details the RFP process. Lodgement of your Submission: Refer to Part B - Section 6. Submission of Responses, for lodgement details. Submissions should be received by 4.00pm Tuesday 18th September 2018. Tenders that do not comply with these lodgement directions may, at the discretion of the University of Otago be deemed ineligible for any further consideration and be rejected. The University shall not be bound to accept the lowest or any fee proposal. A Proposal shall only be deemed to be accepted when a Notice of such acceptance is issued in writing to the Tenderer either by email or post. Information Contact: All enquiries in relation to the submission are to be made in writing via email to: simon.dalton@otago.ac.nz As this document will form part of the Consultant Services contract, you are encouraged to read this document and in turn highlight any concerns or issues within your proposal.",Awarded,,20201117 University of Otago,20225721,Request for Tenders,Open Competition,Supply of Fresh Chicken (2019),TR2018-26,20181001,20181026,20181126,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of fresh chicken for the University Union???s food service operations. Fresh chicken is a key ingredient for the University Union???s food service operations across campus.",Awarded,Contract Awarded to Perfect Poultry,20201117 University of Otago,20225775,Request for Tenders,Open Competition,Supply of Fresh & Frozen Meat (2019),TR2018-27,20181001,20181026,20181204,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the supply of fresh & frozen meat for the University Unions food service operations. Fresh and frozen meat are key ingredients for the University Union???s food service operations across campus.",Awarded,Contract awarded to Kaan's Catering Supplies Ltd,20201117 University of Otago,20225799,Request for Proposals,Open Competition,Supply of Kitchen Cleaning Chemicals,TR2018-20,20181001,20181026,20181126,,Sole Agency,No,,"The purpose of this Request for Proposal is to invite suitably experienced parties to submit their proposals to the University of Otago with information on their skills, services and experience in providing kitchen cleaning chemicals to the University Union and its operations. The cleaning program is an integral part of the foodservice operations and the chemicals used are essential to its effectiveness and efficiency.",Awarded,,20201117 University of Otago,20225864,Request for Proposals,Open Competition,Hot Beverage Machines and Related Consumables,TR2017-38,20181001,20181026,20181213,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably experienced parties to submit their proposals to the University of Otago (???The University???) with information on their skills, services and experience in providing hot beverage vending machines and consumables for the University Unions College Catering operations. The University Union???s College catering operation provides a food service to 11 colleges. Breakfast, Lunch and Dinner are served daily over the academic year at University College, Caroline Freeman, Hayward, Aquinas, Abbey, Cumberland, Te Rangi Hiroa, Carrington, Studholme, Arana and Toroa Colleges. Outside of the academic year the colleges are open for tour groups, schools and conferences. Hot beverage options are currently available to residents of these colleges in the form of instant powder and/or fresh bean vending machines. The vending machines dispense coffee and hot chocolate products with powdered milk or whiteners. Teabags, consisting of a range of different tea options, are also provided.",Awarded,Kaan's Catering Limited Awarded Contract,20201117 University of Otago,20361168,Request for Tenders,Open Competition,Supply of a High-Resolution Mass Spectrometer System,TR2018-17,20181102,20181128,20190411,,Sole Agency,No,,The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of a High-Resolution Mass Spectrometer System. Please view the attached documents for further details.,Awarded,The contract is awarded to Shimadzu Scientific Instruments Oceania Pty Ltd.,20201117 University of Otago,20434419,Request for Tenders,Open Competition,"Engineering Consultancy Services Woolshed Bay, Jack???s Point",TR2018-37,20181116,20181212,20190212,,Sole Agency,No,,"We are currently seeking engineering consultancy services for the redevelopment of the Woolshed Bay property, Jack???s Point, Queenstown, from concept design and informing the business case to construction and completion. Please view the attached documents for more information.",Awarded,,20201117 University of Otago,20443924,Request for Tenders,Open Competition,"Resource Consent Planning Woolshed Bay, Jack???s Point",TR2018-38,20181119,20181213,20190212,,Sole Agency,No,,"We are currently seeking Resource Consent Planning services for the Woolshed Bay property, Jack???s Point, Queenstown. Please view the attached documents for more information.",Awarded,,20201117 University of Otago,20583728,Request for Quotations,Open Competition,Central ITS Network Internet Edge Replacement (Exodus Upgrade),TR2018-40,20190107,20190118,20190130,,Sole Agency,No,As per RFQ Document,University of Otago's ITS Division is currently upgrading the Internet Edge hardware (Exodus). The University is seeking to purchase networking equipment and is requesting quotations that offer us the best possible value for money. It is important that suppliers understand and commit to the high level of service/support that we expect for the equipment purchased. Please refer to the RFQ document for further information.,Awarded,,20201117 University of Otago,20654724,Request for Proposals,Open Competition,Mechanical and Hydraulic Services Engineer for School of Physical Education and Food Sciences Projects,TR2019-01A,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Mechanical and Hydraulic Services Engineering for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 University of Otago,20654979,Request for Proposals,Open Competition,Structural and Civil Services Engineer for School of Physical Education and Food Science Projects,TR2019-01B,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Structural and Civil Services Engineering for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 University of Otago,20655077,Request for Proposals,Open Competition,Quantity Surveyor Services Engineer for School of Physical Education and Food Science Projects,TR2019-01C,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Quantity Surveying Services Engineering for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 University of Otago,20655089,Request for Proposals,Open Competition,Electrical Services Engineer for School of Physical Education and Food Science Projects,TR2019-01D,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Electrical Services Engineering for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 University of Otago,20655096,Request for Proposals,Open Competition,Fire Services Engineer for School of Physical Education and Food Science Projects,TR2019-01E,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Fire Services Engineering for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 University of Otago,20655124,Request for Proposals,Open Competition,Lead Architect for School of Physical Education and Food Science Projects,TR2019-01F,20190131,20190305,20190617,,Sole Agency,No,,"University of Otago's Campus Development is inviting consultant companies to submit their proposals with information on their skills, services and experience in providing Architectural Consulting Services for the School of Physical Education, Sport and Exercise and School of Food Science and Human Nutrition in Dunedin, New Zealand. The scope of the project comprises: Full Architectural services for the staged development and overall delivery of the projects in Dunedin to meet the approved brief, within budget and on programme. Please refer to the RFP document for further information.",Awarded,,20201117 Venture Southland,20103007,Request for Proposals,Open Competition,Southland Murihiku Destination Strategy,,20180905,20180919,20190116,,Sole Agency,No,"PO BOX 1306, Invercargill 9840","This RFP is for the development of the Southland Murihiku Destination Strategy. The desired outcome is the development of the Southland Destination Strategy 2019-29. This Strategy will be a blueprint for the future which will allow the Southland tourism sector to grow and achieve its $1billion goal with alignment of social, cultural, infrastructural and environmental considerations.It will deliver a simple and focussed vision, suggested key goals to be achieved in the process of delivering on that vision and clear priorities with associated plans that indicate how we will get there. It will focus on the areas that will make the biggest difference acknowledging that Southland needs to be specific about how we move forward from where we are today to where we want to be. Good baseline data will be required to inform this project and ensure that there is evidence based decision-making. Full details in attached RFP document.",Not Awarded,"This RFP attracted significant interest with 11 high quality proposals submitted for consideration. A comprehensive evaluation process was undertaken by Staff and the project???s Strategic Advisory Group. As a result Stafford Strategy was awarded the contract.",20201117 Venture Southland,20137956,Request for Proposals,Open Competition,Southland Story Project,,20180910,20180928,20190116,,Sole Agency,No,"Venture Southland PO BOX 1306, Invercargill 9840","This RFP is for Stage One of Three Stages in the development of the Southland Story. The story telling of regions is occurring at both a National and International level in response to individuals seeking greater understanding of an area???s history, people and points of difference. The Southland Story project was identified in the Southland Regional Development Strategy Action Plan in 2015 and it seeks to build confidence in, and clarity of, our identity in order to articulate why Southland is the best place to live, visit, invest, work and study in New Zealand. Southland???s unique stories are fundamental to achieving our goal of 10,000 more people in Southland by 2025, increasing economic activity and building confidence and pride within our communities. Our story will connect the wider Southland region and send a unified message to the world.",Not Awarded,"This RFP attracted significant interest with 17 high-quality proposals submitted for consideration. A comprehensive evaluation process was undertaken by Staff and the project???s Advisory Group. As a result Principals Brand was awarded the contract.",20201117 Waikato District Health Board,436366,Request for Proposals,Open Competition,Primary Maternity Service in Morrinsville and/or Te Awamutu - Old GETS ref# 42734,,20140703,20140815,20190520,,Sole Agency,No,Waikato District Health Board - P O Box 934 - Hamilton 3240,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Waikato District Health Board wishes to purchase a full primary maternity service, including an integrated maternity hub in both Te Awamutu and Morrinsville. Waikato District Health Board invites proposals from organisations interested in providing these services in one or both locations.",Not Awarded,,20201117 Waikato District Health Board,10182538,Request for Tenders,Open Competition,Provision of Individualised Funding Host Provider Services in the Midland Region,1000,20150323,20150423,20190520,,On behalf of procurement agent,No,"Support Coordinator, Planning and Funding, Hockin Building, Private Bag 3200, Hamilton 3240",,Not Awarded,,20201117 Waikato District Health Board,12652870,Request for Proposals,Open Competition,Clinical Typing Tool for Waikato District Health Board,4290-15,20150605,20150703,20190520,,Sole Agency,No,,"The Waikato DHB clinical typists currently use a tool developed internally using Microsoft Excel to manage the workflow around creating clinical documents in Microsoft Word. The process starts with Clinicians dictating letters using Winscribe. The clinical typing pool ??? who may be based onsite at Waikato DHB or working remotely from home, transcribe the letters into a Microsoft Word document. The requesting clinician is then required to log in to the tool to approve the letter, and are sent electronic reminders if the letter is not approved within the required timeframe. Once approved, the clinical typist finalises the letter, prints it out, and it is couriered or posted to the recipient. At present, letters are sent out using a mix of couriers as well as New Zealand Post. However, New Zealand Post has reduced from sending mail 5 days per week to 3 days and this has resulted in some GP???s not receiving the letters in a timely manner. Finalised documents are also archived on to a network folder, and a copy is uploaded in to the clinical document portal ??? Clinical Workstation. The clinical typists also manually record letter details into a spreadsheet in order to facilitate audit reporting. Our Requirements Waikato DHB is seeking to replace the existing Clinical Typing tool with an off-the-shelf proven solution. The primary business objectives for Waikato DHB are to: ??? Reduce current business risk by provisioning a solution that is supportable by the Waikato DHB IS department, backed up by a reputable vendor ??? Reduce the time to distribute letters to GP???s by provisioning the capability to distribute letters electronically to GP???s ??? Improve clinical safety by enabling information to be transferred between hospital clinicians and GP???s in a timely manner ??? Improve reporting and auditing ??? Enforce a consistent format standard in relation to documents",Not Awarded,,20201117 Waikato District Health Board,13098829,Request for Quotations,Open Competition,Preferred Panel of Accommodation Providers in Hamilton near Waikato Hospital Campus,4311-15,20150619,20150703,20190520,,Sole Agency,No,"Procurement and Supply Chain, Waikato DHB, Pembroke Street, Hamilton. Attention: Alicia Lane, Procurement Manager","Request for Quotation (RFQ) for a Preferred Panel of Accommodation Providers in Hamilton near Waikato Hospital Campus This is a new requirement due to the demolition of Hilda Ross House (HRH) onsite at Waikato Hospital Campus which currently provides accommodation for the for the following groups: ??? Medical students ??? Waikato DHB new employees ??? Mothers and families of new-born babies ??? Regional patients waiting for inpatient or outpatient access to services that do not qualify under the national travel assistance policy ??? Relatives and supporters of Waikato DHB patients ??? Etc There is an average of 740 patients staying per month. Some of these patients are required to visit the hospital over the 24 hour period such as mothers / family to the Newborn Intensive Care Unit (NICU), Renal Dialysis and the Intensive Care Unit (ICU). For more information, please review the RFQ document.",Not Awarded,,20201117 Waikato District Health Board,13708917,Request for Proposals,Open Competition,Clinical Typing Tool for Waikato District Health Board,4290-15 old ref 12652870,20150707,20150710,20190520,,Sole Agency,No,As per RFP document,"PLEASE NOTE: RFP CLOSED BY ERROR 3RD JULY 2015 AND HAS BEEN RELISTED TO CLOSE 10TH JULY 2015 (original GETS reference is 12652870) The Waikato DHB clinical typists currently use a tool developed internally using Microsoft Excel to manage the workflow around creating clinical documents in Microsoft Word. The process starts with Clinicians dictating letters using Winscribe. The clinical typing pool ??? who may be based onsite at Waikato DHB or working remotely from home, transcribe the letters into a Microsoft Word document. The requesting clinician is then required to log in to the tool to approve the letter, and are sent electronic reminders if the letter is not approved within the required timeframe. Once approved, the clinical typist finalises the letter, prints it out, and it is couriered or posted to the recipient. At present, letters are sent out using a mix of couriers as well as New Zealand Post. However, New Zealand Post has reduced from sending mail 5 days per week to 3 days and this has resulted in some GP???s not receiving the letters in a timely manner. Finalised documents are also archived on to a network folder, and a copy is uploaded in to the clinical document portal ??? Clinical Workstation. The clinical typists also manually record letter details into a spreadsheet in order to facilitate audit reporting. Our Requirements Waikato DHB is seeking to replace the existing Clinical Typing tool with an off-the-shelf proven solution. The primary business objectives for Waikato DHB are to: ??? Reduce current business risk by provisioning a solution that is supportable by the Waikato DHB IS department, backed up by a reputable vendor ??? Reduce the time to distribute letters to GP???s by provisioning the capability to distribute letters electronically to GP???s ??? Improve clinical safety by enabling information to be transferred between hospital clinicians and GP???s in a timely manner ??? Improve reporting and auditing ??? Enforce a consistent format standard in relation to documents",Not Awarded,,20201117 Waikato District Health Board,15688923,Request for Proposals,Open Competition,"RFP to provide Electronic Clinical Whiteboard eCWB software solution, implementation, and maintenance services",IS1410_001,20150826,20150930,20190520,,Sole Agency,No,Greg.Keyte@waikatodhb.health.nz,"The purpose of this Request for Proposal (RFP) is to invite selected parties to submit their proposals to provide Electronic Clinical Whiteboard eCWB software solution, implementation, and maintenance services in accordance with this RFP. Within the Waikato DHB, the following clinical whiteboards are currently being utilised: ??? handwritten, manual whiteboards ??? stand-alone excel spreadsheets (displayed on large screens) ??? In-house developed electronic whiteboards Waikato DHB are seeking to replace all three solutions listed above with a single electronic whiteboard solution that is used consistently throughout the hospital. It will be integrated with existing clinical systems and provide a real-time, single view of patient and bed information available to users throughout the hospital ??? regardless of their location. The ultimate required outcome is enhanced patient journeys, discharge planning, resource utilisation and bed management. Please review the RFP document for more information.",Not Awarded,,20201117 Waikato District Health Board,16941056,Request for Quotations,Open Competition,Electrical Preferred Contractors,4056/13,20151030,20151120,20190520,,Sole Agency,No,"Ian Potter, Property & Infrastructure, Waikato DHB, Pembroke & Selwyn Street, Private Bag 3200, Hamilton, 3240","Waikato DHB wish to supplement their current Preferred Electrical Contractors for works under $100,000.",Not Awarded,,20201117 Waikato District Health Board,16992858,Request for Proposals,Open Competition,Waikato Youth AOD Services,1001,20151116,20160121,20160415,,Sole Agency,No,,"Waikato DHB wishes to purchase the following Youth AOD Services: - District-wide leadership and systems support - community based youth AOD services for Hamilton, North and Surrounds",Awarded,"A contract has been awarded to Odyssey Trust for the provision of Waikato Youth AOD services. Name Odyssey Trust 110 Mount Eden Road Auckland Description of goods or services 1. The provision of leadership and systems support to rangatahi/youth alcohol and other drug (AOD) and co-existing problems (CEP) services and staff throughout the Waikato DHB. 2. The provision of community based assessment and treatment service for rangatahi/young people with problematic to severe alcohol and/or other drug use problems in Hamilton, North and Surrounds Contract term 3 years Contract value (maximum estimated total value over the duration of the contract) $1,179,411 (excluding GST) per annum for three years ??? in total $3,538,233 excluding GST The service name is youth INTACT",20201117 Waikato District Health Board,17177230,Request for Tenders,Open Competition,4365-15 Request for Tender Electrical and Building Works for a replacement of a Linear Accelerator,4365-15,20160203,20160303,20160817,,Sole Agency,No,"Property and Infrastructure, Waikato District Health Board, Pembroke Street, Hamilton 3204, Attention: Hope Allum Reference 4365-15",Electrical and building works to modify the existing bunkers and control rooms to accommodate a new Linear Accelerator within the Radiation Therapy Department at the Waikato Hospital,Awarded,,20201117 Waikato District Health Board,17454498,Request for Proposals,Open Competition,Request for Proposal Adult Mental Health - Phase One Design Consulting (final version),Adult Mental Health,20160427,20160524,20160817,,Sole Agency,No,"Property and Infrastructure, Waikato DHB, Hague Road, Hamilton, Attention: Hope Allum, Marked: ???CONFIDENTIAL??? ??? RFP WAIKATO DHB Adult Mental Health","Waikato DHB is preparing a business case for the relocation of approximately 60 adult mental health beds from their current location (Henry Rongomau Bennett building) to a site on the same campus. Community beds (15 no.) may also be in concept. Proposals are being sought for the disciplines set out below. Organisations or individuals participating must demonstrate recent experience in the full project life cycle in respect of construction and delivery of substantial adult mental health inpatient facilities in New Zealand. 1. Architectural Services ??? Reference 4434-16 2. Quantity Surveyors - Reference 4435-16 3. Civil Engineers - Reference 4436-16 Proposals are for consulting work up to Concept Stage only",Awarded,,20201117 Waikato District Health Board,17454618,Request for Proposals,Open Competition,For the provision of Business Case Writing Services for the Relocation of Adult Mental Health In-Patient Facilities,BBC Writer,20160427,20160524,20161103,,Sole Agency,No,"Property and Infrastructure, Waikato DHB, Hague Road, Hamilton, Attention: Hope Allum, Marked: ???CONFIDENTIAL??? ??? RFP WAIKATO DHB Adult Mental Health","Waikato DHB requires business case writing services for the complex project of the relocation of an existing 60 bed adult mental health facility (Henry Rongomau Bennett building) to a new facility proposed to be built on the same campus. This procurement is sourcing a Better Business Case (BBC) expert practitioner to support this project through a four stage business case process and also using Gateway review assurance methodology. Suppliers must be accredited by the International BBC Standards Board as expert providers. Suppliers must also have written at least three Business Cases in public sector preferably in hospital clinical services.",Not Awarded,Withdraw RFQ,20201117 Waikato District Health Board,17479868,Request for Quotations,Open Competition,Quote for Flooring Services,4421-16,20160503,20160603,20190520,,Sole Agency,No,"Hope Allum, Property & Infrastructure, Hague Road, Private Bag 3200, Hamilton, 3240","Waikato DHB has created a panel of Preferred Suppliers for Flooring Services and now wish to supplement this within additional providers. The requirements include as required carpets and carpet tile installations and repairs, vinyl installations (to walls and floors) and repairs, pencil coving, wall applications, flooring preparations, flooring leveling and falls and wet area applications.",Not Awarded,,20201117 Waikato District Health Board,17530333,Request for Proposals,Open Competition,4423-16 RFP CCTV and Access Control,4423-16,20160518,20160620,20161103,,Sole Agency,No,"Property and Infrastructure, Waikato DHB, Hague Road, Hamilton, Attention: Hope Allum, Marked: ???CONFIDENTIAL??? 4423-16","The Waikato District Health Board seeks proposals from Suppliers who can become a trusted business partner to support the Waikato DHB security infrastructure requirements across all Waikato DHB sites using the Gallagher and Avigilon platforms. The scope will include new installations, repairs, maintenance, IQP services across this critical category of security of CCTV and Access Control.",Awarded,,20201117 Waikato District Health Board,17629461,Request for Proposals,Open Competition,"RFP: Wholesale and Retail Sushi within Meade Clinical Centre, Waiora Waikato Hospital, Hamilton",4226-16,20160624,20160803,20180126,,Sole Agency,No,"Property and Infrastructure, Waikato DHB, Hague Road, Hamilton, Attention: Hope Allum Marked: ???CONFIDENTIAL??? 4226-16",Waikato DHB wishes to expand their food retail outlet offering within Level 1 Meade Clinical Centre (MCC) beyond the current offering with the introduction of a sushi outlet. This food retail will provide both food retail sales on Level 1 MCC as well as supply wholesale sushi for resale throughout the campus from Waikato DHB cafes.,Not Awarded,Awarded to Fuku Sushi,20201117 Waikato District Health Board,17813995,Request for Quotations,Open Competition,4516-16 Lead Contractor Fitout Services Hamilton CBD Refurbishment Project,4516-16,20160819,20160909,20161103,,Sole Agency,No,"Property and Infrastructure, Waikato DHB, Hague Road, Hamilton, Attention: Hope Allum, Email address: hope.allum@waikatoDHB.health.nz Marked: ???CONFIDENTIAL??? 4552-16???","Waikato DHB seeks submissions from suitably qualified Lead Contractors for the fit out for Stage One of the refurbishment a 12,850sqm leased site at the former Farmer???s store facility located in Alexandra Street, Hamilton City. This opportunity is for the first stage one only and is for the refurbishment of Level 9 with an anticipated commencement in late September 2016. A site visit will be conducted on Friday 26th August.",Awarded,,20201117 Waikato District Health Board,17879862,Request for Quotations,Open Competition,RFQ Property Valuations,4555-16,20160907,20160921,20161111,,Sole Agency,No,,Waikato DHB seeks submissions from suitably qualified suppliers for the provision of valuation services to specifically value its Land and Buildings portfolio for financial and insurance reporting purposes.,Awarded,,20201117 Waikato District Health Board,17972282,Request for Proposals,Open Competition,Panel for Architectural Services,4583-16,20160930,20161031,20180126,,Sole Agency,No,,The Waikato District Health Board seeks proposals from suitably experienced Suppliers who will form a Panel for Architects for the next three years.,Not Awarded,Awarded panel contracts to multiple suppliers,20201117 Waikato District Health Board,18032842,Request for Proposals,Closed Competition,Supply and Installation of Main Switchboard and Power Supply Infrastructure at Waikato Campus,4322-15,20161018,20161117,20180126,,Sole Agency,No,,"Please note the following corrections... - Kevin Bardsley's phone number is wrong on the AECOM spec (page 11), It should be 021 473897 (no 3 on the end) - Attachment 2_AECOM Page 10 Drawing 331 title should read MCC (Meade) existing schematic. - Attachment 2_Appendix D pricing schedule is superceded by the Pricing Schedules A & B",Not Awarded,Broadspectrum awarded contract,20201117 Waikato District Health Board,18044728,Request for Quotations,Open Competition,RFQ Quantity Surveying Services,4602-16,20161018,20161101,20161216,,Sole Agency,No,All submissions via GET Tender Box,"Waikato DHB has two large capital expenditure projects; CBD Office & Services Consolidation (???CBD???) and Gallagher Drive Distribution Centre & Services Hub (???Gallagher Dr???), both of which require Quantity Surveyor (???QS???) professional services, from suppliers who have the capability, capacity and good financial standing to work with the Waikato DHB throughout the duration of these projects. All submissions via GETS Tender Box and Questions via GETS",Awarded,,20201117 Waikato District Health Board,18067415,Request for Proposals,Open Competition,Supply of Fruit & Vegetable products to Waikato DHB,4594-16,20161209,20170120,20170928,,Sole Agency,No,,,Not Awarded,Awarded to Fresh Connection,20201117 Waikato District Health Board,18078050,Request for Quotations,Open Competition,"Waikato Hospital, Waiora Building, Main Supply Fan Refurbishment",,20161027,20161130,20190520,,Sole Agency,No,"Property and Infrastructure Building, Waikato Hospital, Hague Road, Hamilton","The project requires a capable contractor that will undertake, manage and co-ordinate all works associated with this project. The work involves: 1. Removal of 3x redundant fans and seal wall openings 2. Construct a temporary partition wall 3. Overhaul and service 2x fans 4. Reinstate and commission fans 5. Removal temporary partition wall 6. Repaint of floor and structure 7. Install new external louvres The fans are located in the plant room of the Waiora Building. As site visit is essential to fully understand the scope of work.",Not Awarded,,20201117 Waikato District Health Board,18094132,Request for Proposals,Open Competition,Supply of Temporary Healthcare Staff,4597-16,20161109,20161202,20170510,,Sole Agency,No,,,Awarded,,20201117 Waikato District Health Board,18205027,Request for Proposals,Open Competition,Patient Transfer Services,4501-16,20161205,20170213,20180503,,Sole Agency,No,,"The Midland District Health Boards (DHBs) require proposals for patient transfer services between health facilities. The Midland DHBs consist of: Bay of Plenty, Lakes, Tairawhiti, Taranaki and Waikato. Over a 12 month period the Midland DHB’s can transfer more than 7,000 individual patients to or from hospital sites. These transfers are primarily movement to, or return from, a specialist treatment facility or it is to move the patient to their home region for continued care. Movements can be as simple as a road movement from one point to another or as complex as a road movement from hospital to an airport, a flight to an alternate region, and the subsequent road movement from airport to hospital. Some 10,000 inter-hospital road transfers can occur, and over 2,000 patient transfers to and from airports. Waikato Hospital as the tertiary hospital for the region is the hub of this activity with over 4,500 transfers into the hospital and over 2,000 out. Within scope of this project: - Scheduled, non-time critical movement of patients between facilities (set daily routes that can transport more than one patient) - Unscheduled, to move non-time critical patients between facilities (alternate routes, on an adhoc basis) - On call / urgent, service to move time critical patients between facilities The Waikato DHB is leading this procurement exercise on behalf of the Midland DHBs. If you intend to submit a response, please email Alicia.Lane@waikatodhb.health.nz to notify of your intention prior to the 27th January 2017. Attachments include: - Main RFP document - RFP response document - Four appendices",Not Awarded,RFP Withdrawn from market,20201117 Waikato District Health Board,18208810,Request for Proposals,Open Competition,RFP for the provision of an eData forms and workflow kit,4468-16,20170210,20170316,20171026,,Sole Agency,No,,"Waikato District Health Board is looking to identify and select a forms and workflow tool which can be used to gather clinical information and workflow it around the organisation seamlessly. The Waikato District Health Board is looking for credible providers who have the capability and experience to implement and support us in our transition from old fashioned paper records to electronic. In the delivery of a forms and workflow solution, we aim to transform the care provided to our patients and to make Waikato DHB a reference point for other DHB's to aspire to.",Not Awarded,No responses received were able to demonstrate being able to provide all required functionality to the evaluation panel's satisfaction.,20201117 Waikato District Health Board,18239471,Request for Proposals,Open Competition,Supply of Pest Management Services to Waikato DHB,4598-16,20170111,20170210,20170615,,Sole Agency,No,,,Not Awarded,Genus NZ,20201117 Waikato District Health Board,18247505,Request for Quotations,Open Competition,"Lead Contractor : 2 x Negative Pressure Rooms with Ward E7, Waikato District Health Board",4619-16,20161216,20170120,20170207,,Sole Agency,No,,"Waikato DHB seeks submissions from suitably qualified Lead Contractors for creation of two (2) dedicated paediatric negative pressure rooms within the Elizabeth Rothwell Building, E7 ward to enable safe placement of ill children with an airborne infection condition.",Awarded,,20201117 Waikato District Health Board,18270357,Request for Proposals,Open Competition,Supply of Washroom Services to Waikato DHB,4599-16,20170111,20170210,20170524,,Sole Agency,No,,,Not Awarded,Alsco NZ,20201117 Waikato District Health Board,18297042,Request for Proposals,Open Competition,Supply of Waste Management Solution to Waikato DHB,4643-16,20170119,20170220,20180126,,Sole Agency,No,,,Not Awarded,EnviroNZ awarded contract,20201117 Waikato District Health Board,18412740,Request for Proposals,Open Competition,RFP for the supply of an Integrated Patient Nutrition & Food Software System,4500-17,20170313,20170412,20180720,,Sole Agency,No,,"Waikato DHB wants to engage with a credible provider that has the capability, proven experience and resource to implement and support a solution in a complex environment, such as a large tertiary hospital. They need to demonstrate quality in their solution and previous implementations, evidencing the delivery of successful projects on time and in budget in a healthcare environment. The solution is an integrated software solution that manages the supply chain, production and distribution of individual in-patient food and beverages, with a clear focus on nutrition management. The solution should have the functionality to integrate with patient information management systems, nutritional and financial systems, and be focussed on future developments of nutrition care.",Awarded,,20201117 Waikato District Health Board,18441192,Request for Proposals,Open Competition,Supply of an LC/MS and Associated Services,4718-17,20170310,20170410,20180115,,Sole Agency,No,,"Waikato DHB wants to engage with a credible provider that has the capability, experience and resource to implement and support the installation of an LC-MS in a medical laboratory. They need to demonstrate quality in their equipment and strong technical applications support, evidencing the delivery of successful projects on time and in budget in a medical laboratory. Scope of the RFP is to supply of one Liquid Chromatograph-Mass Spectrometer (LC-MS) for the analysis of samples for drugs of abuse and other compounds. Supporting this equipment will be an appropriate maintenance service package and strong technical applications support team.",Awarded,,20201117 Waikato District Health Board,18498619,Request for Proposals,Open Competition,Supply of Elevator Maintenance and IQP Services,4717-17,20170407,20170526,20170825,,Sole Agency,No,,"With over 60 operational lifts across three facilities, Waikato DHB is seeking to appoint a provider of maintenance services for the DHB's elevators. The supplier will need to provide preventative and corrective maintenance services as well as engaging an Independent Qualified Person (IQP) on the DHB's behalf to inspect and report on the DHB's compliance to Building Warrant of Fitness requirements. Sites included in scope of service are: - Waikato Hospital - Thames Hospital - Te Kuiti Hospital Note: If you would like to complete site inspections to support development of your submission please complete Response Form 3 – Site Inspections and email our Point of Contact prior to the deadline to register. Confirmed dates of inspections will be communicated once we have an understanding of what needs to be sighted.",Awarded,,20201117 Waikato District Health Board,18613961,Request for Proposals,Open Competition,Supply of an Infectious Serology Analyser and Associated Services,4739-17,20170630,20170728,20180503,,Sole Agency,No,,"This RFP relates to the purchase of an analyser for infectious serology assay testing. The scope also includes the clinical validity of results, quality control, maintenance of the analyser and the associated consumables to complete testing. The key outcome that we want to achieve is to identify a solution that enables better and faster patient care. The laboratory service for the Waikato DHB is a key enabler in delivering safe, quality health services for all. The opportunity for bidders in this process is to demonstrate how you can create a productive partnership, and be part of a centre of excellence in learning and innovation.",Awarded,,20201117 Waikato District Health Board,18643386,Request for Proposals,Open Competition,Uninterrupted Power Supply (UPS) Support & Maintenance,4770-17,20170510,20170601,20170711,,Sole Agency,No,,"Waikato DHB are looking for a supplier to provide hardware maintenance and support for the fleet of UPS devices currently in use across the whole of the Waikato DHB network. The hardware maintenance is to include scheduled preventative maintenance and unscheduled remedial maintenance. The contract should allow for a six and twelve monthly checks and the contract must include a schedule for the replacement of batteries and should provision for the replacement of batteries that are five or more years older. The Waikato DHB currently has 5 Hospital sites and a number of satellite sites within the Waikato Region and Hamilton City, the majority (if not all) of these sites has a UPS device.",Awarded,,20201117 Waikato District Health Board,18688358,Request for Proposals,Open Competition,"Supply of Cleaning Services to Waikato DHB and Combined Cleaning, Attendant and Security Duties for Waikato DHB Rural Hospitals",4728-17,20170525,20170623,20170922,,Sole Agency,No,N/A,,Awarded,,20201117 Waikato District Health Board,18772525,Request for Quotations,Open Competition,Cone Beam CT Scanner Waikato District Health Board,4751-17,20170622,20170712,20180704,,Sole Agency,No,,Waikato District Health Board (DHB) is looking to purchase a Cone Beam CT Scanner for use in the Maxillofacial and Dental Service. We are seeking submissions from suitably qualified suppliers who can offer a solution that will provide workflow efficiency???s and improved interface for patients presented to the scanner.,Awarded,,20201117 Waikato District Health Board,18797468,Request for Proposals,Closed Competition,Supply of Grounds Maintenance Services to Waikato DHB,4659-16,20170703,20170725,20180126,,Sole Agency,No,,,Not Awarded,Downer awarded contract,20201117 Waikato District Health Board,18836815,Request for Quotations,Open Competition,Heart Lung Machines and Associated Equipment and Software,4822-17,20170807,20170825,20171030,,Sole Agency,No,,"This RFQ relates to the purchase of: 1. 2x Heart Lung Machine bases including onboard data centre, electronic gas blender and inline blood gas analyser (where possible) 2. 1x Centrifugal pump to be paired to an existing Stockert S5 heart lung machine 3. 1x Centrifugal pump for ECMO (intra and post cardiac surgery support in ICU) 4. 1x Software package for case database management Depending on the heart lung machines selected, Waikato DHB may elect to purchase a third machine to maintain standardisation of equipment. Similarly this may impact the purchase of the paired centrifugal pump and / or the software package as to whether they are procured. The key outcomes that we want to achieve are the procurement of a reliable, manoeuvrable machine that can enable improved patient care.",Not Awarded,Responses received did not meet configuration requirements,20201117 Waikato District Health Board,18882242,Request for Proposals,Closed Competition,Supply of General Labour and Exterior Cleaning Services to Waikato DHB,4660-16,20170802,20170823,20171122,,Sole Agency,No,,,Not Awarded,"General Labour awarded to Downer Exterior Cleaning awarded to GR Cleaning",20201117 Waikato District Health Board,18884357,Request for Proposals,Open Competition,Supply of Engineering Stores Services to Waikato DHB,4836-17,20170803,20170831,20180314,,Sole Agency,No,,,Awarded,,20201117 Waikato District Health Board,18917376,Request for Proposals,Open Competition,Taumarunui Maternity Service Facility Cover,4824-17,20170826,20170912,20170913,,Sole Agency,No,,Waikato DHB Is seeking proposals from suitably experienced Midwives with the ability to provide on call midwifery cover to the Taumarunui primary Birthing Unit.,Not Awarded,No responses received.,20201117 Waikato District Health Board,18978353,Request for Proposals,Open Competition,Provision of Orthotic Services and Orthoses Waikato DHB,4808-17,20170901,20170929,20180730,,Sole Agency,No,,"Waikato District Health Board are seeking proposals from suitably qualified suppliers who have the knowledge and capability to provide Orthotic Services and Orthoses. We are seeking a fully outsourced model whereby the supplier provides both the product and related services. The services under this RFP are related to the provision of products, including clinical consultation and assessment; determination of appropriate Products and fitting of such Products; clinical review and monitoring of Products and complex Products requiring fabrication and manufacture; modifications and repair to Products (Services). The definitions of the In-Scope Products are as follows: (a) ???off the shelf??? standard products for corrective, rehabilitative and treatment purposes, including (but not limited to) moonboots, finger splints, hand/wrist splints, knee ROM brace, foam collar, post op medical shoes etc (Standard Products); (b) ???off the shelf??? fitted products for corrective, rehabilitative and treatment purposes, that require an Orthotist to fit the product (Fitted Products); or (c) provision of customised products for a specific patient, generally made to measure; may also include product that requires modification to a product (Customised Products).",Awarded,,20201117 Waikato District Health Board,19015723,Request for Quotations,Closed Competition,Lomas Building Chilled Water System Upgrade,4874-17,20170912,20171002,20171121,,Sole Agency,No,,,Awarded,,20201117 Waikato District Health Board,19015738,Request for Proposals,Open Competition,Panel for Project Management Services,4858-17,20170913,20171011,20180126,,Sole Agency,No,,,Awarded,Panel members selected for applicable tranches,20201117 Waikato District Health Board,19056855,Request for Quotations,Open Competition,ICU Ventilators Waikato DHB,4875-17,20170925,20171011,20180704,,Sole Agency,No,,"Waikato District Health Board (DHB) is seeking suppliers with the ability to provide ventilators suitable for use in a Tertiary Hospital Intensive Care Unit. We are only seeking responses from suppliers who have previously responded to the 2016 healthAlliance Panel RFP for Ventilators, Transport Ventilators, associated consumables and maintenance services (document number P15-106). Suppliers should be able to demonstrate their knowledge and capability to not only provide quality equipment but also maximise the total solution in respect of the equipment and services to provide a cost effective comprehensive solution to the DHB. Waikato DHB has a large fleet of ICU Ventilators. We are currently seeking to replace approximately half of our fleet (10 Ventilators).",Awarded,,20201117 Waikato District Health Board,19077601,Request for Quotations,Open Competition,Operating Theatre Lights,4878-17,20171002,20171013,20180108,,Sole Agency,No,,"Waikato Hospital has a requirement to replace Operating Theatre Lights in 6 Operating Theatres. We are seeking proposals from suppliers with the capability and capacity to provide fit for purpose equipment, installation service and five year warranty. Waikato DHB are working to a tight timeline for this process. The successful supplier must be able to commit to completing the installation within the window of 21st December 2017 ??? 5th January 2018.",Awarded,,20201117 Waikato District Health Board,19101892,Request for Proposals,Closed Competition,RFP for supply of Maintenance Services and IQP Certification for the Waikato DHB Fire Protection Systems,4681-17,20171005,20171027,20180126,,Sole Agency,No,,,Not Awarded,FSS 2016 Ltd awarded contract,20201117 Waikato District Health Board,19267830,Request for Proposals,Open Competition,RFP For Asset Buy-Back and Lease Services,4919-17,20171206,20180122,20190517,,Sole Agency,No,,"Waikato DHB is looking for a funding provider with experience in the lease of fixed assets, to support the delivery of the DHB???s capital plan. Such a provider will have experience in purchase and lease back arrangements with their customers. The DHB is looking for a provider with experience in funding fixed assets, for the life of those assets through to disposal or replacement. The provider will be selected on price, contractual terms and conditions, and their profile and experience.",Not Awarded,No contract awarded.,20201117 Waikato District Health Board,19308415,Request for Proposals,Open Competition,RFP for the Supply of X-Ray Rooms,4889-17,20180115,20180223,20180813,,Cluster,No,Please refer to Section 1.5 of the RFP Document,"Waikato and Bay of Plenty DHBs as part of the capital replacement program are looking to replace three general DR X-Ray rooms and one resus trauma solution as part of this procurement. The DHBs require a responsive supplier that can decommission existing equipment, install and support the equipment ongoing in a fast paced environment. As an outcome we are expecting: ??? Better and faster imaging ??? Provide a reliable ED room for emergency patients to be imaged. ??? Provide the flexibility to image all types of patients with no limitations / delays. ??? Improve throughput of patients ??? Improved patient experience during imaging We advise that site visits to view proposed equipment are expected to occur within New Zealand and not internationally. Waikato and Bay of Plenty DHBs may choose to buy one, some, or all systems from one supplier or multiple suppliers. Funding for the purchase of the equipment has not yet been approved. Responses will inform the business case for funding the purchase. Respondents are advised it is not guaranteed that funding approval will be given.",Not Awarded,Awarded,20201117 Waikato District Health Board,19312603,Request for Quotations,Open Competition,Waikato DHB Angiography Packs,4874-17,20171211,20180131,20180711,,Sole Agency,No,,"Waikato District Health Board (DHB) has a busy tertiary Cardiology Department. We are seeking responses from suppliers with the capability and capacity to provide a customised procedure pack for Angiography. Our current pack usage is approximately 2700 packs per annum. The required recipe is attached in the appendices. Non-sterile sample packs will be required as part of the submission. We are seeking a supplier with a reliable supply chain, who will build functional relationships with the key Cardiology department staff and is responsive to customer requests and changing needs.",Awarded,,20201117 Waikato District Health Board,19412168,Request for Proposals,Open Competition,Community Based Assessment and Rehabilitation for Lower Back Pain Referrals,5007-18,20180202,20180301,20180704,,Sole Agency,No,,Waikato DHB Orthopaedic Service receives approx. 80 referrals per month for First Specialist Appointments (FSA) for back pain. We are seeking a capable and suitably qualified supplier to provide the assessment and rehabilitation for approximately 60 of these referrals. The supplier will perform the initial assessment and determine the most appropriate clinical pathway for the patient. It is estimated that approximately 70% of the referrals will remain with the supplier for rehabilitation (half of which will likely require intensive rehabilitation). The remaining 30% will either be returned to the DHB for further assessment or back to primary care. Providers should use a pattern approach to classification and rehabilitation as prescribed by multiple large governmental health networks in Canada. Classification and rehabilitation guidelines should match those of the multiple published series in high impact spine surgical academic publications.,Awarded,,20201117 Waikato District Health Board,19486663,Request for Quotations,Open Competition,4945-18 Radiolucent operating table + Spinal attachment,4945-18,20180227,20180316,20181105,,Sole Agency,No,,"What we need: Waikato Hospital Theatre Department require a Radiolucent operating table with a spinal top and flat top attachment for the Orthopaedic and Neurosurgical theatres. We are requesting quotes for the supply of the new Radiolucent operating table with Spinal attachment and associated services. What???s important to us: The Waikato DHB is looking for credible suppliers who have the capability, experience and capacity to supply and maintain the require operating table. Ease of use, clinical effectiveness and patient safety are key considerations when selecting the right table. Why should you bid? This is an opportunity to supply a large DHB with a key piece of clinical equipment. While not guaranteed there is a potential future purchase of a second Orthopaedic table during the term of the contract.",Awarded,,20201117 Waikato District Health Board,19615685,Request for Proposals,Closed Competition,Supply of Construction Services for Surgical Assessment Unit at Level 8 of the Menzies Building_Waikato Hospital campus,4981-18,20180411,20180503,20180516,,Sole Agency,No,,,Awarded,,20201117 Waikato District Health Board,19774105,Request for Proposals,Open Competition,Supply of Building Maintenance Trades Services to Waikato DHB,4963-18,20180605,20180626,20181024,,Sole Agency,No,,,Not Awarded,Multiple new panel agreements entered into with selected suppliers,20201117 Waikato District Health Board,19811542,Request for Proposals,Closed Competition,Supply of a Ticketless Parking Solution for two public car parking buildings located on Waikato Hospital Campus,4991-18,20180614,20180705,20180726,,Sole Agency,No,,,Not Awarded,"Decision has been made to end the current RFP process as it stands and review what we now know before embarking on a new project to develop detailed IS, Finance and Legal requirements.",20201117 Waikato District Health Board,19829972,Request for Quotations,Closed Competition,Supply of Office Furniture for new CBD Building,5003-18,20180620,20180710,20181024,,Sole Agency,No,,,Awarded,Preferred supplier selected,20201117 Waikato District Health Board,19864018,Request for Proposals,Closed Competition,Hague Road Car Park Building Enhancement Works at Waikato Hospital Campus,4914-17,20180702,20180723,20181024,,Sole Agency,No,,,Awarded,Two preferred suppliers selected for separate contract works,20201117 Waikato District Health Board,19882995,Request for Quotations,Open Competition,IV Fluid / Blood Warmers - Equipment and associated consumables,4992-18,20180706,20180727,20181214,,Sole Agency,No,,"Waikato District Health Board is seeking quotes from suitably qualified and capable suppliers who have the ability to provide IV Fluid / Blood Warmers and associated consumables. Waikato DHB has a fleet of approximately 40 IV Fluid / Blood warmers which we will be looking to replace in a staged approach.",Awarded,,20201117 Waikato District Health Board,19992823,Request for Proposals,Open Competition,Staffing and Service Delivery Model for the Tokoroa Primary Birthing Unit,5077-18,20180806,20180903,20181112,,Sole Agency,No,,"Waikato DHB is seeking Proposals from suitably experienced external birthing centre providers to deliver a sustainable staffing and service delivery model for the Tokoroa Primary Birthing Unit (PBU). The Request for Proposal is part of a much larger transformational project focused on better modelling and resourcing primary birthing units to provide quality primary maternity services, in the South Waikato and King Country. The DHB is looking to outsource the management and provision of the primary maternity services at the Tokoroa PBU to a provider with the capability, capacity, experience and resources to effectively provide quality primary maternity services.",Not Awarded,No contract awarded.,20201117 Waikato District Health Board,19996078,Request for Proposals,Open Competition,RFP for the Supply of Angiography Systems,4964-18,20180808,20180907,20190410,,Sole Agency,No,"Tender Box 4964-18, Waikato Hospital, Pembroke Street, Hamilton, Attention: Kylie Kempthorne, Level 1 MCC Reception D","Waikato DHB are seeking proposals for the supply of angiography systems for our Interventional Radiology and Cardiology departments. For interventional radiology we are considering two options: 1. The purchase of a new mono plane suite to replace the existing suite; 2. The phased purchase of 2 new suites to replace the existing, one of which may be a bi-plane, and to increase capacity. For the cardiology cath lab???s we are considering the following: 1. Phased replacement of the two suites with equipment of similar capability 2. Phased replacement of one suite with same capability, and replacement of the second angiography suite with cardiac CT capability 3. Replacement of the two suites with equipment of similar capability and the purchase of a standalone cardiac CT. For clarity, funding has only been approved for option 1 for Interventional Radiology. The scope of this RFP will cover both options of the radiology requirements, and options 1 and 2 of the cath lab requirement. Respondents are asked to provide information relating to option 3, however it is not expected that purchase of a standalone CT will occur directly as a result of this RFP.",Not Awarded,"Contract awarded for the Interventional Radiology component of the RFP. The Cardiac Cath Lab replacements will be republished at a later date when funding is approved.",20201117 Waikato District Health Board,20006086,Request for Quotations,Open Competition,Supply of Consultant Services for Transport Plan Review,5061-18,20180813,20180903,20190513,,Sole Agency,No,,,Not Awarded,"RFQ closed due to change of Board, no further action required.",20201117 Waikato District Health Board,20073856,Request for Proposals,Open Competition,Executive Recruitment Services,5160-18,20180827,20180918,20181024,,Sole Agency,No,,"Waikato DHB is seeking to identify and retain an experienced executive recruitment agency (???Agency???) to assist with the search and selection of its next Chief Executive. Proposals should be addressed to the Chair of the Waikato DHB - Ms Sally Webb (however must be lodged via GETS). For more information please access the RFP documentation attached. All questions relating to this RFP must be lodged via GETS.",Awarded,,20201117 Waikato District Health Board,20193634,Request for Proposals,Open Competition,5199-18 Mobile Dental Units Relocation Services,5199-18,20180925,20181107,20190301,,Sole Agency,No,,"Waikato DHB is seeking transportation proposals for the regular relocation of its mobile dental and breast screening units across the Waikato DHB region, with a small number of moves also required in the Bay of Plenty DHB region and the Lakes DHB region. There are 15 mobile dental units and 2 breast screening units, mostly trailers requiring a truck for towing, but some are self-drive. We have over 210 sites to cover in a 12 month period - we are looking for reliability, regional coverage, and flexibility to accommodate clinical schedule changes. Moves are preferred out of school hours, and capacity to handle multiple moves across the region in one day is required.",Awarded,,20201117 Waikato District Health Board,20259755,Request for Proposals,Open Competition,Community Dental Units Equipment Servicing,5216-18,20181009,20181121,20190301,,Sole Agency,No,,"We are looking for proposals for an Annual Maintenance contract for our 15 Mobile Dental Units and 9 Fixed Location community dental surgeries. This would involve a 6-monthly attendance for all sites, with a light 6-monthly maintenance and a full annual maintenance schedule. We are also looking for emergency ad-hoc repair services to cover the entire Waikato DHB region, and pricing schedules for urgent 24-hour repair call-outs and non-urgent 5-day repair call-outs.",Awarded,,20201117 Waikato District Health Board,20304190,Request for Proposals,Open Competition,Supply of Automated Antimicrobial Sensitivity Analyzer,5183-18,20181031,20181127,20190212,,Sole Agency,No,,"Waikato DHB are looking to replace the existing automated antimicrobial sensitivity testing analyser. The existing device is aging and is requiring a high amount of servicing to keep it going. The DHB are also looking to confirm supply of associated consumables to conduct the testing and maintain the functional operation of the equipment with the selected supplier. As such, we are seeking responses from vendors who are able to offer equipment on a solution based on reagent rental/cost per test over an initial 5 year period with the option to extend for a further 2 x 1 year periods. We are also interested in outright initial purchase options with associated discounted reagent purchase. As part of your proposal, provide pricing and options for both of these scenarios.",Not Awarded,,20201117 Waikato District Health Board,20323893,Request for Quotations,Open Competition,Optical Coherence Tomography Machine and Maintenance Services,5258-18,20181024,20181106,20190405,,Sole Agency,No,,"Waikato District Health Board are looking to purchase an Optical Coherence Tomography Machine (OCT) for our busy Ophthalmology Outpatients Clinic. The ophthalmology outpatient clinic is the busiest clinic in Waikato Hospital and is used out of hours as part of the acute ophthalmology service. The OCT is used for up to 90% of the booked appointments and is a core critical piece of equipment for the ophthalmology clinic to deliver services to our health community.",Not Awarded,,20201117 Waikato District Health Board,20521824,Request for Quotations,Closed Competition,Refurbishment of Lomas Building Level B2_Chemo,5316-18,20181206,20190125,20190226,,Sole Agency,No,,,Not Awarded,"Project has been put on hold due to delays with consenting issues with a semi-related project. Livingstone Builders have been advised they are the successful suppliers and we will un-park the project in due course. Hopefully in the next 1-2 months.",20201117 Waikato Regional Council,17208192,Request for Tenders,Open Competition,Request for Tender - Bus Units 1 - 5,PJM-204198-1608-200-V4:aw,20160215,20160415,20170117,,Sole Agency,No,,"Purpose of this RFT The purpose of this Request for Tender (RFT) is to procure public bus services that form part of the Waikato region???s public transport network. This RFT has been prepared to: ???- detail the procedures governing the RFT process; ??? - detail the requirements of the public bus services to be procured; ??? - detail how the Tender Response must be prepared and submitted; and ??? - invite Tender Responses for the operation of five Bus Units as specified in this RFT.",Awarded,,20201117 Waikato Regional Council,18997085,Request for Tenders,Open Competition,Motukaraka Pump Station Switchboard Upgrade,ICM2017/2018-1955,20170908,20171006,20171130,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for the project Motukaraka Pump Station Switchboard Upgrade located at 342 Koheroa Rd, Mercer. The switchboard provides the power and control to the pump station which is part of the Motukaraka Drainage Scheme (???the Scheme"") comprising three axial pumps and one screw Archimedes pump. Most of the current operational electrical gear is at the end of its life and requires replacement to comply with current regulations and provide improved pump reliability. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a proven track record of delivering electrical and process engineering solutions within the New Zealand???s Electricity Regulations, plus a good track record on health and safety. Adherence to programme milestones, and minimal disruption to the existing pump station operations is critically important to us so that we can provide the current level of service to the landowners who rely on the Scheme. Attendance at a compulsory site inspection to be held on 19 September 2017 is required. It is anticipated that the contract will be awarded by 3 November 2018, with possession of site provided for the start of works on 15 January 2018.",Awarded,,20201117 Wairarapa District Health Board,17354919,Request for Proposals,Open Competition,"RFP for Cleaning,Orderlies, Grounds, Security,Pest Control and Hygiene Services",001RFP0416,20160404,20160513,20161129,,Sole Agency,No,"Tender Box 001RFP0416, Maureen Breukers, Finance Department, Wairarapa DHB, 9 Russell Street, Masterton, 5840",,Awarded,,20201117 Wairarapa District Health Board,18867612,Request for Proposals,Open Competition,Supply and Servicing of Ophthalmology Microscopes,YRR-LOC-0439,20170727,20170822,20171006,,Cluster,No,,"Wairarapa and Whanganui DHB???s both have a requirement to replace current ophthalmology microscopes that are used predominantly for cataracts but also blepharoplasties, pterygium, trabeculectomies, avastin injections, tarsal strips and ectropians. We are seeking proposals that provide fit for purpose equipment, on-going maintenance as well as supply of consumables and, if possible, disposal of our old equipment. Both DHB???s are looking for a solution that meets our pre-conditions and which are fit for purpose relative to our requirements. We also want proven equipment supplied by credible suppliers who have a track record of supporting customers within the New Zealand context. An overriding concern for both DHBs is that the solution delivers value for money. While the RFP process is managed by Wairarapa DHB, the two DHBs will conduct separate evaluations of the supplier responses. Each DHB will each award separate contracts to supplier(s) for specific equipment that is fit for purpose for each DHB.",Awarded,"As a result of this open tender a goods supply contract was awarded for the supply of an Opthalmology Microscope for Wairarapa DHB, Masterton. The contracted equipment should be delivered in October. The contract was awarded to: Toomac Holdings Limited 32D Poland Road Glenfield AUCKLAND Whanganui DHB is planning to carry out their independent evaluation of tender responses in late October and will communicate directly with suppliers who responded to the tender.",20201117 Wairoa District Council,20697850,Request for Proposals,Open Competition,Supply of LED Street Lighting Luminaires,,20190208,20190318,20190624,,Sole Agency,No,,"This opportunity in a nutshell What we need The Wairoa District Council is seeking to upgrade its existing street lighting network with LED luminaires. This RFP seeks to establish a supply relationship with one or more suppliers of LED luminaires to enable to the upgrade of the street lighting network with a good quality and cost effective range of luminaires. What we don???t want We do not want proposals for luminaires that do not meet the specification in entirety. What???s important to us The Council is seeking to utilise high quality luminaires that provide a good range of optical distributions, wattages and represent best value. All luminaires must either already be on the NZTA 30 approved list or have achieved accreditation prior to acceptance of this RFP. The Council is actively working towards gaining Dark Sky status for the district. Luminaires must have a CCT of no higher than 3045K ??175K (in accordance with SA/SNZ TS 1158.6 and have an integral tilt adjustment within the luminaire to enable luminaires to be mounted on existing tilted outreaches. Why should you bid? This is an opportunity to form an ongoing supply relationship with the Council and be part of a leading dark sky initiative. A bit about us The Wairoa District is located between Napier and Gisborne. The Council manages a 867km roading network of which 92% are rural roads. A total of between 500-700 High Intensity Discharge (HID) streetlights are maintained by Council and included in the road network assets. This includes the state highway lighting through urban areas (defined by a memorandum of understanding between NZTA and Council as areas less than, or equal to, 70km posted speed limits). Lights on state highways throughout the remainder of the district are NZTA???s responsibility.",Not Awarded,The Council has recently completed this procurement exercise for streetlights and has selected streetlights from OrangeTek and AEC (Techlight).,20201117 Wairoa District Council,20837700,Request for Tenders,Open Competition,Blue Bay Water Treatment Plant Upgrade,,20190315,20190508,20190612,,Sole Agency,No,,Design and Construction of a Water Treatment Plant for a 44 Lot Subdivision.,Not Awarded,No tender has been awarded as we received no tenders for this contract.,20201117 Waitemata District Health Board,10764957,Request for Proposals,Open Competition,Health Services Plan,,20150414,20150512,20150708,,Sole Agency,No,"Level 2, 15 Shea Terrace, Takapuna, Auckland, 0740","Waitemata District Health Board (DHB) is the fastest growing of New Zealand's 20 DHBs. We employ around 7000 people in more than 30 different locations and manage a budget of over a billion dollars a year, serving residents of North Shore, Waitakere and Rodney. Waitemata DHB operates North Shore Hospital, on the shores of Lake Pupuke in Takapuna, and Waitakere Hospital in west Auckland. We are looking to develop a comprehensive Health Services Plan. The plan will help us to realise our promise, purpose, priorities and values. It will identify the likely changes that will impact us over the next 10 years as well as opportunities to improve our performance and will set out clear plan for our clinical services to respond to these. We are looking for credible providers who have the capability and experience to deliver this Health Services Plan. They need to have a good track record in the development of similar strategic plans within the health industry. This is a unique opportunity to help set the strategic direction for public health services in the Waitemata region through to 2025. For further details, please see the attached RFP document.",Not Awarded,Awarded to successful respondent,20201117 Waitemata District Health Board,13768604,Request for Proposals,Open Competition,WDHB Commercial Management Plan,,20150710,20150810,20170704,,Sole Agency,No,"Waitemata District Health Board, Private Bag 93-503, Takapuna Auckland 0740","Waitemata District Health Board (DHB) is looking to develop a Commercial Management Plan (CMP) to maximise existing revenue streams and identify additional opportunities to increase revenue. This income is needed to help us to continue to meet the needs of our existing patient as well as the forecast growth over the next 10 years. WDHB is looking for credible providers who have the capability and experience, with a proven track record of similar work within the health industry. This is a unique opportunity to help Waitemata DHB meet the public health needs of the Waitemata region into the future. We serve the largest DHB population in the country - more than 580,000 people. We are also the fastest growing of New Zealand's 20 DHBs. We employ around 7000 people in more than 30 different locations and manage a budget of over a billion dollars a year, serving residents of North Shore, Waitakere and Rodney. Waitemata DHB operates North Shore Hospital, on the shores of Lake Pupuke in Takapuna, and Waitakere Hospital in west Auckland.",Not Awarded,This contract was not awarded as no tenders met the criteria,20201117 Waitemata District Health Board,16370115,Request for Proposals,Open Competition,After Hours Health Advice Line Service,,20150909,20151021,20151125,,Cluster,No,"Auckland & Waitemata District Health Board, Level 1, 17 Shea Terrace, Private Bag 93-503, Takapuna","The Auckland Regional After Hours Network (ARAHN) is an alliance of the three Auckland District Health Boards (DHB), seven Primary Health Organisations (PHO), the Auckland After-Hours Consortium (the Consortium) and Homecare Medical (formally known as HML). The Consortium represents Urgent Care clinics contracted to provide services according to ARAHN???s specifications. HML provides General Practice (GP) deputising (telephone triage) services. An alliance structure was developed to provide regional co-ordination across clinic services, telephone triage, public communications, clinical governance and integrated reporting. ARAHN have secured service contracts for the delivery of telephone triage services until February 2016. Future services are required to be purchased following a formal and transparent procurement process to support the district for a further five years. ARAHN welcomes proposals from individual organisations or a joint response from organisations that wish to collaborate to provide an appropriate telephone triage service. PLEASE NOTE: The price band listed is an estimated contract price per annum.",Awarded,"This contract has been awarded to Homecare Medical as the preferred provider subject to contract negotiations. Award Date: 20th November 2015",20201117 Waitemata District Health Board,16939670,Request for Proposals,Open Competition,"Waitemata DHB Request for Proposal - Signage Design, Manufacture/ Supply, and Installation Signage",,20151030,20151130,20160202,,Sole Agency,No,"Private Bag 93-503, Takapuna, Auckland 0740 (Attention: Matthew Knight, North Shore Hospital, Building 1, Facilties Project Office)","WDHB is seeking a supplier to design, supply/ manufacture, install new signage/ wayfinding; and replace and/ or modify existing signage (external) where necessary to maintain logical wayfinding to and from the buildings on its three main sites: 1) North Shore Hospital ??? 132 Shakespeare, Takapuna, Auckland. 2) Waitakere Hospital ??? 55 ??? 77 Lincoln Road, Henderson, Auckland 3) Mason Clinic ??? 81a Carrington Road, Pt. Chevalier, Auckland The Contract is to be a lump sum contract. Information to be submitted by respondents is as stated in the RFP General Conditions and summarized in the Schedule to RFP General Conditions. This request for proposal (???RFP???) is issued by Waitemata District Health Board trading as Waitemata District Health Board (WDHB) and invites proposals for the design, manufacture/ supply and installation of signage in accordance with this RFP and the documents as set out in attached appendicies. The RFP is issued via the Government Electronic Tendering System allowing suppliers to submit proposals to the following key dates: Item Activity Date A.1.1 This Invitation To Tender issued on Friday 30 October 2015 A.1.2 Advise if responding to Invitation To Tender by Friday 6 November 2015 A.1.3 RFP closes Monday 30 November 2015 @ 5pm A.1.4 Panel Evaluation completed Friday 4 December 2015 A.1.5 Negotiation with preferred proposer Friday 11 December 2015 A.1.6 Contract awarded ??? Agreement signed Friday 18 December 2015",Not Awarded,"Hello Following evaluation of the responses to the RFP for Design, manufacture, Supply and Installation of Signage we write confirm that Deneefe Signing Systems has been selected by the procurement panel as preferred supplier. We will be issuing letters to all suppliers who responded to the RFP in the next 5 working days. Regards M. Knight Facilities Senior Project Manager",20201117 Waitemata District Health Board,17061281,Request for Proposals,Open Competition,WDHB-RFP for Development of a Programme Business Case and ROI for Development of other Business Cases,None,20151210,20160115,20160310,,All of Government,No,,"Waitemata District Health Board is seeking a Consultant/s to provide Business Case support for major clinical facility developments in accordance with Treasury's 'Better Business Case' requirements. The services we are seeking range from 1) Requests for Proposals to Develop a Programme Business Case that is due for submission to Treasury in December 2016 to 2) Registrations of Interest for input into the development of other Ministerial Business Cases. Applicants should be credible Consultants who have the capability, experience and resources to deliver services cost effectively and within agreed timeframes. They must be able to demonstrate extensive knowledge/experience of: - The New Zealand Public Healthcare System - District Health Board Operations - Treasury's 'Better Business Case' Process - Developing BBC's for Healthcare Facility Development Projects - The use of relevant and proven business case development and facilitation methods and tools including investment logic mapping and workshop facilitation",Not Awarded,"This tender has been awarded to ??? EY (Ernst and Young Transaction Advisory Services Limited) ??? 2 Takutai Square, Britomart, Auckland Further Award Information: Ref no: 17061281 Request for Proposals for Development of a Programme Business Case and Registration of Interest for Development of other Business Cases Waitemata DHB, Private Bag 93 503, Takapuna Commencement Date 01 March 2016 for a 9 month term to 30 November 2016 Price Range:$77,500 - $660,000 Procurement used: RFP placed on GETS No justifications or exemptions were used Award Date : 9th February 2016",20201117 Waitemata District Health Board,17426229,Request for Proposals,Open Competition,Northern Region DHBs: Community Pharmacy Workforce Development Programme,,20160428,20160602,20161205,,Sole Agency,No,,"In New Zealand, community pharmacy is an integral part of primary health care and a unique part of the health continuum. The community pharmacy workforce (???the Workforce???(1)) is diverse and all staff have significant ability to positively influence the health of those individuals using their services. Building workforce capability and capacity is essential for the delivery of safe, efficient, effective and quality patient centric primary care services that improve patient health outcomes. The Northern Region District Health Boards (Auckland, Waitemata, Counties Manukau and Northland DHBs) plan to conduct an open, contestable contracting process for a single provider (the ???Provider???(2)) who will engage, co-ordinate, design, develop, implement, facilitate, maintain, support and evaluate a Community Pharmacy Workforce Development Programme (the ???Programme???(3)) . The Programme will be education based with the key aim to further enhance the capability and capacity of the current Workforce. This will enable the Workforce to maximise their potential; take advantage of wider health sector opportunities; and to better meet the population health needs. 1. The Workforce is defined as all staff employed by a community pharmacy, including but not limited to, community pharmacists, pharmacy technicians and retail staff. 2. The Provider is defined as the successful bidder of this Request For Proposal (RFP). 3. The Programme is defined as the content and modules that are produced by the Provider to enable adult learning.",Awarded,,20201117 Waitemata District Health Board,18204519,Request for Proposals,Open Competition,"Pre-school Active Families, Active Families and Green Prescription",,20161206,20170207,20170714,,Cluster,No,"First Floor, 17 Shea Terrace, Takapuna, Auckland","Auckland District Health Board (DHB) and Waitemata DHB are seeking to contract with a provider(s) (or partnership of providers) to deliver a suite of interventions that will support children, families and individual adults (including pregnant women) to make lifestyle changes that will have long-lasting benefits to their health and wellbeing. The RFP encompasses programmes across the continuum of early childhood, childhood and adult life. The services need to meet the needs of Maori and Pacific families and contribute to reducing inequalities. The services the DHBs are purchasing include: 1. Pre-school Active Families - for children who are identified as obese (greater than 98th percentile) at their Before School Check (B4SC) and their family. This is a new service and we are looking for innovative models that will reach families in group programmes and at home. The Pre-school Active Families service is contingent on funding becoming available from the Ministry of Health (MOH) on 1 July 2017. In the event of funding not becoming available the DHB may decide not to enter into an agreement with any Respondent for these services. 2. Green Prescription Active Families - a 6-12 month programme for inactive and/or overweight children and their families aged between 5 & 18 years 3. Green Prescription Adult - a 3 month service for adults who have a stable health condition or are at risk of ill health (physical and mental) due to physical inactivity. The Active Families and Green Prescription Adult services are to be delivered to the MOH's national Green Prescription Active Families and Adult service specification. The specification has been customised by the DHBs to meet local requirements for the services. The DHBs are seeking to contract with a provider for each DHB who will be responsible for the day-to-day delivery of the three services. The provider may be a single provider or submit a joint proposal on behalf of a partnership of providers that incorporates sub-contracting arrangements. Suppliers may propose to deliver the services in one or both DHBs. If suppliers are proposing to deliver services in both DHBs, a separate response needs to be submitted for each DHB. The DHB is holding a supplier briefing session on Thursday 15 December, at 3pm, at the Waitemata DHB Board room 15 Shea Tce, Takapuna.",Not Awarded,"The Active Families and Green Prescription contract for Auckland DHB has been awarded to Sport Auckland, and for Waitemata DHB it has been awarded to Harbour Sport.",20201117 Waitemata District Health Board,18507868,Request for Proposals,Open Competition,Primary Care Support Service,,20170327,20170504,20170707,,Sole Agency,No,N/A,"Waitemata District Health Board (DHB) is seeking a provider or providers of mental health and addiction services to deliver Primary Care Support Services (PCSS). The PCSS is a new initiative for Waitemata District Health Board (DHB) that aims to link: 1. Mental Health and Addiction (MHA) Non-Government Organisations (NGO) psycho-social support providers to General Practices 2. MHA NGOs to other MHA organisations and other community organisations With these linkages in place the successful provider, or providers, will deliver support services to people referred by General Practice; and provide navigation support and a seamless entry into other providers as required. The service may be delivered by more than one provider. This may occur to provide an: 1. Even service coverage across the Waitemata district and/or 2. To achieve a strong cultural coverage and/or 3. To provide peer and non-peer based services We do not want providers that cannot deliver the service: 1. Within an established recovery framework 2. As per the service specification 3. Within the provided funding 4. Within the timeframe Waitemata DHB is looking for: 1. Credible providers with the capability and experience to deliver PCSS in the Waitemata DHB district with appropriately experienced and qualified staff 2. Providers with existing links and a significant track record of delivering a similar service to a required quality standard and specification. 3. Providers that can deliver culturally appropriate services for the Waitemata DHB population 4. Providers who have existing links to Māori, Pacific and Asian communities and organisations, 5. Providers with a good track record in working cooperatively and collaboratively with other organisations who deliver mental health and addictions services. This is a unique opportunity to lead the integration of NGO support services and General Practice in New Zealand’s largest DHB. Through the development of linkages and the support work role in primary care the successful provider, or providers, will support people with mental distress to thrive.",Awarded,,20201117 Waitemata District Health Board,18807209,Request for Proposals,Open Competition,"Sale and lease back of 44 Taharoto Road (including 9 Karaka Street), Takapuna",WDHB CTG001,20170708,20170804,20171103,,Sole Agency,No,,"WDHB is required to recycle the capital invested in 44 Taharoto Road, Takapuna through an appropriately structured sale and lease back arrangement. We are looking for an experienced commercial service provider to help us develop and deliver the ideal arrangement to maximise the benefits to WDHB and the wider taxpayer.",Not Awarded,Awarded to CBRE,20201117 Waitemata District Health Board,19030609,Request for Quotations,Open Competition,WDHB RFQ for Duress Alarm Senders,WT17.1029,20170915,20170929,20190109,,Sole Agency,No,,"1. Summary of Opportunity 1.1. The Waitemata DHB (WDHB) has a requirement for Duress Alarms. The objective of this Response Process is to deliver a value for money solution to WDHB, consistent with the expectations of both the Office of the Auditor-General and DHBs??? obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. 1.2. You are invited to provide a Pricing Quotation in response to this RFQ about your Duress Alarms 2. Scope of RFQ Scope: The scope of this RFQ is: WDHB is seeking the supply of Duress Alarms Senders which will need to have met the following requirements due to type of receivers we have currently installed on our premises. Our duress Alarms and receivers use 44 kHz +/- 2 kHz as the activation frequency so you would need to be able to design to this frequency. We are only looking to buy duress sender alarms only and they need to be ultrasonic compatible as we are not looking at changing the whole system. Durability aspect of the Duress Alarms need to be strong as well, e.g. pushing the button with some strength shouldn???t damage the Duress Alarms and dropping them in some instances shouldn???t break the Duress Alarms, the nature of our operations being fast and reactive. Other requirements and expectations - ??? Expect at least 2 year or more warranty ??? Agreed support process where they get repaired ??? Decent clip to attach to belt/ clothing, the clip should also be strong and flexible as they are removed and pass around between staff ??? Non-aluminium battery terminals as they loose spring tension and break. ??? Low battery warning sound / display ??? Individually serial numbered as they are issued to staff and signed for. ??? Ultrasonic system based ??? Duress Alarms should be able to activate the receivers from a range of up to 9m in distance ??? Alarm Duration needs to be of at least 10 seconds ??? Batteries should last for over 100 activations. ??? Audible alert when panic alarm is activated ??? Each Case to have itemised Serial Number# ??? Interface should have Dual Colour LED (Red/Green) ??? Green ???Battery OK??? and Red that battery needs changing Freight cost and logistics inclusive cost ??? Quantity required initially is 300 and then on going as required",Not Awarded,,20201117 Waitemata District Health Board,19554375,Request for Tenders,Open Competition,Preferred Suppliers of Water Condenser Pumps,WT-018-C-04-012,20180319,20180329,20180405,,Sole Agency,No,,,Not Awarded,No compliant EOI's were received via GETS.,20201117 Waitemata District Health Board,20131861,Request for Proposals,Open Competition,Waitakere -Waiatarau Air-Conditioning Replacement,,20180907,20181017,20190618,,Sole Agency,No,,,Not Awarded,,20201117 Waitemata District Health Board,20614004,Request for Proposals,Open Competition,Programme Business Case Writer Mason Clinic,20614004,20190117,20190208,20190620,,Sole Agency,No,,,Not Awarded,This tender was awarded to PricewaterhouseCoopers Consulting (New Zealand) LP,20201117 Waitemata District Health Board,20614170,Request for Proposals,Open Competition,WDHB Infrastructure Business Case Writer,20614170,20190117,20190208,20190620,,Sole Agency,No,,,Not Awarded,This tender was awarded to PricewaterhouseCoopers Consulting (New Zealand) LP,20201117 Wellington Cable Car Limited,2158960,Request for Proposals,Open Competition,Wellington Cable Car Passenger Gates Replacement,CC002,20140731,20140822,20141001,,On behalf of procurement agent,No,"WCCL, 30 Glover Street, Ngauranga, Wellington, 6035","1 Wellington Cable Car Ltd (WCCL) is a Council Controlled Organisation (CCO) that is owned by Wellington City Council. It owns, operates and maintains the iconic Wellington Cable Car funicular railway that runs between the Lambton Quay and Kelburn terminus buildings. The Cable Car is a busy tourist attraction as well as a transport operation for local residents and can carry up to 1.5 Million passengers per year. It gets extremely busy during the summer due to an influx of cruise ship passengers visiting the Cable Car and the security gate barrier lines are essential to (a) help control passenger exit and entry during peak times and (b) enforce revenue control. 2 WCCL is undertaking a combined project to replace their security gate barrier lines, point of sale, and connecting systems to improve the passenger ticketing experience. Additionally, WCCL are also seeking to replace the current single use paper ticket with a replacement single use ticket that services short-term visitors to Wellington. The recently implemented Snapper??? ticketing system will continue to provide regular travellers with a reusable payment method, in parallel to the single use ticket. 3 This combined project will be the subject of two separate but closely related tenders, and the successful tenderers will need to work closely with each other to ensure that the systems delivered and supported in response to the tenders jointly provide the required capability. 4 This tender is for the security gate barrier lines and their integration with the replacement point of sale, ticketing system and associated gate-mounted hardware (subject to a separate tender), and the pre-existing Snapper??? ticketing system. 5 WCCL is seeking tender responses from companies that can (a) remove the existing security gate barrier lines, and (b) supply, install and support and maintain replacement security gate barrier lines at the Lambton Quay terminus.",Awarded,"Thank-you to all of the respondents - there were some very good tenders submitted. After an extensive tender evaluation process, HTS have been selected as the preferred supplier.",20201117 Wellington Cable Car Limited,2159544,Request for Proposals,Open Competition,Wellington Cable Car Point of Sales and Ticketing Systems Solution,CC001,20140731,20140822,20141014,,On behalf of procurement agent,No,,"1 Wellington Cable Car Limited (WCCL) is a Council Controlled Organisation (CCO) that is owned by WCC. It owns, operates and maintains the iconic Wellington Cable Car funicular railway that runs between the Lambton Quay and Kelburn terminus buildings. The Cable Car is a busy tourist attraction as well as a transport operation for local residents and can carry up to 1.5 Million passengers per year. It gets extremely busy during the summer due to an influx of cruise ship passengers visiting. 2 WCCL is looking for a modern and future focused entry gate and PoS (Point of Sale) solution to support its growing number of passengers. The focus for this solution will revolve around improved customer experience, tourism increases, retail opportunities, efficiency of movement and improved vendor support. 3 Whilst the existing PoS system was suitable at the time it was installed, it no longer meets modern-day requirements, nor does it have the capability to meet WCCLs potential future requirements. WCCL is therefore seeking a provider with a solution that can address both current and future needs of the company and customers. 4 This combined project will be the subject of two separate but closely related tenders, and the successful tenderers will need to work closely with each other to ensure that the systems delivered and supported in response to the tenders jointly provide the required capability. 5 This tender is for the replacement point of sale and ticketing system solution and its integration with: (a) The replacement security gate barrier lines (subject to a separate tender, and to be installed immediately prior to the PoS), and (b) The pre-existing Snapper??? ticketing system",Awarded,,20201117 Wellington Cable Car Limited,4674623,Request for Quotations,Open Competition,Wellington Cable Car Limited - Trolley Bus Overhead Network Electrical Fault Protection System,CC004,20140929,20141020,20150113,,On behalf of procurement agent,No,"WCCL, 30 Glover Street, Ngauranga, Wellington, 6035","1. Wellington Cable Car Limited (WCCL) is a Council Controlled Organisation (CCO) owned by Wellington City Council. WCCL operates and maintains Wellington's DC Overhead Electrical Network on behalf of Greater Wellington Regional Council as well as operating the Cable Car. The 550V DC electrical network covers 55 Km of road and has 80 Km of track within Wellington. 2. WCCL has successfully developed a prototype electrical fault protection cabinet that provides short circuit, overcurrent and earth fault protection for sections of the network. The prototype cabinet has successfully operated since March 2014 in Kilbirnie adjacent to the Bus Depot and has provided the basis for a productionised version of the protection cabinet that may be installed across other network sections. 3. WCCL requests tender for the manufacture, assembly, supply, instillation and in-service support of 10 protection cabinets. Installation would be undertaken by the supplier, assisted by WCCL. 4. Requests for Quotations are requested from suitably qualified, competent and experienced companies to manufacture, assembly, supply and in-service support of 10 protection cabinets in accordance with the tender documentation and manufacturing data pack attached to this tender. 5. All parts / electronic components are to be provided by the successful supplier, with the exception of the protection cabinet cases which will be supplied by WCCL (as these are long lead items). 6. Installation of the first cabinet (northern end of Lambton Quay) is scheduled to occur by the end of January 2015 with the remaining cabinets to be rolled out (one per fortnight), with successful installation and commissioning of all cabinets complete by the end of June 2015.",Awarded,,20201117 Wellington City Council,436175,Request for Proposals,Open Competition,Wellington Regional Shared ICT Infrastructure Services - Old GETS ref# 42725,,20140704,20140815,20150706,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Four Councils in the Wellington Region have committed to developing the business case for Shared ICT Infrastructure Services which includes the establishment of a Shared Services Organisation (referred to in this Request for Proposal as the SSO) to manage delivery of the service. The four Councils are Greater Wellington Regional Council (GWRC), Porirua City Council (PCC), Upper Hutt City Council (UHCC), and Wellington City Council (WCC). The Councils want to reduce the existing high operational costs to maintain the infrastructure, and the high risk of failure due to the lack of resilience in the environments. Delivering modern services to communities which are more easily accessible, available, engaging and reliable is important for the Councils moving forward and the services delivered by the Service Provider(s) are expected to result in increased agility for the Councils and improved access to innovation and new technologies. The Councils seek proposals for standardised, commodity services which are current commercial offerings from vendors. The scope of this RFP covers a number of critical areas: ??? Network Services ??? Mobile Services ??? Service Integration ??? Desktop Services ??? ICT Infrastructure Management The Councils are looking to establish a successful, long term relationship with each Service Provider who provides the services diligently, efficiently and effectively to a high professional standard and acts at all times in the best interests of the SSO and the Councils. The Councils expect each Service Provider to also deliver Common Services such as account management and reporting and Strategic Advisor and Architecture Services. A Respondent Briefing will be held on the 11th July 2014 at 1pm and proposals must be received by 15th August 4pm. The contact person for this RFP is Peter Bloor and all correspondence should be sent by email as directed in the RFP to info@siip.wellington.govt.nz",Awarded,Dimension Data announced as preferred supplier to deliver Wellington Regional Shared ICT Infrastructure Services.,20201117 Wellington City Council,5462990,Request for Proposals,Open Competition,Solar PV for Wellington Zoo and Te Whaea: National Dance and Drama Centre,12001,20141016,20141117,20150520,,Sole Agency,No,,"This Request for Proposals (RFP) seeks proposals for the installation of Photovoltaic (PV) systems on two substantial Council-owned buildings complexes, Wellington Zoo and Te Whaea: National Dance and Drama Centre. This PV pilot project is part of Wellington City Council???s Smart Energy Capital initiative, the benefits of which are hoped to include reductions in energy use and greenhouse gas emissions and the implementation of distributed generation by homes and businesses within the Wellington region. This project has two objectives; To identify whether there are scalable solutions to financing solar PV installations that can be replicated with other larger buildings in Wellington, and To show leadership by the installation of PV systems on its own buildings which generate electricity from renewable energy for on-site use.",Not Awarded,"No supplier provided a solution that was agreeable to the boards of Wellington Zoo and Te Whaea. At this stage it has been decided to abandon this Tender process and not award any contract at this time",20201117 Wellington City Council,11515341,Request for Tenders,Open Competition,Periodicals RFT for Wellington City Libraries,46001,20150501,20150515,20150730,,Sole Agency,No,,,Awarded,Supply One awarded to Co-Info. Supply Two awarded to Clarries and Magnetix.,20201117 Wellington City Council,11800926,Request for Proposals,Open Competition,RFP Project Odyssey,41693,20140306,20140424,20150511,,Sole Agency,No,,,Awarded,,20201117 Wellington City Council,12722902,Request for Proposals,Open Competition,Wellington City Council Digitisation Project,32001,20150608,20150710,20151125,,Sole Agency,No,,"This procurement relates to provision of digitisation services to the Wellington City Council. The council has an initial requirement to digitise paper files held by the Information Centre so that it can respond to internal requests with digital documents. Previously the internal requesters have been provided with the paper files on loan to read and copy relevant information. Going forward we wish to digitise the paper files and respond to requests with digital documents. The digital copies will replace the original paper files for reference use and unwanted paper files will be disposed of after digitisation. A preservation image will also be created for paper files that will be disposed of after digitisation. The council holds a lot of information in paper files some of which date as far back as the 1840???s. Loaning files for viewing and/or copying relevant content is resulting in wear and tear that is damaging the most used paper files. The council has decided on digitisation as a conservation measure for the valued paper files and to improve access to the critical information. Digitisation will limit further use of paper files. It will also remove paper handling improving efficiency. Having this information available in a useable digital format will improve access and online services. While the initial requirement is for digitisation of paper files used for internal requests the council has identified an expanded digitisation programme needed to support digital by default business processing and provision of electronic information in response to customer enquiries.",Awarded,,20201117 Wellington City Council,12881272,Request for Proposals,Open Competition,"Security Guarding, Cash Collection, Noise Control & Regulatory Services",55001,20150615,20150727,20151222,,Syndicated Opportunity,No,,"Wellington City Council, Kapiti Coast District Council and Porirua City Council (each a Council) are working together to source a solution to deliver high quality and joined up Security Guarding, Cash Collection, Noise Control and Regulatory Services to this part of the Wellington Region. Wellington City Council will be the lead agency under the Proposed Contract and Kapiti Coast District Council and Porirua City Council will each be participating agencies. The Proposed Contract will be offered as a fully syndicated agreement meaning that other territorial authorities, and council controlled organisations, in the Wellington Region who are not participating currently may take up an option to join with us at a time more suitable to their needs.",Awarded,"Contract has been awarded to Recon Security, utilising Main Security and Direct Security Services as subcontractors",20201117 Wellington City Council,12944298,Request for Tenders,Open Competition,Civil & Structural Engineering Services for Construction of Johnsonville Library,,20150615,20150710,20150925,,Sole Agency,No,,"The Civil & Structural Engineers will be required to carry out concept, preliminary, developed and detailed design, contract administration and supervision for the Johnsonville Library project. The Civil & Structural Engineering Team will be jointly-responsible for delivering the project on time, on budget, to the required quality and to the requirements of the Brief.",Awarded,"A contract has been awarded to Aurecon New Zealand Ltd., who ranked 1st following evaluation against weighted attributes published in RFT.",20201117 Wellington City Council,14083496,Request for Tenders,Open Competition,Procurement of a Radio Frequency Identification (RFID) System,,20150716,20150812,20160111,,Sole Agency,No,,"Wellington City Libraries offers over 800,000 physical items (books, magazines, DVDs and CDs) for the public to borrow. This collection is currently tracked using barcodes on the front of each item, barcode scanners, electromagnetic security strips inside each item, and security gates at each exit. There were approximately 2.95 million items issued in the 2013-2014 financial year. An RFID collection tracking and security system is to be procured to replace the current barcode and electromagnetic system, which is reaching the end of its useful life. This system would encompass all aspects of collection management (issues, returns, collection security) and self- service (issues, returns, account payments). The implementation of RFID technology would allow staff and customers to issue or return multiple (up to ten) items simultaneously.",Awarded,"Contract awarded to FE Technologies Pty Ltd., who ranked first following evaluation of weighted attributes.",20201117 Wellington City Council,14854281,Request for Tenders,Open Competition,Booking & Membership Management Solution,,20150807,20150827,20160331,,Syndicated Opportunity,No,,"Wellington City Council wish to invest in a management solution that will assist us in engaging with our customers and support them in using and enjoying our recreational services. Primarily, the solution will handle recreational resource bookings and manage associated membership programmes (e.g. sports facilities and venues, swim lanes, courts, classes, personal training sessions and sport field bookings). However, the solution could be flexible to include bookings and memberships for other WCC functional areas (e.g. cemeteries, artist's studios, community centres, botanic garden venues, city events, zoo programmes). Wellington City Council may explore the opportunity to syndicate these services under the same conditions of contract to other Councils in the Wellington region during the RFT process or throughout the term of a contract should one be let.",Not Awarded,"Six compliant submissions were received for this tender. Two tenders were shortlisted to Best & Final Offers (BAFOs) stage. The Tender Evaluation Panel was unable to form a recommendation to award a contract to either of the shortlisted bidders. In these circumstances, Council has decided to cancel the tender.",20201117 Wellington City Council,16916577,Request for Tenders,Open Competition,Taxation Services for Wellington City Council,,20151023,20151120,20161101,,Sole Agency,No,tenders@wcc.govt.nz,The purpose of this Request for Tender (RFT) is to invite interested parties to submit their Tenders to be the primary provider of Taxation Services to Wellington City Council.,Not Awarded,Contract has been awarded to PwC,20201117 Wellington City Council,16973095,Request for Tenders,Open Competition,TSB Arena - External Building Works,WWBTSB - 02,20151109,20151204,20170302,,Sole Agency,No,,"The purpose of the contract is to implement a redesign the south end of the TSB Arena and to remedy the water ingress into the building. This will be done by replacing the cladding to the North, South and East elevations and the decking to the south. This work primarily involves: ??? Recladding the North, South and East elevations. The new cladding will moderately change the external appearance of the building. ??? Removing the existing amphitheatre at the south end of the building to create a wider access and better visibility around the waterfront. ??? Provision of a small Kiosk at the south end of the building. ??? Removal of all stair access to the upper most deck areas on the south elevation. This will also involve enclosure of part of the existing deck with colt louvres. ??? Removal of existing tiles and membrane to the balcony walkway and deck. This is to be replaced with a new membrane and suspended tile system. The Existing tiling was direct fixed to the membrane and was causing leaking and unsightly staining to the fa??ade of the building. ??? Removal of the existing main egress stairs to the south elevation, and replace with identical dimensioned stairs.",Not Awarded,"Following the evaluation of submitted tenders for the published criteria, a contract was awarded to Holmes Construction Group Ltd",20201117 Wellington City Council,16984286,Request for Proposals,Open Competition,Quality of Life Survey 2016,,20151113,20151130,20160226,,Cluster,No,"Wellington City Council, 101 Wakefield St, Wellington 6140","This Request for Proposal (RFP) is an invitation to offer services relating to the successful completion of the 2016 Quality of Life Survey. The objective of the survey is to measure residents??? perceptions of aspects of living in larger urban areas, including health and wellbeing, contact with neighbours, transport and safety. The survey will provide data for: ??? Councils to use as part of their monitoring programmes (where possible) ??? Public knowledge and research on quality of life issues in New Zealand cities. The successful tenderer will deliver the survey in 2016.",Not Awarded,The 2016 Quality of Life Survey contract has been awarded to Colmar Brunton Ltd,20201117 Wellington City Council,16989947,Request for Tenders,Open Competition,Evans Bay Marina Pile Repairs/Replacement 2015,CX3412015,20151113,20151130,20170223,,All of Government,No,,,Not Awarded,"Following evaluation of competitive tenders against published evaluation criteria, a contract was awarded to Engineering Solutions (SI) Ltd. Note contract value was $344K and not within the $100M+ price band as originally published.",20201117 Wellington City Council,17027064,Request for Tenders,Open Competition,Specialist Graffiti Removal Services,17027064,20151125,20160105,20161101,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to invite interested parties to submit proposals to provide Specialist Graffiti Removal Services within the Wellington City Council jurisdiction. The Services in scope for this RFT include, but are not limited to: *Removal of graffiti vandalism from Council-assets; *Recording and sharing of information and data on incidents of graffiti vandalism; *Provision of specialist advice on materials, chemicals and methods of graffiti removal; and *Work with Council to deliver up to 12 community clean up events each year. This is envisaged as a three-year contract with an option to extend for a further year.",Not Awarded,"Following evaluation of tenders received against the published criteria, a contract was awarded to SB Maintenance Ltd. (NZ company registration no. 1108552).",20201117 Wellington City Council,17060042,Request for Proposals,Open Competition,Project Management and Engineer to the Contract Services - WorkPlace Project,,20151210,20160121,20160316,,Sole Agency,No,Not applicable,"The purpose of this Request for Proposal is to invite interested parties to submit their proposals to provide Project Management and Engineer to the Contract services for delivery of the WorkPlace Project. The WorkPlace Project is part of the Civic Square revitalisation, (Civic Precinct) a project adopted in Wellington City Council's 2015/16 Long Term Plan (LTP). There are four core streams of work on the Civic Administration Building (CAB) and the Central Library that comprise the WorkPlace Project; Workplace Efficiency, Earthquake Strengthening, Separation of Services (includes the wider Civic Square Campus) and Maintenance Liabilities. Workplace Efficiency will see the corporate environment modernised, including both the hard and soft fit-out, to accommodate flexible work settings and an upgrade to CAB???s mechanical services system. Earthquake strengthening will be undertaken to address deficiencies in the seismic performance of the two buildings improving their earthquake resilience. Separation of mechanical services across the Civic Square Campus, including services design for the Workplace Efficiency project, has an organisational focus to enhance resilience, take advantage of improvements in plant design and enabling, in particular, the Town Hall and Municipal Office Building services to stand-alone. Addressing maintenance liabilities to the exterior and interior of both buildings optimising investment and the opportunity created by the WorkPlace Project.",Awarded,"The Building Intelligence Group (TBIG) has been awarded the Contract for Project Management and Engineer to the Contract Services on the WorkPlace Project. TBIG received a winning score at the conclusion of Price and Non-price evaluation of 82.5 out of the possible 100.",20201117 Wellington City Council,17164738,Request for Proposals,Open Competition,Procurement of Equipment for Clifton Car Park,,20160201,20160318,20180629,,Sole Agency,No,,"Wellington City Council operates the Clifton parking facility in the Wellington CBD and is inviting proposals to upgrade the entry, exit & payment equipment infrastructure. Please contact Stuart Rainey to arrange an accompanied site visit.",Not Awarded,"Following evaluation of tenders received against published evaluation criteria, a contract was awarded to Care Park New Zealand Ltd.",20201117 Wellington City Council,17279691,Request for Proposals,Open Competition,RFP for Wellington SkyShow,23002,20160304,20160323,20161101,,Sole Agency,No,,"The purpose of this procurement is to invite parties to submit a Proposal to manage (design, production, product, equipment and execution) the Wellington Sky Show on the Wellington harbour in November 2016 and for one year following, with a further year right of renewal (the date may be flexible each year).",Not Awarded,Contract awarded to Pyrostar,20201117 Wellington City Council,17339434,Request for Tenders,Open Competition,Tug Wharf Repairs,,20160329,20160419,20161101,,Sole Agency,No,,"What is now called the Tug Wharf was originally Ferry Wharf no. 2 and was built in 1914 to relieve pressure from vessels for ???day trippers??? on the original Ferry Wharf. The Tug Wharf now forms part of the pedestrian main promenade between the Railway Station in the north and Waitangi Park and Te Papa in the south. As part of the management of the Waterfront Precinct, Holmes Consulting Group undertook a structural assessment of the Tug Wharf. The assessment identified 3 groups of structure based on the level of deterioration: Serious, Poor and Fair. The works included within the scope of this RFT are for the structures identified as ???Serious??? and ???Poor???. The proposed construction is for repair or replacement of some 32% of the hardwood piles, 26 capping beams, 9 stringers and 3 corbels and a few fenders mainly on the breastwork (judged to be in serious or poor condition). The decking of the breastwork is seriously deteriorated. Piles will require jacketing or insertion of new pile sections to replace rot. Wraps, epoxy grouting and flashing will be needed for less seriously deteriorated piles. Capping beams will be replaced alongside existing where necessary with supporting blocks if needed. Stringers and corbels will be treated likewise. Decking of the breastwork will be replaced where necessary with flashing and new asphalt where needed.",Not Awarded,Contract awarded to GK Swan,20201117 Wellington City Council,17534936,Request for Proposals,Open Competition,"BizTalk and SiteCore Design, Development, Implementation and Support Services",,20160523,20160607,20161223,,Sole Agency,No,,,Not Awarded,"Following evaluation of three shortlisted proposals, Wellington City Council was unable to form a recommendation to award a contract to any of the three bidders. The tender has therefore been cancelled.",20201117 Wellington City Council,17656798,Request for Proposals,Open Competition,Wellington City Council Request for Proposals Weed Control in Key Native Ecosystems and Reserves,,20160704,20160729,20161101,,Sole Agency,No,,"This procurement relates to the delivery of weed control to protect, enhance and restore Wellington City Council???s high value ecological sites (at least 45 sites). Previously this work has been provided by a single Supplier. ??? The Parks, Sport and Recreation Urban Ecology team currently manage pest plants in Wellington City Council reserves and sites of ecological significance. The existing weed control contract for the Coastal and Northwest Sectors expires in September 2016. This procurement is for scheduled ecological weed control services within these Sectors. This work requires specific manual and chemical control and appropriate record keeping.",Not Awarded,Contract awarded to kaitiaki o ngahere,20201117 Wellington City Council,17716424,Request for Tenders,Open Competition,Streetlighting - Hutt Rd - Ref 114.00024,114.00024,20160721,20160810,20170706,,Sole Agency,No,"Ground Floor Reception, 101 Wakefield Street, Wellington 6014",,Not Awarded,,20201117 Wellington City Council,17816014,Request for Tenders,Open Competition,"Construction of Artificial Hockey Pitch No. 3, National Hockey Stadium, Wellington",CX5072016,20160823,20160923,20170221,,Sole Agency,No,,"The purpose of the Request for Tender (RFT) is to invite suitably-qualified contractors to submit proposals for the construction of a third artificial hockey pitch at the National Hockey Stadium, Mt. Albert Road, Berhampore, Wellington. The Contract Works for this RFT shall include (but not be limited to) the following activities: *Earthworks; *Ground preparation & stabilisation *Drainage *Concrete paths & kerbs; *Retaining walls; *Carparking; *Irrigation & water supply; *Floodlighting & fencing; *Provision of artificial surfaces; *Building demolition *Building & structure construction. Construction is likely to commence at the beginning of November 2016 and must be completed by March 2017. **NOTE: WELLINGTON CITY COUNCIL IS CONCURRENTLY TENDERING FOR THE CONSTRUCTION OF A JUNIOR ARTIFICIAL TRAINING FIELD AT KARORI PARK. THE ATTACHED RFT RESPONSE & RFT PRICE RESPONSE FORMS GIVE BIDDERS THE OPTION TO BID FOR EITHER OR BOTH OF THESE PROJECTS**",Not Awarded,"Following evaluation of competitive tenders against published criteria, a contract has been awarded to Polytan Ltd.",20201117 Wellington City Council,17816049,Request for Tenders,Open Competition,"Construction of Junior Artificial Training Pitch, Karori Park, Karori, Wellington",CX5072015,20160823,20160923,20170221,,Sole Agency,No,,"The purpose of the Request for Tenders (RFT) is to invite suitably-qualified contractors to submit proposals for the construction of a junior artificial training pitch at the site of the former Terawhiti Bowling Club, Karori Park, Karori, Wellington. The Contract Works for this RFT shall include (but not be limited to) the following activities: *Earthworks; *Ground preparation & stabilisation *Drainage *Concrete paths & kerbs; *Retaining walls; *Carparking; *Irrigation & water supply; *Floodlighting & fencing; *Provision of artificial surfaces; *Building demolition *Building & structure construction. Construction is likely to commence at the beginning of November 2016 and must be completed by March 2017. **NOTE: WELLINGTON CITY COUNCIL IS CONCURRENTLY TENDERING FOR THE CONSTRUCTION OF AN ARTIFICIAL PITCH AT THE NATIONAL HOCKEY STADIUM, BERHAMPORE, WELLINGTON. THE ATTACHED RFT RESPONSE & RFT PRICE RESPONSE FORMS GIVE BIDDERS THE OPTION TO BID FOR EITHER OR BOTH OF THESE PROJECTS**",Not Awarded,"Following evaluation of competitive tenders against the published criteria, a contract has been awarded to Rapid Earthworks Ltd.",20201117 Wellington City Council,17980172,Request for Quotations,Open Competition,Plot Re-Measurement for the Field Management Approach (FMA) on Wellington City Council-owned PFSI Forests,,20161004,20161025,20170221,,Sole Agency,No,,"The Council has registered over 1,277 ha of land into the Permanent Forest Sink Initiative (PFSI). As an owner of more than 100 ha of PFSI land, the Council is required to use the Government???s Field Measurement Approach (FMA) process to develop a unique emissions factor for the Council???s PFSI forests. The Council is required to collect all information under the FMA process by 31 December 2017. The Council is required to submit the FMA information to the Ministry of Primary Industries (MPI) by 31 March 2018. The Council has already completed the following steps in the FMA process: ??? Assigned a forest class (indigenous) to all of its 1,277 ha registered. ??? Requested sample plot locations from the Ministry of Primary Industries (MPI) ??? Established and measured FMA plots for the first mandatory emissions period 2008-2012. We are seeking a supplier who: ??? Has experience with FMA Indigenous forest measurement ??? Will be able to complete establishment of the permanent sample plots and complete the FMA information gathering process by 31 December 2017. ??? Will be able to provide support service after the FMA measurement is complete (i.e. answer questions from Council staff on an ad-hoc basis regarding the FMA data or the FMA sample plots). .",Not Awarded,"Following evaluation of quotations received against published criteria, a contract has been awarded to Carbon Forest Services Ltd.",20201117 Wellington City Council,18347441,Request for Proposals,Open Competition,RFP for Wellington Town Hall Development Building Services,TBC,20170201,20170223,20170622,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"The Wellington Town Hall Development Project is part of a wider programme of work called the Civic Precinct Development Project, which encompasses several interdependent projects with separate programmes and governance structures. This RFP relates to the purchase of building services engineering for the Town Hall development project. The key outcomes that we want to achieve are quality design documents so that cost certainty can be achieved throughout all phases of design and construction. Council requires Building Services Engineers experienced in delivering building services engineering in a building that is undergoing a seismic strengthening upgrade together with an interface with user group requirements within the building. For further information, please download the RFP located in the attachments, or contact Amy Law at cityshaper@wcc.govt.nz Proposals must be submitted to the inbox WCCProcurementTender@wcc.govt.nz Proposals must include the completed response form (located in attachments) as well as a self-created pricing schedule. *Note: Inbox has a limit 20MB so if your proposal exceeds this amount please break up your response into appropriately labelled 'parts'.",Not Awarded,"Thank you everyone for your submissions, This RFP has been awarded to Beca. Kind Regards,",20201117 Wellington City Council,18347773,Request for Proposals,Open Competition,RFP for Wellington Town Hall Development Quantity Surveying,TBC,20170201,20170220,20170622,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"The Wellington Town Hall Development Project (the Project) is part of a wider programme of work called the Civic Precinct Development Project, which encompasses several interdependent projects with separate programmes and governance structures. This RFP relates to the purchase of Quantity Surveying services for the Town Hall Development Project. The key outcomes that we want to achieve are cost certainty of the construction cost through rigorous cost planning and management from the outset. For more information please download the attached RFP. Proposals must be submitted to the inbox WCCProcurementTender@wcc.govt.nz Proposals must include the completed response form (located in attachments) as well as a self-created pricing schedule. *Note: Inbox has a limit 20MB so if your proposal exceeds this amount please break up your response into appropriately labelled 'parts'.",Not Awarded,"Thank you everyone for your submissions, This RFP has been awarded RLB Kind Regards,",20201117 Wellington City Council,18356106,Request for Tenders,Open Competition,Request for Tender for Cleaning Services for WCC,18356106,20170209,20170324,20170817,,Sole Agency,No,,"This procurement relates to the delivery of cleaning services to Wellington City Council (WCC). These services include public toilets, sports pavilions, cemeteries, sports centres, pools, city housing estates, landfill buildings and external recreational facilities. Council is seeking a solution that delivers a high quality cleaning service. The appointed Contractor will be required to work hand-in-hand with Council's Contract Manager's. As this is a significant procurement for Council, prospective suppliers must be financially-secure and have extensive industrial cleaning experience. This cleaning services tender has been separated into three tranches. Suppliers have the option of pricing for some or all of these tranches. The tranches are as follows: Tranche 1 - City Housing; Tranche 2 - Community Centres and Landfill buildings; Tranche 3 - Parks Sports and Recreation; In addition to this RFT (and the associated response form), the following documents have been uploaded on GETS and form part of this RFT: Appendices: Cleaning RFT Response Form Cleaning Services Contract Draft Schedule 1 - CLEANING SERVICES - Specification A: Scope of Cleaning Services - Specification B: Primary Specifications - Specification C: Performance Standards Schedule 2 - HEALTH AND SAFETY Schedule 3 - PRICING Schedule 4 - BUSINESS UNIT SPECIFICATIONS Schedule 5 - SERVICE MATRIX Schedule 6 - REPORTING Note that we refer to Schedule 7 - Sub-contractors as a separate part of the tender document. This is actually included in the RFT Response Form. Council anticipates the Contract will commence on 1 August 2017 and for a period of three years, with the option to extend by a further year. All Tender Responses must be submitted via the GETS portal by 12:00 pm on 24 March 2017.",Awarded,"Following evaluation of tenders against weighted criteria, a contract has been awarded to PPCS Ltd.",20201117 Wellington City Council,18527502,Request for Tenders,Open Competition,Request for Tenders for Parking Infringement Notice Debt Collection,19720161,20170331,20170508,20180305,,Sole Agency,No,Melanie.Goodger@wcc.govt.nz,"This RFT relates to the provision of services relating to the identification and collection of outstanding infringement notices that were issued according to national legislation and local bylaws. This firstly involves developing an updated debt management process for new infringements issued which but we are also interested in developing a strategy to manage its older debt i.e. those amounts already at court. Parking is a key resource to support the range of WCC’s strategic outcomes for economic development, urban development, transport, environmental, social and recreation, and cultural wellbeing. The key aim is to achieve a proportional balance in the use of this resource to achieve desired outcomes, such as: • Having a safe and vibrant city with a healthy commercial and retail sector that will make Wellington a great place to live, work and visit • Having a city with a contained urban form, with a variety of urban living experiences and plenty of transport choices • Promoting and enhancing the city’s natural environment, locally, nationally and internationally • Promoting strong communities that are cohesive and have a robust social infrastructure, and • Retaining and developing Wellington’s cultural identity Tenders must be submitted by email to the following e-mail address: melanie.goodger@wcc.govt.nz The mailbox size limit for the tender responses is 20MB. In submitting your Tender you must use the Response Form in Appendix 1. This is a Microsoft Word document that you can download. You must also complete the Health and Safety Evaluation Checklist – Short Form in Appendix 2.",Not Awarded,"This opportunity was awarded to Baycorp. Thank you to everyone who participated in this procurement exercise",20201117 Wellington City Council,18575920,Request for Proposals,Open Competition,Animal Control Services,,20170428,20170526,20170929,,Sole Agency,No,,"Wellington City Council aspires to best practice in its delivery of Animal Control Services and seeks to achieve increased levels of responsible dog ownership for dog owners living in the jurisdiction. The Council also acknowledges that there will be increased safety outcomes in relation to dogs by being a responsible leader within the Wellington region for delivering cost effective and customer focused Animal Control Services. The Council wishes to procure a contract with a suitable supplier of Animal Control Services to the Council. The required service incorporates three major components: 1. Field Services; 2. Day to day impound management; and 3. Provision of an animal shelter (the existing shelter service is provided from an existing WCC property at Moa Point via a lease agreement). Note that WCC is open to any alternative shelter facility arrangements proposed by prospective tenderers. The operation of the shelter and the monitoring and enforcement activities associated with the field services and impound management are governed by the requirements under the Dog Control Act 1996, the Impounding Act 1955, the Wellington City Council Dog Policy 2016 and the Animal Control Bylaw. It is a pre-condition of this tender that prospective tenderers must be able to demonstrate experience of delivering animal control services within the context of this legal framework.",Awarded,,20201117 Wellington City Council,18758401,Request for Tenders,Open Competition,RFT - Cable Trenching for Treehouse,,20170616,20170706,20170817,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"Wellington Botanic garden wishes to upgrade its electrical supply capacity to the Treehouse, which will replace an existing electrical supply cable. We are looking for a trenching contractor that is able to install the cables as required and meet recognized trenching, health & safety and electrical standards, as detailed within the RFT. The key outcome for this project is to have the new cable laid before the 31st of August 2017. For further information, please download the RFT located in the attachments. If you would like to participate in a site visit, please contact David Sole at David.Sole@wcc.govt.nz to arrange a time. RFI responses must be submitted to the inbox WCCProcurementTender@wcc.govt.nz",Not Awarded,"This RFT has been completed and has been awarded to Aidan Kelly Contracting Ltd. Thank you again to everyone for the time and effort you put in towards submitting a proposal. We hope you will continue to bid for work with Wellington City Council as there are plenty of opportunities in the future which you may be interested in. Kind Regards",20201117 Wellington City Council,18773166,Request for Quotations,Open Competition,"RFQ for Natural Sports Field Renovation, Upgrade and Renewal Services",,20170622,20170712,20180305,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Natural Sports field Renovation, Upgrade and Renewal Services contract opportunity. The Council provides sports fields for community in the Wellington Region. Sports fields are used by large numbers of people, particularly children and youth, and younger adults, and are essential facilities in the provision of opportunities for people to undertake physical exercise and enjoy playing sport. The Council invites suppliers to respond to this RFQ by completing and returning: 1. Attachment 1 (Health and Safety); 2. Attachment 2 (Price); and 3. Submitting a separate document answering the questions below (see section titled The Application below). The selection and appointment of a supplier to provide these sports field services to the Council will come from submitted applications. We do not want applications for suppliers who do not have the equipment, capacity or capability to undertake required work to the standard expected of these critical public spaces in Wellington.",Not Awarded,"This opportunity was won by Mexted Performance Sports Surfaces Thank you to everyone who participated in this procurement exercise.",20201117 Wellington City Council,18822276,Request for Proposals,Open Competition,Provision of Catering Services to Wellington Venues,,20170710,20170731,20171031,,Sole Agency,No,"Wellington Venues, Michael Fowler Centre, 111 Wakefield Street, Wellington, 6011","The Wellington Regional Economic Development Agency (t/a Wellington Venues) requires a new catering services provider/s for its Retail and Corporate business. This RFP covers events at the following venues: ??? Michael Fowler Centre (excluding New Zealand Symphony Orchestra Spaces) ??? Opera House ??? St James Theatre (excluding Mojos and associated kitchen space) ??? TSB Bank Arena ??? TSB Bank Auditorium (Shed 6) ??? Academy Gallery of Fine Arts (note this is on a year to year agreement, so may not be a venue for the whole agreement) We are inviting Proposals to address either stream (Retail & Corporate) and are open to submissions addressing EITHER BOTH, OR JUST ONE OF THE STREAMS. For partners delivering in either operational space we would require a wide choice of clients, products and offerings. We desire an innovative approach to continuous improvement and business enhancement and event coordination support through the sharing of resources and information. Uniforms will be required for all front facing staff. The provider will need ensure NZ legislative compliance in food safety and the sale and supply of alcohol in our venues (a strong commitment to health & safety culture will need to be demonstrated). We are looking for partner/s whose reputation and brand fit align with Venues Wellington, with a flexible and creative approach to working in non-standard and limited/shared catering spaces. All business to be invoiced though the venue settlement, and the successful respondent/s invoicing Venues Wellington bi-monthly. For submissions in the Retail space, evidence of the ability to offer a full service Retail offering for all our performance events, regardless of size and attendance, will be required (e.g. ability to work in temporary spaces, using temporary infrastructure; experience serving to retail crowds in excess of 5,000 at a single event, in short interval periods etc.). Providers must have the appropriate technologies and infrastructure to support events of this size. For submissions in the Corporate space, respondents must be able to demonstrate experience of consistent delivery of events with fully plated meals and/or cocktails & canap??s for between 250-1,500 people at a time. They should also be able to demonstrate creativity in the creation of events and menus, and be able to provide all service and display equipment. This contract opportunity is offered for a term of three years, with an option to extend for a further three years.",Not Awarded,"Good Morning Wellington Venues has selected four providers to provider services as approved suppliers. These suppliers are: Nosh Limited Ruth Pretty Catering Collective Hospitality Sarah Searancke Catering The total value of this contract is roughly $5,000,000, which is shared between the suppliers. We would like to take this opportunity to thank all participants for their time and effort put in to this tender, and hope that everyone will continue to bid for opportunities in the future. Kind Regards",20201117 Wellington City Council,19029622,Request for Tenders,Open Competition,Shelly Bay Rd Seawalls Construction,114.00061,20170918,20171013,20171114,,Sole Agency,No,Tonkin + Taylor (as per tender docs),"Please see advertisement attached - tender queries may be directed to Najla Kunhimon at Tonkin + Taylor from Wednesday, 21 September, 2017.",Not Awarded,,20201117 Wellington City Council,19197489,Request for Tenders,Open Competition,Karaka Bay Rd Seawall Construction,114.00083,20171106,20171201,20180108,,Sole Agency,No,CHP Wellington Ltd office,Please see attached advertisement.,Not Awarded,,20201117 Wellington City Council,19281454,Request for Tenders,Open Competition,City Archives Shelving,,20180126,20180223,20180328,,Sole Agency,No,NA,"The supply and installation of shelving at our City Archives facility at Barker Street Wellington. General scope of the works is as follows: ??? Dismantle and remove existing area mobile shelving. ??? Supply and Install replacement in existing area of mobile shelving. ??? Supply and Install one new area of mobile shelving and one new area of static shelving into existing clear spaces. ??? Install 12 new plan cabinets on top of existing stacks of plan cabinets including new secure fixings. We are looking for a single supplier with experience in the supply and installation of mobile shelving for purposes of document management.",Awarded,,20201117 Wellington City Council,19527136,Request for Tenders,Open Competition,Provision of Recycling Bin Clips,,20180507,20180605,20180910,,Sole Agency,No,,"This RFT relates to the purchase of a Clip that will secure the lids of Wellington City Council (Council) recycling wheelie bins. The solution Council is seeking should be able to fulfil the following: ??? The Clip should ensure that recycling materials remain secured within the bin should the bin tip or fall over; ??? The Clip should be designed to be easy to remove and not cause strain from repetitive use; ??? The Clip should be robust and reusable; ??? The Clip should remain securely attached during emptying operations as well as to deter theft; and ??? The Clip should be manufactured with appropriate materials and should be fit for purpose. Materials used to manufacture the clip are required to be: 1. Suitably UV stabilised for outdoor use; 2. Durable against the effects of sea salt spray; 3. Durable against fatigue failure due to repetitive bending (if this forms the mechanism of securing the bin lid); 4. Retains strength whilst exposed to large temperature differentials (i.e. 5 degrees celsius to 40 degrees Celsius); 5. (Where possible), be able to be recycled in New Zealand at its end of life; 6. (Where possible), be made from recycled materials. A Respondent that is able to fulfil points 5 and 6 above will be allocated additional marks during the tender evaluation. The proposed Clip should be already developed and accompanied by an appropriate form of warranty. Council will look to run a Pilot Scheme for shortlisted products in June-July 2018. Following identification of a preferred product, Council would like to purchase 50,000 units to free issue before the end of the 2018 calendar year. We are interested to hear from companies who are able to assist us with dispatch of these units. Subsequently, the product should be available to order by members of the public directly from the supplier on an ongoing basis.",Awarded,Following evaluation of tenders received against published criteria (including an 8-week field pilot) we have awarded a contract (subject to terms and conditions) to Synapco Industries.,20201117 Wellington City Council,19570332,Request for Tenders,Open Competition,Main Contractor for Tawa Town Plaza Re-development,,20180327,20180423,20180426,,Sole Agency,No,,"The Wellington City Council is releasing this RFT to deliver the project to upgrade the Tawa???s central town plaza, which was identified as a key priority by the local community. The design has been developed to improve the plaza within the Town Centre and create a gathering space that is flexible to facilitate community events and support surrounding businesses. The overall aims of the Tawa town plaza re-development project are to: ??? create a vibrant town centre that attracts people; ??? encourage best use and investment; ??? improve connectivity and lighting; ??? contribute to the local marketing and branding strategy; ??? improve way finding between public transport routes, park, and ride facilities; ??? create functional and useable spaces; and ??? install art work to contribute to enhancing Tawa???s identity (post completion of , and not part of, the scope of work anticipated by this RFT). The plaza upgrade incorporates civil and other infrastructure works that will: ??? de-clutter and remove degraded elements (e.g. bollards, old light columns, furniture) and ??? improve the plaza and adjacent laneway with the installation of new pavement, planting, street furniture and lighting. The Tawa community has identified upgrading the Town Plaza as a key priority as it was viewed to have the most potential to positively impact the centre.",Not Awarded,The Council received no compliant bids and is now assessing its procurement methodologies to allow it to negotiate a contract with an identified party to deliver the project.,20201117 Wellington City Council,19694787,Request for Proposals,Open Competition,Review of Pre-1930s Character Areas in the Wellington City District Plan,,20180504,20180530,20180614,,Sole Agency,No,,"Wellington City Council (Council) is planning for substantial growth in the next 30 years. We are in the early stages of scoping a review of our Urban Growth Plan and the District Plan in order to provide for this future growth. To inform this work, the Council is undertaking a comprehensive review of the existing development constraints and opportunities to better understand how our current planning approach might need to change. One of these areas is the ???pre-1930s??? character controls and location specific character areas in the Residential chapter of the District Plan. While Council is committed to retaining sense of place and character, we also need to plan for future growth. With limited options to grow out, we will need to look fundamentally at what options are available within the existing footprint and balance this against the desire to protect Wellington???s residential character. Council requires a stocktake of the pre-1930s character areas (i.e. Mt. Cook, Thorndon, Holloway Road, Aro Valley/The Terrace and Newtown/Berhampore) and an assessment of the ???on the ground??? character of these areas, specifically identifying for each area: ??? The level of concentration of the pre-1930s buildings. ??? The extent to which these buildings contribute to ???townscape??? and/or ???streetscape??? character???. ??? Are there any contiguous areas that represent townscape/streetscape values more strongly than others? ??? Are there particular buildings that fall within the ???pre-1930s??? character overlay that demonstrate particularly outstanding character or potential historic heritage value that may warrant further investigation? This study does not include Mt. Victoria, which was the subject of a similar process in 2016. The methodology for this study will be similar to that employed for the Mt. Victoria study and includes; generation of maps; identification of high level themes; style analysis; incorporation of themes & styles; delivery of survey; collection and mapping of attribute data; and provision of a report by 16 November 2018.",Not Awarded,"Following evaluation of tenders received against published evaluation criteria, a contract has been awarded to Boffa Miskell Ltd.",20201117 Wellington City Council,19775630,Request for Tenders,Open Competition,Retaining Wall Strengthening - Fortification Rd,114.00099,20180604,20180629,20181022,,Sole Agency,No,"Golder Associates NZ Ltd Office, Level 1, 93 The Terrace, Wellington 6011",See attached advertisement,Not Awarded,,20201117 Wellington City Council,20152180,Request for Proposals,Open Competition,WCC Office Relocation Services,Projects 1209,20180912,20181010,20190114,,Sole Agency,No,,"Wellington City Council is moving its staff mostly based in Civic Square with a few smaller buildings nearby as a result of the Kaikoura earthquake which saw the Civic Administration Building closed. We are also looking to move staff out of the Municipal Office Building to allow works on the neighbouring Town Hall to be undertaken. We are seeking proposals from relocations supplier to plan, manage and complete the Council???s moves from four existing buildings to three buildings in Wellington. The move will involve the relocation of almost 900 staff along with some existing furniture, fittings and equipment, file boxes and PC equipment. The buildings included in this scope of work are: Exit Buildings New locations Municipal Office Building, Wakefield Street Central Library, Victoria Street NZX Building, Cable Street Simpl House, Mercer Street Toi Poneke, 61 Abel Smith Street Shed 6, Queens Wharf, Jervois Quay Manners Street (TBC) 113 The Terrace Central Library, Victoria Street.",Not Awarded,,20201117 Wellington City Council,20372227,Request for Proposals,Open Competition,Housing Upgrade Project - Insulation,RFP Upgrade Project,20181106,20181126,20190227,,Sole Agency,No,,"The role of the Wellington City Council - City Housing business unit is to provide rental housing to low income families or individuals whose needs are not met by the private sector housing market. City Housing has a current stock of 2188 units (including decanted and voids) and its objectives are to: ??? Provide for housing needs not met by other providers. ??? Target low-income households with particular needs. ??? Focus its service on those most in need of assistance. This project of Installing Insulation is to bring all properties up to the insulation level requirements of the Residential Tenancies Act 1986 (RTA) and the Residential Tenancies (Smoke Alarms and Insulation) Regulations 2016, being current legislation. This is our next large programme of works with Wellington City Council - City Housing properties. The performance of any new insulation that is installed into a rented home must meet or exceed the requirements contained within the Regulations. From 1 July 2019 all rented homes covered by the Residential Tenancies Act must meet the insulation requirements. Of key importance is that installation of all insulation must be completion prior to 1 July 2019. Suppliers are invited to quote for the supply and install of insulation across Wellington City Council - City Housing managed housing portfolios in Zones 1-5. Please refer to the Appendices for the Zone",Awarded,,20201117 Wellington City Council,20599152,Request for Tenders,Open Competition,Ngaio Gorge Slope Stabilisation Improvements,114.00154,20190114,20190214,20190418,,Sole Agency,No,"Wellington City Council Main Reception Desk - Ground floor, Municipal Office Building, 101 Wakefield Street, Wellington 6140","Invitation to tender for professional services for Detailed Design and Construction Monitoring for Ngaio Gorge Slope Stabilisation Improvements. Wellington City Council is calling for tenders from suitably qualified consultants to complete the scope of work provided in the RFT documents for Ngaio Gorge slope stabilisation improvements. The RFT document and all other related documents can be downloaded from the GETS web site in the pdf format. Tender queries may be directed to Sarath Amarasekera, Transport and Infrastructure, Wellington City Council, Ph. 021 1953980, Email: Sarath.Amarasekera@wcc.govt.nz on or before 12 noon, Wednesday 6th February 2019. Tenders must be placed in the Council???s tender box located at the Wellington City Council main reception desk, ground floor, Municipal Office Building, 101 Wakefield Street, Wellington 6140. Tenders closes at 12 noon, Thursday 14th February 2019.",Not Awarded,The above tender has been awarded to AECOM New Zealand Ltd.,20201117 Wellington City Council,20823255,Request for Tenders,Open Competition,Street Lighting Maintenance Contract (2019-2022),114.0015,20190312,20190418,20190625,,Sole Agency,No,Wellington City Council - Main Reception Desk (G. Floor),Please see documents attached,Not Awarded,,20201117 Wellington Water Limited,16983218,Request for Quotations,Open Competition,Supply of Electricity and Financial Hedge Agreement,B/06/07/04,20151112,20151130,20151218,,Cluster,No,,"Wellington Water Ltd is acting on behalf Greater Wellington Regional Council and Hutt Valley Water Services Ltd for this RFQ. Pricing is requested for the following three contracts: > Contract 1: GWRC Electricity Supply Agreement (18 GWh p.a.) for the period 1 April 2016 to 30 June 2018. > Contract 2: HVWS Electricity Supply Agreement (9 GWh p.a.) for the period 1 July 2016 to 30 June 2018. > Contract 3: GWRC Electricity Hedge Agreement for the period 1 April 2016 to 30 June 2018 (quarterly base load CFD with approx 1.7 MW annual average). The total consumption across both supply contracts is approximately 27 GWh per annum. One Supplier will be recommended for the two supply contracts. The hedge agreement may be awarded to a different Supplier.",Awarded,"The following contracts were awarded: GWRC physical supply agreement - Trustpower Ltd GWRC financial hedge agreement - Contact Energy Ltd HVWS physical supply agreement - Contact Energy Ltd All contracts have an end date of 30 June 2018.",20201117 Wellington Water Limited,19322386,Request for Tenders,Open Competition,CIR Civil Works,747.00004,20171212,20180129,20180302,,Sole Agency,No,Tenders should be emailed with the subject line ???CIR Civil Works Tender??? to: andy.brown@wellingtonwater.co.nz,"The Community Infrastructure Resilience (CIR) programme has the objectives of providing 20 L per person per day of treated water to every resident in the region (currently served by Wellington Water Limited) following a significant earthquake. To support the existing network of reservoirs additional emergency treatment stations are being constructed to take and treat water from either surface streams or ground water bores. This package of work is the construction of the water stations. Works will be split into 2 Separable Portions: SP1 Surface Water Sites SP2 Bore Sites Contractors are invited to tender for 1 or both Separable Portions. Tenders should be forwarded by email with the subject line ???CIR Civil Works Tender??? to: andy.brown@wellingtonwater.co.nz Tender documents should be in pdf format plus an Excel version of the Schedule of Prices.",Not Awarded,"The CIR Civils tender has been awarded to the following contractors: Separable Portion 1 - Surface Water Sites - Dews Construction Ltd Separable Portion 2 ??? Ground Water Bore Sites - Grittifths Drilling Ltd",20201117 Wellington Water Limited,19668663,Request for Quotations,Open Competition,Supply of Electricity and Financial Hedge Agreement (CFD),ACT60-1813018955-974,20180430,20180518,20180628,,Cluster,No,Not permitted (electronic submissions only),"Electricity Supply Agreement. Pricing for the following options is requested: Option 1 ??? Two supply agreements: Wellington Water (17 GWh p.a.) and GWRC (3 GWh p.a.) Option 2 ??? One supply agreement: GWRC (20 GWh p.a.) Electricity Hedge Agreement Base load CFD in standard ISDA format with monthly volume profile and cash settlement. Please see attached RFQ document.",Awarded,"Three contracts have been awarded. Electricity Supply Agreement (Water Supply) - Mercury Ltd Electricity Supply Agreement (other GWRC sites) - Meridian Energy Ltd Financial Hedge (Water Supply CFD) - Contact Energy Ltd Evaluation methodology and price range for the contracts - For the water supply contract the hedge cost was calculated by multiplying the volume for each month by the strike price and adding them up. This was combined with physical supply costs for TOU and NTOU sites. The volume used for the TOU supply costs was the same as the hedge volume. Network charges were excluded from the TOU evaluation. The range for the water supply contract was $2.7m to $3.0m (excluding TOU network charges of approximately $1.7m). For the other GWRC sites the evaluation was similar except the TOU sites were FPVV rather than spot+hedge. The range for this contract was $0.9m ??? $1.2m (excluding TOU network charges of approximately $0.2m).",20201117 Wellington Water Limited,19890768,Request for Proposals,Open Competition,Wellington Water Capex Contractor Panel,,20180709,20180824,20190107,,Sole Agency,No,"Level 4, IBM House, 25 Victoria Street,Petone, Lower Hutt, New Zealand","The purpose of this RFP is to invite proposals from interested Contractor Teams who have the capability, capacity and relevant experience to perform an agreed portion of the Wellington Water business as usual capex programme from 1 July 2019 to 30 June 2023, and are active and collaborative members of the wider Capex Contractor Panel throughout the duration of the contract (including the implementation period starting on 14 January 2019). Wellington Water intends to select three Contractor Teams to form part of their Capex Contractor Panel. The RFP documents include: 1. Request for Proposal - Wellington Water Capex Contractor Panel (pdf) 2. Request for Proposal - Section 5 Proposed Framework Agreement (pdf) 3. Request for Proposal - Section 7 Communications Protocol (Word doc) 4. Request for Proposal Response Form - Envelope No. 1 (Word doc) 5. Request for Proposal Response Form - Envelope No. 2 (pdf)",Not Awarded,,20201117 West Coast District Health Board,16857343,Request for Proposals,Open Competition,Buller District Primary Care Maternity Services,RHSWC001,20151005,20151029,20170622,,Sole Agency,No,"Business Assurance Office, Canterbury DHB, 5th Floor, The Princess Margaret Hospital, Cashmere Road, Christchurch","We, the West Coast DHB, are seeking an eligible maternity provider to support us to deliver our vision of a high quality, accessible and sustainable maternity service for pregnant women and their families in the Buller district. The service will encourage early engagement with maternity services for pregnant women and support and promote birth as a normal life event.",Awarded,,20201117 West Coast District Health Board,18558700,Request for Proposals,Open Competition,WCDHB VOIP/SIP Telephony Solution,16PROCAT032,20170410,20170526,20180305,,Sole Agency,No,,"West Coast District Health Board (WCDHB) wishes to procure a VOIP/SIP solution. We are happy to receive proposals under the Telecommunications as a Service (TaaS) voluntary common capability contract. TaaS service providers should submit a solution based on our Requirements (Section 2) and accompany this with a transition statement to a TaaS service. We are equally happy to receive proposals outside of TaaS, from the open market. These should be based on our Requirements (Section 2). A transition statement should also be completed in this instance. The path WCDHB has determined as the most cost effective, while achieving most benefits of a unified communication system, is to continue having a locally based PABX system, updated to support SIP, and move all of the existing land lines onto a newer pricing model.",Awarded,"Awarded in two parts 1. BayCom - PABX 2. Two Degrees - SIP trunking",20201117 West Coast District Health Board,20207169,Request for Proposals,Open Competition,Community Services ??? Alcohol and Other Drug (AOD) and Support Services,,20180925,20181025,20190530,,Sole Agency,No,"Tender Box, Canterbury District Health Board, Reception, Level 1, 32 Oxford Terrace, Christchurch","West Coast District Health Board (WCDHB) is seeking proposals from organisations that have the capacity and capability to provide a community based Alcohol and Other Drug (AOD) service for adults and young people. The service will have clinical and non-clinical roles in a team that can work with people with AOD issues and other mental health challenges in partnership with other organisations, including WCDHB and West Coast PHO. We require a provider or group of providers who have experience and/or expertise in delivering services for people with AOD and co-existing challenges. The provider/s will need to demonstrate experience of implementing innovative approaches, collaborative work and responsiveness to the needs of M??ori and other ethnicities.",Not Awarded,,20201117 West Coast Regional Council,18283545,Request for Proposals,Open Competition,Franz Josef Township: Natural Hazards Options Assessment and Cost Benefit Analysis,,20170112,20170127,20170622,,Sole Agency,No,,"Franz Josef Township is a key national and regional tourism centre. It is impacted by two major natural hazards – the alpine fault line and flooding from the Waiho river to the south of the township. The West Coast Regional Council, on behalf of the Franz Josef Working Group, Westland District Council, itself and central government agencies, is seeking expressions of interest from suitably qualified providers to undertake an analysis of the options for mitigating the hazards facing the town and providing a cost benefit analysis on the short-listed options. An indicative scope of work is set out in Section 3. This work is to be used as the basis for agreeing the best option for the future of the township, its services and putting in place a plan to achieve the agreed option.",Not Awarded,"Awarded to Tonkin+Taylor at a price of $199,000 GST exclusive.",20201117 Westland District Council,20855452,Request for Tenders,Open Competition,18-19-23 Hampden Street Water Main Renewal,,20190319,20190410,20190418,,Sole Agency,No,,"The supply and installation of 1045m of DN200 MDPE main pipeline on Hampden Street Hokitika including fire hydrants, valves and laterals.",Awarded,"Thank you to all Tender Applicants, a total of four Tenders were received. The Tender for 18/19/23 Hampden Street Water Main Renewal has been evaluated by the TET and is now awarded after consideration by the Councillors of the Westland District Council (WDC). The winning Contractor is Westroads Limited.",20201117 Whakatane District Council,492267,Request for Tenders,Open Competition,Street Sweeping Services - Whakatane - Old GETS ref# 42848,15-001 -,20140716,20140813,20160321,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Tenders are invited from suitably qualified contractors for the works described in this document.?? The scope of the works includes: ??? Street sweeping ??? Cesspit / sump cleaning?? ??? Cesspit grate cleaning (Pre-Heavy Rain Response) on all Whakatane District Council local rural roads, local urban roads and special purpose roads. The Conditions of Contract shall be NZS 3915:2005. The contract works is for 3 years from 1st September 2014 to 31st August 2017 with the option of a further 2 years at the Principals discretion.",Not Awarded,,20201117 Whakatane District Council,3550116,Request for Tenders,Open Competition,15-007 - Pohutu Catchment CCTV Inspections,15-007,20140818,20140905,20160321,,Sole Agency,No,,"The purpose of this Request for Proposal (RFT) is to invite interested parties to submit a proposal to the Whakat??ne District Council for the provision of services to assess the condition of up to 7,286m of wastewater pipes in the Pohutu pump station catchment (the total length may be reduced to not less than 4,000m to fit within the available budget). It is also required that a condition assessment of up to 126 manholes is completed together with the CCTV inspections. Please see attachment for further details.",Not Awarded,,20201117 Whakatane District Council,4168823,Request for Tenders,Open Competition,15-016 - Whakatane and Opotiki District Council Resurfacing Contract 2014/2015,15-016,20140905,20141006,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified Contractor???s for the works as described in this document. Tenders are invited for pre-surfacing repairs, chip sealing and thin asphaltic surfacing for approximately 41km of various sections of local roads within the Whakatane and Opotiki Districts. The work is split into 2 packages being: 1. Whakatane District Council (WDC) Local Roads, approximate length of 34km, in accordance with NZTA P17 And 2. Opotiki District Council (ODC) Local Roads, approximate length of 7.4km, in accordance with NZTA P4 Package 2, Opotiki District Council Local Roads, is Provisional and will only be awarded subject to the tendered price being acceptable to ODC. ODC also reserve the right to negotiate with the preferred tenderer, prior to award of contract, for supplying the sealing chip directly if it will result in overall cost savings to ODC. The work includes; ??? Assessment of sites for resurfacing ??? Completion of resurfacing designs and reports ??? Repair of surface defects ??? Construction and maintenance of resurfacing treatments",Not Awarded,,20201117 Whakatane District Council,7048887,Request for Tenders,Open Competition,15-011 O'Rouke Place Car Park Development,7048887,20141203,20141217,20160321,,Sole Agency,No,,Development of a car park in Whakatane,Not Awarded,,20201117 Whakatane District Council,7140196,Request for Tenders,Open Competition,15-003 - WDC PAVEMENT REHABILITATION CONTRACT 2014/2015,7140196,20141208,20141222,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the construction of three pavement rehabilitation sites within the Whakatane District. Two of the sites are located in Whakatane and one in Pekatahi. The works are outlined on the drawings appended to the contract documents and generally comprise of the following activities: ??? Confirming the final design levels ??? final design co-ordinates and survey data will be supplied to the winning tenderer upon award of the Contract ??? Earthworks, including cut and undercut to waste ??? Surface water channels, Concrete kerb and dish channels and associated drainage works ??? Granular pavement construction ??? Cement stabilisation ??? First coat sealing (two coat chip seal) ??? Reinstating traffic services and rehabilitating disturbed areas. In addition to the above the Contract Works include: ??? Preparing, implementing and managing the Contract Quality Plan according to the Project Specification, Section 4 ??? General requirements, programming and reporting according to Project Specification, Sections 2 and 3. ??? Site safety, traffic management and environmental compliance activities according to Project Specification, Sections 5, 6 and 7",Not Awarded,,20201117 Whakatane District Council,8251459,Request for Tenders,Open Competition,15-037 - BRIDGE AND STRUCTURES MAINTENANCE AND COMPONENT RENEWALS,15-037,20150123,20150213,20160321,,Sole Agency,No,,The provision of structural maintenance services for the Whakat??ne District Council Bridges and Structures. This contract is a fixed term contract.,Not Awarded,,20201117 Whakatane District Council,8702474,Request for Tenders,Open Competition,15-034 Civic Centre Exterior Renovations,,20150210,20150227,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the works as described in this document. Briefly this consists of ??? Re-screwing coloursteel roof and preparation to remove rust, dust, moss and mould; ??? Replacing box spouting with ZM8 Colorcote 175 Box guttering; ??? Removal of sunscreens to buildings on both levels and making good; ??? Paint exterior walls, roof and peripherals of Civic Centre and generator shed to Resene specification.",Not Awarded,,20201117 Whakatane District Council,9646053,Request for Tenders,Open Competition,15-043 - WHAKATANE DISTRICT WATER RENEWAL PROJECT 2015/2016,9646053,20150309,20150327,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified civil construction contractors for the works as described in this document. Note: This contract spans over two financial years 2014/2015 and 2015/2016. Some of the contract works are to be carried out and are to be completed within this financial year ending (30 June 2015). The budget for this financial year will determine the scheduled items to be completed by 30 June 2015. Note: Whakat??ne District Council reserves the right to reduce the quantity of the pipes and service connections for replacement depending on the budget and tendered price. Briefly, the work consists of the following: Refer to tender for more details",Not Awarded,,20201117 Whakatane District Council,10686741,Request for Tenders,Open Competition,15-058 - SEASCAPE SUBDIVISION RESERVE,,20150407,20150424,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for construction and development of the new Seascape Subdivision Reserve, including concrete footpaths, timber deck area, decorative timber bridges and associated landscaping and earthworks. The reserve is located adjacent to Harbour Road and Charles Street in Ohope.",Not Awarded,,20201117 Whakatane District Council,10820268,Request for Tenders,Open Competition,15-044 GORGE ROAD SHARED USE PATH,,20150410,20150501,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for Construction of a new 3m wide shared use, pedestrian and cycle path, pavement widening, drainage upgrades and associated retaining wall construction. The site is located on Gorge Road in Whakat??ne. Please note due to the size of the drawings and supporting documents, the documents in the folder have not been included into the tender document. Please insert these when submitting your tender.",Not Awarded,,20201117 Whakatane District Council,11031744,Request for Tenders,Open Competition,15-057 - The Strand Canal Box Culvert Installation,,20150417,20150508,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the works described in this document. Briefly, this consists of removing three existing 900mm diameter culvert pipes and replacing them with a new 4m wide, 2m high box culvert. The works include but are not limited to culvert removal, foundation preparation, large box culvert installation, backfilling and compaction, pavement construction, road surfacing, road marking and associated traffic services. The culvert up-grade is located where The Strand Canal crosses beneath The Strand, between Buddle Street and McAlister Street, Whakatane.",Not Awarded,,20201117 Whakatane District Council,12012446,Request for Tenders,Open Competition,15-063 - Electrical and Telemetry Maintenance of Three Water Assets,12012446,20150515,20150608,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified Contractor???s for the maintenance contract of the electrical, instrumentation and telemetry systems at the Whakatane District Councils water and wastewater assets. This contract is for three years from Wednesday 1 July 2015 with the provision for an extensions for up to two years. The work includes regular inspections and defined as preventative maintenance, planned maintenance, urgent undefined maintenance and emergency call-out work at Councils 157 sites throughout the Whakatane District.",Not Awarded,,20201117 Whakatane District Council,14795010,Request for Proposals,Closed Competition,16-005 - Te Mahoe WWTP and Land Application Field Upgrade,,20150806,20150826,20160321,,Sole Agency,No,,Te Mahoe WWTP and Land Application Field Update,Not Awarded,,20201117 Whakatane District Council,16250836,Request for Tenders,Open Competition,16-010 - WDC Resurfacing 2015-2018,16-010,20150907,20151005,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified Contractor???s for the works as described in this document. Tenders are invited for pre-surfacing repairs, chip sealing and thin asphaltic surfacing for approximately 44km per year, for a Contract Period of 3 years, of various sections of local roads within the Whakatane District. The work includes; ??? Assessment of sites for resurfacing ??? Completion of resurfacing designs and reports ??? Pre-Reseal Repairs ??? Construction and maintenance of resurfacing treatments",Not Awarded,,20201117 Whakatane District Council,16967787,Request for Quotations,Closed Competition,16-019 - REQUEST FOR QUOTATION FOR THE SUPPLY AND INSTALLATION OF MODIFICATIONS TO THE WASTEWATER TREATMENT PLANT (WWTP) IN TE MAHOE,,20151106,20151118,20160321,,Sole Agency,No,,,Not Awarded,,20201117 Whakatane District Council,17020166,Request for Tenders,Open Competition,16-021 - Wainui Te Whara Culvert and Sheet Pile Installation,,20151123,20151211,20160321,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the works described in this document. Briefly, this consists of demolition and removal of two bridges and replacing them with box culverts. The works include but are not limited to foundation preparation, large box culvert installation, backfilling and compaction, pavement construction, road surfacing, road marking and associated traffic services, as well as the installation of a PVC sheet pile retaining wall. The works are located along the Wainui te Whara stream in Whakatane, with the sheet pile wall located between Valley Rd and Douglas Street and the culvert upgrades located on where the stream is crossed by Douglas Street and King Street.",Not Awarded,,20201117 Whakatane District Council,17024710,Request for Tenders,Open Competition,16-020 - Wainui Te Whara Private Bridges - Design and Construct,,20151124,20151211,20160321,,Sole Agency,No,,"The Whakatane District Council are planning to upgrade five existing private bridge crossings over the Wainui Te Whara Stream between King Street and Douglas Street. Request for Tender (RFT) for 16-020 - WAINUI TE WHARA PRIVATE BRIDGES ??? DESIGN AND CONSTRUCT The purpose of this Request for Tender is to invite interested parties to submit a price to design and construct five private access bridges at multiple locations across the Wainui te Whara stream. In addition to this the works will involve the dismantling and removal off site of the existing structures and their associated abutments.",Not Awarded,,20201117 Whakatane District Council,17034757,Request for Tenders,Open Competition,16-029 Whakatane Green Waste Facility Keepa Road,,20151127,20151214,20160321,,Sole Agency,No,,"Improvements to the site access road with both chipseal and metalled surface, construction of a detention pond and associated pipework, forming a bund around the perimeter of the site, general contouring and fencing.",Not Awarded,,20201117 Whakatane District Council,17118686,Request for Tenders,Open Competition,16-024 - Whakatane District Water Renewal Project,16-024,20160118,20160210,20160321,,Sole Agency,No,,"Briefly, the work consists of the following: 1. Edgecumbe ??? Water mains replacement; Budget $100,000 each year (2 financial year period) ??? Water service connection replacement; Budget $190,000 each year (2 financial year period) 2. Matat?? ??? Water connection replacement; Budget $30,000 each year (2 financial year period) 3. Whakat??ne ??? Water mains replacement; Budget $250,000 FY 2016/17 ??? Water service connection and meter replacement; Budget $90,000 FY 2016/17",Not Awarded,"Contract awarded - Price band of award between $600,000.00 - $630,000.00",20201117 WorkSafe New Zealand,3071547,Request for Proposals,Open Competition,Training Design Services (Old GETS Ref 42235),472 (Old GETS 42235),20140508,20140616,20140826,,Sole Agency,No,,,Awarded,"Name of Successful Tenderer: Sysdoc Group Ltd Description of goods/services provided: Training Design Services Location: Nationwide Contract Start date: 4 August 2014 Term of Contract: 3 Years Contract Value: $1M - $5M",20201117 WorkSafe New Zealand,3699699,Request for Proposals,Open Competition,Delivering Safety Messages to Rural New Zealand,482,20140821,20140924,20150212,,Sole Agency,No,"Tender Box, Ground Floor, Ministry of Business, Innovation and Employment, 15 Stout Street, Wellington","One of WorkSafe New Zealand???s programmes, Safer Farms, is a multi-faceted WorkSafe intervention programme aimed at changing the culture of safety on New Zealand farms and deliver to WorkSafe???s overall objectives of reducing fatality and serious injury rates in the New Zealand work force. Safer Farms has been jointly funded by ACC and WorkSafe. The interventions planned are: ??? A targeted behavioural change advertising campaign to make farmers aware of safety, their responsibilities, and a call to action to engage in improved health and safety practices. The campaign will be supported by a website including a self-assessment tool and easy access to WorkSafe's Best Practice Guidelines. In addition, a printed toolkit of the key information will be made available. ??? An education and information delivery campaign aimed at rural retailers, rural community groups and school aged children. The Request for Proposal to engage suppliers to deliver this campaign is about to be released to the market. ??? A focus on developing the role that leaders in the rural sector play in expounding the Health and Safety message at both a local and regional level. WorkSafe are now seeking proposals from suppliers who provide education services to the rural sector. This RFP is looking for a selection of providers who are able to supply: ??? Education services to children about safety on New Zealand Farms via subject focussed learning about the risks they may be exposed to and how to stay safe. ??? Point of Sale merchandising and briefing services to retailers and service providers in the rural sector on aspects of Health and Safety, the Safer Farms programme and how it may relate to the products or services they are providing. ??? Information to rural community or professional groups that service this community, about health and safety aspects affecting New Zealand farms. Please note that responses to this RFP are to be made to MBIE's physical tender box stated above and not to the GETS electronic tender box.",Awarded,"??? Vendor Sales Support (VSS) Limited, New Lynn, Auckland ??? for the delivery of information and training to rural retailers about hazards on New Zealand farms and the approach to safety that farmers should be taking. Contract Term: 1 December 2014-30 June 2015. Contract range: $60,000-80,000 ??? Dairy NZ, Hamilton ??? for the development of a safety programme for their Rosie the Cow website, which is marketed to young children via TV programmes such as What Now. Dairy NZ will also be working with WorkSafe to deliver safety messages to their rural extension networks, as a fore runner to WorkSafe engaging with more rural groups. Contract term: 1 January 2015-30 June 2015. Contract range: $40,000-60,000 ??? Blue Light Ventures (BLV) Albany Auckland, the NZ Police Charitable Trust ??? for the delivery of a programme to rural schools on health and safety. Contract Term: 1 December 2014-30 June 2015. Contract range: $140,000-160,000.",20201117 WorkSafe New Zealand,11415595,Request for Proposals,Open Competition,Client and Case Management Replacement,547,20150429,20150529,20151130,,Sole Agency,No,,"Worksafe New Zealand are seeking responses for the supply, implementation and support of a Commercial off-the-Shelf integrated Client Relationship Management and Case Management system. This will be the common tool used by all operational teams; it will be seen as a trusted source of information and enable a mobile workforce and will allow WorkSafe to: ??? Deploy a mobile frontline workforce focussed on having the right ???face to face??? contact with the regulated community. ??? Have better visibility of, and intelligent information relating to, the regulated community and their health and safety systems and practices. ??? Improve its ability to identify high risk organisations and high risk activity. ??? Identify what types of interventions are effective in improving health and safety outcomes. ??? Easily exchange information and communicate within Worksafe and widely with industry and other agencies.",Not Awarded,Name of Successful Tenderer: Noggin Pty Ltd,20201117 WorkSafe New Zealand,17670544,Request for Proposals,Open Competition,Payroll and Human Resources Information System (HRIS) RFP,,20160711,20160831,20170606,,Sole Agency,No,,"WorkSafe is looking for a progressive and agile platform to replace its current Payroll and HRIS systems and processes. What We Need WorkSafe is seeking to appoint a capable and experienced provider to replace current Payroll and HRIS systems that service our +/- 550 employees and Contractors. WorkSafe does not currently have the capacity to host our own systems so we are looking to procure systems that can be hosted externally by the provider (as it is now) or be provided via the cloud. WorkSafe is intending to create an in-house payroll and HRIS function to manage and maintain the new systems and processes going forward but we are happy to evaluate a range of service delivery options in order to arrive at the best fit considering our size and complexity. What We Don???t Want WorkSafe does not want any first time deployments bespoke systems or products that are still in development. We do not want a payroll bureau service or any solution that requires hosting our own systems within WorkSafe. The other pre-conditions for this RFP can be referenced in the Pre-Conditions section of the RFP document. Please ensure you can meet all of these prior to spending time submitting a response. if you have any questions on the pre-conditions then please send them via GETS. What???s Important to Us WorkSafe is looking for a credible provider (or providers) who have the capability, experience and infrastructure to deliver. They need to demonstrate a good track record in the management and on-time implementation of Payroll and HRIS products within New Zealand. WorkSafe Is looking for a fit-for-purpose and configurable 'off the shelf' solution that is capable of driving continuous improvement of Payroll and HR processes by enabling ease of data capture; improving data integrity, and automating workflows . The solution should also have the capacity to add further HR functionality within the product (such as Talent or Performance Management) or have established relationships with other providers that can integrate seamlessly with the product. Please review the attached RFP documents for full details",Not Awarded,Contract Awarded to Agilyx NZ.,20201117 WorkSafe New Zealand,18198132,Request for Proposals,Open Competition,Survey of New Zealand Workforce Occupational Exposures,RE16/06,20161215,20170120,20190509,,Sole Agency,No,,"This opportunity in a nutshell What we need Research and Evaluation is looking to appoint a supplier to develop and deliver a New Zealand Workforce Survey to collect self-reported occupational exposures. This survey is part of a research plan that aims to improve our understanding of the prevalence of a range of occupational risk factors and to address the need for a comprehensive insight into current exposures and work practices in the New Zealand workforce. The results of this research will assist WorkSafe in identifying current and potential hazards for the New Zealand workforce and will inform the development of health and safety interventions. What we don’t want We do not want to capture employers’ perspectives, exposure outside of work time, or younger workers (19 years or under). What’s important to us This survey will serve as a baseline and we intend to repeat this survey over time. It is important to us that the provider designs a survey instrument which employs measures that will allow international comparison. We are looking for credible providers who have the capability, experience and infrastructure to design, implement and analyse the data. The research providers must have an established track record in occupational health research. There are a number of preconditions which are outlined in Section 3 of this document. Why should you bid? This is a unique opportunity to contribute to the occupational health knowledge base in New Zealand. The results generated by this research will inform the development of health and safety interventions which will aim to reduce the burden of occupational ill health amongst New Zealand workers. A bit about us WorkSafe New Zealand is a stand-alone Crown Agency established in December 2013. We are equipped with the funding and regulatory powers to achieve a more effective regulatory system and to encourage a culture of vigilance and care about risks in the workplace. The Health and Safety at Work Act (HSWA) came into force on 4 April 2016 and represents one of the most significant changes to health and safety legislation in twenty years.",Awarded,,20201117 WorkSafe New Zealand,18198301,Request for Proposals,Open Competition,Development of a Strategic Performance Monitoring Framework,RE16/07,20161215,20170120,20170622,,Sole Agency,No,,"This opportunity in a nutshell What we need WorkSafe NZ is looking to appoint a supplier to develop a Strategic Monitoring Framework for work-related health activities. The Strategic Monitoring Framework will allow lead managers to complete regular (every one to two years) assessments against the measures of success described and to use this to adjust or adapt the activities outlined in the work-related health strategic plan. What we don’t want We do not want a framework for measuring non-work related health projects. The framework is not for work undertaken by other government departments who are addressing work related health. The deliverable is the framework (with a discussion of benefits and limitations), not the implementation of the framework. What’s important to us The Strategic Monitoring Framework needs to facilitate monitoring performance and progress towards success for the nine focus areas. The framework will allow managers to adapt and adjust activities to ‘course correct’ should the impact of the various activities not be realised. The framework will allow managers to provide regular updates to social partners and key stakeholders (Senior Leadership Team, WorkSafe Board, and the Minister) on our strategic progress. Why should you bid? This is a unique opportunity to develop a Strategic Monitoring Framework which will be used to monitor progress on various activities aiming to improve work related health outcomes. A bit about us WorkSafe New Zealand is a stand-alone Crown Agency established in December 2013. We are equipped with the funding and regulatory powers to achieve a more effective regulatory system and to encourage a culture of vigilance and care about risks in the workplace. The Health and Safety at Work Act (HSWA) came into force on 4 April 2016 and represents one of the most significant changes to health and safety legislation in twenty years.",Awarded,,20201117 WorkSafe New Zealand,18279301,Request for Proposals,Open Competition,Situational Safety and Tactical Communications Training,RFP-SSTC,20170111,20170203,20190509,,Sole Agency,No,"WorkSafe New Zealand, Level 6, 86 Custom House Quay, Wellington 6011",,Not Awarded,No responses received,20201117 WorkSafe New Zealand,18463072,Request for Proposals,Open Competition,Survey of New Zealand Workforce Occupational Exposures - Rescoped,16-Jul,20170313,20170413,20170622,,Sole Agency,No,,Research and Evaluation are looking to appoint a supplier to develop and deliver a New Zealand Workforce Survey to collect self-reported occupational exposures. The results of this research will assist WorkSafe in identifying current and potential hazards for the New Zealand workforce and will inform the development of health and safety interventions.,Awarded,,20201117 WorkSafe New Zealand,18719886,Request for Proposals,Open Competition,Injury Prevention Initiative:Assessor Accreditation Body,RFP-01-001,20170602,20170718,20170828,,Sole Agency,No,"WorkSafe New Zealand Level 6, 86 Customhouse Quay Wellington (Attn: Procurement Advisor : Sharm Robinson)","This RFP relates to the purchase of services for the creation and on-going services of an Assessor Accreditation body responsible to vet and test all prospective Independent Assessors (for on-site Health & Safety Assessments) and to award Accreditation to those parties assessed to be suitable persons and having meet the required professional competencies. In addition, the Assessor Accreditation body will be responsible for on-going Assessor renewals of accreditation and appropriate re-testing (every 36 months).",Awarded,,20201117 WorkSafe New Zealand,18738532,Request for Proposals,Open Competition,RFP-01-002 Injury Prevention Initiative: Online Performance Improvement Tool,RFP-01-002,20170609,20170720,20171107,,Sole Agency,No,"WorkSafe New Zealand Level 6 86 Customhouse Quay, Wellington","WorkSafe New Zealand, (""we"", ""us"", ""our"", ""the Buyer""), the Accident Compensation Corporation (""ACC""), and the Ministry of Business Innovation and Employment (MBIE) have worked together to develop a multi-faceted injury prevention initiative ??? specifically, an educative performance improvement initiative for businesses to help reduce workplace injuries and deaths, and improve work-related health outcomes. The Online Performance Improvement Tool (the Tool) is a sub-component of a new injury prevention initiative under the Government???s ???Working Safer Blueprint??? and the joint ACC and WorkSafe ???Harm Reduction Action Plan??? (July 2016). The Tool as delivered to business users will carry the full endorsement of ACC, WorkSafe and MBIE and be provided with the use of a new name and visual identity. The initial version of the Tool will target small-and medium-sized enterprises, a significant portion of New Zealand businesses. After that, we expect to progressively develop the Tool further - to cover a wider range of businesses in specific industries and sectors. As part of the-initiative, WorkSafe is procuring services to offer an ???Online Performance Improvement Tool??? (the ???Tool???) that businesses can use to self-assess their health and safety performance based upon 360degrees business wide input and receives fully automated good practice guidance and advice. Two Main Requirements This request has two main components; 1. The Tool , either bespoke software or customised/configured existing product (???adapted product???), that can be configured for businesses of different sizes and industry sectors; and/or 2. Hosting and management of the Tool. Insofar as it is relevant to the response option(s) you propose, you need to have a good track record in: ??? Successfully designing (or adapting), developing, building, testing and deploying software solutions, as well as this, but optional is the; ??? Provision of software hosting and management services (or ability to work with others to provide this).",Awarded,,20201117 WorkSafe New Zealand,19134213,Request for Quotations,Open Competition,RFQ-01-013 Instructional Training Design Services,RFQ-01-013,20171013,20171107,20171221,,Sole Agency,No,,"Healthy Work is WorkSafe???s strategic plan for work-related health. Effective 2017 ??? 2019, the emphasis is on building internal organisational capability with regards to work-related health. The first step towards attaining our strategic outcomes saw the development of a comprehensive capability framework, which addresses training needs for both organisational-wide learning and specifically for the Health and Safety Inspectorate capability development. We need an instructional design service provider to develop contemporary learning solutions, using the work-related health capability framework as a baseline.",Awarded,,20201117 WorkSafe New Zealand,19894475,Request for Proposals,Open Competition,Workforce Segmentation and Insights Programme,506053,20180710,20180820,20181127,,Sole Agency,No,,"This RFP relates to the delivery of a qualitative and quantitative research programme which provides WorkSafe with worker and employer segmentation and insights into all sectors, businesses, the nature of employment and the full range of demographic characteristics of workers and employers. It will also provide segmentation for the general public and energy safety. This research programme will build on the work already conducted for WorkSafe which has focussed on attitudes and behaviours of workers and employers in New Zealand workplaces and across priority sectors since 2014 and provided some behaviour matrix segments. The successful provider must have experience in qualitative and quantitative research design, implementation and analysis. They must have the capacity and capability to design the survey instrument and to conduct the statistical analysis. The successful provider will have experience in health and safety at work research and an understanding of behavioural change models.",Awarded,"Workforce Segmentation and Insights Programme Open Tender Colmar Brunton Wellington Initial term to October 2021",20201117 WorkSafe New Zealand,20037604,Request for Proposals,Open Competition,Health and Safety in the Labour-Hire Industry,506069,20180817,20180913,20181026,,Sole Agency,No,,"The labour-hire industry is a substantial employer of workers in New Zealand. Workers employed by labour-hire companies are hosted across many industries and each of WorkSafe???s priority sectors (Agriculture, Construction, Forestry and Manufacturing). WorkSafe New Zealand is looking to develop a profile of the labour-hire industry in New Zealand and better understand the health and safety risks associated with health and safety and how effectively they are being managed by both labour-hire firms and host employers. To this end, WorkSafe is seeking a supplier to provide a detailed reseach report into the labour-hire industry in New Zealand. It is anticipated that research will involve a mix of primary and secondary data sources. The supplier should provide summaries of the size and make-up of the industry, a review of risks for labour hire workers and a summary of how effectively health and safety is being managed in the labour-hire industry in New Zealand. This is an opportunity to address a substantial gap in the health and safety literature in New Zealand and to support WorkSafe New Zealand to continue to strengthen our health and safety system.",Awarded,"Martin Jenkins Wellington Health and Safety in the Labour-Hire Industry Awarded 02 October 2018 Term: 23 October 2018 - 30 April 2019 Open Tender",20201117 WorkSafe New Zealand,20162937,Request for Proposals,Open Competition,Portfolio & Project Management Tool,506070,20180914,20181019,20190214,,Sole Agency,No,,"This RFP relates to the selection of an implementation partner and an ???off the shelf??? Portfolio and Project Management (PPM) solution that will meet WorkSafe business requirements for end to end change management and investment planning. WorkSafe is looking for credible provider(s) who have the capability, capacity and experience and capacity to implement an ???off the shelf??? PPM solution. They need to have a qualified track record in the management and implementation of such related programmes and solutions. WorkSafe will consider joint bids from software vendors and implementation partners.",Awarded,"Changepoint Project and Portfolio Management Tool Open Tender December 2018",20201117 WorkSafe New Zealand,20463365,Request for Proposals,Open Competition,Remote Worker Monitoring Solution RWMS & GPS,506055,20181122,20181220,20190408,,Sole Agency,No,,"We require a Remote Worker Monitoring Solution (RWMS) which includes monitoring, global positioning system (GPS) vehicle tracking system, and an integrated or distinct lone worker solution to: ??? Provide WorkSafe Management with complete end-to-end coverage of its most valuable assets, its staff; ??? Help to inform and support mitigation strategies around WorkSafe???s highest identified critical risk: vehicles; and ??? Provide automation and optimisation (where practical) of business processes including fleet management, pool vehicle booking, FBT obligations, RUCs, etc. Volumes are expected to be as follows: ??? WorkSafe currently has 216 vehicles: 183 dedicated vehicles and 33 pool vehicles ??? WorkSafe currently has 53 Garmin InReach Devices. It is important to WorkSafe that the system is able to help monitor and track the fleet to assist with driving efficiencies, through real-time information provided as, usable, meaningful and graphical reporting to support decision making and manage behaviours of fleet users. The solution should also assist WorkSafe in achieving its objective of: ??? Enabling safe driving behaviours through real time and retrospective feedback on topics such as speed and driver fatigue ??? Tracking real-time locations of each of our fleet vehicles along with providing notifications in the event of an emergency situation being identified (e.g. impact or roll-over) ??? Utilising an intuitive vehicle booking system that promotes car-pooling and efficient use of vehicles to improve utilisation ??? Assisting with general fleet management and optimisation (licencing, WOF, RUC, service reminders, FBT etc).",Awarded,,20201117 W2 Shared Services Limited,9781581,Request for Proposals,Open Competition,RFP to supply Infrastructure as a Service for WelTec and Whitiriea,N/A,20150311,20150415,20150903,ICT,Sole Agency,No,,"W?? Shared Services is looking to implement a flexible Infrastructure as a Service solution that provides Wellington Institute of Technology and Whitireia Polytechnic high speed and resilient access to hosted infrastructure from its current network. We are looking for a provider who will work with us to provide the infrastructure, connectivity and assist with the Architecture and initial integration of the service with our network.",Awarded,,20201117 W2 Shared Services Limited,13365674,Request for Quotations,Closed Competition,Whitireia Digital Marketing Strategy Project,2015/W2/007,20150626,20150706,20150727,,Sole Agency,No,,,Awarded,,20201117 W2 Shared Services Limited,14176463,Request for Quotations,Closed Competition,Cuba Central Creative Concepts Project,2015/W2/009,20150730,20150814,20150903,,Sole Agency,No,,"We want to develop a visual identity guide and design style that sets the direction for the overall look, feel, tone and manner for the ???Cuba Central??? project, including a ???word type logotype??? for the working project name ???Cuba Central??? - until such time as a final name and brand is developed.",Awarded,,20201117 W2 Shared Services Limited,17892343,Request for Proposals,Open Competition,Local Area Network (LAN) Replacement,2016/W2/015,20160909,20161007,20170202,ICT,Sole Agency,No,,"W?? Shared Services Ltd is a jointly owned entity between the Wellington Institute of Technology (WelTec) and Whitireia Community Polytechnic (Whitireia), originally guided by a Joint Venture Agreement signed between WelTec and Whitireia (the client organisations) dated 31st October 2013. On behalf of our client organisations W?? Shared Services invites proposals for supply of external goods and services to complete a refresh of access, distribution and core network switches, infrastructure and network management systems, as set out in the REANNZ Network blueprint. Suppliers are invited to propose solutions that meet the requirements set out in this RFP.",Awarded,,20201117 Inland Revenue Department,21075851,Award Notice,Open Competition,Consultancy Services,,20190101,20190227,20190524,,Sole Agency,No,,,N/A,,20201117